Filter Results:

All sectors

All categories

    656 news articles

    You can refine the results using the filters above.

  • Pentagon, Defense Contractors Are Out Of Step On Tech Innovation, GAO Finds

    September 4, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Pentagon, Defense Contractors Are Out Of Step On Tech Innovation, GAO Finds

    PATRICK TUCKER Two years after the Pentagon set out to spend billions on 10 breakthrough research and engineering efforts, defense contractors instead are putting most of their money in less ambitious research projects. The development gap between the military and its suppliers troubled investigators at the Government Accountability Office, or GAO, who determined in a report released Thursday that the Defense Department isn't keeping good watch over those private efforts and doesn't know how much of it would fit into the military's tech goals. The Pentagon's undersecretary for research and engineering in 2018 laid out several big idea research areas that would be most relevant to maintaining an edge on China or Russia. Many are in the very early stages of maturation; the biggest breakthroughs are expected in the second half of the coming decade. They are: artificial intelligence, autonomy, biotechnology, directed energy, space, cyber, microelectronics, hypersonics, networked command and control, and quantum science. These areas of the future will go on to determine technology superiority in 2030, and the Department of Defense is eager to invest . It plans to spend $7.5 billion on artificial intelligence, autonomy, hypersonics, and directed energy this year, according to the report. But GAO found that defense contractors in the past four years have been putting only 40 percent of their independent research dollars, sometimes called IR&D, against those priorities. Coincidently, “our analysis also showed that the majority (67 percent) of IR&D projects completed between 2014 and 2018 focused on incremental, rather than disruptive, innovation.” In other words, while defense contractors are spending some of their money on big ambitious goals, they prefer to spend more on low-hanging fruit, in little improvements to existing technologies that they can sell to the government more easily. Part of the reason for the apparent spending priority gap may be that the Defense Department doesn't track contractors' research and development spending very well. “Neither DOD nor the military departments review industry IR&D projects as part of their science and technology strategic planning processes. DOD is not reviewing IR&D projects because DOD's IR&D instruction does not require such consideration of the projects,” notes GAO. The Defense Department maintains a database to track the projects where contractors are spending research money. But individuals within the department make very little use of it. “For example... the Air Force accounted for more than 55 percent of all searches in 2019, primarily, from users with the Air Force Research Laboratory (AFRL).” The Pentagon's own lack of awareness could result in components, offices, or other parts of the military investing in research projects without knowing that a private company has a similar project underway. GAO recommends a few simple things to put the Pentagon and contractors more on the same page. First, make it mandatory for personnel in the office undersecretary of research and development to actually review defense industry IR&D; and, second, make the database more useful by asking the contractors to submit more data, like whether the projects they are undertaking are disruptive or just incremental, and the estimated cost when completed. https://www.defenseone.com/technology/2020/09/pentagon-defense-contractors-are-out-step-tech-innovation-gao-finds/168237/

  • Army Wants Industry Input For Reliable Exoskeleton (Not Iron Man, Yet!)

    September 2, 2020 | International, Land, Other Defence

    Army Wants Industry Input For Reliable Exoskeleton (Not Iron Man, Yet!)

    By SYDNEY J. FREEDBERG JR. SOCOM couldn't build a bulletproof Iron Man. But Army experiments with more modest lower-body exoskeletons have shown real-world potential to help overburdened foot troops. WASHINGTON: Army Futures Command is drafting a formal requirement for a military exoskeleton and will seek feedback from manufacturers at a November industry day. The Army's top priority, officials told me: rapidly prototyping a system that helps the wearer “move faster, travel further, and carry heavier loads” – without breaking down in the heat of battle. “Reliability is a huge issue that needs to be resolved,” said Ted Maciuba, deputy director of robotic requirements for Futures Command. Now, don't expect a full-body bulletproof suit that can fly and access huge databases out of science fiction. “We are not going after the Starship Troopers/Iron Man system right off the bat,” said Rich Cofer, a former soldier who's now the Army's lead “capabilities developer” on the exoskeleton project. “We're not going to jump right in and expect Tony Stark... Expectation management is key.” (That's a stark contrast to Special Operations Command's highly publicized TALOS program, which explicitly compared itself to Iron Man but produced nothing of the kind). So instead of Iron Man, think Iron Leg. In a “soldier touchpoint” last December at Fort Drum, NY, Army soldiers from more than two dozen Military Occupational Specialties — ranging from infantry to supply — tried out various types of “lower-body exoskeletons,” including the Lockheed Martin ONYX that our own Paul McLeary tries out in this video. In essence, these are motorized knee braces and other wearable reinforcements for the legs that lighten the load on overburdened soldiers as they march for hours with heavy packs, manhandle artillery shells and such. The goal isn't to give the wearer superpowers, but to reduce fatigue and risk of injury. During the Fort Drum trials, “there were significant increases in the effectiveness of soldiers,” Maciuba told me. “The soldiers were able to do more with the exoskeleton than they could without.” That said, “we learned [that] there needs to be enough reliability engineered into our systems so that there is a very high probability they will not fail in use,” Maciuba continued. “It's one thing to be wearing a boot whose sole flips off. You can always take some 100-mile-an-hour tape and tape that back on your foot. It's another thing to be wearing an exoskeleton” that requires specialized training and tools to fix. So reliability will be a high priority when the Army speaks to potential vendors in mid-November. By that point, Maciuba & co. expect to have a draft Abbreviated Capabilities Development Document for industry to review and offer comment on. (Army Futures Command officially gave them the go-ahead to write the ACDD on Aug. 14th; the exoskeleton project falls under the command's Soldier Lethality team, with input from PEO-Soldier acquisition officials, Natick Soldier Systems Center researchers, and capability managers for infantry, armored, and Stryker units). While unclassified, the document will be considered sensitive and only released to qualified contractors. While the ACDD is formally considered a requirements document, Maciuba told me, it's not going to set rigid technical specs as would a traditional Army requirement. The technology is advancing way too fast to get that detailed at this early stage. Instead, he said, it will outline “desirable characteristics” but leave industry plenty of leeway to innovate on specific ways to achieve them – and the Army is open to revising those desires based on what industry says is actually achievable. “We want industry to grade our work,” Maciuba said. The industry day – which will be held online unless there's some miraculous breakthrough with COVID-19 – will include both a general session open to all contractors and one-on-one meetings with specific contractors so they can discuss their technology without competitors listening. Afterwards, Maciuba, Cofer, & co. will compile the feedback from all the companies, revise the ACDD, and send it to Army leaders for approval. The final Abbreviated Capabilities Development Document should be out by the end of 2021, Cofer estimated. The next step? Use a streamlined acquisition process known as Section 804, intended to field a working prototype within five years – that is, Maciuba cautioned, if the Army can find the funding. https://breakingdefense.com/2020/09/army-wants-industry-input-for-reliable-exoskeleton-not-iron-man-yet/

  • Pentagon’s central AI office wants to standardize its acquisition process

    September 2, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Pentagon’s central AI office wants to standardize its acquisition process

    Andrew Eversden WASHINGTON — The Pentagon's top artificial intelligence office released a request for information Aug. 28 outlining interest in establishing a new acquisition approach for standardizing the development and procurement process for AI tools. According to the solicitation, the Joint Artificial Intelligence Center is “considering” starting a competition for a 501(c) nonprofit manager or managers of its prototype “Artificial Intelligence Acquisition Business Model” that looks to use other transaction authorities to more quickly purchase AI products. The JAIC's prototype business model could deliver “AI capabilities through meaningful market research/front-end collaboration and optimal teaming arrangements of both traditional and non-traditional companies for AI product procurement,” the RFI said. If the plan moves forward, the JAIC would also “explore the possibilities of using the model to enable agile AI acquisition processes to the DoD at scale.” The JAIC is the Defense Department's main hub for artificial intelligence and is responsible for increasing adoption of AI across the department. It works with the services and combatant commands to develop AI tools that have practical use. To meet the military's needs, the JAIC uses the traditional government contracting process, known as Federal Acquisition Regulation-based contracts, and works with the General Services Administration, the Defense Information Systems Agency and the Defense Innovation Unit. The traditional acquisition strategy currently being used is unlikely sufficient enough to help the JAIC carry out its mission, the RFI stated. “To scale this strategy to other DoD service requirements or respond to emergent requirements such as COVID-19 is challenging and may not be the most efficient use of acquisition tools,” the RFI read. “The JAIC will therefore prototype a new AI Acquisition Business Model to assess the potential for non-FAR-based contracts mixed with FAR-based contracts to meet JAIC requirements.” JAIC's goals are to streamline awards while maintaining flexibility between FAR and non-FAR awards, and to maximize competition while minimizing restrictions, the RFI explained. The JAIC recently awarded major contracts through DISA and GSA. In May, it awarded a five-year contract with an $800 million ceiling to Booz Allen Hamilton through the GSA for its new joint war-fighting national mission initiative, though JAIC officials have continuously noted that the value of the contract won't hit $800 million. https://www.c4isrnet.com/artificial-intelligence/2020/09/01/pentagons-central-ai-office-wants-to-standardize-its-acquisition-process/

  • Contract Awards by US Department of Defense - August 28, 2020

    August 31, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - August 28, 2020

    MISSILE DEFENSE AGENCY Lockheed Martin Corp., Sunnyvale, California, is being awarded a $911,765,000 modification (P00049) for existing sole source, indefinite-delivery/indefinite-quantity contract HQ0147-12-D-0001 for Terminal High Altitude Area Defense element development and support services. This modification brings the total maximum ceiling value of this contract from $2,335,000,000 to $3,246,765,000. This modification provides for the extension of the period of performance for additional incremental development, support to flight and ground test programs and responsive support to warfighter requirements to sustain the Ballistic Missile Defense System throughout the acquisition life cycle. Expected completion dates will be established under subsequent task order awards. The work will be performed at Sunnyvale, California; and Huntsville, Alabama. No funding is being obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Abbott Rapid DX North America LLC, Orlando, Florida, has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of BinaxNOW rapid point-of-care antigen tests for COVID-19. The initial order is valued at $760,000,000 for 150 million tests and distribution costs. This was a sole-source acquisition to meet an urgent and compelling national need. An Emergency Use Authorization has been approved and signed by the Food and Drug Administration for this contract award. This is a four-month contract with no option periods. Locations of performance are Florida and Maine, with a Dec. 31, 2020, ordering period end date. Using customer is the Department of Health and Human Services. The maximum dollar value on the contract is $1,500,000,000. Type of appropriation is fiscal 2020 CARES Act funding. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0027). (Awarded Aug. 27, 2020) Petro Star, Inc.,* Anchorage, Alaska (SPE605-20-D-4008, $62,088,432); Delta Western LLC, Seattle, Washington (SPE605-20-D-4002, $32,629,727); Crowley Government Services, Jacksonville, Florida (SPE605-20-D-4005, $26,468,885); and Petro 49 Inc.,* doing business as Petro Marine Services, Seward, Alaska (SPE605-20-D-4009, $15,852,473), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE0600-20-R-0222 for various types of fuel. These were competitive acquisitions with 18 responses received. They are 60-month contracts with a six-month option period. Locations of performance are Alaska, Florida and Washington, with a Sept. 30, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Breton Industries Inc.,* Amsterdam, New York, has been awarded a maximum $17,810,477 firm-fixed-price contract for vehicular door handles, soft top parts kits, vehicular fitted covers and vehicular curtain assemblies. This was a competitive acquisition with four offers received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with an Aug. 27, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0166). Immix Technology Inc., McLean, Virginia, has been awarded a maximum $17,637,924 firm-fixed-price delivery order (SP4701-20-F-0161) against five-year basic ordering agreement NNG-15-S-C39B with one five-year option period for IBM software maintenance support renewal. This was a competitive acquisition with four responses received. This is a one-year base contract with two one-year option periods. Location of performance is Virginia, with an Aug. 31, 2021, performance completion date. Using customer is the Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania. AMG Engineering & Machining Inc., Indianapolis, Indiana (SPE4A7-20-D-0363, $17,236,056); and Janel's Industries Inc., Dowagiac, Michigan (SPE4A7-20-D-0362, $13,155,156), have each been awarded a maximum firm-fixed-price, indefinite-quantity contract under solicitation SPE4A7-20-R-0032 for aircraft structural fittings. This was a competitive acquisition using justification 15 U.S. Code 657f, as stated in Federal Acquisition Regulation 6.206. This is a five-year contract with no option periods. Locations of performance are Michigan, Florida and Indiana, with an Aug. 28, 2025, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. AIR FORCE National Strategic Research Institute – University of Nebraska, Lincoln, Nebraska, has been awarded a maximum $92,000,000 single-award, indefinite-delivery/indefinite-quantity contract for research and development services supporting U.S. Strategic Command (USSTRATCOM) and other government agencies. The contract is specifically for obtaining Department of Defense essential engineering, research and development capabilities and mission-related research including test, evaluation, and systems analysis of related topics for USSTRATCOM in the defined core competencies of nuclear detection and forensics, detection of chemical and biological weapons, active and passive defense against weapons of mass destruction and consequence management. Work will primarily be performed at the University of Nebraska-Lincoln, Lincoln, Nebraska; and University of Nebraska Medical Center, Omaha, Nebraska, and is expected to be completed Feb. 28, 2026. This award is a result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $1,000 are being obligated at the time of award. The 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity (FA4600-20-D-0003). PLEXSYS Interface Products, Camas, Washington, has been awarded a $66,771,502 firm-fixed-price, time and materials contract to the Airborne Warning and Control System (AWACS) Mission Crew Training Set (MCTS) effort. This contract will provide services to support the AWACS Block 40/45 system by providing operations and maintenance to eight MCTS systems. This contract will ensure that these MCTS systems are ready for training at the beginning of each training day, ensuring it remains operational throughout training events and then securing it at the conclusion of the training day. Work will be performed at Tinker Air Force Base, Oklahoma; Kadena Air Base, Japan; Nellis AFB, Nevada; and Joint Base Elmendorf, Alaska, and is expected to be completed by July 2024. This award is the result of a sole-source acquisition. Fiscal 2020 centralized asset management aircraft procurement funds in the amount of $12,142,258 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8730-20-C-0009). M1 Support Services, Denton, Texas, has been awarded a $25,649,894 modification (P00050) to contract FA4890-16-C-0012 for the T‐38 aircraft maintenance program. The modification will provide intermediate and organizational maintenance of T‐38 aircraft for Air Combat Command, Air Force Materiel Command and Air Force Global Strike Command. Work will be performed at Beale Air Force Base, California; Holloman AFB, New Mexico; Joint Base Langley-Eustis, Virginia; Tyndall AFB, Florida; and Whiteman AFB, Missouri, and is expected to be completed Sept. 30, 2021. Fiscal 2021 operations and maintenance funds will be used, but no funds will be obligated at time of award. Acquisition Management and Integration Center, Joint Base Langley-Eustis AFB, Virginia, is the contracting activity. Frontier Technology Inc., Beavercreek, Ohio, has been awarded an $18,838,565 cost-plus-fixed-fee modification (P00016) to life cycle decision support contract FA8806-19-C-0004 for additional support and analysis. The contract modification provides for the support and analysis to aid in the rapid prototyping and delivery of Enterprise Ground Services to future and existing U.S. Space Force missions. Work will be performed in Colorado Springs, Colorado; and Los Angeles, California, and work is expected to be completed by Sept. 4, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $6,700,000 are being obligated at the time of award. Total cumulative face value of the contract is $85,525,491. Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. Range Generation Next LLC, Sterling, Virginia, has been awarded a $17,620,089 cost-plus-fixed-fee modification (P000313) to contract FA8806-15-C-0001 for cyber hardened infrastructure support Phases Three and Four. This modification supports an increase in launch and test range requirements. Work will be performed at Eastern Range, Patrick Air Force Base, Florida; and Western Range, Vandenberg AFB, California, and is expected to be completed Feb. 24, 2023. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity (FA8806-15-C-0001). Credence Management Solutions LLC, Vienna, Virginia, has been awarded an $8,661,142, bilateral second option for task order FA3002-18-F-0162 to continue providing flight training operations support to Air Education and Training Command fighter aircrew at Joint Base San Antonio (JBSA) Randolph and Lackland, Texas; Columbus Air Force Base, Mississippi; Laughlin AFB, Texas; Vance AFB, Oklahoma; Tucson Air National Guard (ANG) Base, Arizona; Little Rock ANG Base, Arkansas; Altus AFB, Oklahoma; Pensacola Naval Air Station, Florida; Fort Rucker, Alabama; and the U.S. Air Force Academy, Colorado, and is expected to be completed August 2021. This task order incorporates the addition of two schedulers at JBSA–Randolph, and the Service Contract Labor Standards, Department of Labor Wage Determinations and the Collective Bargaining Unit for Altus AFB. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. The Air Force Installation Contracting Center, JBSA-Randolph, Texas, is the contracting activity. ARMY EFW Inc., Fort Worth, Texas, was awarded a $55,365,964 modification (P00010) to contract W15QKN-20-F-0331 to increase the contract ceiling amount and extend the contract period of performance to procure hardware in support of the Mortar Fire Control 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 Dec. 28, 2022. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. (Awarded April 1, 2020) Legacy Joint Venture Group LLC,* Warner Robins, Georgia, was awarded a $49,000,000 firm-fixed-price contract to provide rapid response with new construction, renovation, upgrades, improvement, maintenance or repair of government facilities. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2025. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-D-4007). Advanced Systems Technology Inc.,* Lawton, Oklahoma, was awarded a $24,331,428 firm-fixed-price contract for to replace the existing tactical communication subsystems towers and antenna system equipment to properly operate, display and protect the Joint Readiness Training Center instrumented systems. Bids were solicited via the internet with two received. Work will be performed in Fort Polk, Louisiana, and Lawton, Oklahoma, with an estimated completion date of Aug. 27, 2022. Fiscal 2020 operations and maintenance (Army) funds; and 2019 and 2020 other procurement (Army) funds in the amount of $24,331,428 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0018). Henry M. Jackson Foundation, Bethesda, Maryland, was awarded an $18,808,103 cost-plus-fixed-fee contract for medical research to implement a multifaceted artificial intelligence initiative at the Biotechnology High-Performance Computing Software Applications Institute to support scientific research in multiple areas of military medicine. Bids were solicited via the internet with one received. Work will be performed in Bethesda, Maryland, with an estimated completion date of Aug. 16, 2023. Fiscal 2020 Defense Health Program and research, development, test and evaluation (Army) funds in the amount of $4,673,419 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-C-0031). Alstom Renewable US LLC, Greenwood Village, Colorado, was awarded a $15,943,367 firm-fixed-price contract to perform all work required to rewind two hydroelectric generating units at Hartwell Powerhouse. Bids were solicited via the internet with four received. Work will be performed in Hartwell, Georgia, with an estimated completion date of May 31, 2022. Fiscal 2020 hydropower customer funded funds in the amount of $15,943,367 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0025). McMillen LLC, Boise, Idaho, was awarded a $12,231,000 firm-fixed-price contract for equipment, structures and all labor, plant, equipment and materials for the rehabilitation of the two low-level outlets of the Coolidge Dam. Bids were solicited via the internet with five received. Work will be performed at the Coolidge Dam, Arizona, with an estimated completion date of Oct. 22, 2022. Fiscal 2020 Bureau of Indian Affairs construction funds in the amount of $12,231,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-20-C-0018). EA Engineering, Science and Technology Inc.,* Hunt Valley, Maryland, was awarded an $8,025,292 firm-fixed-price contract to address groundwater contamination resulting from historical releases at Kirtland Air Force Base. Bids were solicited via the internet with two received. Work will be performed at Kirtland Air Force Base, New Mexico, with an estimated completion date of Aug. 27, 2025. Fiscal 2020 environmental restoration, defense funds in the amount of $8,025,292 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-20-C-0020). NAVY La Jolla Logic, San Diego, California (M68909-20-D-7601); Pueo Business Solutions LLC, Fredericksburg, Virginia (M68909-20-D-7602); Axcend, Inc., Fairfax, Virginia (M68909-20-D-7604); Lumbee Tribe Enterprises LLC, Pembroke, North Carolina (M68909-20-D-7605); and Trillion Technology Solutions, Inc., Reston, Virginia (M68909-20-D-7606), are being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for network, engineering, testing and cybersecurity support services with an estimated ceiling value of $46,000,000. Work will be performed in Camp Pendleton, California, and is expected to be complete by May 2025. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $1,500 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 competitively procured via the beta.SAM.gov website, with 17 offers received. The Marine Corps Systems Command, Marine Corps Tactical Systems Support Activity, Camp Pendleton, California, is the contracting activity. (Awarded Aug. 27, 2020) Coastal Marine Services Inc., San Diego, California (N50054-20-D-0007); and Thermcor Inc., Norfolk, Virginia (N50054-20-D-0008), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to provide insulation and lagging removal and installation. Coastal Marine Services Inc. is awarded an $18,903,577 contract and Thermcor Inc. is awarded a $23,020,821 contract for a total amount of $41,924,398. Work will be performed in Norfolk, Virginia, and is expected to be completed by August 2021, and if all options are exercised, by August 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $24,000 ($12,000 minimum guarantee per contract) will be obligated at time of award and will expire at the end of the current fiscal year. This multiple award contract was procured as a small business set-aside via the beta.Sam.gov website with two offers received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity. Mare Island Dry Dock, Vallejo, California, is awarded a $15,378,728, 50-calendar day, firm-fixed-price contract (N32205-20-C-4066) for the mid-term availability of the fleet replenishment oiler USNS Henry J. Kaiser (T-AO 187). The $15,378,728 consists of the amounts listed in the following areas: Category “A” work item cost, additional government requirement, other direct costs and the general and administrative costs. Work will include forward and port side superstructure preservation and steel repairs, ballast tank preservation forepeak, flight deck non-skid renewal, miscellaneous steel repairs, tank preservation 1S, 8C and 10C, main engine 12,000-hour overhaul, multiple cable transit repair, marine sanitation device tank replacement, number 4 ship service diesel generators resilient engine mount replacement and vent plenum preservation. The contract includes options which, if exercised, would bring the total value to $16,715,800. Work will be performed in Vallejo, California. Expected period of performance is Oct. 14, 2020, through Dec. 2, 2020. Fiscal 2021 working capital (Navy) funds, excluding options, in the amount of $15,378,728 will be obligated at time of the award. This contract was competitively procured, with proposals solicited via the beta.sam.gov website and two offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4066). Basic Commerce and Industries Inc.,* Moorestown, New Jersey, is awarded a $12,281,171 indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract for research, development, production, integration, installation, software support and maintenance of Weather Radar Through-the-Sensor systems. This five-year contract includes no options. Work will be performed in Moorestown, New Jersey (95%); and San Diego, California (5%). The period of performance is from Aug. 28, 2020, through Aug. 27, 2025. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders using research, development, test and evaluation (Navy); other procurement (Navy); and operations and maintenance (Navy) funds. This contract was awarded with circumstances permitting other than full and open competition pursuant to the authority of 10 U.S. Code 2304(c)(5) as implemented by Federal Acquisition Regulation 6.302-5. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-D-3413). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2329454/

  • Contract Awards by US Department of Defense - August 27, 2020

    August 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - August 27, 2020

    ARMY Avon Protection Systems Inc., Cadillac, Michigan (W911SR-20-D-0001); and Canadian Commercial Corp., Ottawa, Canada (W911SR-20-D-0002), will compete for each order of the $127,200,000 firm-fixed-price contract to qualify and procure M61 canisters for the Joint Service General Purpose Mask. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 26, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, was awarded an $116,821,426 modification (P00064) to contract W91RUS-13-C-0006 for continued support of critical operation, maintenance and defense of Army communications, which supports the Army Operational Base Communications Information Systems and infrastructure in support of U.S. Central Command forces. Work will be performed in APO Kuwait, APO United Arab Emirates, APO Afghanistan, APO Jordan, APO Bahrain, APO Iraq and APO Qatar, with an estimated completion date of Feb. 28, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $73,992,653 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Bowhead Mission Solutions LLC,* Springfield, Virginia, was awarded a $115,752,117 cost-plus-fixed-fee contract for system engineering and technical assistance support for the Center of Excellence, Space and Missile Defense School. 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 Aug. 8, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91260-20-F-5002). Aptim Aecom Decommissioning, Alexandria, Virginia, was awarded a $42,861,305 hybrid (cost-plus-incentive-fee and firm-fixed-price) contract for decommissioning and disposal activities for the Stationary Medium Power Plant Number 1 Reactor Facility in Fort Belvoir. Bids were solicited via the internet with four received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Sept. 1, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $42,861,305 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0031). Affolter Contracting Co. Inc.,* La Marque, Texas, was awarded a $12,364,000 firm-fixed-price contract furnishing all plant, labor, materials and equipment, and constructing the Upper Yazoo Projects in Tallahatchie County, Mississippi. Bids were solicited via the internet with two received. Work will be performed in Greenwood, Mississippi, with an estimated completion date of June 30, 2024. Fiscal 2020 civil construction funds in the amount of $12,364,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-20-C-0006). AIR FORCE Northrop Grumman Systems Corp., McLean, Virginia, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract. This requirement is for a follow-on to continue performance of highly specialized technical services in support of product data systems, data management, migration processes and transformation initiatives. Work will be performed at Robins Air Force Base, Georgia, and is expected to completed May 9, 2024. This award is the result of a sole-source acquisition. The first order obligates fiscal 2020 operations and maintenance; and working capital funds in the amount of $19,847,079. Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8571-20-D-0006). Olgoonik Enterprises LLC, St. Robert, Missouri, has been awarded a $75,000,000 firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity contract for the Fort Riley, Kansas; and McConnell Air Force Base, Kansas, Sunflower Simplified Acquisition Base Engineering Requirements (SABER) to maintain facilities and infrastructure at both bases. This award is the result of a competitive acquisition and seven offers were received. Task orders will be funded either by Army or Air Force operations and maintenance (O&M) funds. The initial task order for this contract was funded by Army O&M funds in the amount of $334,749. Work will be performed at Fort Riley, Kansas; and McConnell AFB, Kansas, and is expected to be completed Sept. 25, 2025. The 22nd Contracting Squadron, McConnell AFB, Kansas, is the contracting activity (FA4621-20-D-0002). NAVY Leidos Inc., Reston, Virginia, is awarded a $58,905,547 modification (P00004) to previously awarded cost-plus-fixed-fee contract N00019-19-C-0051. This modification provides for the development of Adaptive Radar Countermeasure (ARC) Software/Firmware (SW/FW) capabilities and integration of ARC SW/FW on the AN/ALQ-214A electronic countermeasure host. ARC SW/FW supplements F/A-18C-F survivability in the presence of radio frequency guided surface-to-air and air-to-air weapons systems. Work will be performed in Arlington, Virginia (50%); Clifton, New Jersey (25%); Goleta, California (10%); St. Louis, Missouri (10%); Raleigh, North Carolina (3%); and Huntsville, Alabama (2%), and is expected to be completed in February 2024. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $13,894,969 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DZSP 21 LLC, Marlton, New Jersey, is awarded a $50,794,396 cost-plus-fixed-fee contract with one three-month base period and one three-month option period for base operating support (BOS) services at Joint Region Marianas. Work will be performed at various locations on the island of Guam, and is expected to be completed by February 2021. The work will provide facility and BOS for the following services: management and administration, port operations, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation and environmental. Fiscal 2020 working capital funds (Defense); fiscal 2020 transportation Air Force working capital funds; fiscal 2020 operations and maintenance (Navy, Air Force and Defense); fiscal 2020 family housing operations and maintenance (Navy); fiscal 2020 operations and maintenance (Marine Corps, Army, Army National Guard and Air National Guard); fiscal 2020 health program funds (Defense); fiscal 2020 General Fund; and fiscal 2020 Defense Commissary Agency contract funds in the amount of $23,319,610 are obligated on this award, and all will expire at the end of the current fiscal year. This contract was issued as a sole-source procurement under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-20-C-3603). Nexagen Networks Inc.,* Morganville, New Jersey, is awarded a $45,970,509 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide subject matter expertise in the areas of program management; development management; operation support; systems engineering support; systems administration; information assurance; network security; configuration management; service desk support; web application development and technical writing in support of the management and operation of the coalition and allied programs and the Naval Tool for Interoperability and Risk Assessment under Naval Information Forces. The contract will include a five-year base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 – option to extend services, which if exercised, will bring the total value to $49,700,700. The base ordering period is expected to be completed by September 2025; if the option is exercised, the ordering period will be completed by March 2026. Work will be performed in Suffolk, Virginia (60%); Norfolk, Virginia (20%); Honolulu, Hawaii (15%); and various continental U.S. locations (5%). Fiscal 2020 operations and maintenance (Navy) (OMN) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Annual OMN funds will be obligated as individual task orders are issued. This contract was competitively procured as a small business set-aside pursuant to the authority set forth in Federal Acquisition Regulation 16.504 and solicited through Navy Electronic Commerce Online and the Federal Business Opportunities websites, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0027). Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $35,317,218 cost-plus-incentive-fee order (N00019-20-F-0358) against basic ordering agreement N000019-19-G-0029. This order procures labor and hardware for the development of preliminary software for Phase 2 Network Enabled Weapons (NEW) capabilities. Specifically, this order provides software coding, testing and integration of NEW into a software development branch of the MH-60R/S software configuration with a merge into MH-60R/S fleet release baseline after the capability has established maturity. Work will be performed in Owego, New York, and is expected to be completed in August 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $3,761,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. RQ Construction LLC, Carlsbad, California, is awarded a $33,146,000 firm-fixed-price task order (N62473-20-F-5288) under a multiple award construction contract for the design and construction of a new child development center (CDC) complex at Marine Corps Air Station (MCAS) Miramar. The task order also contains one planned modification, which if exercised would increase cumulative task order value to $33,327,250. The work to be performed provides for two single story CDC facilities for infants, pre-toddlers, toddlers and pre-school aged children of military and authorized civilian personnel at MCAS Miramar. Combined total square footage for the two facilities shall not exceed 62,000 square feet. The CDC will provide adequate space for children between six weeks and five years of age. These two CDC facilities combined will provide an essential facility offering military personnel and authorized civilians and their families with full time, quality childcare and development for about 462 children. The new facilities will be single story reinforced concrete masonry unit, reinforced concrete foundation, slab on grade and composite steel deck, standing seam metal roof over metal deck and steel framing. Functional programmed spaces will include entrance vestibule, lobby, reception/sign-in, administration offices and work areas individual child activity rooms appropriately designed and sized for each children's age group, training room, staff break room, lactation room, central storage, restrooms for staff and public use, kitchen, laundry room, janitor's room, mechanical, electrical and telecommunication support spaces. Work will be performed in San Diego, California, and is expected to be completed by September 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $33,146,000 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5851). Mechanical Engineers of Hawaii Corp.,* Honolulu, Hawaii, is awarded an indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $15,000,000 for design and engineering services for mechanical engineering projects and related projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for request for proposal (RFP) documentation for design-bid-build (DBB) mechanical engineering projects with associated multi-discipline architect-engineering support services for new construction, alteration, repair and installation of mechanical systems and associated facilities. Other design and engineering services may include, but not limited to, design-build RFP documentation, engineering investigations/concept studies, functional analysis concept development/charrettes and post construction award services. Initial task order is being awarded at $281,952 for a DBB construction package, consisting of full plans, specifications, detailed cost estimate and other services to repair the Marine Corps Forces Pacific Telephone Exchange Building at Marine Corps Base Camp Smith. Work for this task order is expected to be completed by May 2022. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AO. The term of the contract is not to exceed 60 months with an expected completion date of August 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $281,952 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N; O&M (Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-5034). Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $9,885,076 combination firm-fixed-priced, indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Bridge Option Three under an IDIQ contract for base operating support services at Isa Air Base. After award of this bridge option, the total cumulative contract value will be $191,719,675. The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, bachelor quarters and laundry services, facility management, emergency service requests, urgent service, routing service, minor work, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles, environmental, fire emergency services and explosive safety officer services at Isa Air Base, Bahrain. Work will be performed in the Kingdom of Bahrain. This option period is from September 2020 to November 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. Fiscal 2020 and 2021 operations and maintenance (Navy) contract funds in the amount of $9,885,076 for recurring and non-recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe, Africa, Central, is the contracting activity (N62470-14-D-6012). Raytheon Co., Space and Airborne Systems, El Segundo, California, is awarded an $8,357,826 modification (P00079) to previously awarded cost-plus-incentive-fee contract N00019-16-C-0002. This modification provides additional contractor logistics support maintainers for pre-operational support to facilitate logistics and maintenance activities in support of the Next Generation Jammer engineering and manufacturing development and test and evaluation activities. Work will be performed in Patuxent River, Maryland (49%); Point Mugu, California (38%); and Crane, Indiana (13%), and is expected to be completed in December 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $8,357,826 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Seiler Instrument and Manufacturing Co., Inc.,* St. Louis, Missouri, has been awarded a maximum $8,972,159 firm-fixed-price, requirements contract for production of the panoramic telescope. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Missouri, with an Aug. 31, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0127). Campbellsville Apparel Co., Campbellsville, Kentucky, has been awarded a maximum $7,709,600 modification (P00012) exercising the fourth one-year option period of a one-year base contract (SPE1C1-16-D-1083) with four one-year option periods for undershirts and moisture wicking t-shirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Kentucky, with a Sept. 7, 2021, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Cobham Mission System, Davenport, Iowa, has been awarded a maximum $13,028,470 firm-fixed-price contract for oxygen concentrators. 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 four-year, two-month contract with no option periods. Location of performance is Iowa, with an Oct. 6, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-W070). UPDATE: JCB Inc., Pooler, Georgia (SPE8EC-20-D-0064), has been added as an awardee to the multiple award contract announced on Aug. 29, 2017, for commercial construction equipment, issued against solicitation SPE8EC-17-R-0005. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2327934/

  • Contract Awards by US Department of Defense - August 26, 2020

    August 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - August 26, 2020

    AIR FORCE Kellogg Brown & Root Services Inc., Houston, Texas, has been awarded a ceiling $974,000,000 indefinite-delivery/indefinite-quantity contract for U.S. Air Forces in Europe – Air Forces Africa (USAFE-AFAFRICA) base operating support. This contract provides day-to-day base operations and maintenance services throughout locations within USAFE-AFAFRICA. Work will be performed at Morón Air Base (AB), Spain; Incirlik AB, Turkey; Izmir Air Station, Turkey; Office of Defense Cooperation-Turkey; and Ankara Support Facility, Turkey, and is expected to be completed by Aug. 27, 2028. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount of $10,000,000 will be obligated via the first two task orders, which will be awarded immediately after the basic contract. Air Force Installation Contracting Command, Ramstein AB, Germany, is the contracting activity (FA5641-20-D-0009). Cape Environmental Management Inc., Irvine, California, has been award a ceiling $90,300,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Base Realignment and Closure environmental construction optimization services to support the Air Force Civil Engineer Center installations directorate. This contract supports a variety of environmental restoration services and construction necessary to maintain regulatory selected remedies, implement optimization to enhance remedial progress, and advance sites to completion in a cost effective manner. Work will be performed at former Castle, Mather and McClellan Air Force Bases, California, and is expected to be completed by Aug. 25, 2030. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 Base Realignment and Closure funds in the amount of $1,689,937 are being obligated at the time of award. Air Force Installation Contracting Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-20-D-0002). Hamilton Enterprises LLC, Greenbelt, Maryland, has been awarded a $21,676,458 firm-fixed-price contract for third party collections program support services. The purpose of this contract is to perform other health insurance billing and collection activities for the Defense Health Agency medical treatment facilities, using a government-provided medical billing program referred to as the Government Billing Solution (GBS). Billing and collection activities include identification and verification of other health insurance (OHI) provided on the paper or electronic form DD 2569, update of collected OHI information in the GBS, direct billing of third-party payers, ongoing follow-up actions for unpaid claims to include denials management processes, posting payments, conducting valid write-offs and referral of delinquent claims. Work will be performed in Greenbelt, Maryland, and is expected to be completed by Sept. 8, 2025. Fiscal 2020 operations and maintenance funds in the amount of $4,082,860 are being obligated at the time of award. The 773rd Enterprising Sourcing Squadron/Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity (FA8052-20-F-0031). University of Connecticut, Storrs, Connecticut, has been awarded a $7,953,698 cost-reimbursement contract for research in the area of developing capabilities to predict performance of aerospace materials in the manufacturing environment as well as when subjugated to extreme thermomechanical influences. Work will be performed in Storrs, Connecticut, and is expected to be completed by Nov. 7, 2023. Fiscal 2019 research, development, test and evaluation funds in the full amount are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-5206). NAVY Mechworks Mechanical Contractors Inc.,* Beaufort, North Carolina (N40085-20-D-0076); North State Mechanical Inc.,* Jacksonville, North Carolina (N40085-20-D-0077); R&W Construction Co. Inc.,* Jacksonville, North Carolina (N40085-20-D-0078); and Siler Excavating LLC,* Clairfield, Tennessee (N40085-20-D-0079), are awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for various construction projects primarily in Marine Corps Base Camp Lejeune and the surrounding area. The maximum dollar value for all four contracts combined is $240,000,000. The work to be performed provides for a range of new construction, renovation, alteration and repair for mechanical, electrical and plumbing projects. Types of buildings and facilities include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems and utility infrastructure. The contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies and transportation, to perform all of the services described in the plans and specifications for each task order. All work on this contract will be performed in Camp Lejeune, North Carolina, and the surrounding area. The term of the contract is not to exceed 60 months, with an expected completion date of August 2025. Future task orders will be primarily funded by operations and maintenance (Marine Corps). This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Northrop Grumman Systems Corp., Woodland Hills, California, is awarded a $44,550,267 modification (P00005) to previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00019-19-D-0025. This modification increases the ceiling of the contract for the production and delivery of an additional 228 H-1 Tech Refresh Mission Computers, increasing the quantity from 545 to 773 in support of domestic and Foreign Military Sales UH-1Y and AH-1Z aircraft. Work will be performed in Salt Lake City, Utah (55%); Baltimore, Maryland (25%); and Woodland Hills, California (20%), and is expected to be completed in December 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $24,036,708 firm-fixed-price contract for programmable power supply MK 179 Mod 0 production in support of the Vertical Launch System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $73,100,086. Work will be performed in Johnstown, Pennsylvania, and is expected to be complete by June 2022. If all options are exercised, work will continue through February 2025. Fiscal 2020 shipbuilding and conversion (Navy) (67%); and fiscal 2020 other procurement (Navy) (33%) funding in the combined amount of $24,036,708 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 beta.sam.gov with three offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-C-0008). Raytheon Co., Tucson, Arizona, is awarded a $10,242,679 cost-plus-fixed-fee order (N00019-20-F-0672) against previously issued basic ordering agreement N00019-15-G-0003. This order provides non-recurring engineering in support of integration and testing of the modified Cryptographic Modernization Tactical Air Command Network 1.0 data link radio onto the air-to-ground missile 154C-1 Joint Standoff Weapon. Work will be performed in Tucson, Arizona, and is expected to be completed in August 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $10,242,679 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. S2 Corp., Bozeman, Montana, is awarded a $9,003,679 cost-plus-fixed-fee contract (N65236-20-C-8019) for a Defense Advanced Research Projects Agency (DARPA) project to prototype and demonstrate a broadband, electro-magnetic spectrum receiver system. The contract includes an 18-month base period and an 18-month option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $20,964,010. Fiscal 2020 research, development, test and evaluation funds in the amount of $4,501,840 will be obligated at the time of award. Work will be performed in Bozeman, Montana (85%); Goleta, California (9%); Boulder, Colorado (4%); and Clarksville, Maryland (2%), and is expected to be completed in February 2022. If the option is exercised, work could continue until August 2023. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured by full and open competition via DARPA broad agency announcement HR0011-20-S-0005, posted on the beta.sam.gov (formerly Federal Business Opportunities) website, with 24 timely offers received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Lockheed Martin Corp., Fort Worth, Texas, is awarded a $7,469,472 modification (P00001) to firm-fixed-price order N00019-20-F-0022 against previously issued basic ordering agreement N00019-19-G-0008. This order exercises options to procure Intel Diminishing Manufacturing Sources parts that have reached end of life in support of the F-35 program future aircraft production and deliveries for the Air Force and Navy. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2020. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $4,987,522; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,481,950 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. ARMY Weston-ER Federal Services LLC, West Chester, Pennsylvania, was awarded an $80,000,000 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for rapid response environmental remediation services. 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 Aug. 26, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0050). Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, was awarded a $49,000,000 firm-fixed-price contract for the Cold Weather Glove System. 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 Aug. 25, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-D-0032). HDR Architects and Engineers P.C., Lawrenceville, New Jersey, was awarded a $15,000,000 firm-fixed-price contract to provide planning, engineering design services and consulting services in support of the planning, design and assistance during construction for a new research facility and greenhouse. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 6, 2025. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-D-0033). Helping Hands of Goodwill, Kansas City, Missouri, was awarded a $13,113,289 firm-fixed-price contract for custodial services at Fort Leavenworth, Kansas. 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 June 30, 2024. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W91QF4-20-D-0004). Toyal America Inc., Lockport, Illinois, was awarded a $12,715,574 firm-fixed-price contract to provide aluminum powder in support of production at McAlester Army Ammunition Plant, Oklahoma. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 25, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-3014). Alutiiq General Contractors, Tacoma, Washington, was awarded a $9,367,399 firm-fixed-price contract for maintenance, repair and minor construction work on vehicle roadways and airfield paving projects at Joint Base Lewis-McChord, Washington. 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 Aug. 31, 2025. U.S. Army 418th Contracting Support Brigade, Fort Hood, Texas, is the contracting activity (W911S8-20-D-0012). DEFENSE COMMISSARY AGENCY Military Produce Group LLC, Norfolk, Virginia, is awarded a $51,205,744 requirements type contract for fresh fruits and vegetable products for various commissaries located in the U.S. and its territories. The requirements type contract is for a 24-month base period beginning Sept. 6, 2020. The requirements type contract includes three one-year option periods. If all three option periods are exercised, the requirements type contract will be completed by Aug. 30, 2025. Offers were solicited on Contract Opportunities and two offers were received. The Defense Commissary Agency, Fort Lee, Virginia, is the contracting activity (HDEC02-20-D-0003). DEFENSE LOGISTICS AGENCY Sonosim Inc., Santa Monica, California, has been awarded a maximum $14,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 129 responses received. This is a five-year contract with no option periods. Location of performance is California, with an Aug. 25, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0047). Alliance Technical Services Inc.,* Norfolk, Virginia, has been awarded a maximum $10,021,402 modification (P00010) exercising the second one-year option period of a one-year base contract (SP3300-18-C-5001) with four one-year option periods for third party logistics hazmat support services. This is a firm-fixed-price, cost-reimbursement contract. Locations of performance are Virginia and Texas, with an Aug. 26, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2326327/

  • Government awards design contract for future fighter infrastructure in Cold Lake

    August 27, 2020 | Local, Aerospace, Other Defence

    Government awards design contract for future fighter infrastructure in Cold Lake

    August 27, 2020 – Ottawa, Ontario – National Defence / Canadian Armed Forces As outlined in Canada's defence policy, Strong, Secure, Engaged, the Government of Canada is providing Canadian Armed Forces (CAF) personnel with the facilities and tools to support their operations for the future. Today, the Honourable Harjit S. Sajjan, Minister of National Defence, announced a $9.2-million contract award to EllisDon Construction Services Inc., of Edmonton, Alta., for the design of a new fighter jet facility at 4 Wing Cold Lake, one of two main operating bases for Canada's future fighter aircraft. A second facility and contract award is also planned for 3 Wing Bagotville. Combined, this infrastructure will support the long-term maintenance and operation of 88 new aircraft being procured for the Royal Canadian Air Force (RCAF) through the Future Fighter Capability Project (FFCP). This contract is an important milestone in preparing Cold Lake for the future fighter, and it takes us one step closer to delivering the infrastructure our aviators need for the future. Both infrastructure projects will also provide significant economic opportunities for the Canadian construction industry, as well as the Cold Lake and Bagotville communities. In total, over 900 jobs are expected to be created during the design and construction of both facilities. The Cold Lake facility will host two tactical fighter squadrons and will cover approximately 19,300 m2, providing space for daily operations, maintenance, administration, mission planning, and simulator training. It will also house operational and support training squadrons and their training facilities. Quotes “We invest in this modern infrastructure to house our future fighter aircraft because we know it is critical to ensuring the safety and security of Canadians, as well as meeting Canada's international obligations to NORAD and NATO. A modern fighter jet fleet is essential for the defence of our country and its sovereignty, and these facilities are vital to enabling these operations.” The Honourable Harjit S. Sajjan, Minister of National Defence “This infrastructure project is a significant investment in the future of the Canadian Armed Forces and the Cold Lake community. Building this facility will help sustain jobs near the base, and will ensure our military is well equipped for the future.” Anita Vandenbeld, Parliamentary Secretary to the Minister of National Defence Quick facts We expect to award the design contract for our future fighter facility in Bagotville in September 2020. Construction is estimated to begin at both bases in summer 2022. Both design contracts will also include options for the contractors to build the new facilities, and any additional infrastructure once the future fighter is selected, should Canada decide to exercise these follow-on options. By awarding these infrastructure design contracts ahead of choosing a future fighter, we will start on work that is needed, regardless of which of the three potential aircraft is selected. This will ensure both bases are ready for the first aircraft deliveries. These facilities will be designed and constructed to Leadership in Energy and Environmental Design Silver standards and will use energy efficient options wherever possible. Associated links Future Fighter Capability Project Contacts Floriane Bonneville Press Secretary Office of the Minister of National Defence Phone: 613-996-3100 Media Relations Department of National Defence Phone: 613-904-3333 Email: mlo-blm@forces.gc.ca https://www.canada.ca/en/department-national-defence/news/2020/08/government-awards-design-contract-for-future-fighter-infrastructure-in-cold-lake.html

  • What kind of industrial cooperation will improved Israel-UAE relations produce?

    August 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    What kind of industrial cooperation will improved Israel-UAE relations produce?

    By: Agnes Helou Correction: A previous version of this story misidentified the title and employer of Aram Nerguizian. He is a senior associate with the Arleigh A. Burke Chair in Strategy at the Center for Strategic and International Studies. BEIRUT — Analysts are looking forward to potential cooperation among the defense industries of Israel and the United Arab Emirates, following the Aug. 13 announcement that the two countries are establishing full diplomatic relations in a U.S.-brokered deal. “It is monumental for both Israel and the UAE that they are now on an unprecedented path to normalization. How this might or might not affect the UAE defense sector in the short to medium term is far from certain,” said Aram Nerguizian, a senior associate with the Arleigh A. Burke Chair in Strategy at the Center for Strategic and International Studies. “There are certainly areas where industry in both countries will have a desire to collaborate, explore cost, and access sharing tied to research and development, let alone explore opportunities for equity and ownership in leading defense firms in both countries,” he added. Some of these opportunities to collaborate include cybersecurity and advanced defense systems. “Cybersecurity is one of the areas which could witness industrial cooperation between the UAE and Israel, and the latter have a strong edge in this area, also in unmanned autonomous systems, unmanned aircraft, missile defense, electronic systems and system integration. These are all areas where there is potential cooperation,” said Riad Kahwaji, a Dubai-based Middle East security and defense analyst who and serves as director of the Institute for Near East and Gulf Military Analysis. Opportunities are also stem from the fact that the two countries use similar platforms, like the F-16 fighter jet and Patriot missiles. And as both nations view Iran as a security threat, that common adversary could drive cooperation, Kahwaji noted. What about the F-35? Negotiations between the U.S. and the UAE for the latter's purchase of the F-35 fighter jet haven't significantly advanced since the Israel-UAE announcement, and Nerguizian doesn't expect that to move forward. “None of this, however, changes short- to medium-term Israeli and U.S. concerns tied to Israel's QME [qualitative military edge] and regional proliferation. Sharing access and ownership to a fifth-generation platform like the F-35 falls into that uncertainty. For now, it is clear that both Israel and the U.S. remain concerned and opposed to the UAE acquiring the F-35,” Nerguizian said. “Certainly, that can change from a U.S. policy perspective if the Trump administration weighs in, if it is reelected for a second term. However, doing so would go against Israel's larger concerns that have less to do with the UAE and more to do with concern that if the UAE gets the platform, it will only be a matter of time before Saudi Arabia and eventually Egypt seek to acquire it as well,” the analyst added. “That is not something Israeli policymakers are all too comfortable with in the here and now. I should caveat that how that dynamic evolves in the medium to long term is far more uncertain. Both Israel and the UAE have reasons to deepen mutual trust and cooperation beyond narrowly balancing or containing Iran. Whether that level of cooperation extends to the F-35 or similar so-called ‘game-changer' systems is not something we can clearly predict.” A domino effect Kahwaji told Defense News that the Israel-UAE deal — which required the Jewish state halt its contentious plan to annex occupied West Bank land sought by the Palestinians — could be a sign of improved relations to come among Mideast neighbors, particularly invovling Bahrain, Oman and Qatar. “However, any negative moves by Netanyahu, like reviving his plan to annex the West Bank, will be a setback that will definitely sway many countries from following the UAE's path and could definitely impact UAE-Israel relation in a negative way,” the military expert said. Whether there will be growth across the entire region's defense industries remains to be seen. “Irrespective of administration, regional defense industries in the Arab world will continue to struggle against U.S. congressional limits and rules tied to [the International Traffic in Arms Regulations],” Nerguizian said. “There is an assumption that a Trump reelection might lead to more executive if not more legislative action, but that assumption still has to be tested, as concerns about [intellectual property] transfers, [qualitative military edge] and proliferation continue to cut across U.S. party lines.” Josef Federman, Matthew Lee and Jon Gambrell of The Associated Press contributed to this report. https://www.defensenews.com/global/mideast-africa/2020/08/26/what-kind-of-industrial-cooperation-will-improved-israel-uae-relations-produce/

  • Contract Awards by US Department of Defense - August 25, 2020

    August 26, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - August 25, 2020

    DEFENSE LOGISTICS AGENCY Oklahoma City Water Utilities Trust, Oklahoma City, Oklahoma, has been awarded a $617,452,596 regulated tariff contract for the ownership, operation and maintenance of the water and wastewater utility systems at Tinker Air Force Base, Oklahoma. 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 50-year contract with no option periods. Location of performance is Oklahoma, with an Aug. 31, 2071, performance completion date. Using military service is the Air Force. Type of appropriation is fiscal 2020 through 2071 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-20-C-8331). Atlantic Diving Supply Inc., doing business as ADS, Virginia Beach, Virginia, has been awarded a maximum $28,000,000 indefinite-delivery/indefinite-quantity contract for facility maintenance, repair and operations supplies and related incidental services. 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 327-day bridge contract with no option periods. Location of performance is Southwest Africa, with a July 19, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-20-D-0003). CORRECTION: The contract modification announced on Aug. 20, 2020, for Bremen-Bowdon Investment Co., Bowdon, Georgia (SPE1C1-17-D-1085 P00012), for $8,125,822, was actually awarded on Aug. 21, 2020. NAVY FlightSafety Services Corp., Denver, Colorado, is awarded a $220,766,476 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aircrew training services for the TH-73A Advanced Helicopter Training System to include flight training devices (FTD) and classroom instruction to train student naval aviators (SNAs) to the standards necessary to meet an annual pilot production rate of over 600 advanced rotary wing and intermediate tilt-rotor SNAs. Additionally, it provides for the operation and maintenance of FTDs. Work will be performed in Milton, Florida, and is expected to be completed in June 2026. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0021). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $191,723,019 cost-plus-incentive-fee contract (N00024-20-C-6117) for the procurement of engineering design development services and associated material and travel, supporting the fleet of Navy submarines and Foreign Military Sales requirements. This contract includes options which, if exercised, would bring the cumulative value of this contract to $2,224,208,878. This contract combines purchases for the Navy (90%); and the governments of Canada (8%); Japan (1%); and Australia (1%). Work will be performed in Manassas, Virginia (85 %); Virginia Beach, Virginia (11%); Fairfax, Virginia (2%); San Diego, California (1%); and Waterford, Connecticut (1%), and is expected to be completed by June 2030. If all options are exercised, work will continue through June 2030. Fiscal 2020 other procurement (Navy) funding in the amount of $500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity (N00024-20-C-6117). SeaLandAire Technologies Inc.,* Jackson, Michigan, is awarded a $9,706,013 cost-plus-fixed-fee order (N68335-20-F-0456) against previously issued basic ordering agreement N68335-20-G-1049. This order provides for continued advanced technology research and development efforts for Small Business Innovation Research (SBIR) products for airborne anti-submarine warfare systems under SBIR topic N010-014 titled, “High Gain Array of Velocity Sensors.” Further development and research efforts will include systems engineering, modeling and analyses, measurement of target and environment data, architecture, fabrication, installation, test, maintenance, aircrew training and procurement activities. Additionally, this order provides engineering services for prototyping and delivery of 36 digital directional frequency analysis and reporting vertical line array sonobuoys in order to transfer this SBIR technology to the UnderSea Advantage Next Generation Multistatic Active Coherent system. Work will be performed in Jackson, Michigan (90%); Columbia City, Indiana (5%); and Key West, Florida (5%), and is expected to be completed in August 2025. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $370,770 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. U.S. TRANSPORTATION COMMAND Construction Helicopters Inc., Howell, Michigan, has been awarded a $168,759,265 modification (P00010) to contract HTC711-17-D-R016 for continued rotary wing airlift support within the U.S. Central Command Area of Responsibility. The option period of performance is from Sept. 1, 2020, to Aug. 31, 2021. Funds were not obligated at award. This modification brings the total cumulative face value of the contract to $653,647,312 from $484,888,047. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. AIR FORCE Kekolu Contracting LLC, La Plata, Maryland, has been awarded a not-to-exceed $111,700,000 firm-fixed-price, indefinite-delivery/indefinite-quantity enterprise contract. Work will be performed at Joint Base Andrews, Maryland; and Joint Base Anacostia Bolling, Washington, D.C., and is expected to be completed May 23, 2025. This contract is for streamlined acquisition base engineering requirements, providing minor construction projects, maintenance and repair of real property. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance funds in the amount of $192,943 are being obligated at the time of award. The 316th Contracting Squadron, Joint Base Andrews, Maryland, is the contracting activity (FA2860-20-D-0004). PAE Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $19,766,706 modification (P00063) to contract FA4890-15-C-0018 for the Aerial Targets Program. The contract modification provides for the exercise of an option for an additional year of service under the multiple year contract which directly supports live-fire weapon system testing and enables the 53rd Weapons Evaluation Group to perform developmental and operational weapons testing for all air-to-air missiles for F-15, F-16, F-22, and F-35 aircraft. Work will be performed at Tyndall Air Force Base, Florida; and Holloman Air Force Base, New Mexico, and is expected to be completed Sept. 30, 2021. Fiscal 2021 operations and maintenance funds will be used but no funds will be obligated at time of award. Acquisition Management and Integration Center, Joint Base Langley-Eustis Air Force Base, Virginia, is the contracting activity. ARMY HD CW JV, Charlotte, North Carolina (W912HN-20-D-2000); GHD Inc., Duluth, Georgia (W912HN-20-D-2001); and CDM Federal Programs Corp., Jacksonville, Florida (W912HN-20-D-2002), will compete for each order of the $15,000,000 firm-fixed-price contract for architect-engineer general design services for civil works. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 24, 2025. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity. Nora Contracting LLC,* Detroit, Michigan, was awarded a $10,576,854 firm-fixed-price contract to construct a columbarium for the Veterans Administration (VA) at the Crown Hill Cemetery in Indianapolis. Bids were solicited via the internet with two received. Work will be performed in Indianapolis, Indiana, with an estimated completion date of Feb. 26, 2022. Fiscal 2019 and 2020 VA construction funds in the amount of $10,576,854 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0033). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Radiance Technologies Inc,* Huntsville, Alabama, was awarded a $10,110,811 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency research project for the Secure Advanced Framework for Simulation and Modeling (SAFE-SiM) program. SAFE-SiM seeks to build a government-owned and controlled, faster-than-real time modeling and simulation (M&S) capability for theater-wide, mission-level M&S. This capability would enable rapid analysis supporting senior-level decisions for concept of operations development, force structure composition, resource allocation and targeted technology insertion. Work will be performed in Huntsville, Alabama (50%); Cambridge, Massachusetts (14%); Albuquerque, New Mexico (13%); Chantilly, Virginia (12%); San Diego, California (6%); and Rome, New York (5%), with an expected completion date of August 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,750,000 are being obligated at the time of award. This contract was a competitive acquisition in which 10 offers were received. The Defense Advanced Research Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0146). Cole Engineering Services Inc., Orlando, Florida, was awarded a $9,141,146 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency research project for the Secure Advanced Framework for Simulation and Modeling (SAFE-SiM) program. SAFE-SiM seeks to build a government-owned and controlled, faster-than-real time modeling and simulation (M&S) capability for theater-wide, mission-level M&S. This capability would enable rapid analysis supporting senior-level decisions for concept of operations development, force structure composition, resource allocation and targeted technology insertion. Work will be performed in Orlando, Florida (65%); and Austin, Texas (35%), with an expected completion date of August 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,310,000 are being obligated at the time of award. This contract was a competitive acquisition in which 10 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0144). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2324805/source/GovDelivery/

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.