31 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - December 27, 2018

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $712,482,210 for cost-plus-incentive fee, firm-fixed-price delivery order N0001919F2474 against a previously issued basic ordering agreement (N00019-14-G-0020) for the development of advanced hardware in support of the F-35 Lightning II Technology Refresh 3 (TR3) System. Efforts include the design of the TR3 System through full flightworthy certification, production readiness review, and fleet release to support low-rate initial production Lot 15 aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2023. Fiscal 2018 and 2019 research, development, test and evaluation (Navy and Marine Corps); and non-U.S. Department of Defense participant (non-U.S. DoD) funding in the amount of $207,144,167 will be obligated at time of award, $13,000,000 of which will expire at the end of the current fiscal year. This delivery order combines purchases for the Marine Corps ($27,046,506; 32 percent); Navy ($24,500,000; 29 percent); and non-U.S. DoD participants ($32,506,142; 39 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Industries, Newport News Shipbuilding Inc., Newport News, Virginia, is awarded a $228,818,298 cost-plus-incentive-fee modification to previously awarded contract N00024-16-C-2116 for the purchase of additional long lead time material in support of Enterprise (CVN 80). The purpose of this action is to definitize efforts previously announced as an undefinitized contract action and increase the scope of the contract for additional long lead time material. Work is being performed in Newport News, Virginia, and is expected to be complete by January 2023. Fiscal 2018 shipbuilding and construction (Navy) funding in the amount of $132,980,000 will be obligated at the time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

Dayton T. Brown Inc.,* Bohemia, New York, is awarded an $82,595,099 indefinite-delivery/indefinite-quantity contract. This contract provides for supplies and services in support of the Naval Air Warfare Center Aircraft Division's Special Missions Integrated Test Facility (AIR-5.4). Supplies and services being procured are in support of the continued development of the Mobile Mission System (MMS) family of system capabilities, MMS variants, procurement of additional MMS units, prototyping and modification for rapid mission specific system reconfiguration, test and operational deployment, maintenance, repair, refurbishment, logistics support and associated material procurements in support of the complete system of systems capabilities between the MMS, the airborne component, the ground component and the required laboratory component. Work will be performed in Patuxent River, Maryland (91 percent); and Bohemia, New York (9 percent), and work is expected to be completed December 2025. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Nova Group Inc., Napa, California, was awarded a $38,300,000 firm-fixed-price contract for construction to update the standby power plant and the electrical distribution system at Pacific Missile Range Facility, Makaha Ridge, Kauai, Hawaii. Work will be performed in Kauai, Hawaii, and is expected to be completed by July 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $38,300,000 are obligated on this award, of which $16,360,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1320). (Awarded Dec. 26, 2018)

C.E.R Inc.,* Baltimore, Maryland, is awarded $15,668,500 for firm-fixed-price task order N4008019F4101 under a previously awarded design-bid-build, small business, multiple award construction contract (N40080-18-D-0016) for the renovation of Building 2007 at Marine Corps Base, Quantico. Building renovations includes selective demolition and repairs of existing building systems and spaces. In addition, this project will convert existing classrooms and bachelor enlisted quarters living spaces into administrative spaces. The project will also provide new electrical, Heating, ventilation, and air conditioning, hot and cold water plumbing, fire suppression, floor, roof systems, new non-classified internet protocol router and secret internet protocol router network lines and ports, as well as, demolish existing walls, floors, and ceilings; then construct administrative spaces for Marine Corps Combat Development Command headquarters. In addition to renovations, interior hazmat abatement will be performed; one elevator and new restrooms will be provided in order to meet current Americans with Disabilities Act regulation. Work will be performed in Quantico, Virginia, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $15,668,500 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $13,340,913 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the acquisition of 218 operational test program sets for the Navy (188); Japan (15); and various foreign military sales customers (15), including non-recurring engineering to address potential obsolescence issues. Work will be performed in Ridley Park, Pennsylvania (90 percent); and St. Louis, Missouri (10 percent), and is expected to be completed in December 2024. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N6833519D0017).

Insitu Inc., Bingen, Washington, is awarded $12,167,690 for firm-fixed-price delivery order N0001919F2638 against a previously issued basic ordering agreement (N00019-15-G-0014). This delivery order provides for the procurement of spare and sustainment parts that are required to maintain the RQ-21A Blackjack unmanned aircraft system in support of the Naval Supply Systems Command. Work will be performed in Bingen, Washington, and is expected to be completed in June 2019. Working capital (Navy) funds in the amount of $12,167,690 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Nova Group Inc.-Underground Construction Co. Inc., JV, Napa, California, is awarded an $11,350,806 firm-fixed-price modification under a previously awarded contract (N40192-14-C-1300) for equitable adjustments associated with additional munitions and explosives of concern investigations for the new pipeline and pipeline repairs at various locations off base within the Naval Facilities Engineering Command, Marianas area of responsibility. After award of this modification, the total cumulative contract value will be $78,285,823. Work will be performed in Piti, Guam, and is expected to be completed by March 2018. Fiscal 2013 military construction (Navy); and fiscal 2015 defense working capital funds in the amount of $11,350,806 are obligated on this award. Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded an $11,000,000 modification to previously awarded contract N00024-18-C-2106 for the advance planning of the refueling complex overhaul of USS John C. Stennis (CVN 74). This contract modification provides supplemental material identified as required subsequent to contract award. Work is being performed in Newport News, Virginia, and is expected to complete by July 2019. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $11,000,000 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, District of Columbia, is the contracting activity.

Makai Ocean Engineering Inc.,* Waimanalo, Hawaii, is awarded $9,897,213 for cost-plus-fixed-fee task order N3943019F4018 under a previously awarded multiple award contract (N39430-18-D-2047) for design, procurement, fabrication, testing and integration of components for a lightweight seafloor cable system for use in a technology demonstration at Naval Base Ventura County, Port Hueneme. The work to be performed provides for design and procurement of a wet-plant system and deployment system, as well as in-person training for government personnel and operation and maintenance manuals. Tasking includes conducting verification testing of components, sub-systems, and delivery of the complete integrated system. Work will be performed at Waimanalo, Hawaii, and is expected to be completed by March 2020. Fiscal 2019 research and development (Navy) contract funds in the amount of $9,897,213 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $64,381,000 modification (P00025) to contract W58RGZ-16-C-0008 for performance based logistics. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2019. Fiscal 2019 Army working capital funds in the amount of $64,381,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Georgia Power Co., Atlanta, Georgia, was awarded a $25,500,000 firm-fixed-price contract for electrical distribution services. One bid was solicited with one bid received. Work will be performed in Hunter Army Airfield, Georgia, with an estimated completion date of Dec. 31, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $25,500,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Stewart, Georgia, is the contracting activity (W9124M-19-F-0019).

Longbow LLC, Orlando, Florida, was awarded a $13,028,575 modification (P00009) to contract W58RGZ-17-C-0027 for life cycle support to the fire control radar and unmanned aerial system tactical common data link assembly. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2019. Fiscal 2019 Army working capital funds in the amount of $13,028,575 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $12,187,345 modification (P00005) to contract W81K04-18-C-0001 for specialty medical training, equipment, maintenance and administration support services. Work will be performed in Camp Parks, California; Fort Gordon, Georgia; and Fort McCoy, Wisconsin, with an estimated completion date of Dec. 31, 2019. Fiscal 2019 and 2020 operations and maintenance, Army funds in the amount of $12,187,345 were obligated at the time of the award. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity.

Dubuque Barge and Fleeting Service Co.,* Dubuque, Iowa, was awarded a $9,959,690 firm-fixed-price contract for Mississippi River basin. Bids were solicited via the internet with two received. Work will be performed in Clinton, Iowa, with an estimated completion date of Dec. 27, 2020. Fiscal 2017 and 2018 operations and maintenance, Army funds in the amount of $9,959,690 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-19-C-0006).

BGI LLC,* Akron, Ohio, was awarded a $7,761,863 modification (P00002) to contract W9133L-18-C-0002 for weapons system simulator training and support. Work will be performed in San Antonio, Texas, with an estimated completion date of Jan. 2, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,761,863 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity.

AIR FORCE

BAE Systems Information and Electronics Systems Integration, Nashua, New Hampshire (FA8604-19-D-4021); The Boeing Co., Defense, Space & Security, St. Louis, Missouri (FA8604-19-D-4022); General Atomics Aeronautical Systems Inc. GS-ASI, Poway, California (FA8604-19-D-4020); Goodrich Corp., UTC Aerospace Systems, ISR Systems, Westford, Massachusetts (FA8604-19-D-4023); Harris Corp., Electronic Systems, Integrated Electronic Warfare Systems, Clifton, New Jersey (FA8604-19-D-4027); Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas (FA8604-19-D-4026); Northrop Grumman Systems Corp., Northrop Grumman Aerospace Systems, Melbourne, Florida (FA8604-19-D-4024); and Raytheon Co., Raytheon, El Segundo, California (FA8604-19-D-40250), have been awarded $22,500,000 ceiling indefinite-delivery/indefinite-quantity contracts for the formation of a collaborative working group of various industry partners to work as a single extended entity to develop, evolve, and update via pre-planned product improvement initiatives, as well as manage and provide configuration control of the Open Mission Systems and Universal Command and Control Interface standards, collectively referred to as the Open Architecture standards. These contracts provide for the development, updating and management of the above standards with the following business goals: promote adaptability, flexibility, and expandability; support a variety of missions and domains; simplify integration; reduce technical risk and overall cost of ownership of weapon system programs; enable affordable technology refresh and capability evolution; enable reuse; enable independent development and deployment of system elements; and accommodate a range of cybersecurity approaches. Work will be primarily performed in Nashua, New Hampshire; St. Louis, Missouri; Poway, California; Westford, Massachusetts; Clifton, New Hampshire; Fort Worth, Texas; and Melbourne, Florida, and is expected to be complete by Dec. 31, 2022. This award is the result of a sole-source acquisition. Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity. (Contracts awarded Dec. 14-18, 2018).

Sonalysts Inc., Waterford, Connecticut, has been awarded an $11,328,749 cost-plus-fixed-fee contract for standard Space Trainer sustainment and mission-specific vendor plug-in (MSVP). This modification provides for the continued sustainment for the Space Training Acquisition Office and future development of MSVPs. Work will be performed in Waterford, Connecticut, and is expected to be completed Dec. 31, 2023. Fiscal 2019 operations and maintenance funds in the amount of $678,000 are being obligated at the time of award. Space and Missile Center, Los Angeles Air Force Base, California, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, has been awarded a $9,741,897 modification (P00093) to previously awarded contract FA7014-11-C-0018 for the Very Important Person Special Air Mission contract. This contract provides for aircraft maintenance and base supply and fuels in support of aircraft assigned to the 11th Wing and 89th Wing at Joint Base Andrews-Naval Air Facility Washington, and brings the total cumulative face value of the contract to an estimated $466,547,627. Work will be performed at Joint Base Andrews-Naval Air Facility Washington, and is expected to be complete by April 30, 2019. Fiscal 2019 operations and maintenance funds in the amount of $9,741,897 are being obligated at the time of award. The 11th Contracting Squadron, Joint Base Andrews, Maryland, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1721774/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - January 06, 2020

    7 janvier 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 06, 2020

    ARMY Adams Communication & Engineering Technology Inc.,* Reston, Virginia (W15P7T-20-D-0001); Advanced Technology Systems Co.,* McLean, Virginia (W15P7T-20--D0003); The Boeing Co., Ridley Park, Pennsylvania (W15P7T-20-D-0004); CopaSat LLC,* Tampa, Florida (W15P7T-20-D-0005); GATR Technologies Inc., Huntsville, Alabama (W15P7T-20-D-0006); DataPath Inc., Duluth, Georgia (W15P7T-20-D-0007); Envistacom LLC, Atlanta, Georgia (W15P7T-20-D-0008); Fairwinds Technologies LLC,* Annapolis, Maryland (W15P7T-20-D-0009); General Dynamics One Source LLC, Fairfax, Virginia (W15P7T-20-D-0010); Globecomm Systems Inc., Hauppauge, New York (W15P7T-20-D-0011); Kratos Technology & Training Solutions Inc., San Diego, California (W15P7T-20-D-0012); NewSat North America LLC, Indian Harbour Beach, Florida (W15P7T-20-D-0013); Nexagen Network Inc.,* Morganville, New Jersey (W15P7T-20-D-0014); PAE National Security Solutions LLC, Fredericksburg, Virginia (W15P7T-20-D-0015); Quantum Research International Inc., Huntsville, Alabama (W15P7T-20-D-0016); Serco Inc., Herndon, Virginia (W15P7T-20-D-0017); STS International Inc.,* Berkeley Springs, West Virginia (W15P7T-20-D-0018); Telecommunication Systems Inc., Annapolis, Maryland (W15P7T-20-D-0019); TMC Design Corp.,* Las Cruces, New Mexico (W15P7T-20-D-0020); Trace Systems Inc.,* Vienna, Virginia (W15P7T-20-D-0021); Tribalco LLC, Bethesda, Maryland (W15P7T-20-D-0022); and Ultisat Inc., Gaithersburg, Maryland (W15P7T-20-D-0023), will compete for each order of the $5,100,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for the Global Tactical Advanced Communication Systems (GTACS II) and services. 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 Jan. 5, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. IOEI-EQM JV,* San Diego, California, was awarded a $35,000,000 fixed-price level-of-effort contract to provide emergency, immediate or rapid-response environmental remediation services at contaminated sites. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 11, 2022. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0020). Young's General Contracting Inc.,* Poplar Bluff, Missouri, was awarded a $9,199,326 firm-fixed-price contract for flood rehabilitation of the Clear Creek-Platte River Right Bank Levee System. Bids were solicited via the internet with four received. Work will be performed in Omaha, Nebraska, with an estimated completion date of Sept. 7, 2020. Fiscal 2020 civil construction funds in the amount of $9,199,326 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0007). Manson Construction Co., Seattle, Washington, was awarded an $8,396,000 firm-fixed-price contract for dredging of the Mississippi River. Bids were solicited via the internet with two received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Oct. 12, 2020. Fiscal 2020 operations and maintenance-Recovery Act and civil works funds in the amount of $8,396,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0010). Indtai Inc., Vienna, Virginia, was awarded a $7,640,269 modification (P00016) to contract W9124J-17-C-0018 to deliver adult education programs and services. Work will be performed at Fort Sam Houston, Texas, with an estimated completion date of July 27, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,640,269 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity. NAVY Ace Electronics Defense Systems LLC,* Aberdeen Proving Ground, Maryland, is awarded a $64,405,123 single-award, indefinite-delivery/indefinite-quantity contract with firm-fixed-price delivery orders for the production and delivery of manufacturing kits, spare parts and first article testing for the hardware component refresh of the Tactical Tomahawk Weapons Control System (AN/SWG-5(V)6). The AN/SWG-5(V)6 upgrade offers new offensive capabilities to upgraded ships in support of the Maritime Strike Tomahawk, addresses obsolescence risks and improves the operability and maintainability of the system hardware. This single-award, indefinite-delivery/indefinite-quantity contract has a five-year ordering period, which, if all line item quantities are ordered, would bring the cumulative value of this contract to $64,405,123, with an ordering period to January 2025. Work will be performed in Aberdeen Proving Ground, Maryland, and is expected to be complete by January 2025. Fiscal 2019 other procurement (Navy) funding in the amount of $259,118 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-D-0002). Engineered Coil Co., doing business as DRS Marlo Coil, High Ridge, Missouri, is awarded an $11,007,314 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for up to 103 modular refrigeration systems in support of Naval Surface Warfare Center, Philadelphia Division (NSWCPD). The supplies under this contract cover the Air Conditioning Refrigeration and Thermal Management Control System Branch (Code 411) and the Auxiliary Machinery Systems Division (Code 41) of the NSWCPD. These supplies are in support of CVN 68, CVN 69, CVN 74, CVN 75 and CVN 77. Work will be performed in High Ridge, Missouri, and is expected to be complete by December 2023. Fiscal 2020 shipbuilding and conversion (Navy) funding for $2,212,490 will be obligated at time of award via an individual task order and will not expire at the end of the current fiscal year. In accordance with Section 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). NSWCPD, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-0002). DEFENSE LOGISTICS AGENCY Conmed Corp., Utica, New York, has been awarded a maximum $36,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 102 responses received. This is a five-year contract with no option periods. Location of performance is New York, with a Dec. 29, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0027). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2051251/source/GovDelivery/

  • Germany unveils increased defense budget

    5 juillet 2023 | International, Autre défense

    Germany unveils increased defense budget

    Germany’s Cabinet has approved a draft 2024 budget that foresees lower spending, with defense among the exceptions.

  • How contractors can guard against cyber intrusions

    17 juin 2019 | International, Sécurité, Autre défense

    How contractors can guard against cyber intrusions

    By: Mark Pomerleau Contractors, facing an increasing barrage of cyber intrusions by foreign entities, should protect themselves using traditional regulatory approaches but also new techniques such as blockchain and artificial intelligence, according to a new report from Deloitte. As companies in the defense supply chain began following the Defense Federal Acquisition Regulation Supplement (DFARS) cybersecurity regulations and the Department of Defense started to assess how adoption went, “we started to form our own ideas on what we see as emerging issues and solutions that [can] ... improve the cybersecurity posture against our enemies,” Jeff Lucy, managing director in cyber risk services practice at Deloitte, told Fifth Domain. On the regulatory side, the report, titled “Third-party risk management: Cybersecurity in the Defense Industrial Base,” says prime contractors must comply with the defense regulations measuring their companies' compliance with national cybersecurity standards. They should also create awareness among their subcontractors and smaller companies by providing training. Third, primes should create third party assessment programs for performing cybersecurity evaluations of their suppliers. However, the paper also suggests non-regulatory approaches, including automating supply chain functions, integrating blockchain to boost cybersecurity and using artificial intelligence to gain real time visibility into the threat landscape. Lucy noted that the Pentagon is beginning to take these regulations seriously and the problems aren't going away. “In 2019 we've seen that the DoD has started to move forward, start to take action to enforce their expectations around the DFARS requirements,” he said. “It's clear now with the steps that we're seeing with [Undersecretary of Defense for Acquisition and Sustainment] Ellen Lord getting the [Defense Contract Management Agency] on board to start auditing the suppliers processes for assessing their suppliers.” Cyber intrusions into the supply chains of defense contractors have become more prevalent in recent years. In a recent example, the Chinese government was blamed for a series of hacks and while the information they stole was not technically classified, in aggregate, it was considered to be quite damaging to the U.S. This year's Department-wide annual report on Chinese military activity included a new section highlighting that China's exfiltration of sensitive military information from the defense industrial base could allow it to gain a military advantage. Ultimately, Lucy said the solution to the supply chain and cybersecurity for the defense industrial base is manageable. “Most primes, from what I've seen with interactions with our customers, have put some level of the basic elements for a supplier assessment program in place already,” he said. “They've done some level of canvassing their suppliers, critical suppliers, taking a risk based approach to understand whether their suppliers are in adopting” standards. https://www.fifthdomain.com/industry/2019/06/14/how-contractors-can-guard-against-cyber-intrusions/

Toutes les nouvelles