22 juillet 2019 | International, C4ISR

DARPA Announces Microsystems Exploration Program

Over the past few decades, DARPA's Microsystems Technology Office (MTO) has enabled revolutionary advances in electronics materials, devices, and systems, which have provided the United States with unique defense and economic advantages. To continue its path of successful electronics innovation, DARPA today announced a new MTO effort called the Microsystems Exploration program. The Microsystems Exploration program will constitute a series of short-term investments into high-risk, high-reward research focused on technical domains relevant to MTO. Leveraging streamlined contracting and funding approaches, awards for each area of exploration – or μE topic – will be made within 90 days of announcement. Each μE topic will run for up to 18 months, during which time researchers will work to establish the feasibility of new concepts or technologies.

“This strategy of making smaller, targeted research investments will allow us to capitalize quickly on new opportunities and innovative research concepts,” said Dr. Mark Rosker, director of MTO. “The Microsystems Exploration program provides a way to assess whether or not a concept could evolve into a full program without requiring the use of more significant resources.”

The Microsystems Exploration program will employ best practices from DARPA's other fast-track solicitation programs – the agency-wide AI Exploration program and the Defense Science Office's “Disruptioneering” initiative. These programs are focused on enabling rapid advances in artificial intelligence and basic science respectively, and have shown numerous benefits to this approach. Similar to these efforts, the simplified proposal, contracting, and funding process employed by each μE topic will make it even easier for individuals and organizations to contribute to DARPA's mission. Each award may be worth up to $1 million, as described in the individual μE solicitations.

To help advance MTO's strategic imperatives, the Microsystems Exploration program will pursue innovative research concepts that explore frontiers in embedded microsystem intelligence and localized processing; novel electromagnetic components and technologies; microsystem integration for functional density and security; and disruptive microsystem applications in C4ISR, electronic warfare, and directed energy. In alignment with these technical domains, the first three potential topics focus on hardware security, novel materials, and new computing architectures for heterogeneous systems.

The first potential topic aims to address security issues within the hardware supply chain. Defense systems increasingly rely on commercial of the shelf (COTS) devices that move through complex supply chains, with each component changing hands several times. Throughout the process, nefarious actors have numerous opportunities to compromise the technology by introducing malicious circuitry – or hardware Trojans – to printed circuit boards (PCBs). The ability to detect when components are tampered with is difficult as the attacks are designed to remain hidden and avoid post-manufacturing tests until its functionality is triggered. The “Board-Level Hardware Security” related topic could explore the technological feasibility for real-time detection against these hardware Trojans installed in complex COTS circuit boards.

New uses of scandium (Sc)-doped aluminium nitride (AIN) could be investigated as a future potential μE topic. Sc-doped AlN is a popular material for a number of device applications, which span RF filters, ultrasonic sensors, and oscillators. Recent work has demonstrated the emergence of the material's use in ferroelectric switching, which has enormous potential across a number of applications and devices. However, current exploration of this capability has been limited to a research setting. The “Ferroelectric Nitride Materials and Non-Volatile Memory” related topic could expand on this research, identifying the thickness and doping ranges that exhibit ferroelectric behavior, the robustness and reproducibility of the ferroelectric response, and further demonstrating ferroelectric nitrides as a technologically useful material.

Another potential μE topic could seek to address the trade-off between programmer productivity and performance that happens as hardware complexity continues to skyrocket. Advances at the hardware and software level that have enabled continued progress in computing performance, cost, and ubiquity have hit a wall. The expectation is that subsequent performance gains will come from an increased level of parallelism, specialization, and system heterogeneity, which will place further strain on programmer productivity. This “Massively Parallel Heterogeneous Computing” related topic could explore the creation of compiler technology that improves programmer productivity of massively parallel and heterogeneous processing systems.

Additional information about the Microsystems Exploration program can be found under Program Announcement DARPA-PA-19-04. Further details on the three potential μE topics can be found under Special Notice DARPA-SN-19-69. The Microsystems Exploration Research Area Announcement Special Notice has been issued solely for information and potential new program planning purposes. All future and official solicitation notices for μE topics will be published to Federal Business Opportunities (FBO) at www.fbo.gov.

https://www.darpa.mil/news-events/2019-07-16

Sur le même sujet

  • Airbus confirms OneSat satellite programme hit by major charges

    15 février 2024 | International, Aérospatial

    Airbus confirms OneSat satellite programme hit by major charges

  • Contract Awards by US Department of Defense - June 11, 2020

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

    Contract Awards by US Department of Defense - June 11, 2020

    DEFENSE MICROELECTRONICS ACTIVITY Lockheed Martin Corp., Owego, New York (HQ0727-16-D-0001); BAE Systems Information and Electronics, Nashua, New Hampshire (HQ0727-16-D-0002); General Dynamics Mission Systems, Bloomington, Minnesota (HQ0727-16-D-0003); Northrop Grumman Systems Corp., Linthicum Heights, Maryland (HQ0727-16-D-0004); Cobham Advanced Electronics Solutions Inc., Lansdale, Pennsylvania (HQ0727-16-D-0005); Raytheon Co., El Segundo, California (HQ0727-16-D-0006); The Boeing Co., Hazelwood, Missouri (HQ0727-16-D-0007); and Honeywell International Inc., Albuquerque, New Mexico (HQ0727-16-D-0008), are being awarded a maximum $10,271,000,000 modification on existing indefinite-delivery/indefinite-quantity, Advanced Technology Support Program IV (ATSP4) contracts. The modification raises the ceiling on the current ATSP4 contracts from $7,200,000,000 to $17,471,000,000. ATSP4 are multiple-award, indefinite delivery/indefinite quantity contracts for engineering services designed to resolve problems with obsolete, unreliable, unmaintainable, underperforming, or incapable electronics hardware and software through development of advanced technology insertions and applications to meet the requirements of the Department of Defense for a quick reaction capability. With all options exercised, the ordering period goes until March 31, 2026. The contracts were competitively procured via a February 2015 solicitation resulting in nine proposals and eight awards. No funds are being obligated on award. Funding will occur through individual task orders. The Defense Microelectronics Activity, McClellan, California, is the contracting activity. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $368,194,942 not-to-exceed, undefinitized contract modification (P00036) to previously awarded fixed-price-incentive-firm-target, firm-fixed-price, cost-plus-fixed-fee contract N00019-17-C-0001. This modification provides for the procurement of five F-35A Lightning II lot 14 aircraft, one F-35B lot 14 combat aircrafts and associated red gear for the government of Italy. It also authorizes the common capability scope of work at the Final Assembly and Checkout Facility in Cameri, Italy. Work will be performed in Fort Worth, Texas (35%); Cameri, Italy (28%); El Segundo, California (15%); Warton, United Kingdom (8%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); various locations within the continental U.S. (1.3%) and various locations outside the continental U.S. (0.7%). Work is expected to be complete by June 2023. Non-Department of Defense funds for $184,429,857 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DRS Systems Inc., Melbourne, Florida, is awarded a $120,009,046 not-to-exceed, cost-plus-incentive-fee, firm-fixed-price, cost undefinitized contract to provide non-recurring engineering to design, develop, integrate and test engineering development models and production representative models of weapons replaceable assemblies for the AN/AAQ-45 Distributed Aperture Infrared Countermeasure system. Work will be performed in Dallas, Texas (61%); San Diego, California (31%); Fort Walton Beach, Florida (7%); and Melbourne, Florida (1%), and is expected to be complete by June 2024. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $23,497,884 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0041). Harper Construction Co. Inc., San Diego, California, is awarded a $65,165,290 firm-fixed-price contract for the design and construction of a high-bay maintenance hangar for the Bell Boeing V-22 aircraft at Naval Base Coronado. The contract also contains one unexercised option and two planned modifications, which will increase the cumulative contract value to $66,148,955, if exercised. Work will be performed in San Diego, California. The work to be performed provides for the design and construction of a steel-framed and high-bay maintenance hangar for aircraft, to include one and a half modules of hangar space and associated airfield pavement for aircraft ingress and egress to hangars. The new facility will contain high-bay space, shops and maintenance space, operation, training, administrative space and supporting site infrastructure improvements. The project also includes construction of a hangar access apron. The option, if exercised, provides for reconstruction of the existing north parking lot. The planned modifications, if issued, provide for furniture, fixtures and audiovisual equipment. Work is expected to be complete by January 2023. Fiscal 2019 military construction (Navy) contract funds in the amount of $644,756 and fiscal 2020 military construction (Navy) contract funds in the amount of $64,520,534 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website and seven proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-C-0553). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $31,065,000 for a not-to-exceed, undefinitized contract modification (P00006) to previously issued order 0097 against basic ordering agreement N00019-14-G-0020. This modification provides supplier non-recurring engineering, development of design documentation and the creation of modification instructions for the developmental test fleet in support of the Joint Strike Fighter aircraft for the Navy, Air Force, Marine Corps and non-Department of Defense (DOD) participants. Work will be performed in El Segundo, California (85%); and Fort Worth, Texas (15%). These efforts will support service life extensions and enable the developmental test fleet to maintain currency with delivered technology. Work is expected to be complete by February 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $3,698,820; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $3,698,820 and non-DOD participant funds in the amount of $1,602,360 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Fukunaga & Associates Inc.,* Honolulu, Hawaii, is awarded a $30,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $30,000,000 for architect-engineer services for various utility projects and other projects primarily under the cognizance of Naval Facilities Engineering Command, Hawaii. The initial task order is being awarded at $929,417 for the replacement of a 24-inch waterline at Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for architect-engineer services for utility projects with associated multi-discipline architect-engineer support services. The type of design and engineering services expected to be performed under this contract are primarily for request for proposal (RFP) documentation for the design-bid-build utility projects with associated multi-discipline architect-engineering support services for new construction, alteration, repair and installation of mechanical systems and associated facilities. Other design and engineering services may include, but are not limited to, design-build RFP documentation, engineering investigations/concept studies, functional analysis concept development/charrettes and post construction award services. Work for this task order is expected to be complete by March 2021. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $929,417 are obligated on this award and will expire at the end of the current fiscal year. The term of the contract is not to exceed 60 months with an expected completion date of June 2025. Future task orders will be primarily funded by O&M,N funds. This contract was competitively procured via the beta.SAM website and two proposals were received. The Naval Facilities Engineering Command, Hawaii, is the contracting activity (N62478-20-D-5037). Leidos Inc., Reston, Virginia, is awarded a $7,456,371 firm-fixed-price and cost reimbursement task order under the General Services Administration One Acquisition Solution for Integrated Services (GSA OASIS). This indefinite-delivery/indefinite-quantity contract is also for a wide range of operational, analytical and management support services in support of the U.S. Marine Corps Central Command. Work will be performed in Tampa, Florida (90%); and Bahrain (10%). Work is expected to be complete by June 2021. If all options are exercised, work will continue through December 2025. This task order includes a 12-month base period, four 12-month option periods and one six-month option period, which, will bring the cumulative value of this task order to $48,846,236 if exercised. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $7,456,371 will be obligated at the time of award and will expire at the end of the current fiscal year. This task order was competitively solicited via the GSA OASIS Pool 1 and four proposals were received. The Marine Corps Installations National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-20-F-0227). ARMY INTEC Group LLC,* Paducah, Kentucky (W912QR20D0021); Dawn Inc.,* Warren, Ohio (W912QR-20-D-0022); RJ Runge,* Port Clinton, Ohio (W912QR-20-D-0023); G.M. Hill Engineering Inc.,* Jacksonville, Florida (W912QR-20-D-0024); and Nisou LGC JV LLC,* Detroit, Michigan (W912QR-20-D-0025), will compete for each order of the $45,000,000 firm-fixed-price contract for Great Lakes and Ohio River Division mission boundaries construction services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of June 10, 2023. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity. Dyncorp International LLC, Fort Worth, Texas, was awarded a $22,161,082 hybrid (cost-no-fee, cost-plus-fixed-fee, time-and-materials) contract modification (P00055) for aviation maintenance services. Bids were solicited via the internet with five received. Work will be performed Fort Bragg, North Carolina; Afghanistan; and Iraq with an estimated completion date of Nov. 30, 2020. Fiscal 2020 operations and maintenance (Army) funds in the amount of $22,161,082 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0025). Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $16,986,480 modification (P00074) to contract W15QKN-13-C-0074 for Global Positioning System receiver for precision guidance kit M1156. Work will be performed in Plymouth, Minnesota, with an estimated completion date of June 3, 2024. Fiscal 2020 procurement of ammunition (Army) funds in the amount of 16,986,480 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND T3i Inc., Imperial Beach, California, was awarded a $26,413,688 maximum single award “C” type contract (H92240-20-C-0003) with options included to extend services for survival, evasion, resistance, escape and personnel recovery training in support of Naval Special Warfare Command (NSWC) enterprise requirements. Fiscal 2020 operations and maintenance funds in the amount of $384,347 are being obligated at the time of award. The work will be performed in various locations in the U.S. and may continue through fiscal 2026, if all options are exercised. The contract was awarded competitively using Federal Acquisition Regulation Part 15 procedures with six proposals received. NSWC, Coronado, California, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Raytheon BBN Technologies Corp., Cambridge, Massachusetts, was awarded a $12,039,376 cost-plus-fixed-fee contract for a research project under the Fast Network Interface Cards (FastNICs) program. The FastNICs program will speed up applications such as the distributed training of machine learning classifiers by 100 times through the development, implementation, integration and validation of novel, clean-slate network subsystems. Work will be performed in Cambridge, Massachusetts, and Seattle, Washington, with an expected completion date of June 2024. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,670,000 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and eight offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0089). DEFENSE LOGISTICS AGENCY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $10,836,726 firm-fixed-price, requirements contract for pneumatic tires for palletized load system vehicle wheels. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Locations of performance are Wisconsin and New Jersey, with a June 10, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D0065). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2217371/source/GovDelivery/

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

    25 août 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

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

    ARMY Veraxx Engineering Corp., Chantilly, Virginia, was awarded a $218,000,000 hybrid (cost-plus-fixed-fee, firm-fixed-price, fixed-price-incentive and time-and-materials) contract for advanced planning and preview systems, mission simulators and rehearsal capabilities that enable live, virtual and constructive training in support of special operation's unique joint training and mission requirements. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 23, 2028. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0014). Astlanda Ehitus Ou, Harjumaa, Estonia (W912GB-20-D-0017); Framaco International Inc., Rye Brook, New York, (W912GB-20-D-0018); Relyant Global LLC, Maryville, Tennessee (W912GB-20-D-0019); Semi SA, Madrid, Spain (W912GB-20-D-0020); SKE Support Services GmbH, Goldbach, Germany (W912GB-20-D-0021); and Tartu Bryan JV, Colorado Springs, Colorado (W912GB-20-D-0022), will compete for each order of the $49,950,000 firm-fixed-price contract for providing real property repair and maintenance, design build, environmental work, force protection work and construction services for U.S. forces and/or facilities throughout Estonia. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 23, 2025. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. Southwest Water Design LLC,* Albuquerque, New Mexico, was awarded a $40,000,000 firm-fixed-price contract for civil works and hydrology and hydraulics services. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 24, 2025. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-20-D-0003). Phillips Contracting Co. Inc.,* Columbus, Mississippi, was awarded a $24,000,000 firm-fixed-price contract for rental of construction equipment. 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 Aug. 23, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-D-0076). B&K Construction Co. LLC,* Mandeville, Louisiana, was awarded a $15,218,859 firm-fixed-price contract for construction of hurricane protection features in Plaquemines Parrish, Louisiana. Bids were solicited via the internet with four received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Aug. 21, 2025. Fiscal 2020 civil construction funds in the amount of $15,218,859 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912P8-20-C-0050). Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $13,500,000 order-dependent contract for technologies to be developed and demonstrated in the Future Attack Reconnaissance Aircraft technology risk mitigation and maturation effort. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 23, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-20-D-0005). GiaCare and MedTrust JV LLC,* Fort Lauderdale, Florida, was awarded a $7,779,386 modification (P00001) to contract W81K04-19-D-0021 for registered nursing services for the San Antonio Military Health System. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity. AIR FORCE SRC Tec, North Syracuse, New York, has been awarded a not-to-exceed $90,000,000 indefinite-delivery/indefinite-quantity contract for force protection Counter-small Unmanned Aerial System (C-sUAS) with Medusa sustainment. This contract provides for the acquisition, upgrade, sustainment, installation support and design and analysis support of C-sUAS and subsystems manufactured by SRC Tec. Work will be performed at locations to be determined in each delivery order and is expected to be completed Aug. 24, 2028. This award is the result of a sole-source acquisition. Fiscal 2020 procurement funds in the amount of $2,137,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-D-0045). DEFENSE LOGISTICS AGENCY Aurora Industries LLC,** Orocovis, Puerto Rico, has been awarded a maximum $25,608,088 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for coats. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with 10 responses received. Location of performance is Puerto Rico, with an Aug. 23, 2021, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1283). NAVY General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $15,485,103 modification (P00009) to previously awarded firm-fixed-price contract N00019-18-C-1063. This modification adds performance for site relocation activities and exercises an option to extend intelligence, surveillance and reconnaissance services utilizing contractor-owned/contractor-operated MQ-9 unmanned air systems. Work will be performed in Yuma, Arizona (34%); Poway, California (14%); and various locations outside the continental U.S. (52%), and is expected to be completed in December 2020. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $15,485,103 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Management Services Group Inc.,* doing business as Global Technical Systems, Virginia Beach, Virginia, is awarded a $13,601,735 firm-fixed-price modification to previously-awarded contract N00024-20-C-5608 for procurement of network, processing, and storage technical Insertion 16 (NPS), Modification 1 storage equipment, which will be incorporated into area storage area network cabinets during production. The NPS program consists of enterprise products in use across surface Navy combat systems which introduce powerful commercially available off-the-shelf processors as part of a general strategy to achieve a modular and open architecture design. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by June 2021. Fiscal 2020 shipbuilding and conversion (Navy); fiscal 2020 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); fiscal 2018 shipbuilding and conversion (Navy); fiscal 2018 other procurement (Navy); fiscal 2015 shipbuilding and conversion (Navy); fiscal 2014 shipbuilding and conversion (Navy); and government of Australia funding in the amount of $13,601,735 will be obligated at time of award and funding in the amount of $2,069,033 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Areté Associates, Northridge, California, is awarded a $9,745,580 cost-plus-fixed-fee, firm-fixed-price, cost-with-no-fee contract for integration services supporting incremental upgrades, block upgrades and future generations of MK 18 Family of Systems unmanned underwater vehicles (UUVs), additional UUVs and remotely operated vehicles. This 17-month contract includes no options. Work will be performed at Tucson, Arizona (75%); and Valparaiso, Florida (25%). The period of performance is from Aug. 24, 2020, through Jan. 23, 2022. Fiscal 2020 funds will be obligated using other procurement (Navy). Funds in the amount of $6,885,495 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract is awarded using other than full and open competition in accordance with Federal Acquisition Regulations Subpart 6.302-5 and 10 U.S. Code 2304(c)(5). Naval Information Warfare Center Pacific in San Diego, California, is the contract activity (N66001-20-C-0025). *Small Business **Small disadvantaged business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2323086/

Toutes les nouvelles