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/

Sur le même sujet

  • Military Technology Could Bolster Bell’s Commercial Helicopters

    3 novembre 2020 | International, Aérospatial

    Military Technology Could Bolster Bell’s Commercial Helicopters

    Tony Osborne October 30, 2020 Bell is pondering how to incorporate advanced technologies developed for its future military platforms into its commercial rotorcraft. Since its rebranding as more of a technology company than a helicopter OEM, CEO Mitch Snyder has been pushing the company on a course of innovation, investing in autonomous flight and electric propulsion as well as advancing defense capabilities. But there appears to be little obvious gain for Bell's line of civil rotorcraft. In the last couple of years, its commercial helicopters have received only fairly minor upgrades. The Model 407GXi light single-engine platform had its avionics upgraded so that it can fly under instrument flight rules, while the Model 412 medium twin received new avionics and uprated power. Yet both upgrades were essentially spun off from modifications for military programs. The 407 update was developed for the U.S. Navy's rotary-wing trainer requirement, which Bell lost to Leonardo, and the 412EPi was born from the type's selection by Japan for its UH-X military utility requirement. Bell's restraint in further developing commercial rotorcraft likely is due to its prolonged effort to bring the new Model 525 to market. Nor is it a great time to bring a new aircraft to market. Sales remain stubbornly slow in the aftermath of a fall in energy prices that dramatically reduced orders from the lucrative oil-and-gas support market. Progress in bringing the fly-by-wire, 9.3-metric-ton 525 super-medium to market—it was launched in 2012 and flown for the first time in 2015—has been painfully slow, in part due to the fatal loss of one prototype but also due to the need to convince certification authorities of fly-by-wire technology benefits. “The hurdle is higher now to try and get [the 525] certified,” Snyder told Aviation Week during a virtual roundtable on Oct. 19. “This technology brings all these benefits and makes the aircraft safer. . . . You have to walk them through and give them time to understand it,” he said. Snyder believes things are on track. “We feel very good about getting certified in 2021,” he added, noting that the company is finishing up testing and preparing for the submission of certification documentation to the FAA. He said Bell is continuing to evaluate new commercial platforms, although the cost of development and certification is prohibitive. “We're always looking to see if there's a clean-sheet out there that we may want to do,” he said. “But I can tell you, at least right now, our focus has been around derivatives to our military products and more about adapting upgrades to our existing models.” The approach appears to be in line with his views at last year's Paris Air Show, where he suggested Bell may not develop a new clean-sheet commercial conventional rotorcraft beyond the 525. One area of opportunity could be development of a single-engine medium helicopter, he hinted, building on Bell's Model 360 Invictus prototype for the U.S. Army's Future Attack Reconnaissance Aircraft (FARA) requirement. “Bell's got a lot of single-mediums out there,” said Snyder, noting that hundreds of Model 204/205 Iroquois helicopters remain in service with militaries, civilian operators and government agencies. Operators have become reliant on twin-engine helicopters, particularly because in some parts of the world, notably Europe, single-engine rotorcraft are banned from flying over urban areas. But Snyder said the 360 Invictus also features a supplemental power unit that can act as an auxiliary power unit as well as provide additional performance or auto-rotation power, and could be an enabler for a single-engine medium. It is possible that Bell is looking at a military utility variant of the 360 Invictus, pairing the aircraft with the attack version in the same way that its UH-1Y Venom and AH-1Z Viper platforms have built on the Huey and Cobra. Such a platform could receive interest from the U.S. special operations community, which is looking to replace the Boeing AH-6/MH-6 Little Bird family. Officials have noted that they would like to be able to adapt a FARA platform to carry troops. Sikorsky's Raider X can do so, but the Bell FARA cannot, until a more utilitarian version emerges (AW&ST June 1-14, p. 28). The Army's selection of Bell's V-280 tiltrotor as the larger Future Long-Range Assault Aircraft could enable a commercial spinoff of the platform, Snyder suggests. Bell is also looking to make commercial use of its Electrically Distributed Anti-Torque (EDAT) technology, a ducted electric tailrotor system tested on a Bell 429 light-twin. Flight tests for it were only revealed in February, despite the aircraft's flights in plain sight from its Mirabel, Quebec, facility since May 2019. Testing showed that the EDAT reduced noise levels, but there were also benefits in terms of safety, enabling the option of switching off the anti-torque system while the engines and main rotor are still turning. The EDAT eliminates complex tailrotor gearboxes and shafts and requires less costly inspections and maintenance as well. “We pulled in off-the-shelf technologies to make the demo occur within one year,” said Snyder. “Now we're evaluating what the real technology needs to be as far as repackaging it in the weight and size that we require.” Snyder said the EDAT technology will be aimed at a commercial rotorcraft, but for which product line or when it might be commercially available has yet to be decided. https://aviationweek.com/aerospace/aircraft-propulsion/military-technology-could-bolster-bells-commercial-helicopters

  • Contract Awards by US Department of Defense - June 17, 2020

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

    Contract Awards by US Department of Defense - June 17, 2020

    AIR FORCE Accenture Federal Services LLC, Arlington, Virginia (FA7014-20-D-0006); Booz Allen Hamilton Inc., Arlington, Virginia (FA7014-20-D-0007); Deloitte Consulting LLP, Arlington, Virginia (FA7014-20-D-0008); Digital Mobilizations Inc., Warrenton, Virginia (FA7014-20-D-0010); KMPG LLP, McLean, Virginia (FA7014-20-D-0009); BCG Federal Corp., Bethesda, Maryland (FA7014-20-D-0005); Grant Thornton Public Sector LLC, Arlington, Virginia (FA7014-20-D-0004); and McKinsey & Co. Inc., Washington, D.C. (FA7014-20-D-0003), has been awarded a ceiling $990,000,000 multiple-award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract to provide advisory and assistance services to support the Deputy Assistant Secretary of the Air Force Office of Business Transformation and Deputy Chief Management Officer in managing and improving strategic transformation initiatives at the enterprise level. Work will be performed at various locations and is expected to be completed June 16, 2027. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 for each contract are being obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. NORTHCON Inc., Hayden, Indiana (FA4814-20-D-0005); Pro-Mark Services Inc., West Fargo, North Dakota (FA4814-20-D-0006); Danner Construction Co. Inc., Tampa, Florida (FA4814-20-D-0007); ABBA Construction Inc., Jacksonville, Florida (FA4814-20-D-0008); Bay Area Building Solutions, Tampa, Florida (FA4814-20-D-0009); HCR Construction Inc., Norcross, Georgia (FA4814-20-D-0010); OAC Action Construction Corp., Miami, Florida (FA4814-20-D-0011); Frazier Engineering, Melbourne, Florida (FA4814-20-D-0012); Benaka Inc., New Brunswick, New Jersey (FA4814-20-D-0013); RELYANT Global LLC, Maryville, Tennessee (FA4814-20-D-0014); Polu Kai Services LLC, Falls Church, Virginia (FA4814-20-D-0015); Nisou LGC JV LLC, Detroit, Michigan (FA4814-20-D-0016); KMK Construction Inc., Jacksonville, Florida (FA4814-20-D-0017); Burgos Group LLC, Medford, New Jersey (FA4814-20-D-0018); A&H-Ambica JV LLC, Livonia, Michigan (FA4814-20-D-0019); P&S Construction Inc., Chelmsfor, Massachusetts (FA4814-20-D-0020); Northstar Contracting Inc., Cleveland, Ohio (FA4814-20-D-0021); ESA South Inc., Cantonment, Florida (FA4814-D-20-0022); and RUSH Construction Inc., Titusville, Florida (FA4814-D-20-0023), have been awarded a $500,000,000 indefinite-delivery/indefinite-quantity contract for execution of a broad range of maintenance, repair and minor construction projects affecting real property at MacDill Air Force Base, Florida; and Avon Park Air Force Range, Florida. Work is expected to be completed June 16, 2027. Fiscal 2020 operations and maintenance funds in the amount of $9,500 will be obligated at the time of award. The 6th Contracting Squadron, Tampa, Florida, is the contracting activity. Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an $18,733,197 firm-fixed-price, cost-plus-fixed-fee modification (P00026) to contract FA8615-17-C-6047 for active electronically scanned array radars of Air Force F-16 aircraft. The contract modification is for definitization of the radio frequency target generator, additional support equipment and software development to support Phase Two. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed by April 2023. Fiscal 2018 aircraft procurement funds in the amount of $3,510,172; and fiscal 2020 research, development, test and evaluation funds in the amount of $10,103,436 are being obligated at the time of award. Total cumulative face value of the contract is $1,027,044,025. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. NAVY Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded $145,598,728 for a not-to-exceed, undefinitized contract action for long lead time material in support of one Amphibious Assault Ship (General Purpose) Replacement (LHA(R)) and Flight 1 Ship (LHA 9). Work will be performed in Milwaukee, Wisconsin (42%); Baltimore, Maryland (24%); Pascagoula, Mississippi (17%); Cranberry Township, Pennsylvania (10%); Fairfield, Ohio (6%); and Warminster, Pennsylvania (1%). Work to be performed is the procurement of long lead-time material for LHA 9, the fourth (LHA(R)) America Class and the second LHA(R) Flight 1 variant. Work is expected to be complete by February 2024. Fiscal 2019 shipbuilding and conversion (Navy) advance procurement funding in the amount of $145,598,728 will be obligated at award and will not 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 with only one responsible source. No other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2437). Barnhart-Reese Construction Inc.,* San Diego, California (N62473-17-D-4635); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-17-D-4636); I.E.-Pacific Inc.,* Escondido, California (N62473-17-D-4637); and R.A. Burch Construction Co. Inc.,* Ramona, California (N62473-17-D-4638), are awarded $92,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value, including the base year and four option years for all four contracts combined, has increased from $99,000,000 to $191,000,000. The contracts are for new construction, renovation and repair, primarily by design-build or secondarily by design-bid-build, of general building construction at various federal sites and government installation locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations. Work will be performed in various locations, including but not limited to, California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). No funds are being obligated on this award, and no funds will expire. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M), Navy; O&M, Marine Corps; and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website. The NAVFAC Southwest, San Diego, California, is the contracting activity. L3 Technologies Inc. KEO, Northampton, Massachusetts, is awarded a $17,275,863 firm-fixed-price modification to previously awarded contract N00024-15-C-6250 for options to procure spare parts for the photonics mast program. Work will be performed in Northampton, Massachusetts, and is expected to be complete by February 2022. Fiscal 2020 other procurement (Navy) funding in the amount of $2,831,502 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Epsilon Systems Solutions Inc.,* San Diego, California, is awarded a $17,175,335 cost-plus-fixed-fee contract for Southwest Regional Maintenance Center (SWRMC) support services. Work will be performed in San Diego, California. The SWRMC production department Code 900 is responsible for providing intermediate-level (I-Level) maintenance and repair support and selective maintenance training to over 100 surface ships, submarines, shore activities and other commands of the U.S. Pacific Fleet. SWRMC Production Department is broken into four product families, and each contains multiple product lines and shops. The SWRMC production department product families currently consist of corrosion control products, engine products, machine products and combat systems product family. Within the SWRMC production department, there are also production control division, I-Level planning division and an off-site facility. Work is expected to be complete by September 2021. This contract includes options which, if exercised, would bring the cumulative value of this contract to $106,240,249. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $1,431,278 will be obligated at the 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, and four offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-20-C-0003). Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $16,026,098 modification (P00001) to cost-plus-fixed-fee order N00019-20-F-0817 against previously issued basic ordering agreement N00019-19-G-0008. This order procures support to manage diminishing manufacturing sources in support of the F-35 Program for the Air Force, Navy and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be complete by June 2021. Fiscal 2018 aircraft procurement (Air Force) funds in the amount of $6,586,406; fiscal 2020 aircraft procurement (Navy) funds in the amount of $6,586,406; and non-DOD participant funds in the amount of $2,853,286 will be obligated at time of award, of which $6,586,406 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Phillips Corp., Hanover, Maryland, is awarded a $12,790,000 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures equipment related services necessary for the inspection, evaluation, repair, upgrade, training and rebuild for the sustainment of industrial plant equipment that is required to adequately support overhauling and repairing fleet aircraft, engines and components in support of the Commander Fleet Readiness Centers. Work will be performed in North Island, California (50%); Cherry Point, North Carolina (35%); and Jacksonville, Florida (15%), and is expected to be complete by June 2023. No funds will be obligated at the time of award. Funds will be obligated on individual 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, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0017). DEFENSE LOGISTICS AGENCY Federal Prison Industries Inc., Washington, D.C., has been awarded a maximum $17,548,000 modification (P00007) exercising the first one-year option period of one-year base contract SPE1C1-19-D-F027 with four one-year option periods for coveralls. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Georgia, Arizona, Washington, D.C., and Mississippi, with a June 20, 2021, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. The Entwistle Co., Hudson, Massachusetts, has been awarded a maximum $8,135,400 firm-fixed-price contract for air launch and recovery equipment shuttle assemblies. 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 42-month contract with no option periods. Location of performance is Massachusetts, with a Dec. 31, 2023, 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 (SPRPA1-20-C-Z043). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY PAR Government Systems Corp., Rome, New York, was awarded an $11,920,160 cost-plus-fixed-fee contract for a research project under the Semantic Forensics (SemaFor) program. The SemaFor program will develop methods that exploit semantic inconsistencies in falsified media to perform tasks across media modalities and at scale. Work will be performed in Rome, New York, with an expected completion date of June 2024. Fiscal 2020 research, development, test and evaluation funding in the amount of $1,500,000 are being obligated at time of award. This contract was a competitive acquisition under a full and open broad agency announcement and 37 proposals were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0126). ARMY ControlPoint Surveying Inc.,* Honolulu, Hawaii (W9128A-20-D-0002); Masa Fujioka & Associates,* Aiea, Hawaii (W9128A-20-D-0003); and Sam O. Hirota Inc.,* Honolulu, Hawaii (W9128A-20-D-0004), will compete for each order of the $9,900,000 firm-fixed-price contract for indefinite-delivery architect-engineer services for miscellaneous projects in the Pacific region. 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 June 16, 2025. U.S. Army Corps of Engineers Honolulu, Hawaii, is the contracting activity. Honeywell International Inc., Phoenix, Arizona, was awarded a $7,738,247 modification (P00101) to contract W56HZV-12-C-0344 for hardware and services exercise of options for the Total Integrated Engine Revitalization Automated Gas Turbine 1500 program for the Abrams tank and family of vehicles. Work will be performed in Phoenix, Arizona, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Army working capital funds; and weapons and tracked combat vehicle procurement (Army) funds in the amount of $7,738,247 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2223800/source/GovDelivery/

  • OVHcloud Hit with Record 840 Million PPS DDoS Attack Using MikroTik Routers

    7 juillet 2024 | International, Sécurité

    OVHcloud Hit with Record 840 Million PPS DDoS Attack Using MikroTik Routers

    OVHcloud mitigates record-breaking 840 Mpps DDoS attack, highlights surge in attack frequency and intensity, and warns of potential MikroTik router th

Toutes les nouvelles