Filter Results:

All sectors

All categories

    3667 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - February 14, 2020

    February 15, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 14, 2020

    ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $407,335,834 modification (P00291) to contract W56HZV-15-C-0095 to procure Joint Light Tactical Vehicles and associated kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2022. Fiscal 2018 and 2020 other procurement, Army; procurement, U. S. Marine Corps; and Foreign Military Sales (Lithuania and Slovenia) funds in the amount of $407,335,834 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Maloney Odin JV,* Novato, California, was awarded a $48,064,247 firm-fixed-price contract to degrade and reconstruct two miles of levee to support Sacramento River East Levee construction of both deep mix method and slurry trench cutoff walls. Bids were solicited via the internet with two received. Work will be performed in Sacramento, California, with an estimated completion date of Dec. 15, 2020. Fiscal 2020 civil construction funds in the amount of $48,064,247 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0004). General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a $26,869,595 cost-plus-fixed-fee contract to procure Year 11 system engineering and program management services for product manager tactical network, systems, and equipment. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Jan. 22, 2021. Fiscal 2020 other procurement, Army, funds in the amount of $26,869,595 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-F-0005). Cray Inc., Seattle, Washington, was awarded a $25,480,000 firm-fixed-price contract for Department Of Defense high-performance computing modernization programs. Bids were solicited via the internet with three received. Work will be performed at Wright-Patterson Air Force Base, Ohio, with an estimated completion date of Aug. 13, 2025. Fiscal 2020 other procurement, Army, funds in the amount of $25,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0147). Cybernet Systems Corp.,* Ann Arbor, Michigan, was awarded a $22,367,890 firm-fixed-price contract for ongoing development, manufacture, delivery, set-up and integration of up to 25 new and existing automated tactical ammunition classification systems and spent brass sorter units. 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 Feb. 13, 2025. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0012). DEFENSE INFORMATION SYSTEMS AGENCY Hewlett Packard Enterprise Co., San Jose, California (HC1084-20-D-0003), was awarded a competitive, single award, indefinite delivery/indefinite quantity, firm-fixed-price contract with a ceiling of $61,825,294 for integrated processor capacity services – X-86 (IPCS-X) for Defense Information Systems Agency (DISA), Operations Center. The place of performance will be at DISA data centers or future DISA or DISA-approved locations where DISA assumes an operational responsibility for support of Missions Partner service requirements. The solicitation, HC1082-18-R-0022, was posted on Federal Business Opportunities website (www.fbo.gov), now known as beta.SAM.gov website (www.beta.sam.gov). The solicitation was issued as a competitive action and four proposals were received. The period of performance (PoP) consists of a five-year base period and five one-year option periods for a total contract life cycle of ten years. The base period of performance is Feb. 14, 2020, through Feb. 13, 2025, and the option years follow consecutively through Feb. 13, 2030. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0003). NAVY BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $24,569,851 cost-plus-award-fee contract for the accomplishment of post-shakedown-availability (PSA) for one Freedom-variant Littoral Combat Ship (LCS), with options for the accomplishment of PSAs for up to seven additional Freedom-variant LCSs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $203,886,801. The PSA is accomplished within a period of approximately 16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Mayport, Florida, and is expected to be completed by March 2021. If all options are exercised, work will continue through November 2025. Fiscal 2020 shipbuilding and conversion (Navy) funding for $7,000,000 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 (N00024-20-C-2320). The Syncon LLC,* Chesapeake, Virginia, is awarded a $23,242,171 firm-fixed-price contract for the construction of Commander Undersea Surveillance intelligence, surveillance and reconnaissance operations expansion located at Naval Air Station Oceana. This contract also included three planned modifications. The work to be performed provides for the construction of a new addition attached to the current facility. The new addition will be constructed of a structural steel frame, concrete slab, and a modified bitumen roof system. The existing building will be reconfigured to compliment the expanded spaces to meet mission requirements. Site improvements include but are not limited to demolition of the existing warehouse. The site will be reconfigured to accommodate 330 parking spaces, a new access road, a new loading dock, landscaping, flagpoles, site furnishings, dumpster relocation, exterior signage, free mitigation and storm water management. Work will be performed at Virginia Beach, Virginia, and is expected to be completed by March 2022. Fiscal 2018 military construction, Navy contract funds for $23,242,171 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8503). Jacobs Ewingcole JV, Pasadena, California, is awarded a task order N62473-20-F-4323 at $15,865,000 under an indefinite-delivery/indefinite-quantity contract for design-build construction packages at Naval Air Weapons Station (NAWS), China Lake. The work to be performed provides design and engineering services for design-build request for proposals for various fiscal 2021 military construction (MILCON) projects impacted by last year's earthquakes onboard NAWS China Lake. Work will be performed in Ridgecrest, California, and is expected to be completed by November 2020. Fiscal 2020 MILCON, (Navy) contract funds for $7,932,500 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 (N62473-18-D-5801). Lockheed Martin Space, Titusville, Florida, is awarded a $13,860,565 cost-plus-fixed-fee modification (P00004) to exercise options under a previously awarded and announced contract (N00030-19-C-0100) for Trident II (D5) missile production and deployed systems support. Work will be performed in Cape Canaveral, Florida (62.3%); Sunnyvale, California (35.9%); and other various locations (less than 1% each; 1.8% total). Work is expected to be completed Sept. 30, 2024. Fiscal 2020 weapons procurement (Navy) funds for $13,860,565 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. PrimeTech International Inc.,* North Kansas City, Missouri, is awarded a $12,746,631 firm-fixed-price, time-and-materials six-month bridge contract for logistics services to manage, support and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed September 2020. Fiscal 2020 overseas contingency operations funds for $12,583,974; and operations and maintenance funds (Marine Corps) for $161,658 will be obligated at the 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 Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-20-P-2001). EPS Corp., Tinton Falls, New Jersey, is awarded an $8,531,520 modification to exercise an option to a previously awarded hybrid cost-plus-fixed-fee and firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00174-17-D-0026) for technical expertise in the development and testing of underwater weapons and underwater weapons systems components. This requirement is to develop an underwater weapons system acquisition/procurement program that provides underwater weapons systems (including authentic foreign mines) for research, development test and evaluation of underwater weapons systems and mine countermeasures systems. Work will be performed in Tinton Falls, New Jersey (95%); Montenegro (2%); Bulgaria (2%); and Italy (1%), and is expected to be completed by February 2021. No funding is being obligated at time of award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Sysco Seattle, Inc., Kent, Washington, has been awarded a maximum $7,150,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution for Department of Defense support of Navy customers in the Seattle, Washington/Puget Sound Region. This was a sole-source acquisition using justification 10 U.S.C. 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 63-day bridge contract with no option periods. Location of performance is Washington, with an April 18, 2020, performance completion date. Using military service is the Navy.Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3263). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2085466/source/GovDelivery/

  • Contract Awards by US Department of Defense - February 13, 2020

    February 15, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 13, 2020

    WASHINGTON HEADQUARTERS SERVICES Dexis Consulting Group, Washington, District of Columbia (HQ0034-20-D-0004); and IDS International Government Services LLC, Arlington, Virginia (HQ0034-20-D-0005), have been awarded an indefinite-delivery/indefinite-quantity (IDIQ) contract with a maximum amount of $300,000,000. This requirement will provide assessment, monitoring and evaluation to the Defense Security Cooperation Agency. The Functional Category 1 award provides security cooperation support consisting of support to security cooperation programs and initiatives. Some activities included are: support to planning, program design, execution, administration and implementation of security cooperation initiatives; justify, manage and utilize assigned program resources, including budget and personnel; manage stakeholder communications; monitor deliverables. Work performance will take place in the Northern Capital Region, including the Pentagon and Crystal City, Arlington, Virginia. No funds will be obligated at the award of the basic IDIQ contract. Appropriate fiscal 2020 funds will be obligated on all subsequent task orders. The expected completion date is Sept. 24, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. ARMY FN America LLC, Columbia, South Carolina, was awarded a $119,216,309 firm-fixed-price contract for M4/M4A1 carbine. 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 Jan. 30, 2025. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-D-0006). Lockheed Martin Missile Fire Control, Grand Prairie, Texas, was awarded a $32,183,907 cost-plus-fixed-fee contract to provide field-level High Mobility Artillery Rocket System (HIMARS)/Multiple Launch Rocket System (MLRS) launcher maintenance support to the Army, Marine Corps and Navy. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of June 30, 2022. Fiscal 2020 operations and maintenance, Army; and overseas contingency operations transfer, Defense funds in the amount of $32,183,907 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-C-0017). AECOM Management Services Inc., Germantown, Maryland, was awarded an $8,370,149 modification (000261) to contract W52P1J-12-G-0028 for Army prepositioned stock logistics support services in support of maintenance, supply and transportation. Bids were solicited via the internet with nine received. Fiscal 2020 operations and maintenance, Army funds in the amount of $8,370,149 were obligated at the time of the award. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2020. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded an $8,301,000 modification (P00003) to contract W912PM-20-C-0006 for dredging of Morehead City, Wilmington, Savannah, and Brunswick Harbors. Work will be performed in Morehead City, North Carolina, with an estimated completion date of July 31, 2020. Fiscal 2018 and 2019 civil operations and maintenance funds in the amount of $8,301,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, Delaware, is the contracting activity. NAVY Ahtna-CDM JV,* Irvine, California (N62473-20-D-0034); Heffler Contracting Group,* El Cajon, California (N62473-20-D-0035); Patricia I. Romero Inc., doing business as Pacific West Builders,* National City, California (N62473-20-D-0036); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-20-D-0037); Dimensions Construction,* San Diego, California (N62473-20-D-0038); and PacWest Construction and Engineering,* Temecula, California (N62473-20-D-0039), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract small business set-aside for commercial and institutional building alterations, repairs, renovations and new construction projects at various government installations within Naval Bases San Diego, Coronado, Point Loma and Marine Corps Air Station, Miramar. The work to be performed provides for alterations, repairs, renovations, and new construction within the North American Industry Classification System code 236220, for commercial and institutional building projects. The maximum dollar value including the two-year base period and one three-year option period for all six contracts combined is $99,999,000. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in metropolitan San Diego, California area. The terms of the contracts are not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds for $30,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); 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 38 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, California is the contracting activity. BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $23,869,990 firm-fixed-price contract for Mk 41 Vertical Launching System canister production, canister renewal, ancillary hardware, spares and associated support equipment. This contract provides for the manufacture and delivery of new Mk 41 Vertical Launching System canisters (Mk 13 Mod 0, Mk 14 Mod 2, Mk 15 Mod 1; Mk 21--Mod 2, Mod 3 and Mod 4; Mk 25--Mod 0 and Mod 1; and Mk 29 Mod 0); ancillary hardware; spares and associated support equipment. Additionally, it provides for the upgrade, renew, refurbish and/or repair of the canisters listed above, as well as Mk 14 Mod 1 and Mk 15 Mod 0. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $954,516,290. This contract combines purchases for the government of Japan (68%); the government of Denmark (29%); the government of Korea (2%); and the Navy (1%) under the Foreign Military Sales program. Work will be performed in Aberdeen, South Dakota (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by May 2021. If all options are exercised, work will continue through May 2024. Fiscal 2020 weapons procurement (Navy) (1%); and Foreign Military Sales funding for $23,869,990 (99%) was 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 proposal received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5380). (Awarded Feb. 11, 2020) John C. Grimberg Co., Inc., Rockville, Maryland, is being awarded a $20,987,000 firm-fixed-price contract for the renovation of Building 8 at Marine Corps Barracks, Washington. This work to be performed is for the restoration and modernization of the command post Building 8 at the Marine Corps Barracks, Washington. The project will repair by replacement all building systems including the demolition and removal of all existing obsolete building materials and systems. It will replace internal non-original fixed partition walls, windows, interior and some exterior doors, internal floors, wall and ceiling hard and soft finishes. The renovation incudes the replacement of all plumbing systems and fixtures as well as upgrade of all HVAC systems. Other improvements include the installation of fire detection and suppression systems, replacement of electric power and lighting distribution lines and equipment, and upgrades to communication, security and alarm systems. The project will restore all existing historic stairways to meet safety code requirements and incorporate one centrally located four-stop elevator. Removal and abatement of hazardous materials is necessary to create a safe working environment. The second floor breezeway connector and enclosure to Building 9 will be repaired and refinished as part of this project. Antiterrorism/force protection window, door and related component upgrades are included. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance, (Marine) contract funds for $20,987,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-20-C-0007). Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $17,086,701 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Arctic (T-AOE 8). Work will include seal change for reduction gear main thrust bearings, main switch board cleaning, dry-docking of the vessel, ships service diesel generator turbocharger overhaul, rigid hull inflatable boat davit five year overhaul and weight test, underwater hull cleaning and painting, replace rudder seals, steel renewal, overhaul spanwire and hauling winch electric motor, propeller shaft and stern tube inspection and freeboard cleaning and painting. The contract includes options, which, if exercised, would bring the total contract value to $20,730,455. Work will be performed in North Charleston, South Carolina, and is expected to be completed by May 30, 2020. Contract funds for $17,086,701 are obligated in fiscal 2020 using Navy working capital funds. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and one offer was received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-6012). Lockheed Martin Corp., Liverpool, New York, is awarded a $15,285,603 firm-fixed-price delivery order (N00019-20-F-0535) against basic ordering agreement (N00019-19-G-0029). This delivery order procures four retrofit advanced radar processor systems to include required non-recurring engineering and 16 high-density servers for the E-2D Advanced Hawkeye aircraft. Work will be performed in Liverpool, New York (54%); and Andover, Maine (46%), and is expected to be completed in May 2023. Fiscal 2019 aircraft procurement (Navy) funds for $15,285,603 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. AIR FORCE The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $99,900,000 cost-plus-fixed-fee contract for the Airborne Warning and Control System (AWACS) Block 40/45 full rate production completion. This contract provides for the continued acquisition of supplies and services associated with the production of the E-3 AWACS Block 40/45 upgrade. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be completed by fiscal 2024. This award is the result of a sole-source acquisition. Fiscal 2018 and 2019 aircraft procurement funds in the amount of $42,200,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0023). (Awarded Jan. 31, 2020) Ranco Construction Inc., Southampton, New Jersey (FA4484-20-D-0012); Flagship Contracting Inc., South Plainfield, New Jersey (FA4484-20-D-0013); and Eastern Construction & Electric Inc., Wrightstown, New Jersey (FA4484-20-D-0014), are each being awarded a ceiling, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for underground utilities for $66,000,000. The contractors will provide all plant, labor, equipment, tools, supplies and materials to perform work necessary for replacement, repair and improvement for underground utilities. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by Aug. 12, 2025. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance will fund the contract using individual task orders with no funds being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity. Avix-BGI JV LLC, Yorktown, Virginia, has been awarded a $9,032,988 firm-fixed-price modification (P00002) to contract FA4890-19-C-0004 for the EC-130H/A-10C aircrew training and courseware development. The contract modification is for exercising and funding Option Year One. The total cumulative face value of the contract is $45,236,369. Fiscal 2020 operations and maintenance funds in the amount of $9,032,988 are being obligated at the time of award. Work will be performed at Davis-Monthan Air Force Base (AFB), Arizona; and Moody AFB, Georgia, and is expected to be completed Jan. 31, 2021. The contracting activity is Air Combat Command, Acquisition Management & Integration Center, Langley AFB, Virginia. DEFENSE LOGISTICS AGENCY Praxair Inc., Danbury, Connecticut (SPE601-20-D-1504, $15,653,203); and Airgas USA LLC, Tulsa, Oklahoma (SPE601-20-D-1503, $11,747,297), have each been awarded a fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE601-19-R-0310 for liquid nitrogen. These were competitive acquisitions with two offers received. These are five-year contracts with no option periods. Locations of performance are Connecticut, Colorado and Oklahoma, with a Jan. 31, 2025, performance completion date. Using customer is Lockheed Martin. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Energy – Aerospace, Joint Base San Antonio, Texas. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2084309/source/GovDelivery/

  • Contract Awards by US Department of Defense - February 12, 2020

    February 13, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 12, 2020

    AIR FORCE Canadian Commercial Corp., Ottawa, Canada, has been awarded a $225,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-138 engine and component depot repair. This contract provides the Air Force with the depot repair support required for the F-138 engine and components. Work will be performed at Richmond, British Columbia, and is expected to be completed by Feb. 11, 2030. This award is the result of a competitive acquisition. Fiscal 2020 operations and maintenance funds in the amount of below $1,118,975 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-20-D-0004). The Victor Group, San Antonio, Texas, has been awarded a $10,564,430 modification (P00016) to previously-awarded contract FA8052-18-C-0010 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Dover Air Force Base (AFB), Delaware; Hanscom AFB, Massachusetts; Andrews AFB, Maryland; Bolling AFB, Washington, District of Columbia; Wright-Patterson AFB, Ohio; Langley AFB, Virginia; Scott AFB, Illinois; Whiteman AFB, Missouri; Seymour Johnson AFB, North Carolina; Minot AFB, North Dakota; and Grand Forks AFB, North Dakota, and is expected to be completed Feb. 13 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,564,430 will be obligated at the time of award. The total cumulative value of this contract including Option One is $24,234,322. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. Main Building Maintenance Inc., San Antonio, Texas, has been awarded a $10,400,074 modification (P00015) to contract FA8052-18-C-0006 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at the Air Force Academy, Colorado; Buckley Air Force Base (AFB), Colorado; Peterson AFB, Colorado; Schriever AFB, Colorado; Beale AFB, California; Eielson AFB, Alaska; Elmendorf AFB, Alaska; Fairchild AFB, Alaska; Ellsworth AFB, South Dakota; FE Warren AFB, Wyoming; Hill AFB, Utah; Malmstrom AFB, Montana; McConnell AFB, Kansas; Mountain Home AFB, Idaho; Nellis AFB, Nevada; and Offutt AFB, Nebraska, and is expected to be completed on Feb. 13, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,400,074 will be obligated at time of award. The total cumulative value for this contract, not including Option One, is $9,677,258. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. Titan Facility Services LLC, Gilbert, Arizona, has been awarded a $10,012,679 modification (P00019) to contract FA8052-18-C-0009 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Little Rock Air Force Base (AFB), Arkansas; Barksdale AFB, Louisiana; Keesler AFB, Mississippi; Eglin AFB, Florida; Hurlburt Field AFB, Florida; MacDill AFB, Florida; Tyndall AFB, Florida; Patrick AFB, Florida; Charleston AFB, South Carolina; Shaw AFB, South Carolina; Moody AFB, Georgia; Robins AFB, Georgia; Columbus AFB, Mississippi; Altus AFB, Oklahoma; Tinker AFB, Oklahoma; and Vance AFB, Oklahoma, and is expected to be completed Feb. 13, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,012,679 will be obligated at the time of award. The total cumulative value of this contract including Option One is $19,858,371. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. TFOM HHS Group JV, Austin, Texas, has been awarded a $9,843,221 modification (P00010) to contract FA8052-19-C-A002 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Cannon Air Force Base (AFB), New Mexico; Holloman AFB, New Mexico; Kirtland AFB, New Mexico; Davis-Monthan AFB, Arizona; Luke AFB, Arizona; Dyess AFB, Texas; Goodfellow AFB, Texas; Lackland AFB, Texas; Laughlin AFB, Texas; Randolph AFB, Texas; Sheppard AFB, Texas; Los Angeles AFB, California; Edwards AFB, California; and Vandenberg AFB, California, and is expected to be completed by Feb. 13, 2021. Fiscal 2020 operations and maintenance funds for $9,843,221 will be obligated at time of award. The total cumulative value of this contract, including Option One is $18,784,172. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. NAVY Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $40,000,000 cost-plus-incentive-fee and cost-only modification to a previously-awarded delivery order N00024-19-F-6201 under an indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) for the design, prototyping and qualification testing for electronic warfare systems equipment. This effort will award the design of Navy equipment. Work will be performed in Syracuse, New York, and is expected to be completed by February 2021. Fiscal 2020 research, development, test and evaluation (Navy) funding for $8,207,000 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Raytheon Co., Missile Systems, Tucson, Arizona, is awarded a $35,874,452 firm-fixed-price modification to a previously-awarded contract (N00024-18-C-5432) for over-the-horizon weapon systems. Under this contract, Raytheon Co., Missile Systems, will manufacture and deliver over-the-horizon weapon systems that consist of encanistered missiles (EM) loaded into launching mechanisms (LM) and a single fire control suite (FCS). This contract consists of firm-fixed-price EMs (tactical, telemetered and inert operational); FCSs; LMs; mission support equipment; training equipment and courses; cost-plus-fixed-fee engineering services; and cost-only travel and other direct costs. Work will be performed in Kongsberg, Norway (75%); Tucson, Arizona (15%); Schrobenhausen, Germany (4%); Raufoss, Norway (3%); McKinney, Texas (2%); and Louisville, Kentucky (1%), and is expected to be completed by February 2022. Fiscal 2020 weapon procurement (Navy) for $34,369,290 (95.8%); and other procurement (Navy) for $1,505,162 (4.2%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Childs Engineering Corp.,* Bellingham, Massachusetts, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $15,000,000 for underwater and above-water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations; underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities predominantly in the U.S. but also worldwide to include Florida (15%); Connecticut (10%); Georgia (10%); Massachusetts (10%); Maine (10%); New Hampshire (10%); New Jersey (10%); Pennsylvania (10%); Rhode Island (10%); Illinois (2%); Puerto Rico and U.S. Virgin Islands (1%); South Carolina (1%); and Tennessee (1%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2207). Marine Solutions Inc.,* Nicholasville, Kentucky, is awarded as a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities in Mid-Atlantic region including Maryland (40%); Virginia (40%); and Washington, District of Columbia (20%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2208). Lloyd Collins JV, Houston, Texas, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities in various states to include Florida (28%); California (25%); Hawaii (25%); Texas (15%); Louisiana (5%); and Mississippi (2%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with six proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2209). Appledore Marine Engineering LLC,* Portsmouth, New Hampshire, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build request for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; and construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Northwest states and all Pacific U.S. territories including Washington state (80%); Alaska and American Pacific territories (18%); and Oregon (2%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with seven proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2210). Jacobs Government Services Co., Irvine, California, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations outside of the continental U.S. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities worldwide. The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2211). Client Solution Architects LLC, Mechanicsburg, Pennsylvania, is awarded a $7,560,402 modification to a previously-awarded cost-plus-fixed-fee task order issued by the Naval Information Warfare Systems Command. This modification increases the value of the basic contract by $7,560,402; the contract's new total value is $26,964,672. This modification provides for the exercise of a cost-plus-fixed-fee option for an additional year of acquisition management, program management and integrated logistics support services for the Undersea Communications and Integration Program Office. Fiscal 2020 operations and maintenance, Navy (O&M, N); research, development, test and evaluation (Navy); and other procurement (Navy) funds for $1,530,328 will be obligated at the time of award. O&M, N funds for $374,000 will expire at the end of the fiscal year. Work will be performed in San Diego, California, and is expected to be completed by February 2021. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-17-F-3001). DEFENSE LOGISTICS AGENCY Carter Industries,* Olive Hill, Kentucky, has been awarded a maximum $30,294,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men's and women's sage-green flyer coveralls. This was a competitive acquisition with one response received. This is an 18-month base contract with two one-year option periods. Location of performance is Kentucky, with an Aug. 11, 2021, performance completion date. Using customer is Air Force and Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1238). ARMY Bencor Global Inc., Frisco, Texas, was awarded a $24,500,000 modification (P00031) to contract W911WN-14-C-0002 for work related to East Branch Dam Cutoff Wall. Work will be performed in Wilcox, Pennsylvania, with an estimated completion date of Dec. 7, 2020. Fiscal 2020 funds in the amount of $24,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity. Crosby Dredging LLC, Galliano, Louisiana, was awarded a $12,492,900 firm-fixed-price contract to dredge and remove approximately 1.3 million cubic yards of shoal material from the Turning and Anchorage Basin in the Sabine Neches Waterway. Bids were solicited via the internet with five received. Work will be performed in Port Arthur, Texas, with an estimated completion date of Aug. 11, 2020. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0004). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2082835/source/GovDelivery/

  • BAE York Plant Problems Trigger Big Army Cuts

    February 13, 2020 | International, Land

    BAE York Plant Problems Trigger Big Army Cuts

    The Army's slashed its 2021 buys of the Armored Multi-Purpose Vehicle (AMPV) and upgraded Paladin PIM howitzer to give the factory time to make fixes, particularly to quality control. By SYDNEY J. FREEDBERG JR. PENTAGON: Two of the three armored fighting vehicle programs being built by BAE System's factory in York, Pennsylvania have been slashed in the 2021 budget. While the Marine Corps continues to ramp up production of its eight-wheeled Amphibious Combat Vehicle, from 56 ACVs in 2020 to 72 in '21, that increase is swamped by Army cuts to two tracked vehicles, both derived from BAE's iconic but aging M2 Bradley: Production of the turretless utility variant of the Bradley, the Armored Multi-Purpose Vehicle (AMPV), will plummet from 121 in the 2020 budget to just 32 in '21, recovering to 168 in '22. Production of the upgraded M109A7 PIM version of the Paladin artillery vehicle, which uses the Bradley suspension and drive train, will fall from 96 vehicles (48 howitzers and 48 ammo carriers) to 60, recovering to 88 in '22. Those 2022 figures are a forecast in the five-year budget plan, however, not a formal request to Congress, and they might change. “Once you start to get that production line facilitized — and again it's not going to be one of those things you figure out in a couple months — it's going to be an iterative every-year look at what's the right rate [and] what's the most effective and efficient way to run that line,” deputy assistant secretary John Daniels told reporters yesterday. The Army had already reduced production of both BAE vehicles in its 2020 request last year – along with over 180 other programs – as it ruthlessly scrubbed its current programs for savings it could reinvest in higher-priority, higher-tech weapons for future wars with Russia or China. But BAE's York plant has also had trouble keeping up both quality-control standards – notably for welding armored hulls – and production rates as it tried to expand its tooling and its workforce to meet Army demand, attracting the personal attention of then-Army Secretary Mark Esper. Raytheon's Naval Strike Missile Gallery The Naval Strike Missile is a long-range, precision strike weapon that seeks and destroys enemy ships at distances greater than 100 nautical miles. Learn More. “Part of the problem was “getting the production facility right-sized,” Daniels said, “[and] there were some additional unforeseen issues in the industrial base” – presumably a reference to the quality control issues. So the Army decided to “slow the production curve to get a little bit of time to get a better vehicle,” he said. “It would delay it by about six months.” We've asked BAE Systems for comment and will update this story as soon as they get back to us. https://breakingdefense.com/2020/02/bae-york-plant-problems-trigger-big-army-cuts

  • DARPA wants commanding robots to work like a video game

    February 13, 2020 | International, Land

    DARPA wants commanding robots to work like a video game

    By: Kelsey D. Atherton In a fake city in Mississippi, DARPA is training robots for war. In December 2019, at a camp southeast of Hattiesburg, hundreds of robots gathered to scout an urban environment, and then convert that scouting data into useful information for humans. Conducted at Camp Shelby Joint Forces Training Center, the exercise was the third test of DARPA's OFFensive Swarm-Enable Tactics (OFFSET) program. OFFSET is explicitly about robots assisting humans in fighting in urban areas, with many robots working together at the behents of a small group of infantry to provide greater situational awareness than a human team could achieve on its own. The real-time nature of the information is vital to the vision of OFFSET. It is one thing to operate from existing maps, and another entirely to operate from recently mapped space, with continuing situational awareness of possible threats and other movement through the space. Dating back to at least 2017, OFFSET is in part an iterative process, with contractors competing for and receiving awards for various ‘sprints,' or narrower short-turnaround developments in coding capabilities. Many of these capabilities involve translating innovations from real-time strategy video games into real life, like dragging-and-dropping groups units to give them commands. For the exercise at Camp Shelby, the swarms involved both ground and flying robots. These machines were tasked with finding specific items of interest located in buildings at Camp Shelby's Combined Arms Collective training Facility. To assist the robots in the field experiment, organized seeded the environment with AprilTags. These tags, which are similar to QR codes but trade complexity of data stored for simplicity and robustness in being read at difference, were used to mark the sites of interest, as well as hazards to avoid. In practical use, hazards seldom if ever arrive with barcodes explicitly labeling themselves as hazards, but for training the AprilTags provide a useful scaffolding while the robots coordinate in other ways. “As the swarm relayed information acquired from the tags,” wrote DAPRA, “human swarm tacticians adaptively employed various swarm tactics their teams had developed to isolate and secure the building(s) containing the identified items.” That information is relayed in various ways, from updated live maps on computer screens to floating maps displayed in real time in augmented reality headsets. As foreshadowed by countless works of cyberpunk fiction, these “human swarm tacticians” interfaced with both the real world and a virtual representation of that world at once. Commanding robots to move in real space by manipulating objects in a virtual environment, itself generated by robots exploring and scouting the real space, blurs the distinction between artificial and real environments. That these moves were guided by gesture and haptic feedback only further underscores how deeply linked commanding robots can be to augmented reality. The gesture and haptic feedback command systems were built through sprinter contracts by Charles River Analytics, Inc., Case Western University, and Northwestern University, with an emphasis on novel interaction for human-swarm teaming. Another development, which would be as at home in the real-time strategy game series Starcraft as it is in a DARPA OFFSET exercise, is the operational management of swarm tactics from Carnegie Mellon University and Soar Technology. Their developments allowed the swarm to search and map a building on its own, and to automate resource allocation in the process of accomplishing tasks. For now, the heart of the swarm is as a scouting organism built to provide information to human operators. https://www.c4isrnet.com/unmanned/2020/02/11/darpa-wants-commanding-robots-to-work-like-a-video-game

  • Thales and MKU to co-develop the Elfie Night Vision Device for India and the world

    February 12, 2020 | International, Land

    Thales and MKU to co-develop the Elfie Night Vision Device for India and the world

    Lucknow, February 7, 2020 - Taking the association a step ahead, Thales and MKU today announced the co-development of the ELFIE Night Vision Device (NVD) for the armed forces in India and across the world on the sidelines of DefExpo 2020. With this, both companies have further solidified the MoU signed in 2018 for strategic co-operation on developing optronic devices. This co-operation involves co-development of these devices at MKU's facility in Kanpur, Uttar Pradesh. A lightweight monocular with the widest field of view, ELFIE provides unprecedented mobility and night combat capability. Whether hands-free (on a face mask or helmet mount) or weapon-mounted, ELFIE is suitable for left or right eye use and provides stereoscopic vision in binocular configuration. ELFIE is ideal for vehicle-driving and for paratroopers and special forces operators. When mounted on a weapon, it provides a red dot sight or laser pointer to the user. The integration of the first pre-series of ELFIE at MKU's facility in Kanpur is expected to be completed in the first trimester of 2020. A true model of the “Made in India” ELFIE night vision device is expected to be available in the first trimester of 2021. “We are enthusiastic about taking our strategic association forward with MKU with the co-development of ELFIE. This embodies the Government's ‘Make in India' initiative. Coming up in the Defence Industrial Corridor of Uttar Pradesh, this versatile night vision device will be offered to the armed forces in India as well as across the world. Together with MKU, we look forward to strengthening the industrial ecosystem while also contributing towards job creation in the country,” said Pascale Sourisse, Senior Executive Vice President – International Development, Thales. Neeraj Gupta, Managing Director, MKU Limited, said, “We are delighted about this partnership with a global technology leader like Thales. This association will combine Thales' expertise with the manufacturing abilities of MKU and boost local manufacturing for the defence industry. We will develop the entire supply chain and the devices will be manufactured to exacting international standards.' For more details on Thales' presence at DefExpo India 2020, please click here. About MKU Limited: MKU Limited is a leading defence company for soldier systems in India with a customer base in over 100 countries. Known for its capabilities of providing innovative protection and surveillance solutions, It has state-of-the-art manufacturing and test facilities for Electro-Optics in India that complies to JSS 55555 & MIL 810G standards. The company is already supplying night vision devices to Special Forces, CAPFs and State Police Forces in India and is participating in various tenders from the tri-services under MoD and CAPFs under MHA. MKU is a Global leader in the development and manufacture of Ballistic solutions for Personnel and Platforms. Its products are trusted and used by over 230 forces in the world. The company is currently executing an Indian MoD contract for 158,279 Ballistic Helmets for the Indian Army and Navy. About Thales Thales (Euronext Paris: HO) is a global technology leader shaping the world of tomorrow today. The Group provides solutions, services and products to customers in the aeronautics, space, transport, digital identity and security, and defence markets. With 80,000 employees in 68 countries, Thales generated sales of €19 billion in 2018 (on a pro forma basis including Gemalto). Thales is investing in particular in digital innovations — connectivity, Big Data, artificial intelligence and cybersecurity — technologies that support businesses, organizations and governments in their decisive moments. About Thales in India Present in India since 1953, Thales is headquartered in New Delhi and has other operational offices and sites spread across Noida, Gurgaon, Hyderabad, Bengaluru and Mumbai, among others. Over 1600 employees are working with Thales and its joint ventures in India. Since the beginning, Thales has been playing an essential role in India's growth story by sharing its technologies and expertise in Defence, Transport, Aerospace and Digital Identity and Security markets. Thales has two engineering competence centers in India - one in Delhi NCR focused on digital identity and security business, while the one in Bengaluru focuses on hardware, software and systems engineering capabilities for both the civil and defence sectors, serving global needs. View source version on Thales: https://www.thalesgroup.com/en/india/press_release/thales-and-mku-co-develop-elfie-night-vision-device-india-world

  • Leonardo DRS Wins Contract worth up to $808 Million to Provide C5ISR Interconnection Equipment

    February 12, 2020 | International, Land, C4ISR

    Leonardo DRS Wins Contract worth up to $808 Million to Provide C5ISR Interconnection Equipment

    Arlington, Va, February 10, 2020 - Leonardo DRS, Inc. announced today that it has been awarded a contract worth up to $808 million to provide a suite of electronic products to link C5ISR equipment to combat vehicles across the armed services and to satisfy interconnection requirements for federal agencies. Under the indefinite delivery/indefinite quantity Interconnection Equipment Contract from the Defense Logistics Agency Land, Aberdeen Proving Ground, MD, Leonardo DRS would deliver wiring harnesses, installation kits, cable assemblies, cabling, connectors and services. The products will be delivered to the Department of Defense and other federal agencies in the United States government. The products are key components of U.S. military vehicle architectures and are used to connect vehicle C5ISR systems, tactical computer systems, networks, radio systems, and weapon systems. “We are pleased to have been awarded this opportunity to continue our proud legacy as a provider of critical core equipment necessary to the reliable operation of Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance systems for our men and women in uniform,” said Bill Guyan, senior vice president and general manager of the Leonardo DRS Land Electronics business. “By leveraging our manufacturing center of excellence, we are able to provide best-value high-quality products with on-time delivery to our customers.” ABOUT LEONARDO DRS Leonardo DRS is a prime contractor, leading technology innovator and supplier of integrated products, services and support to military forces, intelligence agencies and defense contractors worldwide. Its Land Electronics business unit Provides C4I Network computing and integrated situational awareness, as well as state-of-the-art embedded diagnostics, vehicle power management and combat vehicle integration products and services. Headquartered in Arlington, Virginia, Leonardo DRS is a wholly owned subsidiary of Leonardo S.p.A. See the full range of capabilities at www.LeonardoDRS.com and on Twitter @LeonardoDRSnews. MEDIA ENQUIRES Michael Mount Senior Director, Public Affairs mmount@drs.com +1 571 447 4624 View source version on Leonardo DRS: https://www.leonardodrs.com/news/press-releases/leonardo-drs-wins-contract-worth-up-to-808-million-to-provide-c5isr-interconnection-equipment/

  • General Dynamics Mission Systems Awarded $883 Million Contract to Modernize U.S. Army Training Programs

    February 12, 2020 | International, Aerospace, Land

    General Dynamics Mission Systems Awarded $883 Million Contract to Modernize U.S. Army Training Programs

    Fairfax, Va., February 11, 2020 /PRNewswire/ - General Dynamics Mission Systems announced today it was awarded a contract for the Army Consolidated Product Line Management Plus (CPM Plus) Program from the Army Contracting Command in Orlando, Florida. CPM Plus is an eight year, single-award, indefinite-delivery, indefinite-quantity, cost-plus fixed-fee/firm-fixed price contract with a ceiling of $883 million. Executing the contract will improve the Army's individual and collective expeditionary training systems at unit home stations and the major Combat Training Centers, including Military Operations on Urban Terrain training sites, live fire and digital ranges and additional training facilities located worldwide. "Modernizing the training experience is one of the Army's six modernization priorities," said Chris Brady, president of General Dynamics Mission Systems. "This award increases the viability, relevancy, and alignment of the Army's current live training systems while bridging to the future Synthetic Training Environment that will be delivered to soldiers worldwide." General Dynamics will focus primarily on the extensive Live Training Transformation (LT2) Product Line, the Common Training Instrumentation Architecture, and the Live Training Engagement Composition for the Project Manager for Soldier Training portfolio within the Program Executive Office for Simulation, Training and Instrumentation. The operational focus will be implemented through an agile, capabilities-based organization to evolve the LT2 Family of Training Systems. The intent is to reduce total ownership cost and operational complexity, to increase technology agility and concurrency, and to enable enhanced Soldier training effectiveness. General Dynamics' expanded seamless Product Line Engineering approach will build upon the Project Manager for Soldier Training's investments to extend product line governance, processes and tools supporting new training domains such as Virtual Training Systems and the Synthetic Training Environment. CPM Plus is a follow-on contract to CPM Next, which was awarded to General Dynamics in 2015. General Dynamics Mission Systems is a business unit of General Dynamics (NYSE: GD). More information about General Dynamics Mission Systems is available at gdmissionsystems.com. View original content to download multimedia:http://www.prnewswire.com/news-releases/general-dynamics-mission-systems-awarded-883-million-contract-to-modernize-us-army-training-programs-301003154.html SOURCE General Dynamics Mission Systems

  • Army Seeks New JLTV Competition In 2022

    February 12, 2020 | International, Land

    Army Seeks New JLTV Competition In 2022

    The service is already slowing production of Oshkosh's Joint Light Tactical Vehicle and now wants to find an alternative manufacturer —which could create logistical or legal headaches. Other Oshkosh programs are also ramping down. By SYDNEY J. FREEDBERG JR. PENTAGON: As the Army moves billions into new high-tech weapons, truck-maker Oshkosh is feeling the pinch. The 2021 budget request not only decreases spending on three Oshkosh vehicles, the 10-wheel FHTV, the 6-wheel FMTV, and 4×4 JLTV: It also calls for a new competition the following fiscal year for JLTV, the Joint Light Tactical Vehicle originally meant to replace the Humvee. That's especially worrying for the Wisconsin company, because JLTV is the youngest program of the three and the most important for the company's long-term future. But then-Army Secretary Mark Esper — now Secretary of Defense — has publicly criticized JLTV as overly specialized for the kind of counterinsurgency conflicts the Pentagon is no longer focused on. While the Army insists it will still buy the planned total of 49,099 trucks, eventually, it keeps slowing down the annual rate and extended the deadline to complete production, which now won't end until 2042. (That leaves the Humvee in service, at least with some units, indefinitely). Why recompete? “We do that to drive the price down,” said Deputy Assistant Army Secretary John Daniels this morning, when my colleague Jen Judson asked about the proposal. But any new competition would be two fiscal years from now and Daniels declined to give any details. The only other information about the plan is buried on page 102 of the fifth volume of the Army's newly released procurement request for 2021, which also includes projections for 2022 and beyond. Under JLTV, the “justification book” says that: “Current contract options may be exercised through 30 November 2023 assuming contractual quantity headspace is still available. Current funding indicates headspace quantity of 16,901 may be achieved in FY 2021, with competitive follow on contract award anticipated in FY 2022. A split procurement will occur between the existing Oshkosh contract and the new competitively awarded contract based on the approved acquisition strategy. The Program Office continues to gather insight from industry partners to better understand their position to ensure strong competition for the follow on contract.” In plain English, this means Oshkosh's current contract to build Joint Light Tactical Vehicles runs though fall 2023. Since production will continue for decades, the Army will have to award a new contract to buy more JLTVs for itself, the other services and allies. But when it comes time to award that follow-on contract, the service doesn't want Oshkosh to be its only option: It wants at least one competitor to drive down costs. https://breakingdefense.com/2020/02/army-seeks-new-jltv-competition-in-2022

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.