Filter Results:

All sectors

All categories

    4141 news articles

    You can refine the results using the filters above.

  • Army makes strides toward network modernization with much anticipated radio award

    September 24, 2018 | International, Land, C4ISR

    Army makes strides toward network modernization with much anticipated radio award

    By: Mark Pomerleau The Army has awarded Harris Corp. and Thales Defense a much anticipated radio contract that leaders say is critical for mission command on contested battlefields in the future. The two-channel leader software-defined radio will allow commanders on the ground to switch frequencies if one is being jammed by adversaries. The Army said it plans to exercise a delivery order for 1,540 Leader Radio sets and 338 vehicular mounting kits. The value of the order was not immediately clear. “This is an important step in providing critical tactical communications capabilities that are interoperable and effective in a contested electronic warfare environment,” Col. Garth Winterle, project manager for tactical radios, said in a Sept. 21 Army release. Army leaders have described the radios as critical to the Army's overall network modernization strategy. The contract allows for annual orders and for the easy integration of new capabilities. “The award of the two-channel Leader radio contract is an important milestone in the modernization of the Army's tactical network and Harris is honored to be part of it,” Dana Mehnert, President, Harris Communication Systems, said. Maj. Gen. David Bassett, the program executive officer for Command, Control, Communications-Tactical, told reporters in March that these types of radios have shown themselves to be able to run a wide range of waveforms. This has proven to be a critical feature as the Army considers more advanced, harder-to-jam waveforms for the future. This could be especially important in electronic warfare as adversaries make strides in their jamming and sensing abilities within the electromagnetic spectrum. The two-channel Leader radio will also be a key component of what the Army is calling the integrated tactical network, which focuses on a simplified, independent, mobile network solution at the battalion level. That solution is intended to provide network availability down to the small unit dismounted leader for better mission command, situational awareness and air-to-ground integration. https://www.c4isrnet.com/c2-comms/2018/09/21/army-makes-strides-toward-network-modernization-with-much-anticipated-radio-award

  • Here’s how Air Mobility Command will improve aircraft survivability

    September 24, 2018 | International, Aerospace, C4ISR

    Here’s how Air Mobility Command will improve aircraft survivability

    By: Charlsy Panzino In a great power conflict, mobility aircraft will be essential to deliver fuel and supplies to the warfighters. But increasing concern over anti-access/area denial threats from potential foes, and the fact that big bodied mobility aircraft present inviting, in fact, critical targets has the attention and concern of Air Force leadership. The new head of Air Mobility Command is focusing on four key areas to improve the survivability of mobility aircraft and gain persistence over the battlefield. Gen. Maryanne Miller, who took the controls Sept. 7 when Gen. Carlton Everhart retired, told reporters at the Air Force Association's annual Air, Space and Cyber Conference that the Illinois-based command is looking at four categories of survivability improvements: Situational awareness of the battlefield New countermeasures to operate in a combat environment Self-defense systems Disciplined signature management “Looking at each one of these categories will help advance the survivability for our platforms in the threat environment,” Miller said Tuesday. Miller is carrying forward work that was done under her predecessor. Early this year, AMC completed an assessment about how to improve the survivability of aircraft in contested environments. The “High Value Airborne Asset” study recommended improvements to communications, situational awareness and self-protection systems. There are many different technologies to consider and develop for self-protection. including light armor, signature management tech and high-energy lasers. Former AMC commander Gen. Carlton Everhart often talked about his desire to put lasers on mobility aircraft, beginning with the KC-135, and the command has also been working to improve secure communications, notably on the C-17. The service needs integrated situational awareness capabilities that provide all aspects of pertinent battlefield information. New sensors will help the command better understand everything that's happening within the battlefield. As Air Mobility Command looks at how best to build that situational awareness, it could mean building sensors onto the aircraft or new air frames to meet those requirements. “Given the threat environment, it's probably a little bit of both,” Miller said. With signature management, or detection avoidance, Miller said AMC is looking at new air frames that will have common cockpits, advanced propulsion systems, payload, offload, range, speed and fuel efficiency. Miller said the command is figuring out if modifications can be made on current air frames or if new ones need to be built. “We're really trying to take advantage of signature management properties associated with each air frame itself,” she said. Meanwhile, U.S. Transportation Command and the Cost Assessment and Program Evaluation organization within the Office of the Secretary of Defense have been assessing the number of tanker aircraft, airlift aircraft and sealift ships needed to meet future combatant commander requirements. The study, known as the Mobility Capabilities and Requirements Study, is expected to be completed this fall. “America's air refueling fleet is the most stressed of our air mobility forces," Gen. Darren McDew, commander of USTRANSCOM, told the House Armed Services Committee earlier this year. “The combination of an aging fleet, increasing demand, and global tanker distribution puts a significant strain on this scarce national resource.” “Our ability to deploy decisive force is foundational to the National Defense Strategy. The size and lethality of the force is of little consequence if we can't get it where it needs to go when we want it there,” said McDew. The rate of change in technology requires quick innovation to overcome threats, Miller said. The force needs aircraft that are “able to survive, integrate and operate in DoD forces in current and future threat environments.” Miller said the key is understanding the threats of the future and modifying or building a plane that allows the Air Force to operate through that threat environment. https://www.airforcetimes.com/news/your-air-force/2018/09/22/heres-how-air-mobility-command-will-improve-aircraft-survivability

  • Contract Awards by US Department of Defense - September 21, 2018

    September 24, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 21, 2018

    Contracts for Sept. 21, 2018 CONTRACTS DEFENSE LOGISTICS AGENCY Harris Corp., Clifton, New Jersey, has been awarded a maximum $255,421,604 fixed-price, requirements contract for B-52 and C-130 Special Operation Forces aircraft parts. This is a seven-year contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is New Jersey with a May 24, 2026, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-18-D-0014). Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $48,365,907 firm-fixed-price delivery order (SPRPA1-18-F-LS9Q) against basic ordering agreement SPRPA1-15-G-001Y for V-22 PRGB right hand aircraft assembly parts. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. Location of performance is Texas, with an April 21, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2024 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $48,365,907 firm-fixed-price delivery order (SPRPA1-18-F-LS9R) against basic ordering agreement SPRPA1-15-G-001Y for V-22 PRGB left hand aircraft assembly parts. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. Location of performance is Texas, with an April 21, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2024 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Interstate Storage and Pipeline Co., Nashua, New Hampshire, has been awarded a maximum $42,888,271 firm-fixed-price contract for contractor-owned, contractor-operated storage and handling facilities. This is a four-year base contract with one five-year option period and an option to extend, not to exceed six months. Locations of performance are New Hampshire and New Jersey, with a Sept. 30, 2022, performance completion date. Using customers are Army, Air Force, Navy, Coast Guard and other federal government agencies. Type of appropriation is fiscal 2018 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-18-C-5026). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $35,262,656 firm-fixed-price, requirements contract for High Mobility Multipurpose Wheeled Vehicle parts. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Locations of performance are Wisconsin and New Jersey, with a Sept. 6, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-D-0138). Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $18,439,388 firm-fixed-price, requirements contract in support of the V-22 aircraft platform hub assembly. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. This is a seven-year contract with no option periods. Location of performance is Texas, with an April 30, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2026 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-F-LS9S). Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $13,655,072 firm-fixed-price, requirements contract in support of the V-22 aircraft platform hub assembly. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. This is a seven-year contract with no option periods. Location of performance is Texas, with an Oct. 31, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-F-LS9T). Gentex Corp., Simpson, Pennsylvania, has been awarded a maximum $12,719,425 modification (P00011) exercising the fourth one-year option period of a one-year base contract (SPM1C1-14-D-1078) with four one-year option periods for the aircrew integrated helmet system, HGU-56/P and components. This is a firm-fixed-price, requirements contract. Location of performance is Pennsylvania, with a Sept. 25, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Bluewater Defense Inc., Corazol, Puerto Rico, has been awarded a maximum $12,315,000 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-1030) with four one-year option periods for Army Combat Uniform coats and trousers. The modification brings the maximum dollar value of the contract to $24,564,000 from $12,249,000. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Sept. 23, 2019, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Labatt Food Service, San Antonio, Texas, has been awarded a maximum $9,954,437 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) as stated in the Federal Acquisition Regulation 6.302-1. This is a 238-day contract with no option periods. Locations of performance are Texas and New Mexico, with a May 18, 2019, performance completion date. Using customers are Army, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-18-D-3202). Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $9,550,512.00 firm-fixed-price contract for control-display units. 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 one-time buy contract. Location of performance is Iowa, with an Oct. 30, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-C-0061). (Awarded Sept. 20, 2018) Constellation NewEnergy Inc., Baltimore, Maryland, has been awarded a maximum $8,219,513 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with five offers received. This is a two-year contract with no option periods. Locations of performance are Maryland and New York, with a Dec. 31, 2020, performance completion date. Using customers are Customs and Border Protection, Department of Labor, and Department of Energy. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE60418D8012). AIR FORCE JT4 LLC, Las Vegas, Nevada, has been awarded a $222,100,000 cost-plus-award-fee modification (P00004) to contract FA8240-18-C-7218 for technical engineering services. This modification provides for updated technical performance requirements and exercises the first available option for range engineering services to be performed at Edwards Air Force Base, California; Nevada Test and Training Range, Nellis AFB, Nevada; Utah Test and Training Range, Hill AFB, Utah; and the Naval Air Warfare Center Weapons Division Ranges at China Lake and Pt. Mugu, California. The work is expected to be completed by Sept. 30, 2019. Fiscal 2018 operations and maintenance funds; and working capital funds in the amount of $17,200,000 are being obligated at the time of award. The total cumulative face value of the contract is $289,100,000. Air Force Test Center, Hill AFB, Utah, is the contracting activity. Chugach Federal Solutions Inc., has been awarded a not-to-exceed $19,495,814 firm-fixed-price modification to contract FA500-13-C-00005 for Installation Support Services – Geographically Separated Locations. This contract modification provides operations and maintenance of installation infrastructure, utilities, services, and airfields capable of receiving emergency aircraft diverts within 30 minutes notice for Eareckson Air Station, Alaska; King Salmon Airport, Alaska; and Wake Island Airfield, Wake Island. Work will be performed at Eareckson Air Station, Alaska, and is expected to be completed Sept. 30, 2019. Fiscal 2018 operations and maintenance funds in the amount of $2,453,001 are being obligated at the time of award. The 766th Specialized Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity. Raytheon Co., Fort Wayne, Indiana, has been awarded a $14,071,825 cost-plus-fixed-fee contract for Phase II risk reduction for the Airborne Warning and Control System (AWACS). This contract provides for risk reduction activities related to early system-level integration; AWACS-specific modifications to the existing sensor electronics unit; AWACS-specific antenna solutions; and integration prototyping. Work will be performed in Fort Wayne, Indiana, and is expected to be completed by March 20, 2020. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $5,612,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-18-C-0065). L3 Technologies Inc., Arlington, Texas, has been awarded an $8,655,585 firm-fixed-price contract modification (P00193) to contract FA8621-09-C-6292 for the F-16 Mission Training Center (MTC). The contract modification is for incorporation of the F-16 MTC distributed mission operations mission package 18 standards update engineering change proposal. Work will be primarily performed in Arlington, Texas, and is expected to be completed by Nov. 29, 2019. Fiscal 2018 operations and maintenance funds in the amount of $8,655,585 are being obligated at the time of award. Total cumulative face value of the contract is $605,958,036. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. ARMY American Ordnance LLC, Middletown, Iowa, was awarded a $92,341,823 modification (P00017) to contract W15QKN-15-C-0044 for the acquisition of M918E1 40mm high velocity target practice cartridge. Work will be performed in Middletown, Iowa; Bonaparte, Iowa; Mountainside, New Jersey; Lynchburg, Virginia; O'Fallon, Missouri; Radford, Virginia; Coachella, California; and Louisville, Kentucky, with an estimated completion date of Nov. 30, 2020. Fiscal 2017 and 2018 other procurement, Army funds in the amount of $92,341,823 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. LOC Performance,* Plymouth, Michigan, was awarded a $58,838,967 modification (0002) to contract W56HZV-17-D-0078 for 345 each Bradley Engineering Change Proposal kits and installation. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 15, 2020. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. American Ordnance LLC, Middletown, Iowa, was awarded a $56,883,137 modification (0003 19) to foreign military sales (Austria and Lebanon) contract W52P1J-16-D-0050 for 155mm HE projectile M795 TNT. Work will be performed in Middleton, Iowa, with an estimated completion date of Dec. 31, 2021. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Ernst & Young LLP, Washington, District of Columbia, was awarded a $24,026,244 time-and-materials contract for commercial audit support services. Bids were solicited via the internet with two received. Work will be performed in Washington, District of Columbia, with an estimated completion date of Sept. 20, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $644,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-18-F-0238). SRCTEC LLC, Syracuse, New York, was awarded a $20,429,720 modification (P00002) to contract W56KGY-15-D-0022 for reliability, maintainability, and improvement kits to upgrade the Duke V3 system. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2019. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Creative Times Dayschool Inc., doing business as Creative Times,* Ogden, Utah, was awarded a $20,264,866 firm-fixed-price contract for construction of classrooms, conference rooms, training space, instructor offices, supply rooms, team rooms for training, administrative space, elevator, building information systems, and covered training area (General Instruction Building). Bids were solicited via the internet with six received. Work will be performed in Tucson, Arizona, with an estimated completion date of March 16, 2020. Fiscal 2018 military construction funds in the amount of $20,264,866 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-18-C-0036). Northrop Grumman Systems Corp., Boulder, Colorado, was awarded a $15,156,662 modification (P00069) to contract W9113M-12-C-0005 for operational systems. Work will be performed in Boulder, Colorado, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $15,156,662 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Mission 1st Group Inc.,* Arlington, Virginia, was awarded a $14,538,390 modification (P00020) to contract W52P1J-15-F-0039 for subject matter experts to assist with theater communications and networking infrastructure mission requirements, as well as perform critical functions such as project management and information assurance. Work will be performed in Kuwait, Afghanistan, and Jordan, with an estimated completion date of March 23, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $2,522,577 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. GP Strategies Corp., Columbia, Maryland, was awarded a $13,356,046 modification (0005) to contract W52P1J-15-D-0087 for life cycle logistics support and chemical demilitarization training facility operation and maintenance. Bids were solicited via the internet with one received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 23, 2020. Fiscal 2018 operations and maintenance Army; and research, development, test and evaluation funds in the combined amount of $13,356,046 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $12,190,571 modification (P00010) to contract W81XWH-17-F-0078 for services to support all aspects of the U.S. Army Medical Materiel Development Activity mission. Work will be performed in Fort Detrick, Maryland, with an estimated completion date of Sept. 25, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $12,190,571 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Sam Houston, Texas, is the contracting activity. (Awarded Sept. 13, 2018) Jjbrun JV LLC,* San Antonio, Texas, was awarded a $11,396,361 firm-fixed-price contract to design and construct an ambulatory care center, dental addition and alteration to existing clinic at Schriever Air Force Base, Colorado. Three bids were solicited with two bids received. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of May 14, 2021. Fiscal 2014 and 2018 military construction; and operations and maintenance Army funds in the combined amount of $11,396,361 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-F-0281). City of Aberdeen, Aberdeen, Maryland, was awarded a $10,469,784 modification (P00099) to contract DAAD05-99-C-0008 for water and wastewater utility capital improvements. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $4,720,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Tompco-Triton,* Seabeck, Washington, was awarded a $10,050,800 firm-fixed-price contract for repairs to bridges at Military Ocean Terminal Concord, California. Bids were solicited via the internet with one received. Work will be performed in Concord, California, with an estimated completion date of Oct. 1, 2019. Fiscal 2018 military construction funds in the amount of $10,050,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-C-0037). Goodloe Marine Inc.,* Wimauma, Florida, was awarded a $9,362,765 firm-fixed-price contract for Atlantic Intercostal Waterway maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Nov. 30, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $9,362,765 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-18-C-0011). L3 Technologies Inc., Salt Lake City, Utah, was awarded a $9,054,373 firm-fixed-price contract to procure RQ-7B Shadow spares. One bid was solicited with one bid received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of March 31, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $9,054,373 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0233). AeroVironment, Monrovia, California, was awarded an $8,868,341 firm-fixed-price foreign military sales (Estonia) contract for RQ-20B Puma AE II. One bid was solicited with one bid received. Work will be performed in Monrovia, California, with an estimated completion date of March 23, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $8,868,341 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0219). Power Engineering Construction Co., Alameda, California, was awarded a $7,110,250 firm-fixed-price contract for pier repairs at Military Ocean Terminal Concord, California. Bids were solicited via the internet with one received. Work will be performed in Concord, California, with an estimated completion date of May 1, 2019. Fiscal 2018 military construction funds in the amount of $7,110,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-C-0046). NAVY Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded $64,800,000 for firm-fixed-price delivery order N0001918F2470 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for the low rate initial production 3 initial spares operational requirement to support organizational level maintenance for the MQ-4C Triton Unmanned Aircraft System Multi-Function Active Sensor (MFAS). The initial spares requirement consists of six antenna group assemblies, six wideband receivers/exciters, ten radar signal processors (RSP), two antenna drive electronics and two RSP external power supplies for the MFAS. Work will be performed in Linthicum, Maryland (35 percent); Andover, Massachusetts (21.5 percent); Baltimore, Maryland (12.3 percent); Exeter, New Hampshire (9.1 percent); San Diego, California (6.3 percent); Annapolis, Maryland (4.5 percent); Stafford Springs, Connecticut (3.8 percent); Hampstead, Maryland (2 percent); various locations within the continental U.S. (4.8 percent), and various locations outside the continental U.S. (0.7 percent), and is expected to be completed in June 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $64,800,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Integrated Defense Systems, St. Petersburg, Florida, is awarded a $61,992,392 cost-plus-fixed-fee, cost-only modification to previously awarded contract (N00024-13-C-5212) for Cooperative Engagement Capability (CEC) design agent and engineering services requirements. CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract combines purchases for the Navy (86 percent) and the governments of Australia (9 percent) and Japan (5 percent) under the foreign military sales (FMS) program. Work will be performed in St. Petersburg, Florida, and is expected to be completed by September 2019. Fiscal 2018 and 2017 research, development, test and evaluation (Navy); 2018 other procurement (Navy); foreign military sales (Australia, Japan); fiscal 2018 operations and maintenance (Navy and Marine Corps), funding in the amount of $8,617,678 will be obligated at the time of award and funds in the amount of $690,772 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. L3 Technologies Inc., Londonberry, New Hampshire, is awarded a $48,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of Squad Aiming Lasers (SAL), spare parts, and training in support of U.S. Special Operations Command. The SAL is a compact, ruggedized, aiming, pointing and illuminating laser system for compact rifles and assault rifles. This contract includes options which, if exercised, would bring the performance period to ten years. Work will be performed in Londonberry, New Hampshire, and is expected to be completed by September 2023. If options are exercised, work will continue through September 2028. Fiscal 2018 Defense-wide procurement funding in the amount of $8,668,680 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JQ27). Johnson Controls Navy Systems LLC, York, Pennsylvania, is awarded a $38,941,842cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for engineering and technical services in support of Naval research, development, testing and evaluation program for shipboard air conditioning and refrigeration programs. The services under this contract will provide for development and fabrication of compressors, control systems, refrigeration systems and air conditioning systems and technology integration kits based upon current Navy designs, testing and qualification of modified air conditioning and refrigeration systems; installation start-up services; carryout engineering analyses and in-service field support. Work will be performed in York, Pennsylvania, and is expected to be completed by September 2021. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c) (1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4007). Kranze Technology Solutions Inc.,* Prospect Heights, Illinois, is awarded a $37,370,955 firm-fixed-price, cost-plus-fixed-fee contract to support production, testing, installation, supportability, and technical documentation upgrades on an emerging Command, Control, Communications, Computers, and Intelligence suite of equipment known as the Roll On/Roll Off Communications Suite for the V-22 Program. Work will be performed in Prospect Heights, Illinois, and is expected to be completed in September 2020. Fiscal 2017 and 2018 aircraft procurement (Navy) and fiscal 2018 research, development, test and evaluations (Navy) funds in the amount of $37,370,955 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0780). G-W Management Services LLC,* Rockville, Maryland (N40080-17-D-0022); Desbuild Inc.,* Hyattsville, Maryland (N40080-17-D-0023); CFM/Severn JV,* Millersville, Maryland (N40080-17-D-0025); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40080-17-D-0026); C.E.R. Inc.,* Baltimore, Maryland (N40080-17-D-0027); and Tidewater Inc.,*Elkridge, Maryland (N40080-17-D-0028), are awarded Option Year One under a previously awarded firm-fixed-price multiple award contract for design and construction services within the Naval Facilities Engineering Command (NAVFAC) Washington Integrated Product Team (IPT) Gold area of responsibility (AOR). The combined total value for all six contractors is $33,000,000. The total contract amount after exercise of this option will be $66,000,000. No task orders are being issued at this time. Work will be performed primarily within the NAVFAC Washington IPT Gold AOR to include Washington, District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term for this option is from September 2018 to September 2019. Future task orders will be primarily funded by fiscal 2019 military construction, (Navy); fiscal 2019 operations and maintenance (Navy and Marine Corps); and fiscal 2019 Navy working capital funds. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity. BAE Systems Hawaii Shipyards Inc., Honolulu, Hawaii, is awarded a $31,927,422 cost-plus-award-fee, cost-plus-incentive-fee modification to definitize previously-awarded undefinitized contract action N00024-14-C-4412 for scheduled extended docking selected restricted availability (EDSRA) for USS Hopper (DDG 70), homeported in Honolulu, Hawaii. A focal point of the work is to support alteration installation team modernization packages. The scheduled EDSRA is the opportunity in the ship's life cycle primarily to conduct repair and alteration to systems that will update and improve the ship's military and technical capabilities. Work will be performed at Pearl Harbor, Hawaii, and is expected to be completed by July, 2020. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $19,641,877, fiscal 2018 other procurement (Navy) funding in the amount of $2,790,109, and fiscal 2018 working capital funds (Navy) in the amount of $111,793, will be obligated at time of award. Fiscal 2018 operations and maintenance (Navy) funding will expire at the end of the current fiscal year. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. Telephonics Corp., Farmingdale, New York, is awarded a not-to-exceed $23,523,298 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of AN/ZPY-4 Radar supplies for the MQ-8B Fire Scout Unmanned Air System for the Navy. The maximum quantities that can be procured under this contract include a quantity of 14 complete AN/ZPY-4 Radar sets; 17 antenna pedestals; 17 receiver transmitters; 20 signal processors; 48 waveguide assemblies; 15 harness assemblies; 15 radio frequency (RF) cable assemblies (W110); 15 RF cable assemblies (W111); 15 RF cable assemblies (W112); 19 Radar Command and Control Systems. Work will be performed in Huntington, New York, and is expected to be completed in September 2019. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001918D0130). The Boeing Co., St. Louis, Missouri, is awarded $22,757,050 for modification P00009 to a delivery order (0025) previously issued against basic ordering agreement N00019-16-G-0001. This modification exercises an option for engineering, logistics, and program management in support of F/A-18A-D, E-F and EA-18G aircraft in support of reducing fleet out of reporting rates and maintenance planning. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2019. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $3,157,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Advancia Technologies LLC,* Milwaukee, Wisconsin, is awarded a ceiling price $20,054,685 indefinite-delivery/indefinite-quantity contract to provide non-centrally managed Home Station Role Players services. Work will be performed at 11 active duty and reserve Fleet Marine Force training locations (Camp Lejeune, North Carolina; Bogue Field, North Carolina; Quantico Marine Corps Base, Virginia; Fort Story (Joint Expeditionary Base), Virginia; Fort A.P. Hill, Virginia; Camp Pendleton, California; Twentynine Palms, California; Bridgeport, California; Fort Hunter Liggett, Monterey County, California; Yuma, Arizona; and Hawaii); and work will be completed by Sept. 21, 2020. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $543,800 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-18-D-7850). L-3 Vertex Aerospace LLC, Madison, Mississippi, is awarded $16,332,950 for modification P00007 to a previously awarded firm-fixed-price, cost-reimbursement indefinite-delivery/indefinite-quantity contract (N61340-17-D-0005) to exercise an option to provide for intermediate level maintenance, repair, and logistics services in support of the Chief of Naval Aircraft Training aircraft. Work will be performed at the Naval Air Station (NAS) Pensacola, Florida (50 percent); NAS Corpus Christi, Texas (45 percent); and NAS Whiting Field, Florida (5 percent), and is expected to be completed in September 2019. No funds will be 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. MACNAK Construction LLC,* Lakewood, Washington, is awarded $11,737,841 for firm-fixed-price task order N4425518F4410 under a previously awarded multiple award construction contract (N44255-17-D-4013) for the removal and replacement of three generators at Naval Radio Station Jim Creek. The work to be performed provides for the removal and replacement of two existing Mitsubishi generators in Building 76 and one Worthington generator in Building 38. This work also includes modifications to Building 39 which include the removal of the fan room, remote radiators, fuel pumps, fuel day tanks, fuel piping, and switch gear. Additional requirements for Building 39 include seismic upgrades, installation of a fire sprinkler and alarm system, and demolishing and replacing the restroom. Work will be performed in Arlington, Washington, and is expected to be completed by December 2020. Navy working capital funds in the amount of $11,737,841 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. BEAT LLC,* San Antonio, Texas (N62645-18-D-5060); and QED Systems Inc., Virginia Beach, Virginia (N62645-18-D-5065), are each awarded a firm-fixed-price, indefinite-delivery/indefinite quantity, multiple award task order contract for Dental Digital Imaging (DDI) systems in support of various Naval Dental Treatment Facilities. These contracts have a combined maximum aggregate dollar value of $11,587,255. The multiple award contracts have a five year ordering period or until the time that orders totaling the sum of the maximum quantities have been issued, whichever occurs first. Places of performance will be various dental treatment facilities yet to be determined - specific sites will be specified on individual delivery orders as they are issued. Work is expected to be completed by Sept. 27, 2023. Initial task orders using fiscal 2018 Defense Health Program other procurement funds will be obligated upon award in the amount of $742,943 to BEAT LLC, and $477,579 to QED Systems Inc., and will not expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity. U.S Marine Management Inc., Norfolk, Virginia, is awarded a $10,545,649 modification under a previously awarded firm-fixed-price contract (N3220517C3503) to fund the second one-year option period for one U.S. flagged Jones Act Tanker, M/T Maersk Peary for the transportation of petroleum products in support of Operation Deep Freeze in accordance with the terms of the charter. The vessel is capable of deployment to worldwide locations. Work will be performed worldwide and is expected to be completed Sept. 30, 2021. Subject to availability of funds, fiscal 2019 working capital funds (Transportation) funds in the amount of $10,545,649 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with eight proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. BAE Systems, Rockville, Maryland, is awarded $9,919,748 for firm-fixed-price contract modification P00001 under a previously awarded contract (N00604-18-C-4001) to exercise option period one for munitions handling and management services which involves receiving, storing, segregating, issuing, inspecting, and transporting various types of ammunition, explosives, expendable and technical ordnance material and weapons for Joint Service commands. This contract includes a nine-month base period, and four 12-month option periods. The exercise of this option will bring the estimated value of the contract to $14,835,063, and if all options are exercised, it will bring the total value to $44,923,252. Work will be performed in Ewa Beach, Hawaii, and work is expected to be completed by September 2019; if all options on the contract are exercised, work will be completed by September 2022. Subject to availability of funds, fiscal 2019 operations and maintenance (Navy) funds in the full amount of $9,919,748 will be obligated once the modification to exercise option year one is awarded, and funds will not expire before the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities and Navy Electronic Commerce Online websites, with one offer received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity. Textron Aviation Defense LLC, Wichita, Kansas, is awarded $7,263,870 for modification P00013 to exercise an option to a previously awarded firm-fixed-price, cost-reimbursement contract (N00019-15-C-0124). This option provides for the procurement of 255 Automatic Dependent Surveillance-Broadcast (AD-B) Out production kits for the T-6 aircraft for the Navy (251) and the Army (4). The ADS-B Out capability ensures receipt of information in real-time precision, shared situational awareness, advanced applications for pilots and controllers. Work will be performed in Wichita, Kansas, and is expected to be completed in September 2019. No funds will be 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. WASHINGTON HEADQUARTERS SERVICES University of Alaska Fairbanks Geophysical Institute, Fairbanks, Alaska, has been awarded an indefinite-delivery/indefinite-quantity contract with a $46,730,000 ceiling for a DoD-wide University Affiliated Research Center (UARC) for research, development, testing, and evaluation services in the area of geophysical detection of nuclear proliferation. The UARC will be managed by the Office of the Deputy Assistant Secretary of Defense for Threat Reduction and Arms Control, reporting to the assistant secretary of defense for nuclear, chemical, and biological defense programs. This was a sole-source acquisition in accordance with Federal Acquisition Regulation 6.302-3(a)(2)(ii). The face value of this action is a ceiling amount of $46,730,000. No funding is issued with the award. Funding will be executed at the task order level using operations and maintenance; and research, development, test and evaluation funds. Work will be performed in Fairbanks, Alaska. The period of performance is a five-year ordering period. The Washington Headquarters Services, Acquisition Directorate, Arlington, Virginia, is the contracting activity (HQ0034-18-D-0027). DEPARTMENT OF DEFENSE EDUCATION ACTIVITY NCS Technologies Inc., Gainesville, Virginia, is awarded firm-fixed priced delivery order HE125418F3012 in the amount of $15,844,337 via the NASA Solutions for Enterprise-Wide Procurement (SEWP) for life-cycle replacement of laptop and desktop computers with storage carts to be delivered to multiple Department of Defense Education Activity (DoDEA) schools and offices in the U.S., Europe and Pacific areas. DoDEA received eight quotes. The one time purchase will use operations and maintenance funding. DoDEA Headquarters, Alexandria, Virginia, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1642195/source/GovDelivery/

  • Rockwell Collins awarded first long-term contract with Department of Defense to provide MUOS SATCOM-capable airborne radios

    September 21, 2018 | International, C4ISR

    Rockwell Collins awarded first long-term contract with Department of Defense to provide MUOS SATCOM-capable airborne radios

    Five-year, indefinite-delivery/indefinite-quantity contract vehicle to equip warfighters with the benefits of MUOS communications CEDAR RAPIDS, Iowa (Sept. 20, 2018) – Rockwell Collins has been awarded the first long-term contract with the U.S. Department of Defense (DoD) to supply Mobile User Objective System (MUOS)-capable airborne radios and ancillaries for DoD platforms including fixed and rotary-wing aircraft, ships and ground installations. A five-year agreement through the U.S. Navy's Naval Air Systems Command (NAVAIR), the indefinite-delivery/indefinite-quantity contract for sixth-generation ARC-210 RT-2036(C) radios begins with a base award of $82.6 million in 2018 with four option years to follow. The contract also includes fifth-generation ARC-210 radios and ancillaries, as well as associated data and services. “This is the next big step in arming warfighters with next-generation communications capabilities including those available through MUOS, which brings greater overall capacity and signal quality for high reliability when it's needed most,” said Troy Brunk, vice president and general manager, Communication, Navigation and Electronic Warfare Solutions for Rockwell Collins. The ARC-210 RT-2036(C) can utilize the MUOS network to provide military forces with worldwide, crystal-clear voice, video and mission data over a secure high-speed Internet Protocol-based system. The radio is also part of Rockwell Collins' TruNet™family of products that ensures secure connectivity between ground and airborne units. As the sixth-generation solution, the ARC-210 RT-2036(C) features a software-defined radio architecture enabling multiple legacy and advanced waveforms, high-speed mobile ad hoc networking and beyond-line-of-sight connectivity capabilities. It will join the more than 45,000 highly-reliable ARC-210 radios currently fielded across the globe on more than 180 platforms. About Rockwell Collins Rockwell Collins (NYSE: COL) is a leader in aviation and high-integrity solutions for commercial and military customers around the world. Every day we help pilots safely and reliably navigate to the far corners of the earth; keep warfighters aware and informed in battle; deliver millions of messages for airlines and airports; and help passengers stay connected and comfortable throughout their journey. As experts in flight deck avionics, cabin electronics, cabin interiors, information management, mission communications, and simulation and training, we offer a comprehensive portfolio of products and services that can transform our customers' futures. To find out more, please visit www.rockwellcollins.com. https://www.rockwellcollins.com/Data/News/2018-Cal-Yr/GS/20180920-first-long-term-contract-awarded-DoD-MUOS-SATCOM-capable-airborne-radios.aspx

  • How a defense expo reflects troubles for South African military

    September 21, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    How a defense expo reflects troubles for South African military

    By: Christopher Torchia, The Associated Press JOHANNESBURG — South Africa is one of the continent's biggest defense spenders but its military is increasingly stretched as the country faces recession and a weakening currency. This week's biennial Africa Aerospace and Defence exhibition is a showcase for the country's military, which is one of the top 20 contributors to United Nations peacekeeping missions and helps with anti-piracy operations off Mozambique's coast. Concerns also are growing about possible corruption linked to state-owned defense conglomerate Denel, part of a wider inquiry into the alleged plundering of state resources under former President Jacob Zuma. South Africa's military "has got a lot on its plate," said Guy Martin, editor of defenceWeb, an industry news site. The country has a defense budget of more than $3 billion. However, the weakening South African currency and the economic recession are making it harder for the military to acquire new equipment and training. President Cyril Ramaphosa opened the fair this week with a speech acknowledging the "economic reality" and pledging support for the defense industry, a key earner of foreign currency. Despite the problems, soldiers at the five-day trade fair were enthusiastic. Capt. T.G. Netshineulu encouraged a group of schoolchildren to consider joining the military after they finish their studies. “I can die for this country,” he said. “And I'm willing to do so.” https://www.defensenews.com/global/mideast-africa/2018/09/20/how-a-defense-expo-reflects-troubles-for-south-african-military

  • Contract Awards by US Department of Defense - September 20, 2018

    September 21, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 20, 2018

    DEFENSE LOGISTICS AGENCY United Technologies Corp., East Hartford, Connecticut, has been awarded a maximum $2,460,000,000 modification (P00024) exercising the five-year option period of a five-year base contract (SPE4AX-15-D-9436), with one five-year option period for the Defense Logistics Agency to supply the Air Force depot level repairables and consumable parts. The modification brings the total cumulative face value of the contract to $4,930,000,000 from $2,460,000,000. This is a fixed-price prospective redetermination, multiple-year requirements contract. The location of performance is Connecticut, with a Sept. 26, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. American Purchasing Services LLC, doing business as American Medical Depot, Miramar, Florida, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories. This was a competitive acquisition with 52 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a Sept. 19, 2023, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-18-D-0012). Accent Controls Inc.,* Kansas City, Missouri, has been awarded a maximum $7,694,857 modification (P00055) exercising the fourth one-year option period of a one-year base contract (SP3300-14-C-5005), with four one-year option periods for warehousing and distribution support services. This is a fixed-price incentive firm, cost-reimbursement contract. This was a small business set-aside acquisition with five offers received. Locations of performance are Missouri and Florida, with a Sept. 30, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. ARMY Hensel Phelps Construction Co., Austin, Texas, was awarded a $143,158,000 firm-fixed-price contract for Bureau of Engraving and Printing Western Currency facility expansion project. Bids were solicited via the internet with two received. Work will be performed in Fort Worth, Texas, with an estimated completion date of Jan. 11, 2022. Fiscal 2018 non-appropriated funds in the amount of $143,158,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0061). Colt's Manufacturing Co. LLC, West Hartford, Connecticut, was awarded a $57,722,819 firm-fixed-price Foreign Military Sales (Jordan, Morocco, Afghanistan, Senegal, Tunisia and Pakistan) contract for procurement of up to 10,000 additional M4 and M4A1 5.56mm carbine rifles. One bid was solicited with one bid received. Work will be performed in West Hartford, Connecticut, with an estimated completion date of Sept. 20, 2019. Fiscal 2018 foreign military sales funds in the amount of $57,722,819 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-F-0115). J. Kokolakis Contracting Inc., Bohemia, New York, was awarded a $52,494,000 firm-fixed-price contract for renovation of Grant Barracks building. Bids were solicited via the internet with two received. Work will be performed in West Point, New York, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 military construction funds in the amount of $52,494,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-C-0015). AECOM Energy & Construction Inc., Greenwood Village, Colorado, was awarded a $40,648,775 modification (P00005) to contract W912P5-17-C-0007 for lock chamber replacement, foundation preparation for both the land wall and river wall, and construction of the upstream river wall. Work will be performed in Chattanooga, Tennessee, with an estimated completion date of Jan. 1, 2020. Fiscal 2018 inland waterway trust funding and civil works funds in the amount of $40,648,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $27,595,202 modification (P00119) to Foreign Military Sales (Australia, Estonia, Lithuania, Turkey, Taiwan and Ukraine) contract W31P4Q-13-C-0129 for Javelin weapons system full-rate production. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $27,595,202 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. R8I Cabrera Remediation and Construction LLC,* Elizabeth, Colorado, was awarded a $25,000,000 cost-plus-fixed-fee contract for labor, equipment, operators, supervision, supplies, materials and incidentals necessary in providing continued support of environmental remediation program. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2023. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-18-D-0023). Weeks Marine Inc., Covington, Louisiana, was awarded a $19,884,400 firm-fixed-price contract for maintenance pipeline dredging. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of July, 7, 2019. Fiscal 2014 and 2018 operations and maintenance Army; and general construction funds in the combined amount of $19,884,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0073). Bering Straits Technical Services LLC, Anchorage, Alaska, was awarded a $13,335,173 firm-fixed-price contract for operations, maintenance, and sustainment of training areas. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2022. 413th Combat Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-18-D-0008). Cray Inc., Seattle, Washington, was awarded a $12,500,000 firm-fixed-price contract to increase the processing capability of the current Cray XC 40 High Performance Supercomputer and purchase of 2083 additional nodes compatible with the existing system architecture. Bids were solicited via the internet with one received. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of Oct. 31, 2018. Fiscal 2018 other procurement, Army funds in the amount of $12,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-18-C-0027). KZF Design Inc.,* Cincinnati, Ohio, was awarded a $10,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0009). Messer Construction Co., Dayton, Ohio, was awarded an $8,650,000 firm-fixed-price contract for design and replacement of a process cooling tower (Building 18 Complex). Bids were solicited via the internet with two received. Work will be performed in Wright-Patterson Air Force Base, Ohio, with an estimated completion date of June 30, 2020. Fiscal 2017 and 2018 research, development, test and evaluation funds in the amount of $8,650,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0032). NAVY Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $58,395,297 for firm-fixed-price delivery order N0001918F0567 against a previously issued basic ordering agreement (N00019-14-G-0004). This delivery order provides for the procurement of 866 interim spare parts necessary to support the repair and maintenance of CH-53K low-rate initial production, Lot 2 configuration aircraft. Work will be performed in Stratford, Connecticut (26 percent); Longueuil, Quebec, Canada (10 percent); Redmond, Washington (9 percent); Cudahy, Wisconsin (5 percent); various locations within the continental U.S. (42 percent); and various locations outside the continental U.S. (8 percent), and is expected to be completed in January 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $58,395,297 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $40,323,606 modification to a previously awarded firm-fixed-price contract (N00019-17-C-0003) for the procurement of aircraft armament equipment in support of 12 F/A-18E/F and 14 EA-18G Lot 40 and 41 aircraft for the Navy. Work will be performed in Meza, Arizona (26 percent); St. Louis, Missouri (20 percent); Grand Rapids, Michigan (15 percent); El Segundo, California (11 percent); Grove, Oklahoma (6 percent); Minneapolis, Minnesota (4 percent); Placentia, California (4 percent); and various locations within the continental U.S. (14 percent), and is expected to be completed in November 2022. Fiscal 2016 and 2017 aircraft procurement (Navy) funds in the amount of $40,323,606 are obligated at time of award, $18,258,354 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Summit Technologies Inc., Winter Park, Florida (N00189-18-D-Z075); Analytic Services Inc., Falls Church, Virginia (N00189-18-D-Z076); The Tauri Group, Alexandria, Virginia (N00189-18-D-Z077); Information International Associates, Oak Ridge, Tennessee (N00189-18-D-Z078); and Battelle Memorial Institute, Columbus, Ohio (N00189-18-D-Z079), are awarded a combined estimated $27,866,679 multiple award of cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide professional services in the areas of chemical, biological, radiological and nuclear defense and countering weapons of mass destruction operational and risk analysis. The contracts will run concurrently and will include a 60-month base ordering period. Work will be performed at various contractor locations throughout the U.S. (85 percent) and percentage of work at each of those locations cannot be determined at this time. Work will also be performed at government facilities in Arlington, Virginia (15 percent). The base ordering period of the contract is expected to be completed by September 2023. Fiscal 2018 research, development, test, and evaluation (Navy) funds in the amount of $50,000 will be obligated ($10,000 on each of the five contracts to fund the contracts' minimum amounts), and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities website, with five offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity. L-3 Communications EOTech Inc., Ann Arbor, Michigan, is awarded a $23,637,320 firm-fixed-price, indefinite delivery/indefinite quantity contract for the procurement of Miniature Aiming System – Day Optics close quarter combat sights and clip-on magnifiers in support of U.S. Special Operations Command. Work will be performed in Ann Arbor, Michigan, and is expected to be completed by September 2028. Fiscal 2018 procurement (Defense-wide) funding in the amount of $308,570 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured pursuant of 10 U.S. Code 2304(a). This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JQ26). TFS-APTIM JV,* Wasilla, Alaska, is awarded a $21,445,996 firm-fixed-price contract for construction of a fuel truck offload facility at Andersen Air Force Base, Guam. The basic project components include the fuel truck offload facility and associated piping and equipment. Additional supporting infrastructure includes a building for a generator and electrical service, petroleum, oil, and lubricants fuel truck parking, and site improvements. Work will be performed in Yigo, Guam, and is expected to be completed by December 2019. Fiscal 2018 military construction (Defense-wide) contract funds in the amount of $21,445,996 are obligated on this award, of which $3,696,512 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with one proposal received. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-C-1300). Rolls-Royce Corp., Indianapolis, Indiana, is awarded a not-to-exceed $17,599,557 for modification P00008 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0033). This modification exercises an option to procure T56-A-427A engines, power section modules and reduction gearbox modules for the E-2D aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be completed in September 2019. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $16,310,246 cost-plus-incentive-fee, firm-fixed-price contract for AN/BVY-1 Integrated Submarine Imaging System (ISIS) Technical Insertion 20-24 production and engineering services. The ISIS provides visual and other capabilities for Navy submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $753,086,000. Work will be performed in Manassas, Virginia (66 percent); Chantilly, Virginia (18 percent); Marion, Massachusetts (10 percent); and Newport, Rhode Island (6 percent), and is expected to be completed by September 2028. Fiscal 2018 other procurement (Navy) funding in the amount of $250,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-6258). Coffman Specialties Inc., San Diego, California, is awarded $15,845,000 for firm-fixed-price task order N6247318F5362 under a previously awarded multiple award construction contract (N62473-15-D-2442) for airfield pavement repairs at March Air Reserve Base. The work to be performed provides for repairs to the portland concrete cement on Runway 14/32 Keel, Taxiway A and Taxiway C. The airfield areas must be repaired to facilitate use by currently assigned KC-135, C-17 and other transient aircraft. Adjacent asphalt concrete and airfield lighting may be impacted. Work will be performed in Moreno Valley, California, and is expected to be completed by October 2020. Fiscal 2018 operations and maintenance (Air Force Reserve) contract funds in the amount of $15,845,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded $12,880,531 for modification P00027 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-16-C-0005), for sustainment of the U.S. and United Kingdom (UK) SSBN Fire Control System, the U.S. SSGN Attack Weapon Control System, including training and support equipment. Also included is the Missile Fire Control for the U.S. Columbia-class and UK Dreadnought-class Common Missile Compartment program development, through first unit UK production, and Strategic Weapon Interface Simulator. Work will be performed in Pittsfield Massachusetts (90.5 percent); Bremerton, Washington (3.6 percent); Kings Bay, Georgia (2.7 percent); Dahlgren, Virginia (1 percent); Cape Canaveral, Florida (0.9 percent); Portsmouth, Virginia (0.9 percent); and the United Kingdom (0.4 percent), with an expected completion date of Sept. 30, 2023. Fiscal 2018 research, development, test and evaluation funds in the amount of $2,944,140; United Kingdom funds in the amount of $1,015,493; and fiscal 2018 operations and maintenance (Navy) funds in the amount of $498,006 are being obligated on this award. Funds in the amount of $498,006 will expire at the end of the current fiscal year. Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) funds in the amount of $7,192,842; and United Kingdom funds in the amount of $1,230,050 will be obligated. Funds in the amount of $7,192,842 will expire at the end of fiscal 2019. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. FlightFab Inc.,* Baltimore, Maryland, is awarded a $12,620,604 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of solid waste processing equipment for naval ships. This contract provides production, testing and delivery of solid waste processing equipment in the form of plastic shredders, metal glass shredders, large pulpers, small pulpers and control valves for small and large pulpers. Work will be performed in Baltimore, Maryland. This action will contain a five-year ordering period and is expected to be completed by September 2023. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $423,825 will be obligated immediately after contract award via the first delivery order and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4010). Alliant Techsystems Operations LLC, Northridge, California, is awarded a $12,072,734 ceiling-priced indefinite-delivery/indefinite-quantity contract for the procurement of up to 60 Common Munitions Built-In Test Reprogramming Equipment test sets; up to 22 ADU-891(V)1/E adaptor units; up to one lot of spares; and up to two ADU-891(V)3/E adaptor units in support of the Navy, Air Force, and the governments of Morocco, Belgium, Australia, Japan, and Oman. Work will be performed in Northridge, California, and is expected to be completed in May 2020. Fiscal 2018 research, development, test and evaluation (Navy and Air Force); fiscal 2016 missile procurement (Air Force); fiscal 2018 operation and maintenance (Navy); fiscal 2018 other procurement (Navy); and fiscal 2016 weapons procurement (Navy), as well as foreign military sales funds in the amount of $10,021,938, will be obligated at time of award, $2,600,972 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893618D0037). APTIM Federal Services Inc., Alexandria, Virginia, is awarded a $12,022,779 firm-fixed-price modification to previously awarded contract (N62473-17-D-0006) to increase the maximum dollar value of a firm-fixed-price contract task order for the Parcel G Radiological Characterization at Hunters Point Naval Shipyard. The work to be performed provides new data to replace suspect radiological removal action data used to support a radiological unrestricted release recommendation for the sanitary sewer and storm drain lines, and impacted former building sites in Parcel G. After award of this modification, the total cumulative task order value will be $18,395,960. Work will be performed in San Francisco, California, and is expected to be completed by February 2020. Fiscal 2018 base realignment and closure environmental, (Navy) contract funds in the amount of $12,022,779 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Huntron Inc.,* Mill Creek, Washington, is awarded an $11,956,849 firm-fixed-price, indefinite-delivery/indefinite quantity contract for Model 32 test instruments, accessory kits and transit cases. Work will be performed in Mill Creek, Washington, and is expected to be completed by September 2023. Fiscal 2018 other procurement (Navy); fiscal 2018 shipbuilding and conversion (Navy); fiscal 2018 Navy working capital funding; fiscal 2018 operations and maintenance (Homeland Security/Coast Guard); and foreign military sales funding in the amount of $137,228 will be obligated at time of award, of which Navy working capital funding in the amount of $29,097 will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-18-D-H800). Pacific Commercial Services LLC,* Kapolei, Hawaii, is awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for all services necessary for the final treatment/disposal of hazardous waste in accordance with all local, state, and Federal regulations, to include Department of Defense (DOD) component directives within the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for services that shall include all necessary personnel, including applicable subcontractors, transportation, packaging and equipment to remove and properly dispose of hazardous and non-hazardous wastes. The contractor is required to meet all Department of Transportation requirements to include packaging of the wastes. The contractor must also comply with all Occupational Safety and Health Administration and DOD safety regulations and procedures, including State of Hawaii regulations and procedures. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR, including, but not limited to Hawaii (75 percent); Guam (15 percent); and other DOD locations within the NAVFAC Pacific AOR (10 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy) funds. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. The Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-18-D-1801). Raytheon Co., El Segundo, California, is awarded a not-to-exceed $8,127,897 for a ceiling-priced, undefinitized contract action delivery order N00383-18-F-HA04 under previously awarded basic ordering agreement (N00383-15-G-003H) for the repair of 193 units across weapon repairable assemblies used in support of the F-18 active electronically scanned array radar system. Work will be performed in Forest, Mississippi, and will be completed by September 2019. Fiscal 2018 working capital funds (Navy) in the amount of $6,095,923 will be obligated at time of award, and 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)(1), in accordance with Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. AIR FORCE Pacific Defense Solutions LLC, Kihei, Hawaii, has been awarded a $39,894,065 cost-reimbursement type contract for spacecraft object tracking and characterization capabilities. This contract award is the result of a competitive acquisition and five offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $ 3,601,646 will be obligated at the time of award. Work will be performed in Kihei, Hawaii, and is expected to be completed December 2023. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico is the contracting activity (FA9451-18-C-0035). The Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $23,848,171 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion task order. The contractor will provide the technical and program support of Tactical Space and small satellite portfolio's core competencies and mission lifecycle to include support of the mission phases from concept through design, implementation, operations, and transition of space assets. Work will be performed in Laurel, Maryland, and is expected to be completed Sept. 29, 2023. Fiscal 2018 research and development funds in the amount of $500,000 are being obligated at time of award. This award is the result of a sole-source acquisition and one offer was received. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-18-D-0018 TASK ORDER FA9453-18-F-0007). The Boeing Co., St. Louis, Missouri, has been awarded a $15,186,972 modification (P00042) to contract FA8634-16-C-2653 for APG-82 Radar Modernization Program test requirements document. This contract provides for test requirements documents that lay the foundation for organic depot repair. Work will be performed in St. Louis, and is expected to be completed by Dec. 31, 2020. Fiscal 2016 and 2017 procurement funds in the amount of $15,186,972 are being obligated at the time of award. Total cumulative face value of the contract is $1,363,368,877. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Sept. 17, 2018) International Business Machines Corp., San Jose, California, has been awarded a $14,863,208 cost-reimbursable contract for NorthPole software/hardware. This contract provides for the study, design, development, implementation, test, integration, document and delivery of the software and hardware specification for NorthPole, the next generation neural inference machine. Work will be performed in San Jose, California, and is expected to be completed by June 20, 2019. This award is the result of a competitive acquisition, and two offers were received. Fiscal 2017 research, development, test and evaluation funds in the amount of $893,208; and fiscal 2018 research, development, test and evaluation funds in the amount of $13,970,000 are being obligated at the time of award. Air Force Research Laboratory Rome, New York, is the contracting activity (FA8750-18-C-0015). Honeywell International Inc., Phoenix, Arizona, has been awarded a $10,080,902 firm-fixed-price contract for Jet Fuel Starter repair components for the RC-135 aircraft. This contract provides the remaining stock of Jet Fuel Starter components necessary to sustain the RC-135 fleet through the year 2040. Work will be performed in Phoenix, Arizona, and is expected to be complete by Dec. 31, 2021. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $10,080,902 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8620-18-C-4004). DEFENSE COMMISSARY AGENCY EMR Inc., Niceville, Florida, is awarded $15,990,000 for a firm-fixed-price contract for an addition/alteration to an existing commissary at Naval Air Station Pensacola, Florida. The contract is for a 539 calendar day period based on the issuance of the notice to proceed which is expected in November 2018. Offers were solicited via full and open competition, and three offers were received. The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas (HDEC03-18-C-0003). MISSILE DEFENSE AGENCY L.C. Wright Inc.,* McLean, Virginia, is being awarded an $8,497,407 competitive firm-fixed-price contract with a two-year base value of $3,384,136 for Protocol Support. Protocol professionals provide support for the director and general officer/Senior Executive Service members that are geographically dispersed throughout the U.S. The work will be performed in the National Capital Region; Dahlgren, Virginia; Huntsville, Alabama; Fort Greely, Alaska; Vandenberg Air Force Base, California; Colorado Springs, Colorado; and other locations as directed, with an estimated completion date of October 2023. This contract was competitively procured via publication on the Federal Business Opportunities website with three proposals received. Fiscal 2018 research, development, test and evaluation funds in the amount of $223,000 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-18-R-0007). U.S. SPECIAL OPERATIONS COMMAND Hardwire LLC, Pocomoke City, Maryland, has been awarded an estimated $8,000,000 indefinite-delivery, indefinite-quantity, firm-fixed-price contract (H92403-18-D-0007) for the purchase of Special Operations Forces personal equipment advanced requirements (SPEAR) soft body armor ballistic inserts in support of U.S. Special Operations Command (USSOCOM) procurement division. Fiscal 2018 operations and maintenance funds in the amount of $100,000 are being obligated at the time of award. The majority of work will be performed in Pocomoke City, and work is expected to be completed by September 2023. This contract was awarded through full and open competition with six proposals received. USSOCOM, Tampa, Florida, is the contracting activity. DEFENSE THREAT REDUCTION AGENCY Raytheon Technical Services Company LLC, Dulles, Virginia, has been awarded a $7,542,049 modification #17 to previously awarded contract HDTRA1-11-D-0007, Task Order 12 Weapons of Mass Destruction Proliferation Prevention Program on the Jordan Border Security Project. The modification brings the total cumulative face value of the contract to $58,317,910.57 from $50,775,861.57. Work will be performed in Jordan, with an expected completion date of Nov. 30, 2020. This contract involves fiscal 2018 Cooperative Threat Reduction funds in the amount of $2,675,182 are being obligated at time of award. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES DirectViz Solutions LLC, Chantilly, Virginia, is being awarded a $7,429,544 firm-fixed-price contract. This contract will to provide Joint Service Provider with technical, analytical, management, and professional support services for Identity Protection Management Services. Work will be performed at the Pentagon, Mark Center, and Crystal City, Virginia, with an expected completion date of Sept. 29, 2022. Fiscal 2018 operations and maintenance funds in the amount of $7,429,544 are being obligated at time of award. This contract was competitively procured, with three proposals received. The Washington Headquarters Services, Acquisition Directorate, Arlington, Virginia, is the contracting activity (HQ0034-17-C-0093). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1641072/source/GovDelivery/

  • U.S. Buy American demand gone from NAFTA: sources

    September 20, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    U.S. Buy American demand gone from NAFTA: sources

    By Canadian Press OTTAWA — The Canadian Press has learned the United States has backed down from its contentious Buy American demands for lucrative procurement projects in the renegotiation of the North American Free Trade Agreement. Mexico and Canada are each taking credit for standing firm against the controversial U.S. position that would have effectively limited their respective countries' ability to bid on valuable American government infrastructure projects. Multiple sources, speaking on the condition of anonymity, cited the competing claims as one example of the animosity between Canada and Mexico that has arisen since Mexico reached its own NAFTA deal with the Trump administration last month. Canada and the United States are trying to renegotiate their portion of the three-country trade pact, but major sticking points such as dairy, dispute resolution and culture remain. Canada has credited Mexico with making significant concessions in its deal with the U.S. on automobiles and for permitting large wage increases for Mexican auto workers. But sources say Mexico has done much of the “heavy lifting” on getting the Americans to back down on its demand to limit the ability of Canadian and Mexican firms to bid on U.S. infrastructure projects, while seeking greater access for American firms to Mexican and Canadian government projects. https://ipolitics.ca/2018/09/19/u-s-buy-american-demand-gone-from-nafta-sources/

  • Shanahan: cybersecurity will become new measure for industry

    September 20, 2018 | International, C4ISR

    Shanahan: cybersecurity will become new measure for industry

    By: Aaron Mehta NATIONAL HARBOR, Md. – The Pentagon is preparing to press the defense industry to increase its cyber security, with Deputy Secretary of Defense Patrick Shanahan saying it will become a key measurement for how industry is judged by the department. “This is a public service announcement for those of you from industry, especially for those of you that are in the, I'll call it, higher tiers,” Shanahan told an audience at the annual Air Force Association conference Wednesday. “Cybersecurity is, you know, probably going to be what we call the ‘fourth critical measurement.' We've got quality, cost, schedule, but security is one of those measures that we need to hold people accountable for,” he said. “We're going to work with our industrial partners to help them be as accountable for security as they are for quality. And it shouldn't be that being secure comes with a big bill. It's just like we wouldn't pay extra for quality. We shouldn't pay extra for security.” The responsibilities of primes goes beyond just ensuring their own internal cyber security, in Shanahan's eye. The former Boeing executive laid down the gauntlet to the biggest industrial partners, saying flatly it is part of their job to make sure the lower-tier supplier are secure as well. “I'm a real strong believer that the Tier 1 and Tier 2 leadership has a responsibility to manage the supply chain. And that's where we have real gaps,” he said. “Security is the standard. It's the expectation. It's not something that's above and beyond what we've done before.” In recent years the Pentagon has been increasingly vocal about its concerns that lower-tier suppliers are not as secure digitally as they need to be; unsecured parts from those suppliers can then be incorporated into larger projects, potentially with vulnerabilities that would not be discovered until it is too late. To try and address that, the Pentagon has been looking at a plan to launch red team cyber attackson industrial partners, in which a cell would test vulnerabilities and try to penetrate the contractors' systems, in order to identify weaknesses. https://www.fifthdomain.com/digital-show-dailies/air-force-association/2018/09/19/shanahan-cyber-security-will-become-fourth-critical-measurement-for-industry

  • DARPA contract aims to design circuits in months, not years

    September 20, 2018 | International, Aerospace, C4ISR

    DARPA contract aims to design circuits in months, not years

    By: Brandon Knapp The Defense Advanced Research Agency announced an $8 million contract modification for the University of Southern California's Information Sciences Institute to work on a program that develops circuits that be quickly adapted rather than wholesale reinvented. The work is part of DARPA's Circuit Realization at Faster Timescales (CRAFT) research program. The modification brings the total value of the contract to $28 million, according to a Sept. 17 announcement from the Pentagon. The program is designed to dramatically shorten the design cycle and the expense numbers for custom integrated circuits, which are essential in a wide variety of military equipment such as drones and tactically useful 3D imagery production. Currently, it can cost up to $100 million and take more than two years to design these circuits, according to a DARPA release. The CRAFT program aims to cut that timeline down to a matter of months. “Reducing the time and cost for designing and procuring custom, high-efficiency integrated circuits, should drive more of those in the DoD technology community toward best commercial fabrication and design practices,” CRAFT program manager, Dr. Linton Salmon in a program information release. “A primary payoff would be a versatile development environment in which engineers and designers make decisions based on the best technical solutions for the systems they are building, instead of worrying about circuit design delays or costs.” Work will be performed by USC in Marina Del Ray, California, with an expected completion date of December 2019. DARPA has been working on the program since 2015. https://www.c4isrnet.com/industry/2018/09/19/darpa-contract-aims-to-design-circuits-in-months-not-years

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.