Filter Results:

All sectors

All categories

    3578 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - February 1, 2019

    February 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 1, 2019

    ARMY General Electric Aviation, Lynn, Massachusetts, was awarded a $517,375,800 cost-plus-incentive-fee and firm-fixed-price contract for the engineering and manufacturing development phase of the Improved Turbine Engine Program. Two bids were solicited via the internet with two bids received. Work will be performed in Lynn, Massachusetts, with an estimated completion date of Aug. 1, 2024. Fiscal 2019 research, development, test and evaluation funds in the amount of $130,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0003). Ravenswood Solutions Inc., Fremont, California, was awarded a $39,906,590 firm-fixed-price contract for procurement of hardware components making up two FlexTrain multi-mission instrumentation systems, along with Orion software licenses. One bid was solicited with one bid received. Work will be performed in Fremont, California, with an estimated completion date of Dec. 13, 2019. Fiscal 2020 research, development, test and evaluation funds in the amount of $39,906,590 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-C-0018). Lockheed Martin Corp. Missile and Fire Control, Dallas, Texas, was awarded a $24,969,700 cost-plus-incentive-fee Foreign Military Sales (Japan, Saudi Arabia, Kuwait, Netherlands, Poland, Qatar, Romania, Sweden, United Arab Emirates, Germany and Republic of Korea) contract for Phased Array Tracking Radar to Intercept on Target, Advanced Capability-3 and Missile Segment Enhancement. Bids were solicited via the internet with one received. Work will be performed in Dallas, Texas, with an estimated completion date of Jan. 31, 2020. Fiscal 2018 and 2010 Foreign Military Sales; and other procurement, Army funds in the combined amount of $24,969,700 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-F-0196). Raytheon Co., Andover, Massachusetts, was awarded a $19,471,861 modification (P00026) to Foreign Military Sales (Qatar, Kuwait, Japan, Republic of Korea, Taiwan, United Arab Emirates, Luxembourg, Saudi Arabia, Romania and Sweden) contract W31P4Q-17-C-0042 for Phased Array Tracking Radar to Intercept on Target missile support center, missile assessments, testing, recertification, and repair activities. One bid was solicited via with one bid received. Work will be performed in Andover, Massachusetts, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 Foreign Military Sales; and operations and maintenance, Army funds in the amount of $19,471,861 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $9,020,518 modification (P00183) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicle trailers, kits, systems engineering and program management. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2019 procurement, Marine Corps; and other procurement, Army funds in the amount of $9,020,518 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. NAVY Andromeda Systems Inc.,* Virginia Beach, Virginia, is awarded a $41,977,403 indefinite-delivery/indefinite-quantity contract to provide engineering support services and associated engineering technical services in support of the Fleet Readiness Center South East's In-Service Support Center. Work will be performed at the Naval Air Station (NAS) Jacksonville, Florida (90 percent); Seattle, Washington (2 percent); Tinker Air Force Base, Oklahoma City, Oklahoma (2 percent); NAS Oceana, Virginia Beach, Virginia (1.5 percent); NAS Whiting Field, Milton, Florida (1.5 percent); Marine Corps Air Station, Beaufort, South Carolina (1.5 percent); NAS Corpus Christi, Texas (1.5 percent), and is expected to be completed in January 2024. Fiscal 2019 working capital funds (Navy) in the amount of $5,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; seven offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134019D0006). DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $21,537,760 firm-fixed-price modification to previously awarded contract N00024-18-C-5395 to exercise options for production of the AN/SPQ-9B radar systems and associated equipment. This modification is for the production of five AN/SPQ-9B radar systems; five combat interface kits; three digital signal processor upgrade kits; and three periscope detection and discrimination upgrade kits. The AN/SPQ-9B provides Navy ships the capability to detect and track low-flying, high-speed, small Radar Cross Section anti-ship missile targets in heavy clutter environments. Work will be performed in Johnstown, Pennsylvania, and is expected to be complete by April 2021. Fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $21,537,760 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 Navy Yard, District of Columbia, is the contracting activity. Lockheed Martin Corp., Lockheed Martin – Rotary and Mission Systems, King of Prussia, Pennsylvania, is awarded $10,939,237 for cost-plus-fixed-fee delivery order N00019-18-F-2684 against a previously issued basic ordering agreement (N00019-15-G-0057). This delivery order provides for the management, sustainment, and upgrade of the Tactical Tomahawk Weapons Control System software product baseline and the required system and software documentation for the Navy and the government of the United Kingdom. Work will be performed in King of Prussia, Pennsylvania (98 percent); and Patuxent River, Maryland (2 percent), and is expected to be completed in January 2020. Fiscal 2019 other procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2019 operations and maintenance (Navy) funds; and foreign military sales funds in the amount of $10,939,237 will be obligated at time of award, $1,361,805 of which will expire at the end of the fiscal year. This order combines purchases for the Navy ($8,687,257; 79.4 percent); and the government of the United Kingdom ($2,251,980; 20.6 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND The Boeing Co., Ridley Park, Pennsylvania, was awarded a maximum $39,038,317 cost-plus-fixed-fee modification (PZ0003) for an existing cost-plus-fixed-fee contract (H92241-18-F-0022) for finalization of four new-build MH-47G rotary wing aircraft. This action is required to satisfy an urgent need to sustain U.S. Special Operations Forces (SOF) heavy assault, rotary wing aircraft in light of increased SOF operational demands. Fiscal 2018 procurement, defense-wide funds in the amount of $15,817,890; and fiscal 2018 aircraft procurement, Army funds in the amount of $23,220,427 shall be obligated at time of modification award. The funds are multiyear. The majority of the work will be performed in Ridley Park, Pennsylvania. The delivery order number is W91215-16-G-0001. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY Aurora Industries LLC,* Camuy, Puerto Rico, has been awarded a maximum $30,507,300 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for jackets, extreme cold/wet weather, GEN III. This is an 18-month base contract with one one-year option period. This was a competitive acquisition with four responses received. Location of performance is Puerto Rico, with an Aug. 1, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1133). Coachys & Associates LLC,** Roswell, Georgia, has been awarded a maximum $28,390,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for jackets, extreme cold/wet weather, GEN III. This is an 18-month base contract with one one-year option period. This was a competitive acquisition with five responses received. Locations of performance are Georgia and Tennessee with an Aug. 1, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1134). Ohio Ordnance Works Inc.,* Chardon, Ohio, has been awarded a maximum $26,141,125 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for receiver cartridge's. This is a five-year contract with no option periods. This was a competitive acquisition with four responses received. Location of performance is Ohio, with a Feb. 1, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0050). Saft America, Valdosta, Georgia, has been awarded a maximum $7,920,163 firm-fixed-price, indefinite-quantity contract for storage batteries. This is three-year base contract with two one-year option periods. This was a competitive acquisition with two responses. Location of performance is Georgia, with a Jan. 31, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0082). JLG Industries Inc., McConnellsburg, Pennsylvania, has been awarded a maximum $7,572,265 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for atlas rough terrain forklift transmissions and diesel engines. 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. Location of performance is Wisconsin, with a Feb. 1, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0020). AIR FORCE Valdez International Corp., Colorado Springs, Colorado, has been awarded a $26,262,042 firm-fixed-price modification (P00010) to contract FA8773-17-C-0002 to exercise Option II for Air Force Information Network support services. Work will be performed at Joint Base Langley-Eustis, Virginia; Peterson Air Force Base, Colorado; Andrews Air Force Base, Maryland; Scott Air Force Base, Illinois; Wright-Patterson Air Force Base, Ohio; and Joint Base San Antonio-Lackland, Texas, and is expected to be completed Feb. 2, 2020. This modification is the result of a competitive acquisition and 11 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $26,262,042 are being obligated at the time of award. The 38th Contracting Squadron, Tinker Air Force Base, Oklahoma, is the contracting activity. Scientific Research Corp., Atlanta, Georgia, has been awarded a $10,000,000 modification (P0009) to increase the ceiling on contract FA7037-15-D-0001 for the Digital Integration Combat Engagement program. The contractor will perform systems engineering and analysis supporting the research, development, security and accreditation, integration and evaluation of new intelligence, surveillance and reconnaissance sensor, data link and tasking, collection, processing, exploitation, and dissemination. Location of performance will be determined on individual task orders is expected to be completed by Feb. 29, 2020. No funds are being obligated at the time of award. Acquisition Management and Integration Center-Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY Booz Allen Hamilton Inc. (BAH), McLean, Virginia, was awarded a hybrid firm-fixed-price, cost-plus-fixed-fee contract modification to exercise Option Year 4. The face value of this action is $10,621,332.98 and incrementally funded by fiscal 2019 operations and maintenance funds in the amount of $2,655,333; and fiscal 2019 research, testing, development and evaluation funds in the amount of $1,283,307. The total cumulative face value of the contract is $49,940,116. Performance will be at Defense Information Systems Agency and contractor facilities. Proposals were solicited via the General Services Administration (GSA) Alliant Government-Wide Acquisition Contract (GWAC), and only one proposal from BAH, the incumbent contractor, was received from all GSA Alliant GWAC contract holders proposals solicited (approximately 58). The current action, modification P00056, is to exercise the last option year for the period of performance of Feb. 4, 2019, to Feb. 3, 2020. Award will be made on Feb. 1, 2019, with performance to begin on Feb. 4, 2019. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1047-15-F-0005 P00056). WASHINGTON HEADQUARTERS SERVICES Tecolote Research Inc., Goleta, California, has been awarded a $7,718,193 firm-fixed-priced contract. The contract is to procure services for management of the Department of Defense's cost data collection repository, the Cost Assessment Data Enterprise (CADE), used by analysts to develop cost estimates for major acquisition programs. Work performance will take place primarily in Arlington, Virgina ; Goleta, California; and Tacoma, Washington. Fiscal 2019 operations and maintenance funds in the amount of $5,564,914; fiscal 2019 research, development, test, and evaluation funds in the amount of $1,216,061; fiscal 2019 Defense Acquisition Workforce Development funds in the amount of $680,218; and fiscal 2019 Department of Energy/National Nuclear Security Administration funds in the amount of $257,000 are being obligated on this award. The expected completion date is Feb. 2, 2020. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (GS-00F-052CA). *Small Business **Service-Disabled Veteran Owned Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1746786/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 31, 2019

    February 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - January 31, 2019

    NAVY Huntington Ingalls Industries - Newport News Shipbuilding, Newport News, Virginia, is awarded the detail design and construction (DD&C) efforts for nuclear-powered aircraft carriers Enterprise (CVN 80) and unnamed CVN 81 under the following contract actions: (1) A $14,917,738,145 fixed-price-incentive-firm target modification to previously awarded contract N00024-16-C-2116 for DD&C efforts for the future USS Enterprise (CVN 80) and unnamed CVN 81. The current contract for advance procurement funded efforts has been in place since 2016. (2) A $263,096,868 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-2116 for associated research and development efforts. (3) A $31,097,671 cost-plus-fixed-fee modification for additional level-of-effort in support of maintenance of the CVN 78 class specification, design efforts, feasibility and tradeoff studies, and scoping and estimating. Work under this contract will be performed in Newport News, Virginia (62 percent); Sunnyvale, California (5 percent); Coatesville, Pennsylvania (3 percent); Wellsville, New York (1 percent); Cincinnati, Ohio (1 percent); Milwaukee, Wisconsin (1 percent); and various locations below one percent (27 percent), and is expected to be completed by February 2032. Fiscal 2018 and 2019 shipbuilding and conversion (Navy) funding; and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $889,830,279 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. AECOM Construction Inc., Arlington, Virginia (N40085-19-D-9066); Archer Western Federal JV, Chicago, Illinois (N40085-19-D-9067); Hourigan Construction Co., Virginia Beach, Virginia (N40085-19-D-9068); RQ Construction LLC, Carlsbad, California (N40085-19-D-9069); The Whiting Turner Contracting Co., Greenbelt, Maryland (N40085-19-D-9070); and W.M. Jordan Co. Inc., Newport News, Virginia (N40085-19-D-9089), are each awarded an indefinite-delivery/indefinite-quantity, multiple-award design-build/design-bid-build construction contract for construction projects, located primarily within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR). The maximum dollar value for all six contracts combined is $249,000,000. The work to be performed provides for but is not limited to, new construction, renovation, alteration, demolition, and repair work for industrial, warehouses, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, recruit barracks, mess facilities, assembly facilities, medical facilities and community support facilities. AECOM Construction Inc. is awarded the initial task order at $27,640,890 for the design and construction of a new bachelor enlisted quarters at Naval Weapons Station Yorktown, Virginia. The task order also contains three planned modifications, which if exercised would increase cumulative contract value to $29,272,575. Work for this task order is expected to be completed by May 2021. All work on this contract will be performed in the NAVFAC Mid-Atlantic Hampton Roads AOR, Virginia. The term of the contract is not to exceed 60 months, with an expected completion of January 2024. Fiscal 2018 military construction (Navy) contract funds in the amount of $27,640,890 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy); and military construction (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $95,257,528 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-2106 to exercise an option for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (94 percent); and Schenectady, New York (6 percent), and is expected to be complete by September 2028. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $95,257,528 will be obligated at time of award and will not expire at the end of the current fiscal year. No additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kay and Associates Inc., Buffalo Grove, Illinois, is awarded $63,016,210 for modification P00007 to a previously awarded cost-plus-fixed-fee contract (N0042117C0044) to exercise an option for maintenance and support services for F/A-18 C/D and associated equipment in support of the government of Kuwait. Work will be performed at various locations in Kuwait including Almed Al-Jaber Air Base (98.38 percent); Kuwaiti Air Force Headquarters (6.04 percent); Air Institute/Air Defense Base (1.89 percent); and Subhan/Air Defense Base (1.13 percent). Work is expected to be completed in January 2020. Foreign Military Sales funds in the amount of $63,016,210 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $41,967,720 modification to a previously awarded firm-fixed-price contract N00019-17-C-0081 for the procurement of 20 production Marine Turbine (MT7) engines for the Landing Craft, Air Cushion (LCAC) 100 Class craft in support of the Ship to Shore Connector program. Each LCAC 100 craft consists of four MT7 engines. Work to be performed includes production of the MT7 engines and delivery to Textron Marine Systems for the assembly of the LCAC 100 Class craft. Work will be performed in Indianapolis, Indiana, and is expected to be complete by December 2020. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $41,967,720 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. Hamilton Sundstrand Corp., Windsor Locks, Connecticut, is awarded a $27,705,545 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract in support of engineering services and on-site support services to explore and resolve issues associated with various submarine air revitalization, monitoring, oxygen generation and ventilation systems on U.S. naval ships. Work will be performed at various locations including New London, Connecticut; Philadelphia, Pennsylvania; Norfolk, Virginia; Kings Bay, Georgia; San Diego, California; Bremerton, Washington; Pearl Harbor, Hawaii; and Norway, and is expected to be completed by January 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $29,081 will be obligated at time of award on the initial task order 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)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4000). L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, is awarded $18,721,174 for modification P00037 to a previously awarded firm-fixed-price, labor hour, cost-reimbursement indefinite-delivery, requirements contract (N00019-13-D-0007). This modification extends the period of performance and increases the ceiling of the contract to provide TH-57 contractor logistics support. This modification provides all logistics services and materials for organizational and depot level repairs required to support and maintain the TH-57 fleet. Work will be performed in Milton, Florida, and is expected to be completed in March 2019. No funds are being obligated at time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $17,774,920 firm-fixed-price modification to previously awarded contract N00024-17-C-6327 to exercise options for the Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare Increment One Block One Systems full-rate production in support of the Expeditionary Warfare Program Office. Work will be performed in San Diego, California, and is expected to be complete by November 2020. Fiscal 2019 and 2018 Overseas Contingency Operations other procurement (Navy); and 2018 other procurement (Navy) funds in the amount of $9,967,278 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co., Tewksbury, Massachusetts, is awarded a $15,850,000 firm-fixed-price modification to previously-awarded contract N00024-10-C-5126 for a provisioned items order of DDG 1000 class mission systems equipment interim spares in support of the Zumwalt Class combat systems program office. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed and precision firepower and long ranges in support of forces ashore, while incorporating signature reduction, active and passive self-defense systems and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (40 percent); Largo, Florida (35 percent); Tewksbury, Massachusetts (10 percent); Nashua, New Hampshire (10 percent); and Marlboro, Massachusetts (5 percent), and is expected to be completed by July 2021. Fiscal 2018 and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $15,850,000 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. Progeny Systems Corp.,* Manassas, Virginia, is awarded a $14,750,184 cost-plus-fixed-fee contract to deliver the Integrated Shipboard/Shore-based Maintenance Management Decision Tool and related engineering and technical services via the Nosis software infrastructure and build process. This effort will produce, deliver and support continuously updated Nosis functionality in a common software build to Virginia, Columbia, Los Angeles, Ohio, and Seawolf submarines, as well as aircraft carrier propulsion plants. This contract includes options which, if exercised, would bring the cumulative value of this contract to $85,654,305. Work will be performed in Manassas, Virginia (30 percent); Groton, Connecticut (25 percent); Bremerton, Washington (15 percent); Las Vegas, Nevada (10 percent); Cleveland, Ohio (10 percent); Chesapeake, Virginia (4 percent); Pearl Harbor, Hawaii (2 percent); San Diego, California (2 percent); and Kings Bay, Georgia (2 percent), and is expected to be complete by January 2020. Fiscal 2019 research, development, test and evaluation; fiscal 2014 and 2015 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $14,318,371 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 (N00024-19-C-6204). Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $11,278,884 for cost-plus-fixed-fee order N0001919F2667 against a previously issued basic ordering agreement (N00019-15-G-0026). This order provides for aerial refueling envelope expansion and objective tanker qualification testing in support of the E-2D Advanced Hawkeye aircraft. Work will be performed in Patuxent River, Maryland (75 percent); and Melbourne, Florida (25 percent), and is expected to be completed in January 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $4,000,000 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. Bilbro Construction Co., Inc.,* Escondido, California, is awarded $11,220,661 for firm-fixed-price task order N6247319F4265 under a previously awarded multiple award construction contract (N62473-17-D-4630) for removal of two existing absorption chillers and replace with two steam turbine driven centrifugal in Building 7 at Naval Medical Center, San Diego. The work to be performed provides for the removal of two non-functioning steam absorption chillers and replacement of two steam driven centrifugal chillers. Work also includes equipment pads to support chillers, piping and fittings to connect from chillers to existing infrastructure, and electrical wiring for connection of chillers. The project also provides controls for chillers and integration with existing control system, conducting performance verification and testing of chillers and installation of refrigerant monitoring system. The task order contains base items 0001, 0002, 0003, 0004, and 0005. Work will be performed in San Diego, California, and is expected to be completed by August 2020. Fiscal 2019 Defense Working Capital (Navy) contract funds in the amount of $11,220,661 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. Treadwell Corp., Thomaston, Connecticut, is awarded a $9,381,592 cost-reimbursable, indefinite-delivery/indefinite-quantity contract in support of engineering and in-service engineering services for submarine air revitalization, air monitoring, oxygen generation and ventilation on U.S. naval ships. Work will be performed at various locations worldwide including New London, Connecticut; Philadelphia, Pennsylvania; Norfolk, Virginia; San Diego, California; Bremerton, Washington; Guam; Diego Garcia; and Pearl Harbor, Hawaii, and is expected to be completed by January 2022. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $35,503 will be obligated on the first task order placed at 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)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4003). AIR FORCE Engility Corp., Andover, Massachusetts, has been awarded a $655,000,000 firm-fixed-price, cost-reimbursement contract for services supporting the Space and Missile Systems Center Advanced Systems and Development Directorate, Ground Systems and Space Operations Division at Kirtland Air Force Base, New Mexico. This contract provides engineering, development, integration, and sustainment services supporting the current Ground System Enterprise throughout its evolution, including the transition to and buildout of Enterprise Ground Services. Work will be performed at Kirtland Air Force Base, New Mexico; and Schriever Air Force Base, Colorado, and is expected to be completed by Jan. 31, 2026. This award is the result of a competitive acquisition and five offers were received. For the first task order award (FA8818-19-F-0007), fiscal 2019 operations and maintenance funds in the amount of $1,500,000 are being obligated at the time of award. Space and Missile Systems Center Kirtland Air Force Base, New Mexico, is the contracting activity (FA8818-19-D-0003). Lockheed Martin Corp., Orlando, Florida, has been awarded a $100,690,961 cost-plus-incentive-fee modification (P00002) to contract FA8682-18-C-0009 which provides for design, development, integration and testing of subsystem design changes for the wings/chines to the Joint Air-to-Surface Standoff Missile - Extended Range baseline missile. Work will be performed in Orlando, Florida, and is expected to be completed by March 31, 2023. This award is the result of sole-source acquisition. Fiscal 2019 research, development, test and evaluation funds will provide funding for the contract. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $70,706,540 firm-fixed-price delivery order (FA8504-19-F-0008) to contract FA8504-17-D-0002 for C-130J propulsion long term sustainment. This order provides for funding of Option II. Work will be performed at Robins Air Force Base, Georgia, and other locations, and work is expected to be completed by Jan. 31, 2020. Fiscal 2019 procurement funds are being obligated at the time of award. Total cumulative face value of the contract is $70,706,540. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Teledyne Scientific & Imaging LLC, Thousand Oaks, California, has been awarded a $16,448,132 modification (P00005) to contract FA9453-17-C-0037 for Fortress program to establish thrust to pursue medium wavelength infrared and long wavelength infrared HgCdTe based detector technologies with a higher performance than conventional HgCdTe photodiodes. The contract modification intends to pursue these novel HgCdTe detector technologies in parallel with conventional HgCdTe and III-V based unipolar barrier infrared detectors but grown on larger substrates. Work will be performed in Thousand Oaks, California, and is expected to be completed by March 12, 2022. Fiscal 2018 and research, development, test and evaluation; and Title III funds in the amount of $6,750,000 are being obligated at the time of award. Total cumulative face value of the contract is $22,381,868. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity. Copper River ES, Anchorage, Alaska, has been awarded an $8,549,387 definitive, firm-fixed-price contract for production support services. This contract provides for direct labor for support services and depot avionics technical repairs operations at Robins Air Force Base, Georgia. The contractor shall supply labor and management to provide technical and administrative production support services for the 402nd Electronics Maintenance Group. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed Jan. 27, 2020. This award is the result of a direct-award acquisition. Fiscal 2019, working capital funds in the amount of $6,438,290 are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-19-C-A006). AKIMA Logistics Services LLC, Herndon, Virginia, has been awarded a $7,798,197 firm-fixed-price option indefinite-delivery/indefinite-quantity contract for full contractor logistics support of 58 U.S. Air Force Academy aircraft. Work will be performed at the U.S. Air Force Academy, Colorado Springs, Colorado; Peterson Air Force Base, Colorado; and the U.S. Air Force Academy auxiliary airfield, and is expected to be completed by Jan. 31, 2020. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-19-F-8001). ARMY General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $402,163,806 cost-plus-fixed-fee contract for Stryker system technical support services. 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 Jan. 31, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0046). Bauer Foundation Corp., Odessa, Florida (W912EP-19-D-0012); Bencor Global Inc., Frisco, Texas (W912EP-19-D-0013); and Treviicos South Inc., Charlestown, Massachusetts (W912EP-19-D-0014), will compete for each order of the $387,000,000 firm-fixed-price contract for Herbert Hoover Dike rehabilitation dam modification cutoff wall. 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 Jan. 30, 2024. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity. Knox County Association for Remarkable Citizens Inc., Vincennes, Indiana, was awarded a $49,323,199 firm-fixed-price contract for wood pallets. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0014). J&J Maintenance Inc., Austin, Texas, was awarded a $42,601,783 firm-fixed-price contract for healthcare environmental services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2020. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0011). DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $74,864,274 cost-plus-fixed-fee contract for rapid development, production, deployment, and support of the Mobile-Low Slow, Small Unmanned Aircraft Integrated Defeat System. One bid was solicited with one bid received. Work will be performed in St. Louis, Missouri, with an estimated completion date of Jan. 30, 2020. Fiscal 2019 research, development, test and evaluation; operations and maintenance, Army; and other procurement, Army funds in the amount of $36,683,495 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0006). NIC4 Inc., Tampa, Florida, was awarded a $28,812,143 firm-fixed-price Foreign Military Sales (Iraq) contract for capabilities to operate, sustain, support and expand Iraq's Very Small Aperture Terminal network. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-5000). Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $26,735,291 modification (P00026) to contract W91RUS-17-C-0010 for non-personal operations and maintenance supply services. Work will be performed in Germany and Italy with an estimated completion date of Jan. 31, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $1 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. B.L. Harbert International LLC, Birmingham, Alabama, was awarded a $26,644,688 firm-fixed-price contract for the construction of a consolidated Nuclear Air Operations and Support Facility. Bids were solicited via the internet with 11 received. Work will be performed in Whiteman Air Force Base, Missouri, with an estimated completion date of Aug. 31, 2020. Fiscal 2019 military construction funds in the amount of $26,644,688 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4001). Raytheon Co., Andover, Massachusetts, was awarded a $16,350,543 modification (P00017) to contract W31P4Q-17-C-0003 for depot level diagnosis, clean up, repair and maintenance. Work will be performed in Andover, Massachusetts, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Army; and operations and maintenance, Army overseas contingency operations funds in the amount of $16,350,543 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Marton Technologies Inc.,* Newport News, Virginia, was awarded a $15,962,505 modification (0001 73) to contract W52P1J-14-G-0021 for logistics support services. Work will be performed in Fort Riley, Kansas, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $13,483,212 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. United Support Solutions - LMT Inc.,* Cedar Grove, New Jersey (W25G1V-19-D-0001); Finch Manufacturing & Technology LLC,* West Pittston, Pennsylvania (W25G1V-19-D-0002); and Central Metal Fabricators Inc.,* Farmingdale, New Jersey (W25G1V-19-D-0003), will compete for each order of the $10,000,000 firm-fixed-price contract to fabricate mechanical components and assemblies. 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 Jan. 30, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $7,969,810 modification (P00072) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 28, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $7,989,810 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Loch Harbour Group Inc.,* Alexandria, Virginia, was awarded a $7,247,076 modification (P00010) to contract W9124L-17-F-0003 for training instructors. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Oct. 31, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,247,076 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sill, Oklahoma, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES NetCentrics Corp., Herndon, Virginia, has been awarded a $268,464,985 firm-fixed-price contract to provide Information Technology (IT) Support Services - Service Delivery. The specific tasks of this service delivery requirement will consist of satisfying Joint Service Provider (JSP) user needs for secure, accessible, and stable IT support. Service delivery services requires an understanding of the current operating environment of the JSP and the ability to leverage mature capabilities and industry best practices to improve efficiency and reduce complexity in order to enhance JSP's IT support services. Through the Service delivery requirement, the JSP seeks to deliver responsive IT services and support to its users in the most efficient manner as possible. Work performance will take place primarily in the National Capital Region, including the Pentagon, Mark Center, and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $268,464,985 are being obligated on this award. The expected completion date is Feb. 27, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-F-0093). DEFENSE LOGISTICS AGENCY Base Utilities Inc.,* Grand Forks, North Dakota, has been awarded a $41,055,519 modification (P00001) to a 50-year utilities privatization contract (SP0600-18-C-8322) with no option periods for additional utility services for two water and two wastewater systems. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Dakota, with a Jan. 31, 2069, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Timken Aerospace Drive Systems LLC, Manchester, Connecticut, has been awarded a maximum $9,072,000 firm-fixed-price delivery order (SPRRA1-19-F-0132) against a three-year basic ordering agreement (SPRRA1-17-D-0014) for rotor link pin assemblies. This was a competitive acquisition with three responses received. This is a three-year indefinite-delivery/indefinite-quantity contract with three one-year option periods. Location of performance is Connecticut, with a July 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. DEFENSE INFORMATION SYSTEMS AGENCY ARTEL LLC, Herndon, Virginia, was awarded a contract modification (P00005) with an effective date of Feb. 2, 2019, to exercise Option Period One on task order GS-35F-5151H / HC101318F0016 for commercial satellite communications service. The face value of this action is $12,253,244 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $77,474,994. Performance directly supports the Air Force's Central Command network architecture within the Southwest Asia area of responsibility. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 29 offerors solicited. The period of performance for Option Period One is Feb. 2, 2019, through Feb. 1, 2020, and there are three remaining unexercised option periods for this task order. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity. * Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1745521/source/GovDelivery/

  • Contrats militaires fédéraux pour General Dynamics Mission Systems

    January 31, 2019 | Local, C4ISR

    Contrats militaires fédéraux pour General Dynamics Mission Systems

    Dominique Lemoine - 30/01/2019 Trois contrats fédéraux de systèmes intégrés de technologies de l'information pour les Forces armées du Canada ont été attribués à General Dynamics Mission Systems, une entreprise qui est basée en Virginie aux États-Unis. Services publics et Approvisionnement Canada (SPAC) affirme que la valeur totale de ces trois contrats atteint 621,5 millions de dollars, et que ces derniers doivent « générer des retombées économiques », dont le « maintien » de 494 emplois à Ottawa et à Calgary. Selon SPAC, ces trois contrats de cinq ans visent à « fournir aux militaires l'équipement dont ils ont besoin pour s'acquitter de leur travail », et ils concernent « le soutien du système C4ISR de commandement, contrôle, communication, informatique, renseignement, surveillance et reconnaissance ». Le C4ISR est un « ensemble de systèmes tactiques intégrés qui est composé de réseaux interconnectés de systèmes d'information et de communication numériques », précise SPAC, qui soutient aussi que « l'Armée dépend de ces systèmes de communication et d'information pour diriger les opérations terrestres et obtenir l'information requise à cette fin ». Les contrats incluent un « soutien en ingénierie de cybersécurité », d'une valeur de 56,5 millions de dollars, pour « la protection des systèmes d'information et de données contre le vol et les dommages à l'information qu'ils contiennent ». Un deuxième contrat de 367,25 millions de dollars vise le « soutien en génie et intégration » pour « l'intégration du système de C4ISR terrestres ». Le troisième, d'une valeur de 197,75 millions, vise le « soutien du logiciel de transition », pour le « soutien logiciel servant à intégrer différents points de données, tels que les relevés GPS », et ce, « en un seul système qui favorisera la prise de décisions ». Selon le palier fédéral, l'Armée a « besoin des plus récentes technologies pour mieux comprendre son environnement d'opérations et détecter les menaces », le système tactique intégré C4ISR permet aux troupes « de rester en contact les unes avec les autres », ainsi qu'avec des alliés et leur quartier général, et les contrats vont permettre de développer des capacités dans le domaine de la « cyberrésilience ». https://www.directioninformatique.com/trois-contrats-militaires-federaux-pour-general-dynamics-mission-systems/65486

  • What do Cyber Command’s acquisition requests reveal?

    January 31, 2019 | International, C4ISR

    What do Cyber Command’s acquisition requests reveal?

    By: Mark Pomerleau U.S. Cyber Command is looking to beef up its main acquisition and capabilities development arm with contractor support. In a Jan. 25 request for information released on the FedBizOpps website, Cyber Command's J9, or advanced concepts and technology directorate, is seeking feedback on a statement of work to provide front office support. The feedback will help craft the eventual requirements. Previously, the J9 was known as the Capabilities Development Group. The CDG had a three-pronged mission: planning and synchronizing capability development for the joint cyber force; developing capabilities in order to reduce risk or meet urgent operational needs; and maintaining the command's technical baseline. It was established in 2016 to coordinate, integrate and prioritize cyber tool development and delivery efforts across the services given the joint nature of cyberspace and the need to enable greater synergy across the joint cyber mission force. CDG was recently redesignated as the J9. This was done to clarify its goals and mission and to better align with Joint Staff and other unified combatant commands — all of which have J9s — a Cyber Command spokesman told Fifth Domain. Cyber Command, stood up in 2009, itself was elevated to a full unified combatant command in May 2018. As the command is looking to scale up its operations and its capabilities, it is going to need a more robust staff. Experts have noted that the CDG, now J9, has been very stressed over the past few years with a limited staff and burdened by developing tools for current operational needs — namely the fight against ISIS, called Joint Task Force-Ares. Cyber Command's top acquisition official, Stephen Schanberger, said as recently as September 2018 that the command is in its infancy from an acquisition perspective, adding that the command at the time had one contracting officer, one specialist and a couple of contractors aside from himself in the contracting shop. He did say he expected those numbers to double in the next three months at the time. Congress granted Cyber Command limited acquisition authority in 2016 following the model of Special Operations Command. It capped acquisition funds at $75 million, sunsetting in 2021. The thinking at the time, according to congressional staff, was to take a crawl, walk, run approach and see if the command could demonstrate it could properly exercises its limited authority. Schanberger said they want the command to show Congress it can use the authority in the way it's supposed to and start to stand up the backbone of a contracting organization. This includes being able to put together solicitation packages, plan contracting strategy for years ahead and be able to effectively implement and put out proposals and award them without making a mess. Schanberger added in September that the command wants a ceiling of $250 million and a sunset of 2025. In the recent request for information, Cyber Command is seeking a full range of program support, policy support and advisory and assistance services to support the needs of the J9 executive front office, which will assist in long-range planning, development of strategic communications, review of policies and procedures, recommending documentation and policy updates, consulting and reporting. A few of the specific tasks the document asks contractors to perform include: J9 strategy and policy — Contractors should help with interagency coordination, drafting policy, doctrine and concepts, provide long term planning strategy to support the growth and evolution of the command to include manpower, workforce structure, fiscal and acquisition expertise. Strategic coordination support — Contractors should work to communicate key command messages, supporting development topics to build awareness of overall cyber goals and objectives and managing logistics for events. Legislative preparation. https://www.fifthdomain.com/dod/cybercom/2019/01/30/what-do-cyber-commands-acquisition-requests-reveal

  • For DoD cyber, 2019 is the year of doing

    January 31, 2019 | International, C4ISR

    For DoD cyber, 2019 is the year of doing

    By: Mark Pomerleau Following a year of cyberspace strategizing, 2019 will be all about implementing rules and tools, according to the Department of Defense's top uniformed cyber policy adviser. Appearing Jan. 29 before the Senate Armed Services Subcommittee on Cybersecurity, Brig. Gen. Dennis Crall said the department knows where it needs to head following last year's DoD cyber strategy (the first in three years) and now is the time to show results. “This is the year of outcomes and that's what we're focused on — delivering the capabilities and improvements that we've discussed for some time,” he told the committee, adding that the strategy process allowed them to take a look at some departmental gaps and get after them. The strategy actually has actionable lines of effort and there are things they can do to measure progress, he said. The document lays out five objectives and five areas of interest under its strategic approach. The five objectives include: Ensuring the joint force can achieve its missions in a contested cyberspace environment; Strengthening the joint force by conducting cyberspace operations that enhance U.S. military advantages; Defending U.S. critical infrastructure from malicious cyber activity that alone, or as part of a campaign, could cause a significant cyber incident; Securing DoD information and systems against malicious cyber activity, including DoD information on non-DoD-owned networks; and Expanding DoD cyber cooperation with interagency, industry, and international partners. The five areas of interest under the guise of its strategic approach include building a more lethal joint force; competing and deterring in cyberspace; strengthening alliances and attracting new partners; reforming the department; and cultivating talent. The strategy also notes DoD must take action in cyberspace during day-to-day competition to preserve U.S. military advantages and defend U.S. interests. The focus will be on nation states that can pose strategic threats to the United States, namely China and Russia. “We will conduct cyberspace operations to collect intelligence and prepare military cyber capabilities to be used in the event of crisis or conflict,” the document says. Dana Deasy, the department's chief information officer, told the same committee that the threat from Russia and China is so acute he is briefed weekly from U.S. Cyber Command and the National Security Agency on them. This allows him to understand their offensive and defensive posture relative to the DoD. “Suffice to say that these are very strong, capable adversaries, but at the same time we have some strong, capable abilities ourselves,” he said. Cyber Command has now assembled a full force of cyberwarriors and received limited acquisition authority to start equipping them. However, there is much more work to be done. In fact, aside from individual tools, the force is still in need of a training range where cyberwarriors can do individual and collective training, as well as mission rehearsal, similar to rifle ranges or national training centers in the physical world. The Persistent Cyber Training Environment, being run by the Army for the joint force, will get after this; however, it is still in the prototype phase with a limited capability delivered to users. Additionally, the force needs a large-scale command-and-control platform that will house tools, provide commanders global situational awareness of forces and enable forces to plug into operations from remote locations. This is the goal of Unified Platform, which is also still in the prototype phase, though officials have said a limited product could be delivered as early as the spring. https://www.fifthdomain.com/dod/2019/01/30/for-dod-cyber-2019-is-the-year-of-doing

  • Contract Awards by US Department of Defense - January 30, 2019

    January 31, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 30, 2019

    NAVY Lockheed Martin Space, Sunnyvale, California, is awarded $559,622,074 for cost-plus-incentive-fee, fixed-price-incentive, cost-plus-fixed-fee modification P00004 to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. Work will be performed in Magna, Utah (29.47 percent); Sunnyvale, California (16.75 percent); Cape Canaveral, Florida (14.07 percent); Pittsfield, Massachusetts (6.00 percent); Denver, Colorado (5.56 percent); Camden, Arizona (3.96 percent); Titusville, Florida (3.87 percent); Kingsport, Tennessee (3.87 percent); Kings Bay, Georgia (3.15 percent); El Segundo, California (2.87 percent); Lancaster, Pennsylvania (2.00 percent); Clearwater, Florida (1.11 percent); Inglewood, California (1.08 percent); and other various locations less than one percent (6.24 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $412,117,013; fiscal 2019 other procurement (Navy) funds in the amount of $9,717,587; and United Kingdom funds in the amount of $137,787,474 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. Northrop Grumman Systems Corp., San Diego, California, is awarded $55,062,919 for modification P00011 to a previously awarded fixed-price-incentive-firm contract (N00019-16-C-0055). This modification provides for the procurement of five Fire Scout MQ-8C unmanned air systems and two lightweight fuel cells. Work will be performed in San Diego, California (33 percent); Ozark, Alabama (27 percent); Fort Worth, Texas (18 percent); Moss Point, Mississippi (16 percent); and various locations within the continental U.S. (6 percent), and is expected to be completed in August 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $55,062,919 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. DynCorp International LLC, Fort Worth, Texas, is awarded $43,856,375 for modification P00017 to a previously awarded firm-fixed-price, cost-reimbursement indefinite-delivery/indefinite-quantity contract (N00019-15-D-0001). This modification exercises an option for organization, selected intermedia, limited depot level maintenance, and logistics services in support of the Naval Aviation Warfighting Development Center's (NAWDC) F/A-18A/B/D/D/E/F, EA-18G, MH-60S, F-16A/B, and E-2C aircraft. Work will be performed at NAWDC, Fallon, Nevada, and is expected to be completed in January 2020. No funds are being obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. B.L. Harbert International, Birmingham, Alabama, is awarded a $41,832,719 firm-fixed construction contract for a hangar located at the Naval Air Station Patuxent River, Maryland. The project will construct an 80,000 square foot hangar and associated facility to support research, development, testing, and evaluation of unmanned carrier-launched aerial surveillance systems to be located at the air station. The contract also contains five unexercised option, which if exercised would increase cumulative contract value to $44,374,719. Work will be performed in Patuxent River, Maryland, and is expected to be completed 607 days after award. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,832,719 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 three proposals received. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-19-C-2015). RQ Construction Inc., Carlsbad, California, is awarded a $41,429,522 firm-fixed-price contract for the design and construction of a maintenance hangar in support of the EA-18 Growler aircraft at Naval Air Station Whidbey Island, Washington. The facility will provide high-bay space for aircraft maintenance, maintenance shops, and open bay warehouse space for aircraft equipment and administrative spaces. Work will be performed in Oak Harbor, Washington, and is expected to be completed by July 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,429,522 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 nine proposals received. Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-19-C-0003). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $36,655,871 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite quantity contract for Identity Dominance System (IDS) technology refresh for the Department of Defense. The IDS technology refresh effort is a refresh of the entire current configuration. The primary focus of this contract is the acquisition of a hand-held biometric hardware device for the IDS program to replace the current integrated base unit. Work will be performed in McLean, Virginia, and is expected to be completed by January 2024. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $1,522,548 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was solicited on a full and open competition basis via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-19-D-4000). Raytheon Co. Missile Systems, Tucson, Arizona, is being awarded $32,958,080 for modification P00002 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00019-18-C-0088). This modification provides for engineering and manufacturing development of the Miniature Air Launched Decoy – Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in July 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $16,197,594 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. L3 Aviation Products Inc., Alpharetta, Georgia, is awarded a $16,138,920 firm-fixed-price indefinite-delivery/indefinite-quantity contract to procure a maximum quantity of 840 technically refreshed multi-function displays for retrofits and spares in support of the AH-1Z and UH-1Y aircraft. Work will be performed in Alpharetta, Georgia, and is expected to be completed in September 2022. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0009). The Boeing Co., St. Louis, Missouri, was awarded $15,991,141 for modification P00001 to delivery order N0001918F1652 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option for the procurement of 79 Harpoon Block II Plus Tactical Missile upgrade kits for the Navy. Work will be performed in St. Charles, Missouri (69.5 percent); Galena, Kansas (10.5 percent); Minneapolis, Minnesota (6.6 percent); St. Louis, Missouri (6.5 percent); Lititz, Pennsylvania (2.2 percent); O'Fallon, Missouri (1.1 percent); Cedar Rapids, Iowa (.6 percent), and various locations within the continental U.S. (3 percent). Work is expected to be completed in March 2022. Fiscal 2019 weapons procurement (Navy) funds in the amount of $15,991,141 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. Vertical Protective Apparel LLC,* Shrewsbury, New Jersey, is awarded $14,539,807 for firm-fixed-price delivery order M67854-19-F-1541 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-18-D-1309) for the production and integration of 56,710 Plate Carrier Generation III complete systems and 61,729 components and spares. Work will be performed in Guanica, Puerto Rico, and is expected to be complete by Jan. 29, 2021. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $14,539,807 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a Total Small Business Set Aside via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Central Lake Armor Express Inc.,* Central Lake, Michigan, is awarded $10,432,525 for firm-fixed-price delivery order M67854-19-F-1542 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-19-D-1509) for the production of 1,322,654 Plate Carrier Generation III soft armor inserts and data reports. Work will be performed in Central Lake, Michigan, and is expected to be complete by Oct. 24, 2023. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $10,432,525 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a total small business set aside via the Federal Business Opportunities website, with 13 offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Sealift Inc. of Delaware, Oyster Bay, New York, is awarded $9,106,750 under previously awarded contract N3220518C3352 to exercise an option for a vessel for transportation of dry cargo worldwide. The U.S. flagged vessel MV Black Eagle is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo), and for military readiness, in accordance with the terms of this charter. Work will be performed worldwide and is expected to be completed January 2020. Working capital funds in the amount of $9,106,750 will be obligated at the time of award and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Nordam Group Inc., Tulsa, Oklahoma, is awarded a $7,902,620 firm-fixed-priced contract for first article testing in support of the Super Hornet F/A-18 E-G 11 flight control surfaces. This is a one-year contract with no option periods. Work will be performed in Tulsa, Oklahoma, and work is expected to be completed by January 2020. Working capital (Navy) funds in the full amount of $7,902,620 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(2), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (N00383-19-C-C003) Barnhart-Reese Construction Inc.,* San Diego, California, is awarded $7,127,423 for firm-fixed-price task order N6247319F4263 under a previously awarded multiple award construction contract (N62473-17-D-4629), for the renovation of historic Building 158 and demolition of Building 58 at Naval Base Point Loma, California. The work to be performed provides for the renovation of Building 158 into a two-story space with a basement, suitable for administration and training. Project includes demolition to cut openings for completion of a seismic retrofit, and installation of an elevator and ramp to bring the building into American Disabilities Act compliance; constructing walls throughout all three floors to enclose offices, interview rooms, an evidence room, men and women locker rooms, storage areas, and classrooms. The project also installs a new generator, new heat ventilation air conditioning, and repairs the existing pavement around the facility. Building 58 located at the Harbor Drive Annex will be demolished. The task order also contains two unexercised options and two planned modifications, which if exercised would increase the cumulative contract value to $8,188,231. Work will be performed in San Diego, California, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $7,127,423 are obligated on this award and will expire at the end of the current year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. AIR FORCE Sallyport Global Holdings, Reston, Virginia, has been awarded a not-to-exceed $375,000,000 cost-plus-fixed-fee undefinitized contract action to provide base operations support, base life support, and security services in the support of the Iraq F-16 program. Work will be performed on Balad Air Base, Iraq, and is expected to be completed by Jan. 30, 2020. This contract was the result of a sole-source acquisition and involves foreign military sales to Iraq. Foreign military financing loan repayable funds in the amount of $183,750,000 are being obligated at the time of the award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8630-19-C-5004). JC Builders JV,* Alamogordo, New Mexico (FA4801-19-D-A003); Mirador Enterprises LLC,* El Paso, Texas (FA4801-19-D-A006); Native American Services Corp.,* Alamogordo, New Mexico (FA4801-19-D-A004); Mesa Verde Enterprises,* Alamogordo, New Mexico (FA4801-19-D-A007); LC Structural Inc.,* Las Cruces, New Mexico (FA4801-19-D-A001); Veliz Construction,* El Paso, Texas (FA4801-19-D-A005); E-Corp,* Layton, Utah (FA4801-19-D-A008); and R-CON Construction Inc.,* Las Cruces, New Mexico (FA4801-19-D-A009), have been awarded a five-year aggregate ceiling $90,000,000 indefinite-delivery/indefinite-quantity contract to provide a broad range of maintenance, repair and construction work at Holloman Air Force Base, New Mexico. Task orders will use a variety of trades such as road repair, roofing, excavation, electrical, mechanical, plumbing, sheet metal, painting, demolition, concrete, masonry and welding. Work is scheduled to commence March 1, 2019, and is expected to be completed by Dec. 31, 2023. No funds will be obligated at time of award but will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals as a 100 percent Small Business Set-Aside, with 20 offers received. The 49th Contracting Squadron, Holloman AFB, New Mexico, is the contracting activity. Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $39,957,226 contract modification (P00013) to contract FA8525‐16‐D‐0003 for C‐5 contractor logistics support services. The contract involves supply chain management, repair and technical support services. Work will be performed in Marietta, Georgia; and Greenville, South Carolina, and is expected to be completed by Jan. 31, 2021. This award is a result of a sole-source acquisition and only one off was received. Fiscal 2019 through fiscal 2021 Material Support Division, and operations and maintenance funds in the amount of $14,993,394 are being obligated at the time of award. Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Goodrich Corp., Brea, California, has been awarded an estimated $27,095,145 requirements contract for the repair/overhaul of the internal rescue hoist on UH-1N and aircraft mounted winch on HH-60 helicopters. This contract provides for the contractor to repair and perform program depot-level maintenance and unscheduled program depot-level maintenance in support of the UH-1N and HH-60 helicopters. Work will be performed in Brea, California, and is expected to be completed by Jan. 29, 2024. This award is the result of a sole-source acquisition. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-19-D-0001). BAE Systems Information and Electronic Systems Integration, Wayne, New Jersey, has been awarded a $12,157,767 cost-plus-fixed-fee contract for dynamic networking adaptation for Mission Optimization Extensible Network Architecture software/hardware. This effort develops and implements candidate system designs to interconnect applications and information across multiple legacy and future networks throughout dynamic missions. Work will be performed in Wayne, New Jersey, is expected to be completed by July 30, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 research, development, test and evaluation (RDT&E) funds in the amount of $2,435,845; and fiscal 2019 RDT&E funds in the amount of $7,394,039 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0012). ARMY Dell Marketing LP, Round Rock, Texas, was awarded a $78,141,800 firm-fixed-price contract for VMware software license maintenance. One bid was solicited with one bid received. Work will be performed in Round Rock, Texas, with an estimated completion date of Jan. 27, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $63,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0199). DRS Network and Imaging Systems LLC, Melbourne, Florida, was awarded a $67,300,000 fixed-price-redetermination contract to procure horizontal technology integration second generation forward looking infrared BKit components and engineering services. Two bids were solicited with two bids received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0004). Med-Eng LLC, Ogdensburg, New York, was awarded a $47,203,546 firmed-fixed-price contract for Generation II advanced bomb suit systems. 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 Jan. 30, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0007). Kforce Government Solutions Inc., Fairfax, Virginia, was awarded a $28,000,000 firm-fixed-price contract to procure traumatic amputation task trainers. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0005). Donald L. Mooney Enterprises LLC, San Antonio, Texas, was awarded an $11,954,435 firm-fixed-price contract for licensed vocational nurses and certified nurse assistants services. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0010). Georgia Vocational Rehabilitation Agency, Tucker, Georgia, was awarded an $8,325,934 firm-fixed-price contract for food services. One bid was solicited with one bid received. Work will be performed in Tucker, Georgia, with an estimated completion date of July 31, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,325,934 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Gordon, Georgia, is the contracting activity (W911S0-19-C-0003). Emergent LLC, Virginia Beach, Virginia, was awarded a $7,616,333 firm-fixed-price contract for Oracle PeopleSoft software license renewals. Bids were solicited via the internet with two received. Work will be performed in Crystal City, Virginia; and San Diego, California, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Navy; and operations and maintenance, Army funds in the amount of $7,616,333 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-F-0274). DEFENSE LOGISTICS AGENCY American Water Operations and Maintenance LLC, Voorhees, New Jersey, has been awarded a $26,589,346 modification (P00143) to a 50-year contract (SP0600-08-C-8257), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana. DEFENSE INFORMATION SYSTEMS AGENCY ARTEL LLC, Herndon, Virginia, was awarded a contract modification (P00013) to exercise Option Period Three on task order GS-35F-5151H / HC101316F0022, for commercial satellite communications service. The face value of this action is $23,328,000 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $93,159,500. Performance directly supports the Air Force's Central Command area of responsibility for intelligence, surveillance and reconnaissance platforms. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 29 offerors solicited. The period of performance for Option Period Three is Feb. 10, 2019, through Feb. 9, 2020, and there is one remaining unexercised option period for this task order. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity. * Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1744377/source/GovDelivery/

  • Denmark ups defense budget

    January 31, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Denmark ups defense budget

    By: Aaron Mehta WASHINGTON — In a move outside of its normal budgeting cycle directly aimed at the question of burden-sharing with allies, Denmark has agreed to increase its long-term defense spending. A coalition of parties in the Danish parliament have agreed to tack on 1.5 billion kroner (U.S. $229.7 million) to the agreed-upon defense budget for 2023, which would put defense spending at 1.5 percent of gross domestic product for that year. “It is on a good and well thought through basis that the parties to the defense agreement have now decided to further strengthen Danish defense, so that we will spend 1.5% of GDP in 2023,” Danish Defence Minister Claus Hjort Frederiksen said in a statement. “Danish status and reputation in NATO is of common concern and I would like to thank all parties for shouldering the responsibility.” The amendment comes less than one year after a coalition of parties agreed to a five-year defense spending agreement that planned for a 20 percent growth in military spending, from $3.8 billion in 2018 to $4.6 billion in 2023. It also comes just months before elections are set for Denmark, essentially removing the question of increased defense spending from the campaign. Just where that money will go is undecided at the moment. Denmark was already focused on standing up a light infantry battalion for national and international use; increasing anti-aircraft capabilities; buying the F-35 Joint Strike Fighter; and the creation of a special cyberwarfare unit. It is possible those capabilities could receive a funding boost. One thing is clear: The move is directly the result of a desire to support NATO amid calls from the Trump administration over fairer burden-sharing. In a statement, the political coalition notes “the Alliance has in the recent year taken important steps to further strengthen NATO's readiness and deterrence posture. The situation increases requirements to the Alliance and has reinforced the debate on fair burden sharing and Allies ability and will to defend themselves and each other. In light of this development Allies have taken new decisions to allocate additional resources to the armed forces towards 2024.” In addition to the spending increase, Denmark is changing how it reports its spending to NATO in order to “make sure the Danish defence efforts are duly reflected in the reporting to NATO.” Those changes will up Denmark's reported NATO support to 3 billion kroner annually from 2023 onward. Whether the increase will be enough to placate U.S. President Donald Trump remains to be seen. Trump has consistently called for European allies to spend more on defense, with a focus on hitting the target of spending 2 percent of GDP on defense, set at the 2014 Wales Summit. https://www.defensenews.com/global/europe/2019/01/30/denmark-ups-defense-budget/

  • Government of Canada announces information technology investment for Canada's military

    January 30, 2019 | Local, C4ISR

    Government of Canada announces information technology investment for Canada's military

    Three contracts to enhance the Canadian Armed Forces' integrated IT systems OTTAWA, Jan. 30, 2019 /CNW/ - The Government of Canada is providing its women and men in uniform with the equipment they need to do their jobs and protect Canadians, while maximizing economic benefits to Canadians. Public Services and Procurement Canada, on behalf of National Defence, has awarded three contracts, with a combined value of $621.5 million, to General Dynamics Mission Systems–Canada. The contracts will provide support over five years for the Land Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (LC4ISR) system. The Canadian Army depends on these communications and information systems to inform and direct land operations. This includes: Cyber Security Engineering Support: contract valued at up to $56.5 million to support the protection of data information systems from theft and damage to the information they contain Engineering and Integration Support: contract valued at up to $367.25 million to fully integrate the LC4ISR system Transition Software Support: contract valued at up to $197.75 million to provide software support that helps integrate various data points, such as GPS-based position reporting, into a single system to allow for timely and informed decision-making The three contracts combined will help sustain approximately 494 highly skilled jobs in Ottawa, Ontario, and Calgary, Alberta. Quotes "These contracts are yet another example of how our government is building a more agile, better-equipped military, while providing meaningful economic opportunities for Canadian businesses. The Canadian Armed Forces carry out important missions on behalf of all Canadians and require the latest technologies to better understand their operating environment and to detect incoming threats." The Honourable Carla Qualtrough Minister of Public Services and Procurement and Accessibility "Through our defence policy, Strong, Secure, Engaged, we are ensuring that our women and men in uniform are well equipped to do the important work we ask of them. The LC4ISR system is a foundational component by which Canadian Army troops stay in touch with each other, our allies and headquarters. These contracts are about ensuring the Canadian Army has what it needs to successfully carry out operations both now and into the future." The Honourable Harjit S. Sajjan Minister of National Defence "These defence contracts will bring highly skilled jobs and foster economic benefits to Canadians while supporting the operations of the Canadian Army. These investments exemplify our commitment to deliver on the vital goals set out in Strong, Secure, Engaged." Chandra Arya Member of Parliament for Nepean "Our government is ensuring that Canadians have the support they need to access highly skilled jobs and to benefit from a prosperous economy. These contracts will enhance equipment for the Canadian Armed Forces, increase skills development and grow Key Industrial Capabilities in cyber resilience." The Honourable Navdeep Bains Minister of Innovation, Science and Economic Development Quick facts The Canadian Army's LC4ISR capability is a highly integrated tactical system comprised of interconnected networks of digital communications and information systems that primarily support the Land Forces in operations. These contracts were awarded through fair, open and transparent procurement processes. The Industrial and Technological Benefits Policy applies to these projects, creating jobs and supporting key industrial capabilities in Canada. Related products National Defence's Defence Capabilities Blueprint website Tender notice – LC4ISR – Cyber Security Engineering Support Tender notice – LC4ISR – Engineering and Integration Support Tender notice – LC4ISR – Transition Software Support Defence Procurement Strategy Investing in the Canadian Armed Forces Follow us on Twitter Follow us on Facebook SOURCE Public Services and Procurement Canada https://www.newswire.ca/news-releases/government-of-canada-announces-information-technology-investment-for-canada-s-military-816325030.html

  • How the intel community could use machines and AI

    January 30, 2019 | International, C4ISR

    How the intel community could use machines and AI

    By: Mark Pomerleau The intelligence community has unveiled its multi-pronged plan to compete in the increasingly digital and data-centric world. The strategy, titled “Augmenting Intelligence using Machines (AIM)” and released Jan. 16, outlines how the intelligence community will adjust its investments, personnel and practices to better incorporate associated technologies “To meet its vision of ensuring intelligence advantage, the IC must adapt to the rapid global technological democratization in sensing, communications, computing, and machine analysis of data,” Sue Gordon, principal deputy director of national intelligence, said in the document. “These trends threaten to erode what were previously unique [IC] capabilities and advantages; going forward, we must improve our ability to analyze and draw conclusions from IC-wide data collections at scale.” During remarks at an August 2018 conference, Gordon said she wants the strategy to help focus on what the IC is trying to achieve rather than the technologies that they use.She described the need for getting machines as partners to help derive intelligence as one of the two most existential threats facing the community. The strategy lists four primary investment objectives ranked chronologically. They include: - Immediate and ongoing needs: Creating digital foundations, data and science and technical intelligence. - Short-term needs: Adopting commercial and open source narrow AI solutions, which are AI solutions that are designed with very specific tasks and functions. - Medium-term needs: Make investments in the gaps such as AI assurance and multimodal AI. - Long-term needs: Make investments in basic research focused on sense-making. The strategy notes that the “IC must be willing to rethink or abandon processes and mechanisms designed for an earlier era, establish disciplined engineering and operations practices, and maintain an absolute focus on assuring advantage in an intensely competitive global adversarial environment.” However, it also warns that artificial intelligence and associated technologies are not a panacea or a substitute for creating a digital foundation. Instead, the intelligence community must understand how AI algorithms may succeed and fail. The strategy also aims to bring together disparate efforts in artificial intelligence, process automation, and IC officer augmentation as a way to match investments in AI and data from other countries. One example includes the use of such technologies to create forgeries of audio and video, often referred to as deepfakes, which could lead to difficulties in deciphering fact from fiction. Gordon said in August that the National Geospatial-Intelligence Agency is using AI to automate image processing and the National Reconnaissance Office is using artificial intelligence tools to automate analysis of streaming multi-intelligence data for detecting activity and automating tasks of scarce and expensive collection resources. The strategy also focuses on the workforce. It notes that it is much more than technology and implementing the strategy will entail addressing workforce challenges and understanding and shaping the policies and authorities governing how the IC deploys and uses AI. https://www.c4isrnet.com/c2-comms/2019/01/28/how-the-intel-community-could-use-machines-and-ai

Shared by members

  • Share a news article with the community

    It’s very easy, simply copy/paste the link in the textbox below.

Subscribe to our newsletter

to not miss any news from the industry

You can customize your subscriptions in the confirmation email.