17 juillet 2020 | International, Aérospatial

Defense Innovation Unit issues contract for unmanned orbital outpost

The Defense Innovation Unit has awarded Sierra Nevada Corporation a contract to build an orbital laboratory that would serve as a kind of unmanned space station, the company announced July 14.

The unmanned orbital outpost will be placed in low Earth orbit to be used for experiments and demonstrations. The autonomous, free flying vehicle will be able to host payloads and support space assembly and manufacturing, microgravity experimentation, logistics, training, testing and evaluations.

Under the contract, Sierra Nevada Corporation will repurpose their Shooting Star transport vehicle into a scalable, autonomous space station that can be used for experiments and demonstrations. The Shooting Star vehicle is a 16-foot attachment to the company's Dream Chaser space plane that was developed for NASA Commercial Resupply Services 2 missions. The vehicle was initially designed to provide extra payload storage and cargo disposal upon re-entry.

“We're excited by the multi-mission nature of Shooting Star,” Fatih Ozmen, SNC's chief executive, said in a statement. “It was originally developed for NASA resupply missions to the International Space Station, and since then we keep identifying new capabilities and solutions it offers to a wide variety of customers.”

The company's press release notes that while the initial orbital outpost will operate in LEO, future orbits could be placed in other orbits, including cislunar.

“The current Shooting Star is already designed with significant capabilities for an orbital outpost and by adding only a few components we are able to meet Department of Defense needs.” added Steve Lindsey, senior vice president of strategy for SNC's space systems. “We are proud to offer our transport vehicle to DoD as a free-flying destination for experimentation and testing, expanding beyond its current payload service capabilities for Dream Chaser cargo missions.”

According to the original DIU solicitation released June 2019, orbital outposts will need to be established in low Earth orbit within 24 months of the award. A DIU spokesperson told C4ISRNET at the time that the “the prototype will explore the military utility of exclusive DoD access to an unmanned orbital platform in order to perform experiments with no risk to human crew or other non-DOD payloads.”

https://www.c4isrnet.com/battlefield-tech/space/2020/07/16/defense-innovation-unit-issues-contract-for-unmanned-orbital-outpost/

Sur le même sujet

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

    25 novembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

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

    NAVY BAE Systems Norfolk Ship Repair, Norfolk, Virginia, was awarded a $197,452,828, firm-fixed-price contract for the execution of the USS Wasp (LHD 1) fiscal 2021 Chief of Naval Operations scheduled docking selected restricted availability. This availability will include a combination of maintenance, modernization and repair of USS Wasp (LHD 1). This contract includes options which, if exercised, would bring the cumulative value to $237,765,941. Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2022. Fiscal 2021 operation and maintenance (Navy) (97.2%); and fiscal 2021 other procurement (Navy) (2.8%) funding in the amount of $197,452,828 will be obligated at contract award, of which funding in the amount of $191,836,933 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website with one offer received in response to Solicitation No. N00024-20-R-4404. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4404). (Awarded Nov. 20, 2020) Auxiliary Systems Inc.,* Norfolk, Virginia, is awarded a maximum dollar value $35,423,320 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide alternating current/direct current motors and motor generator sets repair. Work will be performed in Norfolk, Virginia, and is expected to be complete by November 2021 and if options are exercised, work will be completed by November 2025. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $12,000 ($12,000 minimum guarantee per contract) will be obligated at time of award and will expire at the end of the current fiscal year. This single award contract was procured as a small business set-aside via the beta.sam.gov website with two offers received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-21-D-0001). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $12,861,992 modification (P00004) to cost-plus-fixed-fee and firm-fixed-price order N00019-20-F-0315 against previously issued basic ordering agreement N00019-17-G-0002. This modification exercises options to modify the V-22 aircraft to the government of Japan's unique configuration requirements. Additionally, the modification exercises options for the production and delivery of nine traffic collision avoidance systems, technical support representation and preservation of aircraft post completion of unique modifications. Work will be performed in Stennis, Mississippi (75%); Ridley Park, Pennsylvania (15%); Fort Worth, Texas (5%); and Tokyo, Japan (5%), and is expected to be completed in August 2024. Foreign Military Sales funds in the amount of $12,861,992 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. Pacific Federal Management Inc.,* Tumon, Guam, is awarded a $10,366,798 indefinite-delivery/indefinite-quantity modification for the exercise of Option Number One for base operating support services at Naval Base (NB) Guam and Naval Support Activity (NSA) Andersen. The work to be performed provides for all labor, supervision, management, tools, material, equipment, facilities, transportation and incidental engineering and other items necessary to accomplish all work to perform ground maintenance and tree trimming services for U.S. military facilities on Guam and NSA Andersen at various locations on Guam, Marianas Islands. After award of this option, the total cumulative contract value will be $19,783,731. Work will be performed in the Naval Facilities Engineering Systems Command (NAVFAC) Marianas area of operations, including but not limited to, NB Guam (70%); and NSA Andersen, Guam (30%). This option period is from December 2020 to November 2021. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (O&M) (Navy); and fiscal 2021 O&M (family housing) in the amount of $7,945,193 for recurring work will be obligated on individual task orders issued during the option period. NAVFAC Marianas, Guam, is the contracting activity (N40192-20-D-9000). IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded a $9,112,276 recurring/non-recurring services type modification for base operating services at Naval Support Activity Annapolis. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include, but not limited to, facility investment, service calls, pest control, operation of utility plants, refuse collection, special events and snow and ice removal. Work will be performed in Annapolis, Maryland, with the contract period of Dec. 1, 2020, to Feb. 28, 2021. No funds will be obligated at time of modification award. Fiscal 2021 operation and maintenance in the amount of $5,833,247 for recurring work will be obligated on individual task orders issued during the contract period. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity (N40080-20-D-0500). ARMY FLIR Unmanned Ground Systems Inc., Chelmsford, Massachusetts, was awarded a $30,100,000 modification (P00007) to contract W56HZV-19-D-0031 for reset, sustainment, maintenance and recap parts to support the overall sustainment actions of the entire FLIR Unmanned Ground Systems family of small, medium and large robots. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 23, 2020. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $20,490,500 firm-fixed-price contract to remove dredging material from the Delaware River. Bids were solicited via the internet with one received. Work will be performed in Bellafonte, Delaware, with an estimated completion date of March 22, 2021. Fiscal 2010 civil construction funds in the amount of $20,490,500 were obligated at the time of the award. The U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-21-C-0007). AIR FORCE Busek Co. Inc., Natick, Massachusetts, has been awarded a $20,335,186 cost-plus-fixed-fee contract for development of a 1-2 kW Hall Thruster system for a near-term space experiment. This contract provides a contract vehicle the Air Force Research Laboratory, Aerospace Systems and Space Propulsion Division can use to address technical needs for next-generation strategic, tactical and spacecraft propulsion systems. Work will be performed in Natick, Massachusetts, and is expected to be completed Nov. 25, 2023. Fiscal 2021 research, development, test and evaluation funds in the amount of $2,559,980 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-21-C-6001). DEFENSE LOGISTICS AGENCY Epic Aviation LLC, Salem, Oregon, has been awarded a maximum $11,263,200 fixed-price with economic-price-adjustment contract for jet fuel. This was a competitive acquisition with three responses received. This is an 18-month base contract with one six-month option period. Locations of performance are California and Oregon, with a May 31, 2022, performance completion date. Using customer is Air National Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-21-D-4527). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2427044/source/GovDelivery/

  • CISO Perspectives on Complying with Cybersecurity Regulations

    8 avril 2024 | International, C4ISR

    CISO Perspectives on Complying with Cybersecurity Regulations

    Navigating cybersecurity compliance just got easier. Our latest blog taps into the wisdom of CISOs to share strategies for managing data security requ

  • Contract Awards by US Department of Defense - November 14, 2018

    15 novembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 14, 2018

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $22,712,874,822 not-to-exceed undefinitized contract modification to a previously awarded fixed-price-incentive-firm-target, firm-fixed-price advanced acquisition contract (N00019-17-C-0001) for 255 aircraft. This modification provides for the production and delivery of 106 F-35 aircraft for the U.S. services (64 F-35As Air Force; 26 F-35Bs Marine Corps; 16 F-35Cs Navy); 89 F-35s for non-Department of Defense (DoD) participants (71 F-35As, 18 F-35 Bs); and 60 F-35s for Foreign Military Sales customers (60 F-35As). The U.S. aircraft quantities are for the Lot 12 program of record plus fiscal 2018/fiscal 2019 aircraft quantity congressional adds. Work will be performed in Fort Worth, Texas (57 percent); El Segundo, California (14 percent); Warton, United Kingdom (9 percent); Cameri, Italy (4 percent); Orlando, Florida (4 percent); Nashua, New Hampshire (3 percent); Baltimore, Maryland (3 percent); San Diego, California (2 percent); Nagoya, Japan (2 percent); and various locations outside the continental U.S. (2 percent), and is expected to be completed in March 2023. Fiscal 2018 and 2019 aircraft procurement funds (Air Force, Marine Corps and Navy) in the amount of $3,505,522,468 (59 percent); non-DoD participant funds in the amount of $1,578,531,164 (26 percent); and Foreign Military Sales funds in the amount of $916,667,000 (15 percent) for a total of $6,000,720,632 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. Lockheed Martin Corp., Owego, New York, is awarded a $382,000,000 not-to-exceed, firm-fixed-price, cost-plus-fixed-fee, undefinitized contract that provides for the production and delivery of eight MH-60R aircraft as well as associated systems engineering and program management support. Work will be performed in Owego, New York (52 percent); Stratford, Connecticut (40 percent); and Troy, Alabama (8 percent), and is expected to be completed in September 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $147,000,000 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 Regulations 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0013). Bethel-Garney Federal JV,* Anchorage, Alaska (N62473-19-D-1201); Frawner Corp.,* Anchorage, Alaska (N62473-19-D-1202); Transtar-Orion JV,* San Diego, California (N62473-19-D-1203); Pate Construction Co., Inc.,* Pueblo West, Colorado (N62473-19-D-1204); KEAR Civil Corp.,* Phoenix, Arizona (N62473-19-D-1205); West Point – Granite JV LLC,* Tucson, Arizona (N62473-19-D-1206); and Central Environmental Inc.,* Anchorage, Alaska (N62473-19-D-1207), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair primarily by design-build or secondarily by design-bid-build, of wet utilities projects at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The maximum dollar value including the base period and four option years for all seven contracts combined is $249,000,000. Types of projects may include, but are not limited to: water, steam, wastewater, storm sewer, pumping stations, treatment plants, storage tanks, and related work. All structures (including buildings) that are integral parts of the water, steam, wastewater, pumping stations, treatment plants and storage tanks are included. This contract will not include environmental remediation, waterfront/marine construction or petroleum, oils, and lubricant systems construction. No task orders are being issued at this time. All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (90 percent); Arizona (6 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent); and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of November 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $35,000 are obligated at the time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured as a small business set-aside procurement via the Navy Electronic Commerce Online website, with 16 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contracts. The NAVFAC Southwest, San Diego, California, is the contracting activity. AIR FORCE Kaman Precision Products Inc., Orlando, Florida; and Middletown, Connecticut, has been awarded a $52,026,000 firm-fixed-price modification (P00009) to contract FA8681-18-C-0009 for the Joint Programmable Fuzes. The contract modification is for the purchase of an additional 15,000 fuzes being produced under the basic contract. Work will be performed in Orlando, Florida; and Middletown, Connecticut, and is expected to be completed by June 1, 2020. Fiscal 2016, 2017 and 2018 ammunition procurement funds in the amount of $52,026,000 are being obligated at time of award. Total cumulative face value of the contract is $225,422,234. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $35,000,000 firm-fixed- price, indefinite-delivery/indefinite-quantity contract modification to contracts FA8106-17-D-0001 for contractor logistic support of the Air Force C-12 fleet. Work will be performed in Madison, Mississippi; San Angelo, Texas; Okmulgee, Oklahoma; Buenos Ares, Argentina; Gaborone, Botswana; Brasilia, Brazil; Bogota, Columbia; Cairo, Egypt; Accra, Ghana; Tegucigalpa, Honduras; Budapest, Hungary; Joint Base Andrews, Maryland; Nairobi, Kenya; Rabat, Morocco; Manila, Philippines; Riyadh, Saudi Arabia; Bangkok, Thailand; Ankara, Turkey; Edwards Air Force Base, California; Holloman AFB, New Mexico; Joint Base Elmendorf-Richardson, Alaska; and Yokota Air Base, Japan. Work is expected to be completed by Dec. 31, 2018. Fiscal 2019 aircraft procurement funds in the amount of $2,000,000 will be obligated at the time of award. Total face value of obligated funds for this contract is $30,913,890. Air Force Lifecycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY McRae Industries Inc.,* Mt. Gilead, North Carolina, has been awarded a maximum $7,558,498 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-1011) with four one-year option periods for hot-weather combat boots. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is North Carolina, with a Nov. 14, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1690639/source/GovDelivery/

Toutes les nouvelles