3 avril 2020 | International, Aérospatial

Air Force small business program seeks technologies to help counter COVID-19

by Sandra Erwin

In response to the SBIR solicitation, a space startup is developing a geospatial intelligence-based tool that can help governments identify infected areas.

WASHINGTON — The U.S. Air Force Small Business Innovation Research office has posted a new solicitation that includes COVID-19 countermeasures as an area of interest.

The March 30 Small Business Innovation Research solicitation, like most SBIR calls, is open to proposals on any topic that addresses a defense-focused need. But this is the first one that includes COVID-19 “defeat and mitigation related to Air Force operations and activities” as an area of interest. Proposals are due April 30.

This SBIR is for “direct to Phase 2” contracts of up to $1 million over 27 months.

Phase 1 awards are for early research work whereas Phase 2 are for technologies that are relevant to defense needs but also have commercialization potential. Some Air Force SBIR programs require matching funds from private investors. According to the March 30 solicitation, companies can compete for $1 million Air Force awards but private matching funds are not a requirement.

The SBIR solicitation is an opportunity for startups in space and defense to adapt technologies for COVID-19 response, Shawn Usman, an astrophysicist with Rhea Space Activity, told SpaceNews.

Usman said Rhea Space Activity has partnered with Illumina Consulting Group and Dynamic Graphics to offer a geospatial intelligence-based tool that can help governments identify infected areas much faster than is currently possible.

“We can provide operational, real-time data analysis and alerting capabilities to federal, state, and military emergency operations centers,” he said. “Our solution will collect publicly available information, including social media and adware data, and correlate it with other data sets from public health organizations to create alerts detailing the emergence of COVID-19 hotspots.”

Using open-source analytics and satellite collected geospatial information it would be possible to “readily confirm COVID-19 infected population areas, and will provide first responders with much more detailed, real time information to formulate their own reaction plans,” Usman said.

https://spacenews.com/air-force-small-business-program-seeks-technologies-to-help-counter-covid-19/

Sur le même sujet

  • Contract Awards by US Department of Defense - August 03, 2020

    4 août 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 03, 2020

    U.S. SPECIAL OPERATIONS COMMAND GATR Technologies, Huntsville, Alabama, a subsidiary of Cubic Corp., was awarded a $172,000,000 maximum ceiling, single-award, indefinite-delivery/indefinite-quality, firm-fixed-price contract (H92401-20-D-0003) with five one-year ordering periods for the procurement of 1.2 meter and 2.4 meter Ground Antenna Transmit and Receive (GATR) inflatable satellite communications terminals and ancillary equipment in support of U.S. Special Operations Command (USSOCOM). Fiscal 2020 procurements funds in the amount of $5,000 are being obligated at the time of award. The contract will be funded with operations and maintenance funds, as well as procurement funds, from multiple fiscal years over the life of the contract. The majority of the work will be performed in Huntsville and is expected to be completed by August 2025. The contract is a Phase III Small Business Innovation Research award authorized under Title 10, U.S. Code 2304(b)(2) or Title 41, U.S. Code 253(b)(2). USSOCOM, Tampa, Florida, is the contracting activity. ARMY Grand River Aseptic Manufacturing Inc.,* Grand Rapids, Michigan, was awarded a $160,000,000 firm-fixed-price contract for domestic aseptic fill and finish manufacturing capacity for critical vaccines and therapeutics in response to the COVID-19 pandemic. Bids were solicited via the internet with one received. Work will be performed in Grand Rapids, Michigan, with an estimated completion date of Aug. 2, 2021. Fiscal 2020 Health and Human Services funds in the amount of $160,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0086). Aspen Construction Co.,* Hackensack, Minnesota, was awarded an $8,354,252 contract for Phase II redevelopment site construction in Martin, Kentucky. Bids were solicited via the internet with four received. Work will be performed in Martin, Kentucky, with an estimated completion date of March 3, 2023. Fiscal 2020 civil construction funds in the amount of $8,354,252 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia is the contracting activity (W91237-20-C-0007). NAVY Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $34,712,366 cost-plus-fixed-fee order (N00019-20-F-0088) against previously-issued basic ordering agreement N00019-20-G-0005. This order provides non-recurring engineering for requirements development and systems engineering technical reviews and certification planning; initial requirements change requests; procurement strategy source selection package; performance based navigation certification plan; initial system safety; cyber; program protection and exportability analysis; integrated master schedule; and other associated technical deliverables in support of the E-2D Advanced Hawkeye cockpit redesign. Work will be performed in Melbourne, Florida (99.76%); and Patuxent River, Maryland (0.24%), and is expected to be completed by January 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $5,785,394 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. Koman Construction LLC,* Anchorage, Alaska, is awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract with firm-fixed priced task orders that will be issued for the construction and repairs at the U.S. Naval Academy, Annapolis, Maryland. The total cumulative contract value is not to exceed $10,000,000 over the duration of the contract. Work will be performed in Annapolis, Maryland, and the contract completion date is July 2021. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. The Naval Facilities Engineering Command Washington, Washington, D.C., is the contracting activity (N40080-20-D-0019). AIR FORCE Raytheon Co., Tewksbury, Massachusetts, has been awarded a $33,735,474, predominantly cost-plus-incentive-firm modification (P00068) to contract FA8730-15-C-0002 for National Advanced Surface to Air Missile System (NASAMS) integration and alternate Air Defense Operations Center (ADOC) installation. The contract modification is for the procurement, installation, integration and testing of NASAMS into the ADOC and alternate ADOC. Work will be performed in Tewksbury, Massachusetts, and is expected to be completed October 2021. This modification involves Foreign Military Sales (FMS) to Qatar. FMS funds in the in the full amount are obligated at the time of award. Total cumulative face value of the contract is $346,498,681. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. ROCCOR LLC, Longmont, Colorado, has been awarded a $15,998,168 cost-plus-fixed-fee modification (P00003) to contract FA9453-20-C-0003 for structurally combined aperture and reticulated locking expandable truss. This modification provides for the exercise of the option where ROCCOR will develop, build and test a flight quality demonstration unit for the Air Force Research Laboratory. The system will consist of a scaled and/or truncated system that provides guidance for the structural feasibility of a full scale meter operational system. Work will be performed in Longmont, Colorado, and is expected to be completed Aug. 3, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $4,945,000 are being obligated at the time of award. Total cumulative face value of the contract is $16,998,086. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity. Aptima Inc., Woburn, Massachusetts, has been awarded a $9,900,000 indefinite-delivery/indefinite-quantity contract for research and development. The purpose of this research and development contract is operational experimentation, technology refinement and operational alignment related to improving and personalizing individual, team and larger group instructional training methods and better blending of live, virtual and constructive environments in and across operational contexts. Work will primarily be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed Nov. 3, 2025. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020, research, development, test and evaluation funds in the amount of $1,508,274 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-20-D-6243). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2298575/source/GovDelivery/

  • NATO chief: The alliance is charting its path forward amid a changed security environment

    7 décembre 2021 | International, C4ISR, Sécurité

    NATO chief: The alliance is charting its path forward amid a changed security environment

    NATO will engage even more closely with partners that share our values and interests, including countries, organizations, private companies and academic institutions. Preserving peace, the global rules and our democratic way of life is a collective effort.

  • Contract Awards by US Department of Defense - March 19, 2019

    20 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 19, 2019

    ARMY McCarthy HITT – Next NGA West JV, St. Louis, Missouri, was awarded a $711,651,970 firm-fixed-price contract for construction of the National Geospatial-Intelligence Agency's new facility. Bids were solicited via the internet with three received. Work will be performed in St. Louis, Missouri, with an estimated completion date of April 24, 2023. Fiscal 2018 and 2019 military construction funds in the amount of $407,965,869 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-7001). Pinnacle Solutions Inc.,* Huntsville, Alabama, was awarded a $553,200,000 cost-plus-fixed-fee contract for instruction, mission support, information technology network support, operations and logistics. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of March 18, 2026. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0006). Eastern Construction & Electric,* Wrightstown, New Jersey, was awarded a $10,369,000 firm-fixed-price contract for P-650 aircraft apron, taxiway and support facilities. Bids were solicited via the internet with 10 received. Work will be performed in Trenton, New Jersey, with an estimated completion date of Aug. 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $10,369,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0003). NAVY The Boeing Co., Seattle, Washington, is awarded $326,295,367 for cost-plus-fixed-fee Delivery Order 2005 against a previously issued basic ordering agreement (N00019-16-G-0001) to develop, integrate and test Increment 3 Block capabilities into the P-8A aircraft for the Navy and the government of Australia. Work will be performed in Puget Sound, Washington (86.9 percent); Greenlawn, New York (6.7 percent); Rockford, Illinois (2.6 percent); Rancho Santa Margarita, California (1.6 percent); Patuxent River, Maryland (1 percent); Mesa, Arizona (0.8 percent); St. Louis, Missouri (0.3 percent); and Jacksonville, Florida (0.1 percent), and is expected to be completed in March 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $14,442,320; and Cooperative Engagement Agreement funds in the amount of $19,200,000 are being obligated on this 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. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $264,655,025 modification to a previously awarded firm-fixed-price contract (N00019-15-C-0003). This modification provides for additional operation and technical services in support of the government of Korea's F-35 Lightning II program. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2020. Foreign military sales funds in the amount of $264,655,025 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. URS Group Inc., Morrisville, North Carolina, is awarded a $9,800,000 modification on a firm-fixed-price task order under a previously awarded multiple award construction contract (N62470-13-D-6022) for phase one of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity Panama City. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean-up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to the hurricane. After award of this modification, the total task order value will be $52,795,320. Work will be performed in Panama City, Florida, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,800,000 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Concurrent Technologies Corp., Johnstown, Pennsylvania, is awarded $7,614,277 for modification number P00001 to task order M9549418F0016 under previously awarded contract GS00Q14OADU112. This modification exercises an option for support services in efforts to meet Marine Corps' energy reliability and resilience requirements for utility distribution systems and various energy security positions supporting headquarters, regions and installations. This modification increases the value of the basic task order to a new total value of $12,394,838. The task order includes four one-year option periods which, if exercised, could bring the cumulative value of this task order to $36,194,304. Work will be performed in Arlington, Virginia (40 percent); Lejeune, North Carolina (12 percent); Okinawa Prefecture, Japan (12 percent); San Diego, California (11 percent); Quantico, Virginia (10 percent); Bridgeport, California (4 percent); New River, North Carolina (3 percent); Cherry Point, North Carolina (3 percent); Barstow, California (3 percent); Shizuoka Prefecture, Japan (1 percent); and Pohang, Republic of Korea (1 percent). Work is expected to be completed March 2020. If all options are exercised, work will continue through March 2023. Fiscal year 2019 operations and maintenance (Marine Corps) funds in the amount of $7,614,277 will be obligated at the time of award and will expire at the end of the current fiscal year. This task order was competitively solicited via General Services Administration One Acquisition Solution for Integrated Services, with two proposals received. The Marine Corps Installations Command Headquarters Contracting Office, Arlington, Virginia, is the contracting activity. AIR FORCE Goodrich Corp., Westford, Massachusetts, has been awarded a $92,890,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Hyperspectral Imaging, AgilePod®, Standoff High Resolution Imaging Next Era, and Multi-Mode Lidar research and development. This contract provides for research and integration of existing electro-optical, infrared, radio frequency, multispectral imaging, hyperspectral imaging, and lidar sensors and related Intelligence, Surveillance, and Reconnaissance (ISR) technologies in order to develop the Air Force's next generation ISR sensor. Work will be performed in Westford, Massachusetts, and is expected to be complete by Sept. 29, 2025. Fiscal 2019 research and development funds in the amount of $18,387,498 are being obligated on two initial task orders at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-1014). KT Consulting Inc, Phoenix, Arizona, has been awarded an $11,935,070 firm-fixed-price task order for F‐16 Weapons System support. This task order provides for F‐16 academic instruction, Aircrew Training Device instruction/console/cockpit operations, comprehensive courseware development, and training support. Work will be performed at Luke Air Force Base, Arizona; and Holloman AFB, New Mexico, and is expected to be complete by March 31, 2024. This contract involves foreign military sales to Republic of Singapore. This award is the result of a competitive acquisition and five offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,435,581; and Singapore National Funds in the amount of $34,969 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio‐Randolph, Texas, is the contracting activity (FA3002‐19‐F‐A040). DEFENSE LOGISTICS AGENCY Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded an estimated $29,216,493 firm-fixed-priced delivery order (SPRPA1-19-F-L30G) against a five-year basic ordering agreement (SPRPA1-13-G-001X) for constant frequency generators. 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 five-year, six-month contract with no option periods. Locations of performance are Connecticut and Illinois, with a Sept. 30, 2024, performance completion date. Using customers are Navy and Japanese Armed Forces. Type of appropriation is fiscal 2019 Navy working capital funds and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Freightliner of Savannah Inc.,* Savannah, Georgia, has been awarded a maximum $7,312,500 firm-fixed-price contract for diesel engines. This is a three-year contract with no option periods. This was an acquisition permitting other than full and open competition with two responses received, using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Georgia, with a March 19, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0077). DEFENSE INFORMATION SYSTEMS AGENCY AT&T Corp., Columbia, Maryland, was awarded a firm-fixed-price contract modification (P00012) with a face value of $12,080,764, to exercise Option Year Three of previously awarded sole-source contract HC1013-16-C-0001 for the Northstar Long-Haul Telecommunications Network and associated transmission circuits for an Ultra-High Frequency/Line of Sight communications system network. The modification is funded by fiscal 2019 operations and maintenance funds. Total cumulative face value of the contract is $56,131,776. Performance will be at various sites geographically dispersed across the continental U.S. The period of performance for this action is May 1, 2019, to April 30, 2020. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1789590/

Toutes les nouvelles