13 février 2019 | International, C4ISR

Earthcube, la start-up française qui veut marcher dans les pas de Palantir

ANNE DRIF

Fondé il y a deux ans par deux anciens d'Areva et Airbus, Earthcube travaille pour quatre « organisations » du ministère des Armées et un service britannique.

L'un montait des joint-ventures en Chine, en Russie et en Corée chez Areva. L'autre élaborait de nouvelles technologies d'observation de la terre chez Airbus Defense & Space. A 37 et 34 ans, Arnaud Guérin et Renaud Allioux sont aujourd'hui à la tête d'Earthcube, la première start-up devenue, en l'espace de deux ans, le prestataire de quatre « organisations » au sein du ministère de la Défense, dont ses services de renseignement militaire. Et d'un service britannique.

Identifier un pick-up dans le désert

Faute d'écho à ses solutions de Big Data au sein de l'avionneur, et Space X ayant écarté sa candidature, les projets de Renaud Allioux, ont rencontré ceux d'Arnaud Guérin, qui s'intéressait lui aussi aux systèmes de surveillance stratégiques.

Ensembles, ils ont lancé une solution d'intelligence artificielle qui permet d'identifier sur des images satellites prises à 600 kilomètres d'altitude, des objets de quelques dizaines de pixels en quelques secondes, comme un pick-up en plein désert, ou de suivre des dizaines de milliers de véhicules, dans de grands centres urbains, comme Deir Ezzor aux mains de l'EI. « Aujourd'hui, il faut plusieurs jours à un analyste de renseignement pour mener ce type de ciblage sur des images satellites. Avec l'arrivée des satellites espions européens CSO, qui fourniront un grand volume de données, les équipes d'analystes pourront, en l'état des outils actuels, traiter moins de 10 % des flux, explique Arnaud Guérin. Or, la rapidité d'intervention est clef dans ces missions ».

Expansion américaine

Rapidement identifiée par la Direction générale des Armées, Earthcube a scellé son alliance avec la Direction du renseignement militaire lors du premier défi de l' Intelligence Campus , son pôle dédié aux nouvelles technologies. Mais celle-ci n'est pas exclusive, puisque la start-up a pu se rapprocher d'autres services de renseignement. En 2017, la société a levé 3 millions d'euros. Au départ, pourtant, ils ambitionnaient de s'adresser seulement aux acteurs privés ayant de forts enjeux sécuritaires comme les groupes pétroliers ou nucléaires. « Chez Areva, je faisais mettre en place des systèmes de surveillance au sol pour des sites miniers ou chimiques, poursuit Arnaud Guérin. Mais, quand vous êtes le géant chinois Cnooc, vous devez sécuriser des dizaines de milliers de kilomètres de pipeline. Ces systèmes de surveillance sont vulnérables et onéreux ».

Au lancement d'Earthcube en 2016, ajoute-t-il, « nous nous étions positionnés comme l'alternative non américaine d'analyses de données, mais c'est une illusion de croire que les services de renseignements américains ont une réelle longueur d'avance sur les Européens en la matière », poursuit le dirigeant. Earthcube est ainsi « en discussions avancées » avec des organisations américaines.

Les deux fondateurs ont de sérieuses ambitions, quitte à prendre une référence qui fait polémique en France. « Pour nous, l'américain Palantir est un modèle. En très peu de temps, ils ont réussi à devenir l'égal de géants traditionnels de leur secteur ».

Anne Drif

https://www.lesechos.fr/industrie-services/air-defense/0600634357107-earthcube-la-start-up-francaise-qui-veut-marcher-dans-les-pas-de-palantir-2244076.php

Sur le même sujet

  • Contracts for May 18, 2021

    19 mai 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contracts for May 18, 2021

    Today

  • Contract Awards by US Department of Defense - August 27, 2019

    28 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

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

    NAVY Southwest Construction & Property Management,* San Bruno, California (N62473-19-D-1231); Bishop Inc.,* Orange, California (N62473-19-D-1232); J. Davis Construction Management Inc.,* Oxnard, California (N62473-19-D-1233); Trumble Construction Inc., doing business as RBT Construction,* Texarkana, Texas (N62473-19-D-1234); B.C. Schmidt Construction Inc.,* Williams, California (N62473-19-D-1235); and Heffler Contracting Group,* El Cajon, California (N62473-19-D-1236), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract. The maximum dollar value including the base period and one option period for all six contracts combined is $240,000,000. The contract covers new construction, renovation and repair, primarily by design-build or secondarily by design-bid-build of roofing systems at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. Types of roofing projects may include, but are not limited to, roof condition assessment, emergency leak response and testing for hazardous material on various roofing systems. It also covers all roofing related work such as, but not limited to, demolition and disposal of roofing materials that may contain asbestos and lead paint, removal and reinstallation of equipment, piping and heating, ventilation, air conditioning (HVAC) ductwork, painting and installation of gutters, downspouts, fascia, sheet metal flashing, sealants, caulking, insulation, vents, and drainage assemblies. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in California (80%); Arizona (16%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (O&M) (Navy) contract funds in the amount of $30,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. CDM Federal Programs Corp., Fairfax, Virginia, is awarded a not-to-exceed $49,000,000 indefinite-delivery/indefinite-quantity contract for services to support the Navy's public works business line. The work to be performed includes, but is not limited to, the following type of services: evaluate, analyze, development of plans, standard operating and maintenance procedures, and recommend improvements for utility management; utility operation and maintenance; electric and steam production; electric and steam distribution; natural gas distribution; water and wastewater treatment; water distribution; wastewater collection; utility privatization and out-sourcing; cybersecurity and control systems; advanced metering; energy management; energy security; energy and water conservation; project financing; utility regulation; utility rate making and analysis; commodity and service pricing and procurement; supply and demand practices; market design; and fuel sourcing. No task orders are being issued at this time. Work will be performed primarily within the Naval Facilities Engineering Command Atlantic area of responsibility, and the term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2012). Lockheed Martin Corp. Rotary and Mission Systems, Littleton, Colorado, is awarded an estimated $44,308,222 indefinite-delivery/indefinite-quantity hybrid contract with cost-plus-fixed-fee and firm-fixed-price contract line item numbers. The contract is in support of Navy and other agencies' Radiant Mercury (RADMERC) operations to securely transfer data across different security domains. The contract provides for installation, program management, maintenance, modernization and sustainment of RADMERC systems. The contract will also provide system security authorization support, and logistics and training services. This contract includes a five-year ordering period and a five-year option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $92,213,609. Work will be performed in various U.S. locations (80%), with work in locations outside the U.S. (20%) based on the requirement for each delivery order placed. Work is expected to be completed by August 2024. If the option is exercised, work could continue until August 2029. No funding is obligated on the contract at time of award. Contract funds will be obligated on individual delivery orders. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated on the first delivery order. Contract funds will expire at the end of the current fiscal year. 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) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0006). Phoenix International Holdings Inc., Largo, Maryland, is awarded a $37,775,336 cost-plus-fixed fee bridge contract for Submarine Rescue Operations Maintenance contractor. The contractor is responsible for providing appropriate and sufficient personnel and services necessary for the mobilization, operation, storage, logistic support, repair and maintenance of the submarine rescue systems. The contractor will provide appropriate and sufficient personnel and services necessary to mobilize and operate the submarine rescue systems that support the response requirements. The contractor is responsible to ensure the Navy's submarine rescue systems are maintained in a high state of readiness to support a rapid worldwide deployment on a 24-hour-per-day, 7-day-a week basis. This contract includes one option, which, if exercised, would bring the cumulative value of this contract to $40,828,728. Work will be performed in San Diego, California, and is expected to be complete by June 2020. If the option is exercised, work will continue through August 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $2,100,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4307). DynCorp International LLC, McLean, Virginia, is awarded a $27,079,693 indefinite-delivery/indefinite-quantity contract for base operations support (BOS) services at Naval and Defense Intelligence Agency Facilities in Washington, District of Columbia; Maryland; and Virginia. The BOS services to be performed include: general information, management and administration, supply services, facility management, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, and utility management, chiller plant, and transportation services. The maximum dollar value including the base period and six option periods is $173,819,122. Work will be performed in Washington, District of Columbia (54%); Maryland (32%); and Virginia (14%), and is expected to be completed by May 2026. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) contract funds in the amount of $23,355,530 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2013). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $25,252,703 for modification P00052 to previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm, cost-plus-fixed-fee contract N00019-16-C-0004. This modification is for an F-35 Lightning II Joint Strike Fighter regional maintenance repair and upgrade facility for the Government of Japan under the Foreign Military Sales (FMS) program. Work will be performed in Nagoya, Japan (65%); Ft Worth, Texas (26%); Greenville, South Carolina (7%); Orlando, Florida (2%); and El Segundo, California (1%), and is expected to be completed no later than September 2022. FMS funds in the amount of $25,252,703 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. ARMY Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $50,871,700 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for production, integration, fielding, and training of the Huntsman secure network radio. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2022. U.S. Army Contracting Command, Redstone, Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0041). Lockheed Martin Rotary Mission Systems, Owego, New York, was awarded a $42,734,799 hybrid (firm-fixed-price and fixed-price-incentive) domestic and Foreign Military Sales (United Kingdom) contract to procure Modernized Radar Frequency Interferometer kits and spares. One bid was solicited with one bid received. Work will be performed in Owego, New York, with an estimated completion date of July 31, 2022. Fiscal 2017, 2018 and 2019 aircraft procurement, Army and foreign military sales funds in the combined amount of $42,734,199 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0634). DLT Solutions, Herndon, Virginia, was awarded a $15,928,239 firm-fixed-price contract for the procurement of multiple Red Hat software items. Work will be performed in Herndon, Virginia, with an estimated completion date of Aug, 23, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,928,239 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-F-0117). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,678,125 modification (P00070) to contract W56HZV-13-C-0319 for facilities modifications at the Joint Systems Manufacturing Center in Lima, Ohio. Work will be performed in Lima, Ohio, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 other procurement, Army funds in the amount of $14,678,125 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Triumph Engine Control Systems LLC, West Hartford, Connecticut, was awarded a $7,473,340 firm-fixed-price contract for the overhaul of a minimum of the fuel control main for the CH-47 Chinook helicopter. 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. 26, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-F-0640). Trident Technologies LLC,* Huntsville, Alabama, was awarded a $7,450,142 modification (0001 35) to contract W31P4Q-16-A-0018 to provide Non-Standard Rotary Wing Aircraft Project Office programmatic support services. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Aug. 25, 2020. Fiscal 2019 Foreign Military Sales funds in the combined amount of $7,450,142 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY BAE Systems, Nashua, New Hampshire, has been awarded a maximum $83,934,598 firm-fixed-price, cost-plus-fixed-fee, and cost-no-fee contract for the AN/AAR-57A(V) Common Missile Warning System. 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 five-year contract with no option periods. Location of performance is New Hampshire, with an Aug. 26, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds; and Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0075). General Electric Co., Lynn, Massachusetts, has been awarded a $42,846,000 firm-fixed-price delivery order (SPRPA1-19-F-QH07) against a five-year basic ordering agreement (FA8122-19-G-0001) for combustion chambers. This is a 42-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S .Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Massachusetts, with a Feb. 28, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Packet Forensics LLC, Virginia Beach, Virginia, was awarded a $10,000,000 modification (P00004) to previously awarded HR0011-18-C-0056 for the Defense Advanced Research Projects Agency Harnessing Autonomy for Countering Cyberadversary Systems (HACCS) research project. The modification brings the total cumulative face value of the contract to $21,200,000 from $11,200,000. Work will be performed at Virginia Beach, Virginia, with an expected completion date of August 2020. Fiscal 2019 research and development funds in the amount of $10,000,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1945395/source/GovDelivery/

  • Contract Awards by US Department of Defense - October 16, 2018

    18 octobre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - October 16, 2018

    DEFENSE INFORMATION SYSTEMS AGENCY ViON Corp., Herndon, Virginia, was awarded a competitive, single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for SPARC processor capacity services with a total lifecycle contract amount of $329,586,627. The minimum guarantee for this effort, which is being met by the first delivery order under HC1084-19-D-0001, is $630,000, funded by fiscal 2019 research, development, test and evaluation funds. Performance will be at current Defense Information Systems Agency (DISA) data centers or future DISA centers in the continental U.S. (CONUS); DISA outside CONUS data centers; and other DISA or DISA-approved locations worldwide in which DISA may acquire an operational responsibility. Proposals were solicited via the Federal Business Opportunities website (FEDBIZOPPS), and two proposals were received. The period of performance is for a base period of five years beginning Oct. 17, 2018, and five one-year option periods through Oct. 16, 2028. The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity (HC1084-19-D-0001). NAVY The Boeing Co., Seattle, Washington, is awarded $136,999,356 for modification P00002 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0113). This modification provides CFM56-7B27A/3 and CFM56-7B27AE engine depot maintenance and repair, field assessment, maintenance repair and overhaul engine repair, and technical assistance for removal and replacement of engines for the P-8A Poseidon aircraft in support of the Navy and the government of Australia. Work will be performed in Atlanta, Georgia (94 percent); and Seattle, Washington (6 percent), and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded a $136,753,425 undefinitized contract action on a not-to-exceed basis for the procurement of long lead time material, pre-production and engineering support for the Expeditionary Sea Base 6. This action allows the procurement of ship sets of the purchase specifications supporting integrated propulsion, main diesel generator engines, propeller and shafting, integrated bridge electronics, centrifugal pumps, fuel and lube oil purifiers and steering gear components. Work will be performed in San Diego, California (21 percent); Beloit, Wisconsin (19 percent); Pittsburgh, Pennsylvania (17 percent); various cities in Alabama and Iowa (9 percent); Chula Vista, California (5 percent); Chesapeake, Virginia (5 percent); Iron Mountain, Michigan (4 percent); Busan, Korea (3 percent); and various other locations totaling 17 percent, and is expected to be completed by May 2019. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $65,876,713 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with U.S. Code 2304(c) (1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington District of Columbia, is the contracting activity. StandardAero Inc., San Antonio, Texas, is being awarded $121,890,824 for modification P00002 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0110). This modification provides CFM56-7B27A/3 and CFM56-7B27AE engine depot maintenance and repair, field assessment, maintenance repair and overhaul engine repair, and technical assistance for removal and replacement of engines for the P-8A Poseidon aircraft in support of the Navy and the government of Australia. Work will be performed in Winnipeg, Manitoba, Canada (93 percent); and San Antonia, Texas (7 percent), and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., Seattle, Washington, is awarded $33,025,575 for modification P00003 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity multiple award contract (N00019-18-D-0112). This modification provides P-8A Poseidon aircraft depot scheduled and unscheduled maintenance, depot in-service repair planner and estimator requirements, technical directive incorporation, airframe modifications, ground support and removal and replacement of engines in support of the Navy and the government of Australia. Work will be performed in Atlanta, Georgia (94 percent); and Seattle, Washington (6 percent), and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. AAR Aircraft Services Inc., Indianapolis, Indiana, is awarded $32,784,405 for modification P00003 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity multiple award contract (N00019-18-D-0111). This modification provides P-8A Poseidon aircraft depot scheduled and unscheduled maintenance, depot in-service repair planner and estimator requirements, technical directive incorporation, airframe modifications, ground support and removal and replacement of engines in support of the Navy and the government of Australia. Work will be performed in Indianapolis, Indiana, and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, is awarded $28,694,621 for firm-fixed-price task order N6945019F0500 under a previously awarded global contingency service multiple award contract (N62742-16-D-3552) for base operations support services at Naval Station, Guantanamo Bay. The work to be performed provides for base operations support services to include family housing, facility management, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, water, and base support vehicles and equipment. The task order also contains two unexercised six-month option periods, which if exercised would increase the cumulative task order value to $59,727,709. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy, Army and Defense Agencies); fiscal 2019 Navy working capital funds; and fiscal 2019 Defense Health Program contract funds in the amount of $21,483,790 for recurring work will be obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. EDO LLC, Amityville, New York, is awarded $7,751,952 for modification P00009 to a previously awarded cost-plus-fixed-fee, firm-fixed-price, cost reimbursable contract (N00019-17-C-0029). This modification provides for the procurement of four carriage system simulators, nine BRU-55B/A engineering change proposal kits, 30 joint miniature munition interface / universal armament interface capable umbilical cables, and non-recurring engineering for the universal armament interface to include parts, testing, labor and travel in support of the Precision Strike Weapons program office. Work will be performed in Amityville, New York, and is expected to be completed in June 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,751,952 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, Lakehurst, New Jersey, is the contracting activity. DEFENSE LOGISTICS AGENCY Aseptico Inc.,* Woodinville, Washington, has been awarded a maximum $28,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 53 responses received; 16 contracts have been awarded to date. Using customers are Department of Defense and other federal organizations. Location of performance is Washington, with an Oct. 15, 2023, performance completion date. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0004). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1663723/source/GovDelivery/

Toutes les nouvelles