31 octobre 2022 | International, C4ISR

'Secure, survive, strike': The Navy's new approach for cyber dominance

Military members were warned in February that they are targets for cyberattacks amid the Russia-Ukraine war and turbulent Sino-U.S. relations.

https://www.c4isrnet.com/cyber/2022/10/31/secure-survive-strike-the-navys-new-approach-for-cyber-dominance/

Sur le même sujet

  • Contract Awards by US Department of Defense - September 16, 2019

    17 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 16, 2019

    AIR FORCE General Dynamics Information Technology Inc., Fairfax, Virginia (FA8750-19-D-0005); American Systems Corp., Chantilly, Virginia (FA8750-19-D-0002); Booz Allen Hamilton Inc., McLean, Virginia (FA8750-19-D-0003); and Polaris Alpha LLC, Colorado Springs, Colorado (FA8750-19-D-0004), have been awarded a $427,000,000 maximum ordering amount indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price orders for the enhancements, modifications, integration, testing, demonstrations, deployments, maintenance and research and development of Global Application Research, Development, Engineering and Maintenance software baselines. Work will be performed at Fairfax, Virginia; Chantilly, Virginia; McLean, Virginia; and Colorado Springs, Colorado, and is expected to be completed by Sept. 16, 2026. This award is the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $88,165 are being obligated at the time of contract award. The Air Force Research Laboratory, Rome, New York, is the contracting activity. Kratos Unmanned Systems Division, Sacramento, California, has been awarded a $35,000,000 firm-fixed-price contract for Air Force Subscale Aerial Target peculiar spares. Work will be performed at Sacramento, California, and is expected to be complete by March 30, 2024. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $185,606; and fiscal 2019 aircraft procurement funds in the amount of $35,255 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8678-19-D-0001). CORRECTION: The Sept. 9, 2019, announcement of a $14,958,516 task order (FA8533-19-F-0091) against contract FA8533-18-D-0002 for Lockheed Martin Corp., Orlando, Florida, included an incorrect completion date. The expected completion date for the work is actually Jan. 8, 2022. WASHINGTON HEADQUARTERS SERVICES NCI Information Systems Inc., Reston, Virginia, has been awarded a $269,990,592 firm-fixed-price contract. This service delivery requirement will consist of satisfying Joint Service Provider (JSP) user needs for secure, accessible and stable information technology (IT) support. Service delivery services requires an understanding of the current operating environment of the JSP and the ability to leverage mature capabilities and industry best practices to improve efficiency and reduce complexity in order to enhance JSP's IT support services. Through the service delivery requirement, the JSP seeks to deliver responsive IT services and support to its users in the most efficient manner as possible. Work performance will take place primarily in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $269,990,592 are being obligated on this award. The expected completion date is July 29, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-F-0136). DEFENSE LOGISTICS AGENCY Reinhart Foodservice LLC, Valdosta, Georgia, has been awarded a maximum $185,615,149 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. This was a competitive acquisition with three responses received. This is a two-year base contract with one one-year option period and one two-year option period. Location of performance is Georgia, with an Aug. 31, 2021, performance completion date. Using customers are Army, Air Force and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3211). Vinyl Technology, Monrovia, California, has been awarded a maximum $9,518,724 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the CSU-22/P, Advanced Technology Anti-G Suit. This was a competitive acquisition with one response received. This is a one-year base contract with three one-year option periods. Location of performance is California, with a Sept. 15, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1188). NAVY Harper Construction Company Inc., San Diego, California, is awarded a $95,355,749 firm-fixed-price contract for the construction of the P-284 F-35C maintenance hangar at Naval Air Station, Lemoore, California. The project includes construction of a two-module Type I aircraft maintenance hangar, associated airfield pavements, operational and munitions storage, renovation of an existing battery shop, and building a new tool room. Project provides temporary facilities. Work will be performed in Lemoore, California, and is expected to be completed by November 2021. Fiscal 2019 military construction (Navy) contract funds for $95,621,143 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 five proposals received. The Naval Facilities Engineering Command, Southwest, is the contracting activity (N62473-19-C-2455). Environmental Chemical Corp., Burlingame, California, is awarded a $90,696,992 firm-fixed-price task order (N62470-19-F-9101) under the global contingency construction multiple award contract for P001, master time clocks and operations facility, Naval Observatory, District of Columbia. The task order also contains 10 unexercised options and nine planned modifications, which if utilized, would increase the cumulative task order value to $95,546,157. The work to be performed provides for the construction of a new building to house the master clocks, demolition and renovation of existing buildings, rehabilitation of existing foundations, and associated Verizon and Potomac Electric Power Co. work. The options that remain are for electronic security measures, and are available for award up to 365 days after task order award. The planned modifications that remain are for furniture, fixtures, and equipment and audio visual equipment. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2024. Fiscal 2019 military construction, (Navy) appropriation contract funds for $32,298,969 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2020 military construction (Navy) appropriation contract funds for $58,398,023 will be awarded in fiscal 2020. Options and planned modifications will be fiscal 2020 or later operation and maintenance (Navy) funds. Four proposals were received for this task order. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-8025). Hydroid Inc., Pocasset, Massachusetts, is awarded a $52,300,236 firm-fixed-price modification to previously-awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00174-19-D-0009) to increase the ceiling for production support for the MK 18 family of unmanned underwater vehicle systems. The MK 18 program supports unmanned underwater vehicle systems. This award brings the cumulative value of this contract, if all options are exercised, to $100,170,578. Work will be performed in Pocasset, Massachusetts, and is expected to be completed by April 2024. No funds are being obligated at the time of this action. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. AECOM Management Services Inc., Germantown, Maryland, is awarded a $26,822,300 cost-plus-fixed-fee contract action for operations, maintenance, engineering, and management services in support of Combined Tactical Training Range systems and equipment. The services under this contract support live training events hosted on multiple tactical training ranges across the U.S. Work will be performed in Fallon, Nevada (30%); Havelock, North Carolina (15%); Virginia Beach, Virginia (14%); Yuma, Arizona (14%); Altoona, Florida (5%); Beaufort, South Carolina (4%); Key West, Florida (4%); Manns Harbor, North Carolina (3%); Jacksonville, Florida (3%); Whidbey Island, Washington (3%); El Centro, California (2%); Miramar, California (2%); Lemoore, California (1%); and is expected to be completed by March 2020. This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,779,303. Fiscal 2019 operation and maintenance, (Navy) funding for $6,120,000 will be obligated at time of award and expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity (N6426719C0036). Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded a $16,197,311 modification to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-9999). This modification provides non-recurring engineering to incorporate Phase II of the Multifunctional Information Distribution System/Joint Tactical Radio System on the E-2D Advanced Hawkeye aircraft in support of the government of Japan. Work will be performed in Melbourne, Florida (75.15%); Norfolk, Virginia (8.98%); Ronkonkoma, New York (8.42%); St. Augustine, Florida (6.34%); various locations within the continental U.S. (0.79%); and Misawa, Japan (0.32%), and is expected to be completed in December 2021. Foreign Military Sales funds for $16,197,311 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. Nan Inc., Honolulu, Hawaii, is awarded a $15,128,199 firm-fixed-price contract for construction of an ordnance operations facility at Andersen Air Force Base. The work includes construction of a low-rise (one-story) reinforced concrete ordinance operations building, which includes administrative spaces to support Marine Corps ordinance operations. This project also constructs a low-rise (one-story) reinforced concrete inert storehouse. Work will be performed in Yigo, Guam, and is expected to be completed by December 2021. Fiscal 2019 military construction (Navy) contract funds for $15,128,199 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1301). Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $14,523,096 modification (P00002) to a cost-plus-fixed-fee delivery order (N00019-19-F-2768) against a previously issued basic ordering agreement (N00019-17-G-0002). This modification exercises an option to procure support to implement capability defect packages and problem reports in accordance with work package task lists in support of V-22 fleet sustainment efforts. Work will be performed in Ridley Park, Pennsylvania (93%); and Fort Worth, Texas (7%), and is expected to be completed in June 2021. Fiscal 2019 operation and maintenance (Navy) funds for $2,759,590 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. International Marine and Industrial Applicators LLC, Spanish Fort, Alabama, is awarded a $14,152,760 firm-fixed-price contract for the accomplishment of preservation and non-SUBSAFE structural repairs and maintenance on USS Louisiana (SSBN 743). This contract includes options which, if exercised, would bring the cumulative value of this contract to $14,495,622. The work to be performed on this contract will support main ballast tank, superstructure, sail, recesses, sonar dome, interior and external hull to include commercial blast, non-SUBSAFE structural repairs and preservation. The contractor shall furnish the necessary management, material support services, labor, supplies and equipment deemed necessary to perform the work. Work will be performed in Bremerton, Washington, and is expected to be completed by December 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $14,152,760 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-19-C-0803). The General Electric Co., Cincinnati, Ohio, is awarded an $11,660,580 cost-plus-fixed-fee contract to research future concepts for advanced propulsion system technology for the next generation engine and integrated power and thermal management system as well as potential capabilities for the next generation jet engine aircraft in support of the Propulsion and Power Engineering Department. Work will be performed in Cincinnati, Ohio, and is expected to be completed in September 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds for $11,660,580 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via a broad agency announcement; nine offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0622). ARMY General Dynamics Information Technology, Falls Church, Virginia, was awarded a $49,000,000 firm-fixed-price contract to operate, sustain, and maintain the centralized meter data system. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-D-0007). The Dutra Group, San Rafael, California, was awarded a $23,168,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Southport, North Carolina; and Wilmington, North Carolina, with an estimated completion date of July 17, 2020. Fiscal 2019 operations and maintenance, civil; and operations and maintenance, Army funds in the amount of $23,168,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0031). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $12,244,296 firm-price-incentive contract for M984A4 wrecker and self-recovery winch on the Family of Heavy Tactical Vehicles. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of May 31, 2021. Fiscal 2018 National Guard and Reserve equipment funds in the amount of $12,244,296 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0511). ZelTech Training Solutions LLC,* Winter Park, Florida, was awarded a $10,000,000 firm-fixed-price contract for the acquisition of three variant pyrotechnic cartridge launchers, spares, shipping, test cartridges, site surveys, new equipment training, installation, test and integration, interim contractor support, technical data and contractor manpower reporting. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2025. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0012). B3 Enterprises LLC,* Woodbridge, Virginia, was awarded a $9,443,920 firm-fixed-price contract for refuel and defuel services, personnel, management, parts, supplies and transportation vehicles. Bids were solicited via the internet with six received. Work will be performed in Daleville, Alabama, with an estimated completion date of Sept. 30, 2026. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,443,920 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-19-C-0006). L3 Doss Aviation, Colorado Springs, Colorado, was awarded a $9,424,653 firm-fixed-price contract for advanced helicopter flight training support services. Bids were solicited via the internet with seven received. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Oct. 31, 2026. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,643 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-19-C-0006). ESA South Inc., Cantonment, Florida, was awarded a $7,672,322 firm-fixed-price contract to renovate and convert Building 87017 from a dining facility to a brigade headquarters at Fort Hood, Texas. Bids were solicited via the internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Nov. 20, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,672,322 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0131). DEFENSE INFORMATION SYSTEMS AGENCY Artel LLC, Herndon, Virginia, was awarded a firm-fixed-price contract modification, P00010 to exercise Option Period Three against GS-35F-5151H/HC1013-16-F-0048 for commercial satellite communications service. The face value of this action is $11,817,932 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $59,098,160. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 29 offerors. Performance will be at the contractor's facility located in Herndon, Virginia. The period of performance for the base period was Sept. 25, 2016, through Sept. 24, 2017, with four 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. Inmarsat Government Inc., Reston, Virginia, was awarded a firm-fixed-price contract modification to exercise Option Period One against GS00Q-17-NRD-4014/HC1013-18-F-0243 for commercial satellite communications service. The face value of this action is $10,999,476 funded by fiscal 2019 operations and maintenance funds. Primary performance will be at the contractor's facility in Reston, Virginia. Proposals were solicited via the General Services Administration's Complex Commercial Satellite Communications contract, and six proposals were received from 22 offerors solicited. The base period of performance is Sept. 17, 2018, through Sept. 16, 2019, with four 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1961889/source/GovDelivery/

  • Air Force program for new F-35 missile will knock out at least one prime in FY24

    17 mars 2023 | International, Aérospatial

    Air Force program for new F-35 missile will knock out at least one prime in FY24

    Air Force's Stand-in Attack Weapon (SiAW) program has funded prototyping work with three short-term contracts first issued last year to Lockheed Martin, L3Harris and Northrop Grumman.

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

    29 juin 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

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

    MISSILE DEFENSE AGENCY Raytheon Integrated Defense Systems, Woburn, Massachusetts, is being awarded a sole-source contract in the amount of $2,271,181,543 under the Foreign Military Sales (FMS) program to the Kingdom of Saudi Arabia (KSA). The contract type will be a hybrid firm-fixed-price, fixed-price-incentive-fee, cost-plus-award-fee and cost-plus-incentive-fee contract. Under this production contract, the contractor will provide seven Army/Navy Transportable Surveillance and Control Model 2 radars, radar spares, obsolescence design, sustainment services and initial contractor logistics support for KSA. The work will be performed in Woburn, Massachusetts. The performance period is June 26, 2020, to Aug. 31, 2027. KSA FMS funds in the amount of $2,271,181,543 will be used to fund this effort. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0862-20-C-0002). AIR FORCE L3 Technologies Inc., Arlington, Texas, has been awarded a $900,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for simulator common architecture requirements and standards (SCARS). This contract provides for the definition, design, delivery, deployment and sustainment of a simulator common architecture across the Air Force's training portfolio, along with the creation of a security operations center and library and the execution of SCARS management services. The SCARS initiative will also incrementally implement a modular open systems approach, as well as a set of common standards for Air Force simulators. The primary location of performance is Orlando, Florida. SCARS has a 10-year ordering period through June 2030. This award is the result of a competitive acquisition and six offers were received. Fiscal 2020 other procurement funds in the amount of $1,216,598; and fiscal 2020 operations and maintenance funds in the amount of $14,278,992 are being obligated under the first task order. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-20-D-0013). Northrop Grumman Systems Corp., Azusa, California, has been awarded a $222,507,873 cost-plus-fixed-fee contract for the Defense Support Program (DSP) Operations, Mission Threat Analysis and Engineering Sustainment (DOMES). This contract provides on-orbit satellite and anomaly resolution support, root cause analysis, mission threat analysis, mission test bed and space awareness and global exploitation as key components of the lifetime extension of the DSP. Work will be performed in Azusa, California; Redondo Beach, California; Aurora, Colorado; and Colorado Springs, Colorado, and is expected to be completed March 31, 2030. Fiscal 2020 operations and maintenance funds in the amount of $18,000,000 is being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823-20-C-0002). VectorCSP LLC, Elizabeth City, North Carolina, has been awarded a $16,286,599 firm-fixed-price contract for Combat Air Force (CAF) Fighter Squadron (FS), U.S. Air Force Warfare Center (USAFWC) and Air Support Operations Squadron (ASOS) support services to Air Combat Command. This contract provides in-garrison active fighter squadron's functional support for typical additional duties assigned to squadron personnel, such as operations scheduling, training, standards and evaluations, weapons and tactics, mobility, non-aviation programs and readiness, equipment managers and armorer support. Work will be performed at various locations throughout USAFWCs, ASOSs and CAFs in the U.S., and is expected to be completed June 25, 2025. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance funds in the amount of $8,920,289 are being obligated at the time of award. Air Force Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-20-F-0048). Apogee Research LLC,* Arlington, Virginia, has been awarded a $13,398,315 cost-plus-fixed-fee completion type contract for SymLang, an invariant driven approach to software via symmetries and software. The objective of this effort includes developing novel software systems that enable automated adaptation of the resulting software system to radical changes in requirements and computational environments. SymLang, new programming language and its associated toolchain will allow for the rapid development and adaption of code that is efficient at run-time over a wide range of operating conditions. Work will be performed in Arlington, Virginia; Menlo Park, California; and Medford, Massachusetts, and is expected to be completed by June 26, 2024. This award is the result of a competitive acquisition and 20 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $766,404 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0520). GrammaTech Inc.,* Ithaca, New York, has been awarded a $12,220,510 cost-plus-fixed-fee completion contract for Artemis Framework prototype software. This contract provides for research, design, development, demonstration, test, integration and delivery of the Artemis Framework that will enable rapid adaptation of software to changes in requirements, platforms and computational resources at a scale and speed appropriate for the complex software ecosystem. Work will be performed in Ithaca, New York, and is expected to be completed June 26, 2024. This award is the result of a competitive acquisition and 20 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $750, 818 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0208). Raytheon Technologies, Woburn, Massachusetts, has been awarded a $9,223,822, firm-fixed-price modification (P00052) to contract FA8730-17-C-0010 for the Qatar Early Warning Radar (QEWR). This modification is for the construction of the communications infrastructure at the QEWR site. Work will be performed in Woburn, Massachusetts; and Qatar, and is expected to be completed by December 2020. The modification brings the total cumulative face value of the contract to $1,117,574,971. This modification involves 100% Foreign Military Sales (FMS) to the country of Qatar. FMS funds in the amount of $9,223,822 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. ARMY JCB Inc., Pooler, Georgia, was awarded a $269,425,883 firm-fixed-price contract for electric over hydraulic High Mobility Engineer Excavators, related hardware and ancillary services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 23, 2028. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0084). GM Defense LLC, Detroit, Michigan, was awarded a $214,297,869 firm-fixed-price contract for acquisition of the Infantry Squad Vehicle, installation kits, ancillary hardware and logistical support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 24, 2028. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0066). Walsh Federal LLC, Chicago, Illinois, was awarded a $38,027,000 firm-fixed-price contract for construction of an information system facility at Joint Base Lewis-McChord. Bids were solicited via the internet with two received. Work will be performed in Tacoma, Washington, with an estimated completion date of Dec. 31, 2022. Fiscal 2020 military construction (Army) funds in the amount of $38,027,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-C-0007). KT Consulting, Phoenix, Arizona, was awarded a $12,235,930 firm-fixed-price contract for logistics research and analytic support. Bids were solicited via the internet with two received. Work will be performed in Washington, D.C., with an estimated completion date of Aug. 3, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $6,142,964 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0465). GM Defense LLC, Detroit, Michigan, was awarded an $8,580,666 firm-fixed-price contract for initial delivery of Infantry Squad Vehicles and integrated product support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 24, 2021. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0066). MCR Federal LLC, McLean, Virginia, was awarded an $8,579,438 modification (000127) to contract W31P4Q-16-A-0016 for technical engineering services in support of the Fixed Wing Project Office. Work will be performed in Huntsville, Alabama, with an estimated completion date of July 28, 2021. Fiscal 2020 operations and maintenance (Army) funds; and 2018 aircraft procurement (Army) funds in the amount of $8,579,438 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Northrop Grumman Systems Corp., McLean, Virginia, was awarded an $8,440,579 modification (P00019) to contract W15QKN-17-F-0006 to accelerate enhancements to the identity, credential and access management system, as well as continuation of the Army Knowledge Online enterprise services modernization. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of March 26, 2021. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. Aerovironment,* Monrovia, California, was awarded a $7,596,820 cost-plus-fixed-fee contract to exercise an option for repair, maintenance, training, flight support and field service representatives. Work will be performed in Simi Valley, California, with an estimated completion date of March 31, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $7,596,819 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-C-0171). NAVY Bath Iron Works, Bath, Maine, is awarded a $132,000,000 cost modification to previously awarded contract N00024-18-C-2305 to fund capital expenditure projects for shipbuilder and supplier industrial base efforts in support of the USS Arleigh Burke DDG-51 class destroyer program. This modification will fund shipbuilder and supplier base efforts to address supply chain fragility and to ensure future readiness for the fleet. Work will be performed in Bath, Maine, and is expected to be completed by June 2028. Fiscal 2013, fiscal 2018 and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $132,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Didlake Inc., Manassas, Virginia, is awarded a $62,116,404 indefinite-delivery/indefinite-quantity contract for annual custodial services at Norfolk Naval Shipyard (NNS) and annexes; the Portsmouth and Little Creek site; and the Naval Amphibious Base (NAB) Little Creek-Fort Story. Work will be performed in Virginia Beach, Virginia (75%); and Portsmouth, Virginia (25%). The work to be performed provides for annual custodial services, but is not limited to all management, supervision, tools, materials, supplies, labor and transportation services. They are necessary to perform custodial services for office space, restrooms and other types of rooms at the NNS and annexes, Portsmouth and Little Creek site and NAB Little Creek-Fort Story. Work is expected to be completed by June 2025. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $12,128,835 for recurring and non-recurring work will be obligated on individual task orders issued during the base period. This contract was procured as a sole-source AbilityOne requirement. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0055). Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $62,000,000 cost modification to previously awarded contract N00024-18-C-2307 to fund capital expenditure projects for shipbuilding supplier industrial base efforts in support of the Arleigh Burke DDG 51 class destroyer program. This modification will fund supplier base efforts to address supply chain fragility that ensures future readiness for the fleet. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by April 2029. Fiscal 2013 and fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $62,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Baldi Bros Inc.,* Beaumont, California, is awarded a $50,630,423 firm-fixed-price task order N62473-20-F-4817 under a multiple award construction contract for the construction of a runway and taxiway extension at the Naval Air Weapons Station, China Lake, California. Work will be performed in Ridgecrest, California. The work to be performed provides for the construction of extending and widening of Runway 08/26, the construction of Taxiway H and two aircraft arrestor systems, the installation of taxiway lighting on Runway 03/21 and the storm drainage to support the runway and other incidental related work. The runway and taxiway extension project includes, but is not limited to demolition, earthwork, provide drainage, paving, arresting gear, two concrete pads, lighting, airfield signage, power circuitry and control circuitry. Work also provides temporary construction that includes a temporary water line, jersey barriers and access roadwork. Work is expected to be completed by April 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $50,630,423 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2438). Huntington Ingalls Inc., Newport News, Virginia, is awarded a $22,791,081 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-4314 for the USS Boise (SSN 764) Smart Start that encompasses continued advance planning, execution services, production and availability preparations for fiscal 2020 USS Boise engineered overhaul. This contract modification includes options, which if exercised, will bring the cumulative value of this action to $22,999,003. Work will be performed in Newport News, Virginia. The contracted requirements also include continued advance planning, execution services, production and availability preparations necessary to repair and maintain unrestricted operation of the submarine. It also includes upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during the chief of naval operation's scheduled availability. Work is expected to be completed by September 2020. Fiscal 2020 operations and maintenance funding in the amount of $22,791,081 will be obligated at time of award, and funding in the amount of $22,791,081 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Embree Machine Inc.,* Springville, Indiana (N00164-20-D-JN88); J&R Tool Inc.,* Loogootee, Indiana (N00164-20-D-JN89); Loughmiller Machine, Tool & Die,* Loogootee, Indiana (N00164-20-D-JN90); MSP Aviation Inc.,* Bloomington, Indiana (N00164-20-D-JN91); Specialty CNC Inc.,* Bloomington, Indiana (N00164-20-D-JN92); and United Support Solutions – LMT Inc.,* Cedar Grove, New Jersey (N00164-20-D-JN93), are awarded a $17,500,000 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts for build-to-print machined parts for military projects. These contracts includes options which may bring the cumulative value of each contract to $35,000,000, if exercised. Work will be performed at various locations across the U.S. based on each individual task order. These build-to-print machined parts are used for military projects including, but not limited to, the fixed forward firing weapons and interface unit automatic processor systems that are utilized on the MH-60R Seahawk and MH-60S Knighthawk helicopters. Work is expected to be completed by June 2025, or June 2030 if all options are exercised. Working capital funding of a $3,000 minimum contractual award for each vendor ($18,000 total) will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract were competitively procured via the beta.SAM.gov website and 11 offers were received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Poole Fire Protection Inc.,* Olathe, Kansas, is awarded an $10,000,000 indefinite-delivery/indefinite-quantity architect-engineer contract for architect-engineer services for fire protection testing, inspection, studies and surveys at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and other government facilities within the NAVFAC Pacific area of operations including, but not limited to Guam and the Commonwealth of the Northern Marianas Islands (40%); Japan (40%); Australia (10%); and Diego Garcia (10%). The work to be performed provides for the following services final acceptance testing and inspection of all types of installed fire protection systems, fire protection and life safety studies, surveys and water flow testing. The term of the contract is not to exceed 60 months and work is expected to be complete by June 2025. Fiscal 2018 military construction (MILCON) (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (planning and design). This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. The NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-D-0005). DEFENSE LOGISTICS AGENCY U.S. Foods Inc., Port Orange, Florida, has been awarded a maximum $28,710,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 262-day bridge contract with no option periods. Locations of performance are Florida; Cuba; and the Bahamas, with a Nov. 8, 2020, ordering period end date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2020 and 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3279). Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded a not-to-exceed $26,696,992 undefinitized delivery order (SPRPA1-20-F-M40H) against a five-year basic ordering agreement (SPE4A1-16-G-003Z) for aircraft rotodomes. 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 nine-month contract with no option periods. Location of performance is Florida, with a March 31, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Merchants Foodservice, Hattiesburg, Mississippi, has been awarded a maximum $16,160,350 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 241-day bridge contract with no option periods. Locations of performance are Louisiana and Mississippi, with a Feb. 21, 2021, ordering period end date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3280). Fort Riley Utility Services Inc., Fort Riley, Kansas, has been awarded a maximum $9,461,376 modification (P00026) to a 50-year contract (SP0600-17-C-8328), with no option periods for water and wastewater utility services at Fort Riley, Kansas. This is a fixed-priced with economic-price-adjustment contract. This modification increases the obligated value from $33,267,059 to $34,393,260. Locations of performance are Kansas and California, with a June 30, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. International Business Machines Corp., Reston, Virginia, has been awarded a maximum $7,635,577 modification (P00005) exercising the second one-year option period of a one-year base contract (SP4701-18-C-0048) with four one-year option periods for technical and functional services for the Defense Agencies Initiative. This is a firm-fixed-price, cost-plus-incentive-fee contract. Locations of performance are Virginia and other areas in the continental U.S., with a July 31, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 operations and maintenance funds; and research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania. American Water Operations and Maintenance LLC, Camden, New Jersey, has been awarded a $15,943,623 modification (P00161) to a 50-year contract (SP0600-08-C-8250) with no options periods for the ownership, operation and maintenance of water and wastewater utility systems at Fort Hood, Texas. This is a fixed‐price with prospective-price-redetermination contract. Locations of performance are New Jersey and Texas, with a Jan. 8, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded June 23, 2020) U.S. SPECIAL OPERATIONS COMMAND Arcticom LLC, Anchorage, Alaska, was awarded an $18,772,155 maximum single award “C” type contract (H92240-20-C-0004) with options included to extend services in support of Naval Special Warfare Command (NSWC) enterprise requirements for NSW Preparatory Course training and support services. Fiscal 2020 operations and maintenance funds in the amount of $3,329,539 are being obligated at the time of award. The work will be performed in Great Lakes, Illinois, and may continue through fiscal 2026 if all options are exercised. The contract was awarded competitively using Federal Acquisition Regulation Part 15 procedures with eight proposals received. NSWC, Coronado, California, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2234393/source/GovDelivery/

Toutes les nouvelles