8 avril 2021 | International, C4ISR

DoD SBIR/STTR Component BAA Pre-Release: Defense Advanced Research Projects Agency (DARPA) HR001121S0007-07

The DoD Small Business and Technology Partnerships Office announces the pre-release of the following Broad Agency Announcement (BAA) topic:
Defense Advanced Research Projects Agency (DARPA), HR001121S0007
• SBIR Topic HR001121S0007-07: "Multi-Wavelength Laser Sources,” published at: https://beta.sam.gov/opp/2e23f6a5e3104da6bf819d31822edb95/view
IMPORTANT DATES:
• April 22, 2021: BAA opens, begin submitting proposals in DSIP
• May 25, 2021: BAA closes, full proposals must be submitted in DSIP no later than 12:00 p.m. ET
Full topic information and instructions are available at the link provided above.

DSIP Help Desk Contact Info
• Email: DoDSBIRSupport@reisystems.com
• Hours: Monday – Friday, 9:00 a.m. – 5:00 p.m. ET
Thank you for your interest in the DoD SBIR/STTR Program.
DoD SBIR/STTR Support Team

To sign up and receive upcoming emails, please follow this link: https://secure.campaigner.com/CSB/Public/Form.aspx?fid=667492&ac=g9gk

Sur le même sujet

  • Contract Awards by US Department of Defense - November 25, 2019

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

    Contract Awards by US Department of Defense - November 25, 2019

    ARMY General Electric Co. - GE Aviation, Lynn, Massachusetts, was awarded a $1,336,809,577 modification (P00021) to contract W58RGZ-15-D-0048 for T700 engine deliveries in support of the Army H-60 and AH-64 programs, Navy H-60 programs, Air Force programs, Foreign Military Sales and other government agencies. 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 Dec. 31, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AXXIS,* Fort Worth, Texas (W912DY-20-F-0001); Chinook Systems Inc.,* Cocoa Beach, Florida (W912DY-20-F-0002); Dewberry Design-Builders Inc., Raleigh, North Carolina (W912DY-20-F-0003); EPC Service Inc.,* Aiea, Hawaii (W912DY-20-F-0004); Honeywell International Inc., Morris Plains, New Jersey (W912DY-20-F-0005); Johnson Controls Building Automation Systems Inc., Huntsville, Alabama (W912DY-20-F-0006); KBRwyle Technology Solutions LLC, Columbia, Maryland (W912DY-20-F-0007); M. C. Dean, Tysons, Virginia (W912DY-20-F-0008); Parsons Technical Services Inc., Pasadena, California (W912DY-20-F-0009); Prime Mechanical of Wisconsin LLC,* Poynette, Wisconsin (W912DY-20-F-0010); SEI Group Inc.,* Huntsville, Alabama (W912DY-20-F-0011); Siemens Government Technologies Inc., Arlington, Virginia ( W912DY-20-F-0012); Spectrum Solutions Inc.,* Madison, Alabama (W912DY-20-F-0013); and Stewart Group Enterprises LLC,* Benson, North Carolina (W912DY-20-F-0014), will compete for each order of the $1,200,000,000 firm-fixed-price contract for procurement and installation of utility monitoring and control systems and similar services such as heating, ventilating and air conditioning systems. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 24, 2026. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Navistar Defense LLC, Lisle, Illinois, was awarded a $26,748,087 firm-fixed-price Foreign Military Sales (Somalia) contract for two commercial Medium Tactical Vehicle Variants -- the 6x6 General Transport Truck and the 6x6 Wrecker Vehicle Recovery Truck, and spare parts. 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 Nov. 25, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-D-0016). Detyens Shipyards Inc.,* North Charleston, South Carolina, was awarded an $11,991,749 firm-fixed-price contract for dry dock and repair of the Dredge Wheeler, labor, materials and equipment. Bids were solicited via the internet with two received. Work will be performed in North Charleston, South Carolina, with an estimated completion date of Jan. 26, 2020. Fiscal 2020 operations and maintenance, civil works funds in the amount of $11,991,749 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0004). NAVY Raytheon Co., El Segundo, California, is awarded a $403,301,277 modification (P00062) to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0002). This modification increases the scope of the contract to procure an additional seven System Demonstration Test Articles (SDTA) shipsets, 60 SDTA pod subsystems, 27 pieces of peculiar support equipment, one fatigue test pod and one static test pod in support of the initial operational test and evaluation phase of the Next Generation Jammer Mid-Band Program. Work will be performed in Dallas, Texas (33%); Forest, Mississippi (33%); El Segundo, California (22%); Andover, Massachusetts (7%); and Fort Wayne, Indiana (5%), and is expected to be completed in December 2022. No funds are being obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $172,233,232 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0001). This modification increases the ceiling of the contract to continue service life modifications to extend the operational service life from 6,000 flight hours to 10,000 flight hours of up to 23 F/A-18E/F aircraft. Work will be performed in San Antonio, Texas (59%); El Segundo, California (25%); and St. Louis, Missouri (16%), and is expected to be completed in May 2022. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Applied Physical Sciences Corp., Groton, Connecticut, is awarded a $23,225,953 cost-plus-fixed-fee contract for the multi-disciplinary tools, technologies and experimental methods in support of future Naval platform stealth and operations. Work will be performed in Groton, Connecticut (87%); and Cheswick, Pennsylvania (13%), with an expected completion date of October 2024. The total cumulative value of this contract including the base period is $23,225,953. This contract has no options. Fiscal 2019 research, development test and evaluation (Navy) funds in the amount of $146,749 are being obligated the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, "Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology." Proposals will be received throughout the year under the long range BAA and the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014- 20-C-0001). Marine Solutions Inc.,* Nicholasville, Kentucky, is awarded a maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering for inspection, structural engineering, design and post-construction award services for bridge structures at Navy and Department of Defense installations worldwide. The work to be performed provides for architect-engineer services to include, but not limited to: topside and underwater bridge inspections; bridge load capacity analysis and load ratings; analysis of existing conditions and comparison to previous inspections reports; design of bridge repairs, inclusive of plans and specifications, report preparation and cost estimates for bridge rehabilitations, and the review of such documents produced by others in accordance with the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) criteria and the National Bridge Inspection Standards. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities predominantly in the U.S., but also worldwide. The term of the contract is not to exceed 60 months with an expected completion date of November 2024. Fiscal 2020 operation and maintenance, Navy (O&M, N)) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with seven proposals received. The NAVFAC EXWC, Port Hueneme, California, is the contracting activity (N39430-20-D-2206). Advanced Alliant Solutions Team, Fairfax, Virginia, is awarded a $9,038,301 modification (P00021) to a previously awarded cost-plus-fixed-fee contract (N00421-16-C-0068) to exercise an option for information assurance services in support of the Naval Air Warfare Center Aircraft Division's Digital Networks Applications. Work will be performed in Patuxent River, Maryland, and is expected to be completed by November 2020. Fiscal 2020 working capital funds (Navy) in the amount of $8,007,190 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. AIR FORCE Canyon Consulting, Los Angeles, California, has been awarded an $18,928,670 cost-plus-fixed-fee contract under the Small Innovation Research (SBIR) Phase-III program for the Advanced Global Positioning System technologies. This contract provides for wideband global positioning system digital payload and architecture. Work will be performed at Los Angeles, California, and is expected to be complete by Feb. 28, 2025. The total cumulative face value of the contract is $18,928,670. Fiscal 2019 research, development, test and evaluation funds in the amount of $700,000 are being obligated at the time of award. The Air Force Research Laboratory Geospace Technologies Branch, Kirtland Air Force Base, New Mexico, is the contracting activity. Sierra Nevada Corp., Sparks, Nevada, has been awarded a $13,720,071 cost-plus-fixed-fee modification (P00029) to previously awarded contract FA8509-17-C-0002 for the permanent installation of the MC-130J Airborne Mission Networking program. This out-of-scope modification provides for the procurement of an additional trial kit install, travel and interim contractor support. Work will be performed at Centennial, Colorado, and is expected to be completed by Nov. 16, 2021. This modification brings the total cumulative face value of the contract to $86,000,000. Fiscal 2019 and 2020 research, development, testing and evaluation funds in the amount of $1,162,453 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. DEFENSE LOGISTICS AGENCY Optim LLC, Sturbridge, Massachusetts, has been awarded a maximum $18,750,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment. This was a competitive acquisition with 63 responses received. This is a five-year contract with no option periods. Location of performance is Massachusetts, with a Nov. 24, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0003). MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $9,800,000 cost-plus-fixed-fee modification (P00347) under contract HQ0276-10-C-0001. This modification increases the total cumulative contract value by $9,800,000 from $3,162,719,877 to $3,172,519,877. Under this modification, the contractor will perform engineering and design support services necessary for continuation of planning efforts executed under the Technical Assistance Case to support the Aegis Ashore Japan Foreign Military Sales Main Case. The work will be performed in Moorestown, New Jersey, with an expected completion date of July 31, 2020. Funds from the government of Japan in the amount of $9,800,000 are being obligated at the time of award. This contract modification is the result of a sole source acquisition. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. U.S. TRANSPORTATION COMMAND Phoenix Air Group Inc., Cartersville, Georgia, has been awarded a task order (HTC711-20-F-R013) under contract HTC711-16-D-R001 in the amount of $8,832,188. The task order provides continued charter air transportation services to the Headquarters U.S. Africa Command. Work will be performed in Stuttgart Army Airfield, Germany, to various points throughout Africa and Europe. The period of performance is from Jan. 1, 2020, to Dec. 31, 2020. Fiscal 2020 Air Force operations and maintenance funds were obligated at award of the task order. This task order brings the total cumulative face value of the contract value to $56,982,110 from $48,149,922. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2026407/source/GovDelivery/

  • Contract Awards by US Department of Defense - March 19, 2020

    19 mars 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - March 19, 2020

    NAVY Barber-Nichols Inc., Arvada, Colorado (N66604-20-D-E001); Booz Allen Hamilton, McLean, Virginia (N66604-20-D-E002); L3 Technologies Inc., Northampton, Massachusetts (N66604-20-D-E003); Leidos Inc., Reston, Virginia (N66604-20-D-E004); Leonardo DRS Inc., Melbourne, Florida (N66604-20-D-E005); Lockheed Martin Sippican Inc., Marion, Massachusetts (N66604-20-D-E006); MIKEL Inc., Middletown, Rhode Island (N66604-20-D-E007); Northrop Grumman Systems Corp., Annapolis, Maryland (N66604-20-D-E008); Progeny Systems Corp., Manassas, Virginia (N66604-20-D-E009); Foster-Miller Inc., doing business as QinetiQ-NA, Waltham, Massachusetts (N66604-20-D-E010); Raytheon Co., Keyport, Washington (N66604-20-D-E011); Rite-Solutions Inc., Pawcatuck, Connecticut (N66604-20-D-E012); Science Applications International Corp., Reston, Virginia (N66604-20-D-E013); Systems Engineering Associates Corp., Middletown, Rhode Island (N66604-20-D-E014); Sechan Electronics Inc., Lititz, Pennsylvania (N66604-20-D-E015); Sonalysts Inc., Waterford, Connecticut (N66604-20-D-E016); and Systems Planning and Analysis Inc., Alexandria, Virginia (N66604-20-D-E017), are being awarded a $73,730,343 indefinite-delivery/indefinite-quantity, multiple-award contract for the procurement of materials and services to design, develop, fabricate, test, install, document and deliver rapid prototype solutions in support of the Undersea Warfare/Undersea Defensive Family of Systems. Work will be performed at the contractors' sites, minimally at government locations and is expected to be completed by March 2023. For these base indefinite-quality/indefinite-delivery, three-year contracts, funding will not be obligated at time of award. A $2,500 minimum guarantee will be executed on each awardee's initial task order. This multiple-award contract was competitively procured with 17 acceptable offers received via the Federal Business Opportunities website. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity. Northrop Grumman Systems Corp., Orlando, Florida, is awarded a $48,235,113 single award, indefinite-delivery/indefinite-quantity contract (N65236-20-D-8012) with provisions for cost-plus, fixed-fee and firm-fixed-price task/delivery orders. This contract is for the procurement of Mobile User Objective System (MUOS) to legacy Ultra High Frequency (UHF) Satellite Communications Gateway Component systems and services. Work will be performed in Orlando, Florida, and is expected to be complete by March 2029. These systems support interoperability from tactical-to-tactical (point-to-point, point-to-group/net, group-to-net) satellite communications between MUOS and legacy UHF satellite communication users. In addition, the required services include Satellite Communication Gateway Component Suite B interface development, technical refresh enhancements, training, documentation updates, cybersecurity services, pre-installation test and checkout, implementation/installation and sustainment. Contract funds will not expire at the end of the current fiscal year. The contract includes a five-year ordering period, a two-year option period and one six-month option to extend services in accordance with Federal Acquisition Regulation 52.217-8. The option periods, if exercised, will bring the cumulative value of this contract to an estimated $65,214,634. Contract funds in the amount of $25,000 will be obligated at the time of award. This requirement was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) with only one responsible source. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Teledyne Defense Electronics LLC, doing business as Teledyne Microwave Solutions, Rancho Cordova, California, is awarded a $34,963,200 firm-fixed-price requirements contract for the repair of traveling wave tubes (model 10 kW) in support of the Advanced Electronic Guidance and Instrumentation System/Combat System. Work will be performed in Rancho Cordova, California, and is expected to be complete by March 2025. This contract includes a five-year base period with no options. Annual working capital funds (Navy) will be obligated as individual task orders as issued, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-20-D-V001). Lockheed Martin Corp. Rotary and Mission Systems, Liverpool, New York, is awarded a $19,413,337 modification to previously awarded contract N00024-13-C-6292 to exercise and fund options for the production of Navy equipment. Work will be performed in Liverpool, New York (66%); Millersville, Maryland (33%); and Marion, Massachusetts (1%), and is expected to be complete by November 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $19,413,337 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. CB Tech Services Inc.,* Honolulu, Hawaii (N32253-20-D-0006); Coastal Marine Services Inc.,* San Diego, California (N32253-20-D-0007); Sitta, Paige and Associates Inc.,* National City, California (N32253-20-D-0005); and Pacific Shipyards International,* Honolulu, Hawaii (N32253-20-D-0008), are awarded $13,000,000 for a multiple award, indefinite-delivery/indefinite-quantity contract with firm-fixed-price pricing for the procurement of interior decking commercial industrial services at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Hawaii. Work will be performed in the state of Hawai'i and is expected to be completed by February 2025. The four contractors may compete for task orders under the terms and conditions of the awarded contracts. The maximum ceiling value for all four contracts is $13,000,000. No funding will be obligated at time of award. This contract was competitively procured with five offers received via the Federal Business Opportunities website. The Naval Sea Systems Command, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. FLIR Systems Inc., North Billerica, Massachusetts, is awarded a $12,133,461 ceiling increase modification to previously awarded firm-fixed-price contract (N00164-18-D-JQ99) for non-warranty repairs, provision item ordering spares, product revisions, upgrades and production systems of the maritime mounted sensor. Work will be performed in North Billerica, Massachusetts, and is expected to be complete by February 2023. The contract will support multiple electro-optic sensor systems to include the following maritime forward-looking infrared, combatant craft forward looking infrared, shipboard infrared sensor systems, sea forward looking infrared. The electro-optic systems are utilized by the Navy, Coast Guard, Marine Corps and U.S. Special Operations Command to carry out assigned missions. These systems provide electro-optical surveillance capability allowing the user to operate in low-light conditions. This contract was awarded on a sole-source basis in accordance with the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by Federal Acquisition Regulations 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $650,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Colonna Shipyards Inc., Norfolk, Virginia, is awarded an $8,903,875 firm-fixed-price contract for an 80-day shipyard availability for the emergency dry-docking of Navy Ship Spearhead (T-EPF 1). Work will be performed in Norfolk, Virginia, and is expected to be complete by June 2020. This contract includes an 80-day base period and three options, which if exercised, would bring the cumulative value of this contract to $9,241,725. Working capital contract funds (Navy) in the amount of $8,903,875 are obligated for fiscal 2020 and will not expire at the end of the fiscal year. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia; and Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded an $8,759,811 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 to exercise options for Integrated Submarine Imaging System (for submarine electronic warfare models AN/BLQ-10 and TI-18) kits and spares. Work will be performed in Manassas, Virginia (47%); Syracuse, New York (29%); Chantilly, Virginia (13%); Marion, Massachusetts (7%); and Newport, Rhode Island (4 %), and is expected to be completed by March 2023. Fiscal 2020 other procurement (Navy) funding in the amount of $8,759,811 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. (Awarded March 12, 2020) U.S. TRANSPORTATION COMMAND Construction Helicopters Inc., Howell, Michigan, has been awarded a task order modification, HTC711-18-F-R029/P00008, on contract HTC711-17-D-R016 in the amount of $33,995,543. This modification provides continued support of North Atlantic Treaty Organization Air Command-Afghanistan/Combined Security Transition Command. The services provide dedicated rotary wing air transportation to move passengers, cargo and human remains as well as perform casualty evacuation in support of the Afghan Air Force. Work will be performed in the government of Afghanistan. The option period of performance is from March 19, 2020, to March 18, 2021. Fiscal 2020 Afghanistan Security Force funds (Army) were obligated at award of the modification. This modification brings the total cumulative face value of the task order to $101,571,160, from $67,575,617. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. ARMY R&D Maintenance Services Inc.,* Tulsa, Oklahoma, was awarded a $15,989,749 cost-plus, firm-fixed-price contract for maintenance, repair, minor construction and operations of the Hartwell Lake and Dam project. Bids were solicited via the internet with four received. Work will be performed in Hartwell, Georgia, with an estimated completion date of Oct. 31, 2025. Fiscal 2020 civil investigation funds in the amount of $15,989,749 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-C-5000). Navistar Defense, Melrose Park, Illinois, was awarded an $11,442,992 firm-fixed-price Foreign Military Sales (Iraq) contract for 6x6 and 4x4 general transport trucks, recovery vehicles, and spare parts. Bids were solicited via the internet with five received. Work will be performed in Springfield, Ohio; and Ooltewah, Tennessee, with an estimated completion date of Feb. 28, 2021. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0206). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2117069/source/GovDelivery/

  • BAE Systems Awarded $26.7 Million for Modification and Installation of Electronic Countermeasures Aboard KC-130J Aircraft

    20 mai 2020 | International, Aérospatial, Naval

    BAE Systems Awarded $26.7 Million for Modification and Installation of Electronic Countermeasures Aboard KC-130J Aircraft

    May 18, 2020 - The U.S. Navy's Naval Air Warfare Center Aircraft Division's (NAWCAD) Aircraft Prototyping Systems Division has awarded BAE Systems a prime position on a $26.7 million task order to install, integrate, and test the Department of the Navy (DoN) Large Aircraft Infrared Countermeasures (LAIRCM) system on KC-130J aerial transport and refueling aircraft. The DoN LAIRCM advanced missile warning system improves aircraft capability and survivability by countering advanced infrared missile system threats. This press release features multimedia. View the full release here: https://www.businesswire.com/news/home/20200518005382/en/ “We understand how vital the KC-130J is to the U.S. Navy and U.S. Marine Corps and the enhanced capability the DoN LAIRCM system brings to the fight,” said Pete Trainer, vice president and general manager of BAE Systems' Air Force Solutions. “With more than 40 years of experience managing complex aircraft modernization and sustainment programs, we're excited that NAWCAD has entrusted us to integrate this system onto their aircraft to ensure the safety of the aircrews and protect this vital capability.” The BAE Systems turnkey solution provides program management, inventory control, engineering support, installation, and system testing of the DoN LAIRCM upgrade. Aircraft maintenance and support activities will also be provided as required. This is the second task order awarded to BAE Systems under the Prototyping and Limited Production indefinite delivery indefinite quantity contract. The DoN LAIRCM installation will be performed on up to 19 KC-130J aircraft over the next five years; the work will take place in Crestview, Florida in partnership with Vertex Aerospace Aircraft Integration & Sustainment (AIS) Division. “The program office looks forward to working with BAE Systems on the DoN LAIRCM installations,” said CAPT Steven Nassau, program manager for Naval Air Systems Command's PMA-207. “This competitive award will allow the Marine Corps to move from government depot installation to industry without a gap in services. It is a great reflection on the dedication of the KC-130J Mission Systems Team and the contracts office. It also speaks to the flexibility of both the Navy and industry.” BAE Systems' Intelligence & Security sector has extensive experience in advanced aircraft engineering, fabrication, installation, modification, systems integration, and logistics support, and has performed more than 200 separate complex modification programs involving over 2,200 aircraft. The BAE Systems and Vertex AIS team have installed Directional Infrared Countermeasures and DoN LAIRCM systems for the U.S. Air Force and foreign military customers under previous contracts. View source version on businesswire.com: https://www.businesswire.com/news/home/20200518005382/en/

Toutes les nouvelles