14 août 2020 | International, Aérospatial

CACI’s CORIAN™ Selected for the Defense Department’s C-sUAS Mission

Arlington, Va. - August 10, 2020 - (BUSINESS WIRE) - CACI International Inc (NYSE: CACI) announced today that the Army's Joint Counter-Small Unmanned Aircraft Systems (C-sUAS) Office (JCO) has selected its CORIAN™ system to protect DoD personnel and facilities against threats from unmanned aircraft systems/drones.

DoD designated the Army JCO as the executive agent for C-sUAS to identify and prioritize shared gaps in technology and plans, and to work with industry to discern emerging technologies, address challenges, increase efficiencies, and promote competition in future technology development and procurement activities.

Out of the 40+ systems under consideration, DoD leadership selected CORIAN as one of three fixed/semi-fixed systems approved for use by the Department. The selection reaffirms CACI's position as a leader in the delivery of C-sUAS systems and solutions for the DoD.

The Department identified CACI's CORIAN C-sUAS solution as one of the fixed/Semi-fixed systems that provided “the best performance and capability mix during the assessment.” DoD's criteria for selecting systems for current use and future research and testing included system effectiveness, usability, sustainment, and integration.

CORIAN is a modular, scalable mission technology system which detects, identifies, tracks, and mitigates UAS threats using precision-neutralization techniques that ensure little to no collateral damage to the surrounding radio frequency (RF) spectrum and existing communications. CORIAN combines the industry's leading group 1-3 drone detection and mitigation ranges with DoD's most comprehensive, up-to-date C-sUAS signal library to keep pace with the growing and ever-changing threat.

John Mengucci, CACI President and Chief Executive Officer, said, “CACI looks forward to expanding our base of installed systems worldwide and continuing our support to the Defense Department with CORIAN for immediate use, future research and testing to counter UAS threats. As a market leader in counter-UAS, we are significantly expanding CACI's critical mission UAS technologies to best meet the ever-evolving operational needs of the DoD.”

CACI Executive Chairman and Chairman of the Board Dr. J.P. (Jack) London, said, “As a national security company, CACI continues to bring innovation and expertise to advance the military's critical C-sUAS capabilities and to equip and protect our warfighters around the world.”

CACI's 23,000 talented employees are vigilant in providing the unique expertise and distinctive technology that address our customers' greatest enterprise and mission challenges. Our culture of good character, innovation, and excellence drives our success and earns us recognition as a Fortune World's Most Admired Company. As a member of the Fortune 1000 Largest Companies, the Russell 1000 Index, and the S&P MidCap 400 Index, we consistently deliver strong shareholder value. Visit us at www.caci.com.

There are statements made herein which do not address historical facts, and therefore could be interpreted to be forward-looking statements as that term is defined in the Private Securities Litigation Reform Act of 1995. Such statements are subject to factors that could cause actual results to differ materially from anticipated results. The factors that could cause actual results to differ materially from those anticipated include, but are not limited to, the risk factors set forth in CACI's Annual Report on Form 10-K for the fiscal year ended June 30, 2019, and other such filings that CACI makes with the Securities and Exchange Commission from time to time. Any forward-looking statements should not be unduly relied upon and only speak as of the date hereof.

CACI-Company News

View source version on businesswire.com: https://www.businesswire.com/news/home/20200810005133/en/
Corporate Communications and Media:
Jody Brown, Executive Vice President, Public Relations
(703) 841-7801, jbrown@caci.com

Investor Relations:
Daniel Leckburg, Senior Vice President, Investor Relations
(703) 841-7666, dleckburg@caci.com

Source: CACI International Inc

View source version on CACI: http://investor.caci.com/news/news-details/2020/CACIs-CORIAN-Selected-for-the-Defense-Departments-C-sUAS-Mission/default.aspx

Sur le même sujet

  • DARPA wants an AI system that can basically make sense of everything

    24 août 2018 | International, C4ISR

    DARPA wants an AI system that can basically make sense of everything

    By: Daniel Cebul Defense Advanced Research Project Agency is looking for an artificial intelligence and machine-learning model that can help scientists and researchers push their work to new limits. The Automating Scientific Knowledge Extraction (ASKE) program, announced Aug. 17, is the first contract opportunity DARPA has released as part of its new AI exploration program. The goal is to establish the feasibility of new AI concepts and do it fast ― within 18 months of award ― to help DARPA outpace global AI science and technology discovery efforts. Specifically, the ASKE opportunity is looking to develop an AI system that can rapidly aggregate scientific data over a number of complex systems (physical, biological, social) and identify new data and information resources automatically. Science depends on equations and complex computations of large data sets. The proposed AI system would be able to interpret and expose scientific knowledge and underlying assumptions in existing computational models to extract useful information, like causal relationships, correlations and parameters. This information would then be integrated into a machine-curated model that generates more robust hypotheses. To ensure the system is working with the full-breadth of scientific information available, DARPA is interested in a system that automatically verifies published scientific results and can monitor “fragile economic, political, social and environmental systems undergoing complex events,” in real-time. For such a system to be viable, DARPA believes advanced AI techniques such as “natural language processing, knowledge-based reasoning, machine learning, and/or human-machine collaboration” are needed. Although rapid and real-time aggregation of data from a variety digital sources may have military applications, for now DARPA maintains its “overriding interest is in innovative approaches to extracting knowledge from scientific models.” The winner will be awarded a contract worth as much as $1 million for a prototype. Proposals are due Sept. 17. https://www.c4isrnet.com/it-networks/2018/08/23/darpa-wants-an-ai-system-that-can-basically-make-sense-of-everything

  • Contract Awards by US Department of Defense - December 13, 2019

    16 décembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 13, 2019

    ARMY BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $249,152,760 modification (P00042) to contract W56HZV-17-C-0001 for the Self-Propelled Howitzer and carrier, ammunition, tracked vehicles and their associated support under the production contract to build and deliver M109A7s and M992A3s. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 31, 2023. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $249,152,760 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Palantir USG Inc., Palo Alto, California, was awarded an $110,814,893 other transaction agreement contract for numerous databases across the Army enterprise integrated on one platform. One bid was solicited via the internet with one bid received. Work will be performed in Washington, District of Columbia, with an estimated completion date of Dec. 15, 2023. Fiscal 2020 operations and maintenance, Army funds in the amount of $32,545,300 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-9-P001). Conco Inc.,* Louisville, Kentucky (W15QKN-20-D-0003); and Delfasco LLC,* Afton, Tennessee (W15QKN-20-D-0004), will compete for each order of the $46,200,000 firm-fixed-price contract for manufacture, inspect, test, and deliver metal containers and covers for the M231 and M232 series for the Modular Artillery Charge Systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 12, 2024. U.S. Army Contracting Command, New Jersey, is the contracting activity. Alabama Department of Rehabilitation, Montgomery, Alabama, was awarded a $32,150,000 firm-fixed-price contract for full food service operations of an Army dining facility, receiving, storing, preparing, requisitioning, and serving food. 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 13, 2025. U.S. Army Mission Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-D-0005). Lockheed Martin Corp., Orlando, Florida, was awarded a $15,547,894 modification (P00084) to contract W31P4Q-15-C-0102 for the Joint Air-to-Ground Missile production line for a rate ramp increase of 50 to 100 missiles per month. Work will be performed in Orlando, Florida, with an estimated completion date of March 30, 2022. Fiscal 2018 and 2019 procurement of ammunition, Army funds in the amount of $15,547,894 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AM General LLC, South Bend, Indiana, was awarded a $15,118,831 firm-fixed-price Foreign Military Sales (Jordan) contract for hardware support to reset and upgrade a fleet of 200 M998 High Mobility Multi-Wheeled Vehicles. One bid was solicited via the internet with one bid received. Work will be performed in Amman, Jordan, with an estimated completion date of Dec. 13, 2020. Fiscal 2020 Foreign Military Sales funds in the amount of $15,118,831 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-C-0037). Primus, Beltsville, Maryland, was awarded an $8,782,763 firm-fixed-price contract for cold and hot aviation refuel and defuel services, personnel, management, parts, supplies, transportation and vehicles/trucks. One bid was solicited via the internet with one bid received. Work will be performed in Daleville, Alabama, with an estimated completion date of June 16, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $5,000,000 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-20-C-0004). NAVY Noresco LLC, Westborough, Massachusetts, is awarded firm-fixed-price task order (N3943020F9905) at $169,331,394, under a multiple award, indefinite-delivery/indefinite-quantity contract for energy conservation measures at Naval Submarine Base New London, Groton, Connecticut. The work to be performed provides for the construction, operations, and maintenance of energy conservations to improve energy efficiency and reliability, which include energy management control system upgrades, combined heat power and micro-grid expansion, lighting upgrades, and steam distribution improvements. Work will be performed at Naval Submarine Base New London, Groton, Connecticut, and is expected to be completed in 21 years by December 2040. No funds will be obligated with this award, as private financing obtained by the contractor will be used for the 36-month construction (i.e. implementation) phase of the project. Five proposals were received for this task order. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency & Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-09GO29039). Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $123,532,573 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract (N00024-19-C-5112) to exercise options for fiscal 2020 production of AEGIS Weapon System Fire Control System (FCS) MK 99 equipment, AEGIS modernization production requirements, and associated engineering services. These services are in support of DDG 51 Class Flight III destroyers and the Spanish navy's F-110 program. This modification also covers the production of the AEGIS BMD Kill Assessment Ordnance Alteration (ORDALT) Kits and Solid State Switch Assembly (SSSA) Special Test Equipment (STE). The AMOD program fields combat system upgrades that will enhance the Anti-Air Warfare (AAW) and Ballistic Missile Defense (BMD) capabilities of AEGIS equipped DDG 51 Arleigh Burke-class destroyers. Work will be performed in Andover, Massachusetts (81%); Marlborough, Massachusetts (10%); Chesapeake, Virginia (3 %); Portsmouth, Rhode Island (3%); San Diego, California (2%); and Burlington, Massachusetts (1%), and is expected to be completed by April 2023. Foreign Military Sales; fiscal 2020 shipbuilding and conversion (Navy); fiscal 2020 other procurement (Navy); and fiscal 2020 defense wide procurement funding in the amount of $123,532,573 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Anchor Innovation, Inc.,* Virginia Beach, Virginia (N00167-20-D-0001); Auxiliary Systems Inc.,* Norfolk, Virginia (N00167-20-D-0002); Colonna's Shipyard Inc.,* Norfolk, Virginia (N00167-20-D-0003); Fairlead Boatworks Inc.,* Newport News, Virginia (N00167-20-D-0004); Gryphon Technologies LC, Washington, District of Columbia (N00167-20-D-0005); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N00167-20-D-0006); and United States Marine Inc.,* Gulfport, Mississippi (N00167-20-D-0007), are awarded a combined maximum $43,109,222 indefinite-delivery/indefinite-quantity multiple-award contract for watercraft industrial services and supplies in support covering all phases of watercraft total life cycle to include construction, proof of design, model development and realization, fabrication, modernization, repair, overhaul quality assurance, and testing of the Naval Surface Warfare Center Carderock Division Detachment Norfolk, Combatant Craft Division. The contractor shall perform in a wide variety of locations both within the continental U.S. and outside the continental U.S. (OCONUS). The expected work distribution by performance location includes Mid Atlantic U.S. (60%); Southwest U.S. (15%); U.S. Gulf Coast (2%); Northwest U.S. (2%); Northeast U.S. (1%); other/OCONUS (20%). OCONUS locations typically include, but are not limited to Bahrain, Kuwait, United Arab Emirates, Spain, Italy, Horn of Africa, Guam, Japan, Hawaii and Alaska. Work is expected to be complete by December 2022. Fiscal 2020 service cost center (Navy) funding in the total amount of $12,000 will be obligated at time of award to meet the minimum guarantee under each contract and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with seven offers received. The Naval Surface Warfare Center Carderock Division, Detachment Norfolk, Virginia, is the contracting activity. John C. Grimberg Co. Inc., Rockville, Maryland, is awarded a $27,830,000 firm-fixed-price contract for the construction repair of a solid state electronic devices laboratory at Naval Research Laboratory. The work to be performed will repair Building 74, including conversion of existing high bay storage into laboratory spaces, and will repair Building 81. Repair work in Building 74 includes replacement and repair of structural and architectural systems including steel framing, second floor assembly, roof, windows, doors, exterior finishes, exterior egress stairs, elevator, partitions, interior finished, laboratory facilities and abatement of hazardous materials. The renovation also includes replacement of mechanical and electrical systems including controls, chilled water system, air handling system, fire protection, clean room and laboratory systems (water, gas, ventilation, pressurization, and filtration), lighting, power and electrical distribution. Repairs in Building 81 will replace deteriorated components while additional construction will alter the building height to accommodate specialized equipment. Work will be performed in Washington, District of Columbia, and is expected to be completed by January 2022. Fiscal 2020 operations and maintenance, (Navy) contract funds in the amount of $27,830,000 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 two proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-20-C-0004). Arete Associates Inc.,* Northridge, California, is awarded a $17,561,860 firm-fixed-price modification to a previously-awarded contract (N61331-18-D-0012) to exercise Option 2, to provide Coastal Battlefield Reconnaissance and Analysis (COBRA) Block I systems. Work will be performed in Tucson, Arizona (35%); Destin, Florida (35%); and Santa Rosa, California (30%), and is expected to be completed by July 2022. No funding will be obligated at time of award. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. Noresco LLC, Westborough, Massachusetts, is awarded a $16,988,494 firm-fixed-price task order (N3943020F9903) under a multiple award, indefinite-delivery/indefinite-quantity, energy savings performance contract at Naval Support Activity Hampton Roads, Norfolk, Virginia. The work to be performed provides for the design, construction, and installation of energy conservation measures for boiler plant improvements, water and sewer conservation systems and water resiliency. The work also provides for performance period services consisting of measurement and verification, operations and maintenance, and repair and replacement services. Work will be performed at Naval Support Activity Hampton Roads, Norfolk, Virginia, and is expected to be completed in 22 years by December 2041. No funds will be obligated with this award, as private financing obtained by the contractor will be used for the 24-month construction (i.e. implementation) phase of the project. Nine proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency and Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-90GO29039). AIR FORCE Pinnacle Solutions Inc., Huntsville, Alabama, has been awarded a $21,395,866 modification (P00049) to previously awarded FA8621-16-C-6281 for support of the KC-10 training system. This contract modification provides for the exercise of Option Year Four. Work will be performed at Travis Air Force Base, California; Joint Base McGuire-Dix-Lakehurst, New Jersey; and the Training System Support Center in Fairfield, California, and is expected to be complete by Dec. 31, 2020. The total cumulative face value of the contract is $105,964,368. Fiscal 2020 operations and maintenance funds in the amount of $14,965,279 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Edaptive Computing Inc., Dayton, Ohio, has been awarded a $14,865,271 cost-plus-fixed-fee contract for research and development of the Joint Federated Assurance Center Trust Lab Enterprise effort. This effort seeks to enhance, deploy, transition, and support decision-aiding tools for the Air Force Research Laboratory Joint Federated Assurance Center trust laboratory research and development of analysis, design and verification tools to promote trusted systems engineering for integrated circuits electronics. Work will be performed at Dayton, Ohio, and the work is expected to be completed by March 13, 2024. This award is the result of a non-competitive acquisition. Fiscal 2020 research and development funds in the amount of $12,500,000 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-F-1956). DEFENSE LOGISTICS AGENCY Ultrax Aerospace Inc., Lees Summit, Montana, has been awarded a maximum $13,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for spares/repairs in support of the UH-60 Black Hawk Helicopter Automated Flight Control line replaceable units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with no option periods. Location of performance is Montana, with a Dec. 12, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0004). DEFENSE FINANCE AND ACCOUNTING SERVICE Kearney and Company PC, Alexandria, Virginia, is being awarded a labor-hour contract option with a maximum value of $10,721,966 for audit services of the Defense Health Program (DHP). Work will be performed in various locations including the DHP headquarters in Falls Church, Virginia, as well as other federal locations in Texas, Ohio, Indianapolis, Maryland, Colorado, New York, and Maine, with an expected completion date of Dec. 31, 2020. This contract is the result of a competitive acquisition in which two bids were received. This award brings the total cumulative value of the contract to $36,598,260. Fiscal 2020 operations and maintenance, defense wide funds in the amount of $10,721,966 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0096). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2040280/source/GovDelivery/

  • Contract Awards by US Department of Defense - May 1, 2019

    2 mai 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - May 1, 2019

    ARMY Callan Marine Ltd., Galveston, Texas (W912EP-19-D-0023); Cashman Dredging and Marine Contracting Co. LLC, Quincy, Massachusetts (W912EP-19-D-0024); Cavache Inc.,* Pompano Beach, Florida (W912EP-19-D-0025 ); Continental Heavy Civil Corp., Miami, Florida (W912EP-19-D-0026 ); Cottrell Contracting Inc.,* Chesapeake, Virginia (W912EP-19-D-0027); Great Lakes Dredge and Dock, Oak Brook, Illinois (W912EP-19-D-0028); J.T. Cleary Inc., Spring Valley, New York (W912EP-19-D-0029); Manson Construction Co., Seattle, Washington (W912EP-19-D-0030); Marinex Construction Inc., Charleston, South Carolina (W912EP-19-D-0031); Norfolk Dredging Co., Chesapeake, Virginia (W912EP-19-D-0032); Orion Marine Construction Inc., Tampa, Florida (W912EP-19-D-0033); Southern Dredging Co. Inc.,* Charleston, South Carolina (W912EP-19-D-0034); The Dutra Group, San Rafael, California (W912EP-19-D-0035); Waterfront Property Service LLC, doing business as Gator Dredging,* Clearwater, Florida (W912EP-19-D-0036 ); Weeks Marine Inc., Covington, Louisiana (W912EP-19-D-0037); Cavache Inc.,* Pompano Beach, Florida (W912EP-19-D-0038); CJW Construction Inc.,* Santa Ana, California (W912EP-19-D-0039); Coastal Dredging Co. Inc.,* Hammond, Louisiana (W912EP-19-D-0040); Cottrell Contracting Inc.,* Chesapeake, Virginia (W912EP-19-D-0041); Florida Dredge and Dock LLC,* Tarpon Springs, Florida (W912EP-19-D-0042); Southern Dredging Co. Inc.,* Charleston, South Carolina (W912EP-19-D-0043); Southwind Construction Corp.,* Evansville, Indiana (W912EP-19-D-0044); and Waterfront Property Service LLC, doing business as Gator Dredging,* Clearwater, Florida (W912EP-19-D-0045), will compete for each order of the $495,000,000 firm-fixed-price contract for dredging and shore protection projects. Bids were solicited via the internet with 24 received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2024. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity. HB&A LLC,* Colorado Springs, Colorado (W9128F-19-D-0004); Kenneth Hahn Architects Inc.,* Omaha, Nebraska (W9128F-19-D-0005); and Yeager Architecture Inc.,* Overland Park, Kansas (W9128F-19-D-0006), will compete for each order of the $30,000,000 firm-fixed-price contract for preparation of studies, analysis and design services. Bids were solicited via the internet with 22 received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. PRIDE Industries, Roseville, California, was awarded a $20,122,695 modification (P00008) to contract W91247-18-C-0011 for repair and maintenance support. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of May 31, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $5,772,517 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity. A. WBE-CCI JV One LLC,* Itasca, Illinois, was awarded a $7,828,000 firm-fixed-price contract for the construction of a new Air National Guard Fire Crash Rescue Station. Bids were solicited via the internet with five received. Work will be performed in Peoria, Illinois, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 military construction funds in the amount of $7,828,000 were obligated at the time of the award. U.S. Property and Fiscal Office Illinois is the contracting activity (W91SMC-19-C-6001). S.D.S Lumber Co.,* Bingen, Washington, was awarded a $7,757,620 modification (P00007) to contract W912EF-18-C-0010 for towboat services. Work will be performed in Walla Walla, Washington, with an estimated completion date of April 30, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $3,638,716 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity. STG Inc.,* Reston, Virginia, was awarded a $7,645,240 firm-fixed-price contract for operational and technical engineering. Bids were solicited via the internet with three received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of April 30, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,645,240 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-19-F-0142). DEFENSE LOGISTICS AGENCY Beacon Point Associates LLC, Cape Coral, Florida, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 16 responses received. This is a five-year contract with no options. Location of performance is Florida, with a May 14, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0005). Allied Tube and Conduit Corp., Harvey, Illinois, has been awarded a maximum $46,000,000 firm-fixed-price with economic-price-adjustment contract for barbed tape concertina wire. This is a competitive acquisition with two responses received. This is a two-year base contract with three one-year option periods. Locations of performance are Illinois and Ohio, with an April 30, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-19-D-0002). American Medical Depot (AMD), Miramar, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 11 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a June 11, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0009). Kandor Manufacturing Inc., Kandor, Puerto Rico, has been awarded a maximum $13,896,462 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Navy working uniform, Blouses/Trousers Type II and III, and maternity blouses. This was a competitive acquisition with five responses received. This is an 18-month base contract with three one-year option periods. Location of performance is Puerto Rico, with an Oct. 29, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1163). (Awarded April 30, 2019) AIR FORCE Rockwell Collins Inc., Collins Aerospace – Mission Systems, Cedar Rapids, Iowa, has been awarded a $43,033,042 cost-plus-incentive-fee contract for Next Generation Application Specific Integrated Circuit Preliminary Design Review (PDR). This contract provides for the design, develop, and test of modernized Global Positioning System receivers that are intended for future military applications to the PDR level. Work will be performed in Cedar Rapids, Iowa, and is expected to be complete by April 2021. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $9,000,000 are being obligated at time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-19-C-0003). International Business Machines Corp., Yorktown Heights, New York, has been awarded a $7,500,000 other transaction agreement for experimental purposes to provide an IBM Q access license. This agreement provides for remote access to the IBM Q System, a quantum computer with approximately 20 to 50 qubits. Work will be performed in Yorktown Heights, New York, and is expected to be complete by April 30, 2022. Fiscal 2019 research and development funds in the amount of $5,000,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-9-0334). NAVY Systems Application and Technologies Inc., Largo, Maryland, is awarded a $14,583,586 cost-plus-fixed-fee contract to procure continued support services to the Air Vehicle Modification and Instrumentation (AVMI) Department and the Naval Air Systems Command (NAVAIR). Required services include support for the designing, developing, procuring, building, installing, testing and evaluating, calibrating, modifying, operating and maintaining instrumentation on aircraft and engines for the Navy and other government and commercial customers. Work will be performed at Patuxent River, Maryland (74 percent); China Lake, California (13.5 percent); and Point Mugu, California (12.5 percent), and is expected to be completed in November 2020. Working capital (Navy) funds in the amount of $8,000 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 the Federal Business Opportunities website, with four offers received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-C-0023). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1831787/source/GovDelivery/

Toutes les nouvelles