28 novembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - November 27, 2019

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $521,996,409 undefinitized contract modification (P00070) to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee and fixed-price-incentive-firm-target contract (N00019-17-C-0010). This modification provides performance based logistics sustainment in support of the F-35 Lightning II F135 propulsion system for the Navy, Air Force, Marine Corps, non-Department of Defense (DoD) participants and foreign military sales (FMS) customers. Work will be performed in East Hartford, Connecticut (73%); Oklahoma City, Oklahoma (18%); Camari, Italy (3%); Eglin Air Force Base, Florida (2%); Edwards Air Force Base, California (1%); Hill Air Force Base, Utah (1%); Luke Air Force Base, Arizona (1%); and Marine Corps Air Station Beaufort, South Carolina (1%), and is expected to be completed in November 2020. Fiscal 2020 operation and maintenance (Air Force) funds for $72,261,440 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($179,272,654; 34%); Marine Corps ($134,605,633; 26%); Navy ($29,758,385; 6%); non-DoD participants ($124,483,008; 24%), and FMS customers ($53,876,729; 10%) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Kings Bay Support Services LLC, Alexandria, Virginia, is awarded a $20,049,858 indefinite-delivery/indefinite-quantity modification for the exercise of the option to extend services for base operating support services at Naval Submarine Base, Kings Bay, Georgia. The work to be performed provides for all labor, facilities management, supervision, tools, materials, equipment, incidental engineering, environmental services and transportation to effectively execute base operating support services. After award of this option, the total cumulative contract value will be $342,241,061. Work will be performed in Kings Bay, Georgia. This option period is from December 2019 to May 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) contract funds for $16,928,444 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-11-D-7578).

ARMY

Seaside Engineering & Surveying LLC,* Baker, Florida (W9126G-20-D-6003); and Lowe Engineers LLC,* Robert, Louisiana (W9126G-20-D-6004) will compete for each order of the $240,000,000 firm-fixed-price contract for professional land survey architect-engineer in support of the Southwestern Division Department of Homeland Security Border Infrastructure Program. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 26, 2024. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity.
Lockheed Martin Corp., Orlando, Florida, was awarded a $134,707,194 modification (P00094) to contract W31P4Q-15-C-0102 for procurement of the Joint-Air-to-Ground Missiles. Work will be performed in Orlando, Florida, with an estimated completion date of Feb. 28, 2023. Fiscal 2019 procurement of ammunition, Army funds in the amount of $134,707,194 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Ames Construction Inc., Burnsville, Minnesota, was awarded a $58,784,850 firm-fixed-price contract for plant, labor, materials to construct a gated water control structure, dam walls, a vehicle service bridge, stilling basin, pre-formed scour hole, approach apron, a slope protection slab and approach walls. Bids were solicited via the internet with two received. Work will be performed in Fargo, North Dakota, with an estimated completion date of Oct. 16, 2024. Fiscal 2019 civil construction funds in the amount of $58,784,850 were obligated at the time of the award. U.S. Army Corps of Engineers is the contracting activity (W912ES-20-C-0001).

Technica LLC,* Charleston, South Carolina, was awarded a $17,880,934 modification (0004BK) to contract W52P1J-12-G-0018 for logistics support services, maintenance, transportation, and supply support. Work will be performed in El Paso, Texas, with an estimated completion date of June 2, 2020. Fiscal 2020 overseas contingency operations transfer and operation and maintenance, Army funds in the amount of $10,477,200 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, was awarded a $7,563,160 modification (P00002) to contract W52P1J-19-F-0533 for Modernized Target Acquisition Designation Sight Pilot Night Vision Sensor Systems, subcomponent production and technical services for the Apache Attack Helicopter. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 1, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

KPMG LLP, McLean, Virginia, is being awarded a labor-hour contract option with a maximum value of $41,643,963 for audit services of the Army general fund and working capital fund financial statements. Work will be performed in McLean, Virginia, with an expected completion date of Nov. 30, 2020. This contract is the result of a competitive acquisition for which one quote was received. The modification brings the total cumulative face value of the contract to $131,613,957 from $89,969,994. Fiscal 2020 Army operation and maintenance funds in the amount of $41,643,963 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0010).

DEFENSE LOGISTICS AGENCY

Apteryx Inc. Akron, Ohio, has been awarded a maximum $20,900,000 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 101 responses received. This is a five-year contract with no option periods. Location of performance is Ohio, with a Nov. 26, 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-0025).

R.A. Miller Industries Inc.,** Grand Haven, Michigan, has been awarded a maximum $8,737,000 firm-fixed-price, indefinite-quantity contract for antennas and an antenna element. This was a competitive acquisition with one offer received. This is a three-year base contract with two one-year option periods. Location of performance is Michigan, with a Nov. 26, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX20D0008).

LVI, Pendergrass, Georgia, has been awarded an $8,696,995 modification (P00036) exercising the fourth one-year option of a three-year base contract (SPM1C1-14-C-0002) with four, one-year option periods for warehousing, storage, logistics and distribution functions. This is a fixed-price with economic-price-adjustment contract. Location of performance is Georgia, with a Dec. 1, 2020, performance completion date. Using customers are Army and Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small Business
**Woman-Owned Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2028834/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - July 24, 2020

    27 juillet 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - July 24, 2020

    DEFENSE LOGISTICS AGENCY General Electric Aviation, Cincinnati, Ohio, has been awarded an estimated $259,403,817 modification (P00051) exercising the three-year option period of an eight-year base contract (SPE4AX-15-D-9412) with one three-year option period for supplies related to airplane engine platform support. This modification brings the total cumulative face value of the contract to $892,596,638 from $633,192,821. This is a firm-fixed-price, requirements-type contract. Location of performance is Ohio, with a May 31, 2023, performance completion date. Using customers are Air Force, Navy and Foreign Military Sales partner countries. Type of appropriation is fiscal 2020 through 2023 defense working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-15-D-9412). EFW Inc., Fort Worth, Texas, has been awarded a maximum $11,999,844 firm-fixed-price contract for Bradley Fighting Vehicle controller grip 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 three-year contract with no option periods. Location of performance is Texas, with a July 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0020). Curtiss-Wright Defense Systems, Santa Clarita, California, has been awarded a maximum $7,532,963 firm-fixed-price contract for an advanced mission management system in support of the MQ4-C Triton aircraft program. 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 19-month contract with no option periods. Location of performance is California, with a Feb. 28, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy operations, maintenance and procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-K019). NAVY RQ-DPR JV, Carlsbad, California, is awarded a $143,587,704 firm-fixed-price contract for the construction of Hurricane Florence Recovery Package 2, Headquarters, located at Marine Corps Base Camp Lejeune, North Carolina. The contract also contains 45 unexercised planned modifications and 19 unexercised options, which if exercised will increase the cumulative contract value to $178,308,510. Work will be performed in Camp Lejeune, North Carolina. This contract provides replacements for buildings damaged during Hurricane Florence. The construction is divided into eight separate projects encompassing the following areas: Combat Logistics Battalion Headquarters Facilities; 2nd Marine Division Tank Battalion and Company Headquarters and Armory; Regimental Headquarters, 2nd Marine Division; 1/8 Battalion Headquarters; 24th and 26th Marine Expeditionary Unit Headquarters; 2nd Marine Division Transportation Support Battalion Headquarters; Environmental Management Division; and Marine Corps Advisor Battalion Headquarters. Work is expected to be completed by March 2025. Fiscal 2019 military construction (Marine Corps) contract funds in the amount of $120,616,899; and fiscal 2020 military construction (Marine Corps) contract funds in the amount of $22,970,805 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, and 13 proposals were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0044). Archer Western Construction, Tampa, Florida, is awarded an $117,995,000 firm-fixed-price contract for the construction of Hurricane Florence Recovery Package 4, Bridges, located in Marine Corps Base Camp Lejeune, North Carolina. Work will be performed in Camp Lejeune, North Carolina. This contract provides replacements for bridges damaged during Hurricane Florence. The construction is divided into two separate projects encompassing a moveable bridge across the Intracoastal Waterway, the White Oak River and Queens Creek Trestles. Work is expected to be completed by March 2025. Fiscal 2019 military construction (Marine Corps) contract funds in the amount of $117,995,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, and six proposals were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8505). American Petroleum Tankers LLC, Blue Bell, Pennsylvania, is awarded a $26,462,500 firm-fixed-price contract with reimbursable elements for the U.S. Flagged, West Coast, Jones Act tanker vessel M/T Empire State. This contract includes one 12-month firm period, three one-year options and one 11-month option period, which if exercised will bring the cumulative value of this contract to $190,364,159. Work will be performed worldwide, and is expected to be completed by July 2025. Transportation Working Capital Funds in the amount of $26,462,500 are obligated for fiscal 2020 and fiscal 2021, and will expire at the end of the fiscal 2021. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, and two offers were received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4105). Analysis, Computing & Engineering Solutions Inc., Columbia, Maryland, is awarded a $19,062,904 cost-plus-fixed-fee contract for Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Systems design and development. This contract includes options which, if exercised, will bring the cumulative value of this contract to $100,273,144. Work will be performed in Washington, D.C. The services to be acquired consist of continuing advanced research and development for scientific, technical and engineering efforts associated with the development and integration of C4ISR systems. Work is expected to be completed by July 2025. Fiscal 2020 Working Capital Funds (Navy) in the amount of $2,395,802; and fiscal 2020 research, development, test and evaluation (Navy) in the amount of $150,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured and three offers were received via Federal Business Opportunities (FedBizOpps). This contract was a negotiated acquisition under the authority of Title 10 U.S. Code 2304(b)(2), as stated in Federal Acquisition Regulation 6.203. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity (N00173-20-C-6002). Deloitte Consulting, Arlington, Virginia, is awarded a $13,296,822 cost-plus-fixed-fee contract for complete engineering changes to the Order to Payment System (OTPS), also known as NEST. The objective of this contract is to enable effective management of the current Next Generation Enterprise Network contracts, as well as to obtain the full range of systems engineering, software engineering, project management, integration and application sustainment services to assist and support the Navy's Program Executive Office Digital and Enterprise Services to complete OPTS/NEST engineering changes. The three option periods, if exercised, will bring the cumulative value of this contract to an estimated $49,158,628. Work will be performed in Arlington, Virginia, and is expected to be completed by January 2024 if all options are exercised. $3,486,500 in fiscal 2020 operation and maintenance (Navy); and $5,456,500 in fiscal 2020 research, development, test and evaluation (Navy) funding will be applied to this contract after contract award. $3,486,500 of the obligated funds would have expired at the end of the current fiscal year if this award had not been made. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1). There is only one responsible source under the Federal Acquisition Regulation subpart 6.302-1. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-C-0011). Oceanetics Inc., doing business as Truston Technologies,* Annapolis, Maryland, is awarded a $11,811,782 firm-fixed-price contract for the detailed design, fabrication and installation of a waterside security barrier (WSB) system at three commercial shipyards located in San Diego Bay: General Dynamics (National Steel and Shipbuilding Co.), BAE Systems Inc. and Huntington-Ingalls Industries. The effort will also include the training of personnel on the maintenance and operation of the WSB system and an initial suite of spares and repair parts. Work will be performed in Welch, West Virginia (75%); San Diego, California, (20%); and Annapolis, Maryland (5%). The new WSB will meet force protection requirements and allow for the cessation of manned security patrols. Work is expected to be completed by February 2022. Fiscal 2018 other procurement (Navy) funding in the amount of $11,811,782 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, and three offers were received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-6303). DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $10,048,979 firm-fixed-price modification to previously awarded contract N00024-15-C-5228 to exercise options for the production of Cooperative Engagement Capability (CEC) AN/USG-3B equipment sets and installation and checkout replacement components. Work will be performed in Largo, Florida (60%); Johnstown, Pennsylvania (30%); and Menlo Park, California (10%). The CEC is a sensor netting system that significantly improves battle force capability by extracting and distributing sensor-derived information, such as the superset of data that is available to all participating CEC units. The CEC also improves overall situational awareness by enabling longer range, cooperative, multiple, or layered engagement strategies. Work is expected to be completed by January 2022. Fiscal 2020 aircraft procurement (Navy); fiscal 2020 other procurement (Navy); fiscal 2019 procurement Marine Corps; and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $10,048,979 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, D.C., is the contracting activity. Vigor Marine LLC, Portland, Oregon, is awarded a $10,000,000 modification to previously awarded contract N00024-19-C-4447 to support USS Chosin (CG 65) extended dry-docking selected restricted availability. Work will be performed in Seattle, Washington. This modification will provide docking and pier-side services to USS Chosin (CG 65) during the performance of the extended availability at Vigor Shipyard, Seattle, Washington. The contract will include all necessary docking and pier-side services, labor, material and equipment deemed necessary to support the performance of depot level repairs. Work is expected to be completed by October 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $5,454,170 will be obligated at the time of award and will not expire at the end of the current fiscal year. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $4,545,830 will be obligated at the time of award and will expire at the end of the current fiscal year. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. ARMY Airfield Contracting,* Columbus, Ohio, was awarded a $21,456,750 firm-fixed-price contract to repair airfield drainage at Laughlin Air Force Base. Bids were solicited via the internet with three received. Work will be performed in at Laughlin Air Force Base, Texas, with an estimated completion date of March 26, 2021. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $21,456,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0026). Government Marketing and Procurement LLC,* Wimberley, Texas, was awarded an $18,000,000 modification (P00005) to contract W912DY-18-D-0024 for Vocera wireless hands-free communications systems and supporting hardware/software infrastructure. Work will be performed in Wimberley, Texas, with an estimated completion date of Aug. 1, 2023. Fiscal 2020 Defense Health Program funds in the amount of $18,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. AIR FORCE Kearney & Company P.C., Alexandria, Virginia, has been awarded an $11,119,320 firm-fixed-price modification (P00011) to contract FA7014-18-F-1022 for advisory and assistance support. This modification exercises Option Year Two that continues support for Total Force analysis to include capability and capacity analysis of Air Force mission areas; linking results to the strategy, planning, and programming process; performing planning, programming, and budgeting study excursions; analytically supporting Total Force initiatives, strategy review and assessment, and planning support. Work will be performed in Washington, D.C., and if all options are exercised, work is expected to be completed July 31, 2023. This award is the result of a competitive acquisition with one offer received. Fiscal 2020 operations and maintenance funds in the amount of $5,399,055 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2287902/source/GovDelivery/

  • Polaris unveils newest light tactical vehicle at London defense show

    13 septembre 2021 | International, Terrestre

    Polaris unveils newest light tactical vehicle at London defense show

    MRZR Alpha gets global debut at London-based defense exhibition DSEI kicking off Sept. 14 as European countries seek capability to enhance light infantry forces.

  • Huntington Ingalls Industries Awarded $954 Million Intelligence, Surveillance and Reconnaissance Contract by U.S. GSA FEDSIM

    24 janvier 2020 | International, Sécurité

    Huntington Ingalls Industries Awarded $954 Million Intelligence, Surveillance and Reconnaissance Contract by U.S. GSA FEDSIM

    Newport News, Va., January 23, 2020 (GLOBE NEWSWIRE) -- Huntington Ingalls Industries (NYSE: HII) announced today that it has been awarded a General Services Administration One Acquisition Solution for Integrated Services (OASIS) task order to provide Persistent Multi-Role Operations (PMRO) support to the U.S. Air Force-Europe (USAFE) by the Federal Systems Integration and Management Center (FEDSIM). This task order will provide Contractor Owned-Contractor Operated (COCO) manned and unmanned airborne intelligence, surveillance and reconnaissance (ISR) in support of Air Force requirements in the European and African theaters of operation. The task order has a base period of one year with four option years and a potential value of $954 million. “Critical readiness of our defense intelligence enterprise demands unique expertise and advanced technology solutions,” said Garry Schwartz, president of Technical Solutions' Mission Driven Innovative Solutions group. “Over the last several years, HII has continued to expand its ISR support to the U.S. Air Force and other components of the Department of Defense. We are looking forward to continuing to advance the implementation of innovative ISR solutions for USAFE and across the DOD.” The Air Force directs global integrated ISR operations from forward-deployed locations worldwide, including locations throughout the six geographic combatant commands. Air Force ISR operations are conducted in multiple domains and across all phases of operations and environments. The timely integration and delivery of ISR information provides joint, defense, national, and coalition partners with actionable intelligence for the commander and warfighter. The objective of this task is to provide persistent, multi-role and cross-domain ISR capabilities that increase indications and warnings, enhance the U.S. security defense posture, enable the freedom of movement, increase partnership capacity and interoperability, and foster global security and stability throughout the European and African areas of responsibility. This is a continuation and expansion of work currently performed by HII, whose purpose is to deliver timely, accurate and relevant information to operational and strategic decision makers. This effort will provide PMRO for multiple DOD components, including Air Forces in Europe and Africa as well as other strategic and operational partners. About Huntington Ingalls Industries Huntington Ingalls Industries is America's largest military shipbuilding company and a provider of professional services to partners in government and industry. For more than a century, HII's Newport News and Ingalls shipbuilding divisions in Virginia and Mississippi have built more ships in more ship classes than any other U.S. naval shipbuilder. HII's Technical Solutions division provides a wide range of professional services through its Fleet Support, Mission Driven Innovative Solutions, Nuclear & Environmental, and Oil & Gas groups. Headquartered in Newport News, Virginia, HII employs more than 42,000 people operating both domestically and internationally. For more information, visit: HII on the web: www.huntingtoningalls.com HII on Facebook: www.facebook.com/HuntingtonIngallsIndustries HII on Twitter: twitter.com/hiindustries Statements in this release, as well as other statements we may make from time to time, other than statements of historical fact, constitute “forward-looking statements” within the meaning of the Private Securities Litigation Reform Act of 1995. Forward-looking statements involve risks and uncertainties that could cause our actual results to differ materially from those expressed in these statements. Factors that may cause such differences include: changes in government and customer priorities and requirements (including government budgetary constraints, shifts in defense spending, and changes in customer short-range and long-range plans); our ability to estimate our future contract costs and perform our contracts effectively; changes in procurement processes and government regulations and our ability to comply with such requirements; our ability to deliver our products and services at an affordable life cycle cost and compete within our markets; natural and environmental disasters and political instability; our ability to execute our strategic plan, including with respect to share repurchases, dividends, capital expenditures, and strategic acquisitions; adverse economic conditions in the United States and globally; changes in key estimates and assumptions regarding our pension and retiree health care costs; security threats, including cyber security threats, and related disruptions; and other risk factors discussed in our filings with the U.S. Securities and Exchange Commission. There may be other risks and uncertainties that we are unable to predict at this time or that we currently do not expect to have a material adverse effect on our business, and we undertake no obligation to update or revise any forward-looking statements. You should not place undue reliance on any forward-looking statements that we may make. CONTACT INFORMATION Beci Brenton HII Corporate Director of Public Affairs (202) 264-7143 Beci.Brenton@hii-co.com View source version on Huntington Ingalls Industries: https://newsroom.huntingtoningalls.com/releases/huntington-ingalls-industries-awarded-954-million-intelligence-surveillance-and-reconnaissance-contract-by-u-s-gsa-fedsim

Toutes les nouvelles