1 octobre 2019 | International, C4ISR, Sécurité

France’s new cyber defense ‘conductor’ talks retaliation, protecting industry

By: Christina Mackenzie

PARIS — Maj. Gen. Didier Tisseyre is France's new cyber defense force commander — the “conductor” of an orchestra made up of military officials and the domestic defense industry, as he puts it.

Cyber Defence Command was created in 2017 and was expanded in January when Armed Forces Minister Florence Parly announced France will develop and deploy offensive cyber weapons. Tisseyre took on the lead role Sept. 1 from his predecessor and most recently served as the deputy to that former commander. He spoke to Defense News earlier this month in a meeting room at the Armed Forces Ministry.

What is your role as the head of Cyber Defence Command?

I am a conductor, and my orchestra is made up of the Army, Navy and Air Force chiefs of staff, ANSSI [France's National Agency for the Security of Information Systems], and defense industry leaders.

We must protect our systems, be robust, be resilient because if France's vital interests are attacked, then the armed forces must be able to react. Our weapons systems, our command systems are all computer-controlled. This makes them powerful and effective but also vulnerable, so we must be able to protect them. And today this protection must be as global and end-to-end as possible. This means that everyone in the Ministry of the Armed Forces must work together, and there must be a conductor to coordinate the protection and the defense of our interconnected networks. That is my job

I have a staff and a number of specialized units who contribute to this defense and coordinate it. But within each armed force — the Navy, the Army, the Air Force — there are cyberwarriors who liaise with us to defend their systems.

We work very closely with ANSSI, exchanging information so that we can anticipate future attacks. We also work closely with our fellow NATO members, our bilateral partners and other international organizations. The idea is to be able to anticipate and not just to react.

What does France consider a top cyberthreat?

Cyberspace is a very positive place for bringing people together and is wonderful for the economy, for arts and so on. But precisely because it brings thousands of people into contact with each other, it is also used to get money fraudulently, to influence, to destabilize, to spread ideologies. And even if we must maintain freedom of expression, there are certain things in France which cannot be said publicly — [incitement to ethnic and racial hatred, for example]. Our principle is that everything that happens in real life is transposable into cyberspace, so for France and many other countries, the law is just as applicable in cyberspace as it is in real life. But because there is a general impression that no rules apply in cyberspace, then individuals and groups use it for criminal activities, spying, destabilizing electoral processes. And the question arises as to whether these individual or groups are being backed by states.

As a member of the armed forces, my duty is to be paranoid and assume that the cyber enemy may have a strong, state-backed criminal intent to prepare conflicts, and so that is what we must be prepared for.

How do you anticipate the ways imaginative hackers will act?

By hiring imaginative youngsters ourselves. Our cyberwarriors have to be extremely motivated to protect the ministry's systems and France, obviously. They must have very specialist IT technical or social media know-how, or be brilliant intelligence gatherers. A lot of what is said on social networks allows us to learn about our enemy, to anticipate possible attacks, or even enables us to hinder their propaganda, particularly on our theaters of operation in Africa or the Levant, for example, where part of our mission is to stop jihadist groups from recruiting.

Our cyberwarriors have to have a particular frame of mind because we are not asking them to configure the network or equipment, we are really in a combat situation in cyberspace. We work on operations to defend or to undertake offensive actions to protect our systems, our freedom to act, to guarantee the sovereignty of our systems.

Is France confronting specific threats that are different from those faced by other countries?

Fundamentally, no, because we are all cyberattacked by people trying to block our computers, and attackers are becoming increasingly sophisticated in their ways of hacking.

How does France respond?

We must be prepared to react. But France considers that attributing an attack — notably where advanced persistent threats, [or APT], are concerned — is a very political, highly sensitive thing to do. APT can be the work of individuals seeking ways to make money, or being paid by others and potentially linked to intelligence services of other nations.

If an organization such as NATO is attacked, then France is, by principle, against collective attribution. Each member of the organization must agree that the attacking individual or group is taking its orders from a state because attribution of blame, as I said, is highly political: You're designating a state as being responsible for attacking another one, and that has a very strong impact. You have to be able to prove it, and the state that has been blamed might not appreciate having the finger pointed at it.

In the physical world when an aircraft crosses into another nation's airspace or a vehicle crosses a border, there is concrete proof: radar, photographs and so on. The difficulty in cyberspace is that it's very easy to pass oneself off as somebody else and to hide one's tracks; [just] because an APT is perpetrated by attackers physically present in one country, that [doesn't mean] they were taking their orders from that country. Here's an example to illustrate my point: They could use a server in Germany to send the data to the U.K., which then rebounds in France and finally attacks the United States. So Washington would try and work back to see where the attack came from and would eventually discover that it came from Germany, but that doesn't mean the order to attack came from Germany. In cyberspace, leads very quickly get entangled. So we really have to be extremely careful about a hack-back before thorough due diligence has been undertaken.

What France wants is that each member state validates the blame before the finger is pointed. We are against the idea that just because one member blames a state for attacking it, that NATO takes it as a given and invokes Article 5 of the NATO treaty, [which calls for collective action if a member state is attacked].

What would happen if France is attacked?

It depends. If France thinks that the attack came from a state and wants a collective reaction from NATO, then there'd be a whole lot of discussions about the risk of escalation, Article 5, the right to self-defend and so on. These notions involve significant commitments for countries, and so we want things to be clearly defined where cyberspace is concerned: What is an attack? Who was targeted? What are the consequences of the attack? Did it touch the physical integrity of nationals of the country? Were the operating systems of a hospital or a power station impacted?

We want to take into account the economic or human impact of the attack and the nature of the attacker: Was it an individual having fun? Was it a group, and what were its motivations? Was it a jihadist group with terrorist intent, or was it outright a state pre-positioning itself for future conflicts or trying to wield influence?

France wants things to be clear. We want to establish how international laws apply to cyberspace, and as I mentioned earlier, we insist on due diligence.

Could you explain what you mean by “due diligence”?

If, for example, France sees that it has been attacked via a server in Germany, then “due diligence” means that instead of us simply hacking Germany back, we would ask the authorities in Berlin to act to stop that server being used. So even if, within NATO, a member state is attacked, then France holds that that state is not authorized to hack back without due diligence being undertaken first.

It's a bit complex, but we've listed the types of attack, the principle of digital sovereignty, the references to the Tallinn Manual — [the independent academic research product authored by an international group of about 20 experts to guide how international law applies to cyber conflicts and cyberwarfare]. And we've positioned ourselves with regards to this, and in certain particular cases have said, “Be careful, our interpretation of X is slightly different for these reasons,” and we explain why.

We also explain that we consider an attack on information systems in France is an attack on our national sovereignty. That gives us the right to riposte, not necessarily in a cyber way but it could be a diplomatic response or an economic one ― it depends on the nature of the attack and the impact it has and on the attacker himself, what his motivations were and in what framework the attack took place.

How does the ministry work with industry?

The ministry knows how to defend itself, and we have the right, within a very strict framework, to undertake offensive cyberattacks in foreign operations. The attacker knows that a direct attack on us is thus likely to fail. So he will ruse. He'll attack the weak link: the defense industry, notably the subcontractors that may only make a small component of a weapon or an IT system. He'll put a virus or malware in that subcontractor's system, and it will progressively make its way into the major contractor's system and then into the weapon system. And as all these are interconnected, then this is how we would be attacked. So we need to have confidence in the entire supply chain, and we are on the verge of signing a convention with industry aimed at raising general awareness of this risk at every level of industry.

France has allocated €1.6 billion (U.S. $1.8 billion) to cyber defense in its 2019-2025 military program law. What are the main spending priorities?

To ensure that the system is protected and defendable. Until recently, we concentrated on the functionality of the system: what it was designed to do and who for (the Air Force, the Navy, the Army, etc.). And making the systems secure was an additional layer to the basic functions, so if funds ran out, then sometimes the layer would be only half done or had holes in it.

Today we are aware that there is such vulnerability in computer systems that security has to be built in by design. It's part and parcel of the functionality of the system.

We're also spending money on the detection of attacks. Our network has sensors in it to detect whether anyone is using the network who shouldn't be. We're working on the characterization of attacks, which means we're collecting data on malware — a bit like a laboratory that might keep a sort of library of viruses and bacteria — to be able to quickly establish what type of attack is being undertaken and therefore what the best “medicine” is for it.

And of course we'll be hiring another 1,000 cyberwarriors between now and 2025.

https://www.fifthdomain.com/international/2019/09/30/frances-new-cyber-defense-conductor-talks-retaliation-protecting-industry/

Sur le même sujet

  • Contract Awards by US Department of Defense - September 24, 2018

    25 septembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 24, 2018

    ARMY EMCOR Government Services Inc., Arlington, Virginia (W91278-18-D-0095); Facility Services Management Inc., Clarksville, Tennessee (W91278-18-D-0096); Hospital Housekeeping Systems LLC, Austin, Texas (W91278-18-D-0097); J&J Maintenance Inc., Austin, Texas (W91278-18-D-0098); Jones Lang LaSalle Americas Inc., Washington, District of Columbia (W91278-18-D-0099); Valiant Government Services LLC, Hopkinsville, Kentucky (W91278-18-D-0100); and VW International Inc.,* Alexandria, Virginia (W91278-18-D-0101), will compete for each order of the $475,000,000 firm-fixed-price contract for operations and maintenance, incidental repair and minor construction to support the U.S. Army Medical Command facilities. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2023. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $289,176,455 modification (P00025) to contract W31P4Q-16-C-0036 for the procurement of 24 M142 High Mobility Artillery Rocket Systems launchers, training, spares and enhanced product improvement modifications. Work will be performed in Grand Prairie, Texas, with an estimated completion date of July 1, 2022. Fiscal 2018 other procurement, Army funds in the amount of $127,313,849 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Great Lake Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $113,167,400 firm-fixed-price contract for two new turning basins, widening, dredging and construction for the deepening and strategic widening of the Jacksonville Harbor Federal Channel and turbidity monitoring, endangered species monitoring, vibration monitoring, beach fill quality control, and sea turtle non-capture trawling. Bids were solicited via the internet with two received. Work will be performed in Jacksonville, Florida, with an estimated completion date of Feb. 11, 2020. Fiscal 2017 and 2018 non-federal and federal operations and maintenance funds in the combined amount of $113,167,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-C-0021). JCB Inc., Pooler, Georgia, was awarded a $72,757,904 modification (P00009) to contract W56HZV-14-D-0066 for High Mobility Engineer Excavator Type-1 vehicles. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of April 28, 2019. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. AM General LLC, South Bend, Indiana, was awarded a $51,302,430 firm-fixed-price contract for recapitalization of the High Mobility Multipurpose Wheeled Vehicles. One bid was solicited with one bid received. Work will be performed in South Bend, Indiana, with an estimated completion date of Aug. 30, 2019. Fiscal 2017 other procurement, Army funds in the amount of $51,302,430 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-C-0177). L-3 Communications Corp., Muskegon, Michigan, was awarded a $43,008,895 modification (P00058) to contract W56HZV-15-C-0119 for 184 Hydro Mechanically Propelled Transmissions for the Bradley and Multiple Launch Rocket Systems and ancillary hardware. Work will be performed in Muskegon, Michigan, with an estimated completion date of May 19, 2020. Fiscal 2017 and 2018 other procurement, Army funds in the amount of $43,008,895 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Benaka Inc.,* New Brunswick, New Jersey, was awarded a $42,654,933 firm-fixed-price contract for renovations to Vermont National Guard Buildings 130, 131, 132, 160 and 360. Bids were solicited via the internet with three received. Work will be performed in South Burlington, Vermont, with an estimated completion date of Feb. 19, 2020. Fiscal 2018 military construction funds in the amount of $42,654,933 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-18-C-0016). United Excel Corp., Kansas City, Missouri, was awarded a $40,137,541 firm-fixed-price contract for design build construction project that includes: abatement of hazardous materials, demolition of the old Wilford Hall and support buildings, relocation of the communications infrastructure and the construction of new surface parking and green areas, complete with storm drain and detention features. Bids were solicited via the internet with four received. Work will be performed in San Antonio, Texas, with an estimated completion date of March 2, 2021. Fiscal 2014 military construction funds in the amount of $40,137,541 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0077). Navistar Defense, Lisle, Illinois, was awarded a $22,103,643 firm-fixed-price Foreign Military Sales (Iraq) contract for 4x4 and 6x6 trucks. Bids were solicited via the internet with one received. Work will be performed in Lisle, Illinois, with an estimated completion date of Sept. 27, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $22,103,643 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-F-0117). Mike Hooks LLC, Westlake, Louisiana, was awarded a $21,052,718 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Glemora, Louisiana, with an estimated completion date of Sept. 1, 2019. Fiscal 2016, 2017 and 2018 operations and maintenance Army funds in the amount of $21,052,718 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-18-C-0049). Great Lakes Dredge & Dock Company LLC, Oakbrook, Illinois, was awarded an $18,868,500 firm-fixed-price contract for dredging of Morehead City, Wilmington, Savannah and Brunswick harbors. Bids were solicited via the internet with two received. Work will be performed in Morehead City, North Carolina; Wilmington, North Carolina; Savannah, Georgia; and Brunswick, Georgia, with an estimated completion date of April 15, 2019. Fiscal 2016, 2017 and 2018 operations and maintenance Army funds in the amount of $17,148,811 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-18-C-0020). Citi Approved Enterprise LLC,* Harvey, Louisiana, was awarded a $13,195,792 firm-fixed-price contract for Atchafalaya Basin floodway, Boeuf Lock, 2018 south chamber guide wall replacement. Bids were solicited via the internet with six received. Work will be performed in Morgan City, Louisiana, with an estimated completion date of April 30, 2020. Fiscal 2018 Mississippi River and Tributaries funds in the amount of $13,195,792 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-18-C-0052). Lobar Inc., Dillsburg, Pennsylvania, was awarded an $11,968,000 firm-fixed-price contract for restoration and modernization of Building 328. Bids were solicited via the internet with six received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of March 16, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $11,968,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-18-C-0042). Miami Technology Solutions LLC,* Reston, Virginia, was awarded a $10,999,310 firm-fixed-price contract for road repairs at Arlington National Cemetery. One bid was solicited with one bid received. Work will be performed in Arlington, Virginia, with an estimated completion date of March 23, 2023. Fiscal 2018 military construction funds in the amount of $10,999,310 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-C-0021). CACI NSS Inc., Chantilly, Virginia, was awarded a $10,407,551 firm-fixed-price contract for information technology and information management services. Bids were solicited via the internet with two received. Work will be performed in Fort Detrick, Maryland, with an estimated completion date of May 31, 2023. Fiscal 2018 Defense Health Program operations and maintenance; Defense Health Program research, development, test and evaluation; Veterans Affairs operations and maintenance; and Air Force operations and maintenance funds in the amount of $10,407,551 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Sam Houston, Texas, is the contracting activity (W81XWH-18-F-0361). General Constructors Inc. of the Quad Cities,* Bettendorf, Iowa, was awarded a $10,405,500 firm-fixed-price contract for Mississippi River basin, river project office, Lock and Dam 14, and dock wall repair. Bids were solicited via the internet with four received. Work will be performed in Pleasant Valley, Iowa, with an estimated completion date of April 2, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $10,405,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-18-C-0036). Manson Construction Co., Seattle, Washington, was awarded a $10,162,000 firm-fixed-price contract for Atchafalaya River and Bayous Chene, Boeuf and Black, Atchafalaya Bay and Bar Channel, maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in St. Mary Parish, Louisiana, with an estimated completion date of March 23, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $10,162,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-18-C-0051). Pacific Shipyards International LLC,* Honolulu, Hawaii, was awarded a $10,031,114 firm-fixed-price contract for Essayons Dredge ship overhaul. Bids were solicited via the internet with two received. Work will be performed in Honolulu, Hawaii, with an estimated completion date of April 30, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $10,031,114 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-18-F-0178). GWWO Inc., Baltimore, Maryland, was awarded a $10,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0008). Woolpert Inc., Dayton, Ohio, was awarded a $10,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0012). Leidos Inc., Reston, Virginia, was awarded a $9,805,063 cost-plus-fixed-fee contract to complete the integration, testing, and qualification of the design developed under Phase III of the RQ-7B Shadow Assured Positioning, Navigation, and Timing program. Three bids were solicited with two bids received. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Sept. 30, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $5,272,645 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-F-0687). Dubuque Barge and Fleeting Service Co.,* Dubuque, Iowa, was awarded a $7,475,000 firm-fixed-price contract for removal of dredge material from Corps Island. Bids were solicited via the internet with two received. Work will be performed in Red Wing, Minnesota, with an estimated completion date of Nov. 29, 2019. Fiscal 2018 operations and maintenance funds in the amount of $7,475,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-18-C-0010). AIR FORCE The Boeing Co., Ridley Park, Pennsylvania, has been awarded a $375,550,368 firm-fixed-price contract for the non-developmental item integration of four aircraft to replace the UH-1N. This is the basic award of a contract (including options) valued at approximately $2,380,000,000, which will provide for the acquisition and sustainment of up to 84 MH-139 helicopters, training devices, and associated support equipment. The location of performance is predominantly in Ridley Park, Pennsylvania; and Philadelphia, Pennsylvania. If all options are exercised, the work is expected to be completed by September 2031. This award is a result of a competitive acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $98,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8739-18-C-5030). Integrated Solutions for Systems Inc., Huntsville, Alabama, has been awarded a $17,500,000 indefinite-delivery/indefinite-quantity contract for the Weapons Effects Simulation Testing effort. This contract provides for research and development concepts and conventional inventory weapon systems. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Sept. 27, 2023. This award is the result of a broad agency announcement. Fiscal year 2018 research, development, test and evaluation funds in the amount of $50,000 is being obligated at the time of award. Air Force Research Laboratory, Eglin AFB, Florida, is the contracting activity (FA8651-18-D-0023/FA8651-18-F-0027). Universal Propulsion Co. Inc., Fairfield, California, has been awarded a $10,688,524 contract for supply of Modernized ACES II Electronic Sequencer for the ejection seat on some U.S. and Foreign Military Sales (FMS) aircraft. Work will be performed in Fairfield, California, and is expected to be completed by May 31, 2019. The contract involves foreign military sales to Oman, Portugal, Poland, Bahrain, Romania, Denmark, Singapore, Greece, Egypt, South Korea, Netherlands, Morocco, Saudi Arabia and Pakistan. This award is the result of a sole-source acquisition. Fiscal 2018 funding in the amount of $3,436,768; and FMS funding in the amount of $7,251,756 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-18-C-0002). North Star Construction, Yuba City, California; and Beale Air Force Base, California, has been awarded a $9,749,650 modification to contract FA4686-17-D-0001 for 60KV power lines. Work will be performed at Beale Air Force Base, California, and is expected to be completed by Oct. 3, 2019. Fiscal 2018 operations and maintenance funds in the amount of $9,749,650 are being obligated at the time of award. Total cumulative face value of the contract is $14,081,711. The 9th Contracting Squadron, Beale Air Force Base, California, is the contracting activity. NAVY Centerra Integrated Services LLC, Palm Beach Gardens, Florida (N69450-18-D-1312); Islands Mechanical Contractor Inc.,* Middleburg, Florida (N69450-18-D-1313); Munilla Construction Management LLC, Miami, Florida (N69450-18-D-1314); Ratcliff Construction Inc.,* Orange Park, Florida (N69450-18-D-1315); The Ross Group Construction Corp., Tulsa, Oklahoma (N69450-18-D-1316); and RQ-AECOM JV, Carlsbad, California (N69450-18-D-1317), are each awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command Southeast area of responsibility. The maximum dollar value including the base period and four option years for all six contracts combined is $240,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities. No task orders are being issued at this time. Work will be performed in Guantanamo Bay, Cuba. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $6,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 18 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Black Construction Corp., Harmon, Guam, is awarded an $82,028,150 firm-fixed-price contract for the design and construction of an aircraft maintenance facility and a corrosion control hangar with supporting facilities at Joint Region Marianas, Andersen Air Force Base. The work to be performed provides for the design and construction of (1) a low-rise airframes shop facility with slab-on-grade shallow foundation, reinforced concrete walls and roof, including windows, mechanical, and electrical systems appropriate to Guam earthquake and environmental conditions; and (2) a high-bay corrosion control hangar consisting of two bays: a planned maintenance interval bay and a corrosion control bay. The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $82,970,000. Work will be performed in Yigo, Guam, and is expected to be completed by January 2021. Fiscal 2018 military construction (Navy) contract funds in the amount of $82,028,150 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, with five proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-18-C-1300). Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $78,276,516 cost-plus-incentive-fee modification to previously-awarded contract N00024-13-C-5116 for Aegis Combat System Engineering Agent efforts for the design, development, integration, test and delivery of Advanced Capability Build 20. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2021. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $8,601,589 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. The Raytheon Co., McKinney, Texas, is awarded $46,114,946 for modification P00028 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-15-C-0116) for the procurement of four APY-10 radar system production kits for the Navy, eight for the government of the United Kingdom, four for the government of Australia, and related services in support of P-8A Poseidon aircraft production Lots 8 and 9. Work will be performed in McKinney, Texas (77.1 percent); Andover, Massachusetts (7.1 percent); Chelmsford, Massachusetts (3.4 percent); Woodland Park, New Jersey (3.4 percent); Black Mountain, North Carolina (1.8 percent); San Carlos, California (1.7 percent); Ashburn, Virginia (1.6 percent); Etobicoke, Ontario, Canada (1.4 percent); Simsbury, Connecticut (1.3 percent); and Clearwater, Florida (1.2 percent), and is expected to be completed in September 2022. Fiscal 2018 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $46,114,946 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($11,371,053; 25 percent); and FMS ($34,743,893; 75 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Systems Application and Technologies Inc., Largo, Maryland, is awarded a $39,688,979 indefinite-delivery/indefinite-quantity level of effort contract incorporating one firm-fixed-price contract line item number (CLIN), one cost-plus-fixed-fee CLIN and one cost-type CLIN for other direct costs for Waterfront Operations Support Services. Waterfront Operations Support includes the operation of small watercraft, industrial maintenance and repair, and research and development, test, and evaluation project support with transition, program management, operations management of Building V-47 Naval Station Norfolk, Virginia, reporting, and safety compliance oversight. Work will be performed in Norfolk, Virginia, and is expected to be completed by September 2023. Fiscal 2018 service cost center funding in the amount of $512,804 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-18-D-0009). Alion Science and Technology Corp., Washington, District of Columbia (N64498-18-D-4025); Amee Bay LLC,* Anchorage, Alaska (N64498-18-D-4026); American Systems Corp., Chantilly, Virginia (N64498-18-D-4027); Gibbs & Cox Inc., Arlington, Virginia (N64498-18-D-4028); L-3 Unidyne Inc., Norfolk, Virginia (N64498-18-D-4029); Life Cycle Engineering Inc., Charleston, South Carolina (N64498-18-D-4030); McKean Defense Group LLC, Washington, District of Columbia (N64498-18-D-4031); and NDI Engineering Co.,* Thorofare, New Jersey (N64498-18-D-4032), were awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contracts for technical and engineering services in support of in-service engineering roles and responsibilities for electrical power and generation systems installed on surface ships, submarines and assault craft. Alion Science and Technology Corp. will receive $38,625,259; Amee Bay LLC will receive $42,193,792; American Systems Corp. will receive $38,369,064; Gibbs & Cox Inc. will receive $33,953,721; L-3 Unidyne Inc. will receive $44,042,794; Life Cycle Engineering Inc. will receive $45,122,812; McKean Defense Group LLC will receive $41,480,653; and NDI Engineering Co. will receive $42,555,850. Work will be performed at the contractors' facilities and on-site at the Naval Surface Warfare Center, Philadelphia Division in Philadelphia, Pennsylvania, and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $1,492,330 will be obligated at time of award and funds in the amount of $581,400 will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with eight offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Sept. 21, 2018) URS Group Inc., Morrisville, North Carolina, is awarded $35,700,172 for firm-fixed-price task order N6945018F0085 under a previously awarded, multiple award construction contract (N62470-13-D-6022) for construction of phase two of Hurricane Irma repairs at Naval Submarine Base Kings Bay. The work to be performed provides for a modified/hybrid design build where the contractor is required to provide a designer of record for design development and design, construction submittal approval and oversight of all repairs such as building interiors/exteriors, roofs, piers, and wharfs as a result of Hurricane Irma. Work also includes any and all ancillary and incidental mechanical and electrical support services needed to accomplish required work including, but not limited to, disconnects, temporary reconnects, removals, extensions, modifications, alterations, reinstalls, new components, and permanent reconnects necessary for functional operation. Work will be performed in Kings Bay, Georgia, and is expected to be completed by March 2020. Fiscal 2018 operations and maintenance(Navy) contract funds in the amount of $35,700,172 are obligated on this award and will 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. BAE Systems Land and Armaments, Louisville, Kentucky, is awarded an $18,499,843 firm-fixed-price delivery order basic ordering agreement N00174-18-G-0001 under previously-awarded contract N00174-18-F-0469 for Mk 38 machine gun system coaxial kits. This delivery order will provide all of the necessary materials and services required to manufacture, assemble, inspect, preserve, package and ship coaxial kits to support operations and maintenance for the Mk 38 machine gun systems used by the Navy and Coast Guard. Work will be performed in Louisville, Kentucky (83 percent); and Mesa, Arizona (17 percent), and is expected to be completed by June 2020. Fiscal 2017 and 2018 weapons procurement (Navy) funding; and fiscal 2018 weapons procurement (Coast Guard) funding in the amount of $18,499,843 will be obligated on the delivery order at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Architects Pacific Inc.,* Honolulu, Hawaii, is awarded a maximum amount $15,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for design, engineering, specification writing, cost estimating, and related services at various locations in the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR). The work to be performed provides for design and engineering services for specifications, cost estimates, design-build and design-bid-build (DBB) projects with associated multi-discipline architect-engineering support services including alterations, repair of buildings, structures and minor construction of various base development facility types. Initial task order is being awarded at $592,254 for a DBB construction package, consisting of full plans, specifications, detailed cost estimate, and other services to replace the roof on Pacific Air Forces Wing Headquarters Building 1102H at Joint Base Pearl Harbor-Hickam, Hawaii. Work for this task order is expected to be completed by July 2019. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AOR. The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $592,254 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with seven proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-18-D-5031). Global Connections to Employment Inc., Pensacola, Florida, is awarded $13,028,622 for modification P00010 to extend the previously awarded firm-fixed-price contract (N68836-17-C-0005) to exercise option period two for full food and mess attendant services in support of Naval Air Station, Pensacola; and Navy Explosive Ordnance Disposal School Elgin Air Force Base; and mess attendant services in support of Naval Construction Battalion Center, Gulfport. The contract includes a one-month base period, two 12-month option periods, one 11-month option period, and a six-month extension option, which if all options are exercised, would bring the cumulative value of this contract to $45,737,677. Work will be performed in Pensacola, Florida (60 percent); Elgin AFB, Florida (20 percent); and Gulfport, Mississippi (20 percent), and work is expected to be completed by September 2019. If all options on the contract are exercised, work will be completed by February 2021. Subject to the availability of funds, fiscal 2019 operations and maintenance (Navy) funds in the amount of $13,028,622 will be incrementally funded throughout year, and funds will not expire at the end of the current fiscal year. This contract is a sole-source procurement under the AbilityOne Program (Federal Acquisition Regulation Part 8.704). with one offer received. Naval Supply Systems Command Fleet Logistics Center, Jacksonville, Florida, is the contracting activity. URS Group Inc., Morrisville, North Carolina, is awarded $12,278,673 for firm-fixed-price task order N6247018F9004 under a previously awarded multiple award global contingency construction contract (N62470-13-D-6022) for emergency runway repairs at Camp Baledogle, Somalia. The work to be performed provides for repairs to runway consisting of full depth patching and overlay to allow required airfield operations. Work will be performed in Baledogle, Somalia, and is expected to be completed by September 2019. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $12,278,673 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is awarded $11,900,000 for modification P00002 to a previously awarded cost-plus-fixed-fee contract (N00019-18-C-1009) to provide continuing operations and maintenance efforts in support of the Broad Area Maritime Surveillance - Demonstrator Program (BAMS-D) program. This modification will allow the BAMS-D unmanned aircraft system to remain fully compliant with U.S. and overseas air traffic control authorities by modernizing the transponder and adding the Automatic Dependent Surveillance-Broadcast capability to the aircraft. Work will be performed in Rancho Bernardo, California (75 percent); and Patuxent River, Maryland (25 percent), and is expected to be completed in June 2020. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $11,900,000 are being 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. The Boeing Co., Seattle, Washington, is awarded $9,044,214 for modification P00127 to a previously awarded fixed-price-incentive, firm-fixed-price contract (N00019-14-C-0067). This modification provides for incorporation of P-8A change proposals 809-05553 “Optical Sensor Capability”; and 809-05450 “A-Kit and Aircraft Updates” into 18 full-rate production Lot 7) P-8A aircraft for the Navy. Work will be performed in Jacksonville, Florida (93 percent); and Seattle, Washington (7 percent), and is expected to be completed in August 2021. Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,044,214 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. DEFENSE LOGISTICS AGENCY Triumph Engine Control Systems LLC, West Hartford, Connecticut, has been awarded a maximum $77,507,491 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for control units. This is a five-year contract with no option periods. This was a limited competitive acquisition using justification from Federal Acquisition Regulation 6.302-1(a)(2), which states only one responsible source and no other supplies or services will satisfy agency requirements, and extended to include only one or a limited number of responsible sources. Location of performance is Connecticut, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0200). (Awarded Sept. 21, 2018) EFW Inc., Fort Worth, Texas, has been awarded a maximum $68,255,051 undefinitized, firm-fixed-priced delivery order (SPRPA1-18-F-L803) against a five-year basic ordering agreement (SPRPA1-13-G-004X) for various display replacements in support of the F/A-18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. Location of performance is Texas, with a May 11, 2022, performance completion date. Using service is Navy. Type of appropriation is fiscal 2018 Navy working capital funds and Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Oakes Farms Food & Distribution Services LLC,* Naples, Florida, has been awarded a maximum $45,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a 54-month contract with no option periods. Location of performance is Florida, with a March 23, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, and Department of Agriculture schools. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-18-D-P335). Ruta Supplies Inc., Dover, New Jersey, has been awarded a maximum $15,241,323 firm-fixed-price contract for pneumatic supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c) (1), based on Federal Acquisition Regulation 6.302-1(a)(2). This is a three-year base contract with two one-year option periods. Location of performance is New Jersey, with a Sept. 23, 2021, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2018 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-18-D-0102). Aerocontrolex Group Inc., doing business as TransDigm Inc., South Euclid, Ohio, has been awarded a maximum $7,536,743 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation spare parts. This was a competitive acquisition with two responses received. This is a three-year base contract with one two-year option period. Location of performance is Ohio, with a Sept. 30, 2021, performance completion date. Using customer is Defense Logistics Agency. The type of appropriation is fiscal 2018 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Ogden, Utah (SPE4AX-18-D-9007). DEFENSE INTELLIGENCE AGENCY Prescient Edge Corp., McLean, Virginia, has been awarded a base-year plus four option years, with a potential six-month extension of services, time and materials contract (HHM402-18-C-0056) with an estimated ceiling of $65,080,499 to provide counterintelligence activity support services for the Defense Intelligence Agency's (DIA) Office of Counterintelligence Counterespionage Division. Through this award, DIA will procure services to identify and neutralize threats to DIA personnel, information and missions. Work will be performed in the National Capital Region with an expected completion date of March 23, 2024. Fiscal 2018 operations and maintenance funds in the amount of $7,286,800 are being obligated at time of award. This contract has been awarded through a 100 percent small business set-aside full and open competition and 20 offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. DEFENSE THREAT REDUCTION AGENCY URS Federal Services International Inc., Aberdeen Proving Ground, Maryland, has been awarded a $42,825,276 ceiling cost-plus-fixed-fee task order under the Defense Threat Reduction Agency (DTRA) indefinite-delivery/indefinite-quantity (IDIQ) Cooperative Threat Reduction Integrating Contractor (CTRIC) III HDTRA1-18-D-0005 for Vietnam Increment II. This contract is for technical services in Vietnam to support the Weapons of Mass Destruction – Proliferation Prevention Program. The anticipated completion date is Sept. 23, 2021, and includes options for additional site surveys and execution. This task order was competitively sourced under CTRIC III IDIQ and the government received three offers. Performance of this contract will take place at various locations throughout Vietnam. Fiscal 2018 CTR funds in the amount of $5,400,000 are being obligated at time of award. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-18-F-0114). (Awarded Sept. 20, 2018) *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1643658/source/GovDelivery/

  • SAIC hires former Air Force CIO Knausenberger for tech innovation role

    17 septembre 2023 | International, Aérospatial, Sécurité

    SAIC hires former Air Force CIO Knausenberger for tech innovation role

    SAIC brought in $3.7 billion in defense-related revenue in 2022, according to Defense News "Top 100" analysis.

  • Contract Awards by US Department of Defense - May 15, 2020

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

    Contract Awards by US Department of Defense - May 15, 2020

    DEFENSE LOGISTICS AGENCY BAE Systems Controls Inc., Fort Wayne, Indiana, has been awarded a maximum $1,116,966,065 modification (P00014) exercising the five-year option period of a 10-year base contract (SPE4AX-15-D-94l4) with one five-year option period for consumable and depot-level repairables supporting multiple weapon systems platforms. This is a firm-fixed-price requirements prospective price redetermination contract. Locations of performance are Indiana, Texas, Arizona, California, New Jersey, New York and New Hampshire, with a March 22, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Defense Logistics Agency and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. Labatt Food Service, San Antonio, Texas, has been awarded a maximum $78,373,493 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with three responses received. This is a two-year base contract with one one-year option period and one two-year option period. Locations of performance are Texas and New Mexico, with a May 10, 2022, performance completion date. Using military services are Air Force, Army, Marine Corps and civilian federal agencies. Type of appropriation is fiscal year 2020 through 2022 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3250). AM General LLC, South Bend, Indiana, has been awarded a maximum $7,042,059 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel cylinder heads. This is a three-year 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 Indiana, with a May 15, 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-D-0097). AIR FORCE J Davis Construction Management Inc., Oxnard, California (FA8003-20-D-0008); Bishop Inc.,* Orange, California (FA8003-20-D-0009); SMNC Properties LLC, Saint Mary's, Alaska (FA8003-20-D-0011); BC Schmidt Construction Inc.,* Colusa, California (FA8003-20-D-0016); Pacific Federal-Pacific Tech JV 2, Longview, Washington (FA8003-20-D-0010); MIWOK Construction LLC, Las Vegas, Nevada (FA8003-20-D-0012); ENH LLC, Garden Grove, California (FA8003-20-D-0013); Heffler Contracting Group, El Cajon, California (FA8003-20-D-0014); Aleut Field Services LLC, Fairbanks, Alaska (FA8003-20-D-0015); Chatmon-VJR JV LLC, La Place, Louisiana (FA8003-20-D-0017); Good-Men Roofing and Construction Inc.,* San Diego, California (FA8003-20-D-0018); Prairie Band Construction Inc., Mayetta, Kansas (FA8003-20-D-0020); DKJR Roofing LLC,* Le Mars, Iowa (FA8003-20-D-0021); A-Vet Roofing & Construction LLC, Warner Robins, Georgia (FA8003-20-D-0019); PMR Services LLC, Watford City, North Dakota (FA8003-20-D-0022); RSSI Roofing Co.,* Essex, Maryland (FA8003-20-D-0028); Doliveira DJB JV LLC, Annapolis, Maryland (FA8003-20-D-0029); Kunj Construction Corp., Northvale, New Jersey (FA8003-20-D-0030); D.A. Nolt Inc.,* Berlin, New Jersey (FA8003-20-D-0023); Ocean Construction LLC, Marmora, New Jersey (FA8003-20-D-0024); Roofing Resources Inc.,* Kennett Square, Pennsylvania (FA8003-20-D-0025); Carroll's Roofing and Construction LLC, Arlington, Tennessee (FA8003-20-D-0026); Swan Contracting, Peterborough, New Hampshire (FA8003-20-D-0027); ACTS/Meltech JV1 LLC,* Virginia Beach, Virginia, (FA8003-20-D-0031); A-Vet Roofing & Construction LLC, Warner Robins, Georgia, (FA8003-20-D-0032); The Roof & Metal Co., El Paso, Texas (FA8003-20-D-0037); AR6-Cram Roofing JV,* New Braunfels, Texas (FA8003-20-D-0041); Brazos Roofing Intl of South Dakota,* Waco, Texas (FA8003-20-D-0042); CUE Enterprises Inc.,* Jacksonville, Florida (FA8003-20-D-0033); Carmen Express JV LLC,* McKinney, Texas (FA8003-20-D-0034); MIWOK Construction LLC, Las Vegas, Nevada (FA8003-20-D-0035); Platinum Roofing,* Sheridan, Arkansas (FA8003-20-D-0036); ENH LLC, Garden Grove, California (FA8003-20-D-0038); RYCARS Construction LLC,* Kenner, Louisiana (FA8003-20-D-0039); Good-Men Roofing and Construction Inc.,* San Diego, California (FA8003-20-D-0040); Topside Contracting LLC,* San Antonio, Texas (FA8003-20-D-0043); Heffler Contracting Group, El Cajon, California (FA8003-20-D-0044); PMR Services LLC, Watford City, North Dakota (FA8003-20-D-0045); Legacy JV Group LLC,* Warner Robins, Georgia (FA8003-20-D-0046); Advon Construction Corp.,* Tallahassee, Florida (FA8003-20-D-0048); Jordon Construction Co., Greenville, South Carolina (FA8003-20-D-0051); Best Value Management LLC,* Jacksonville, Florida (FA8003-20-D-0056); Associates Roofing & Construction Inc.,* Murrells Inlet, South Carolina ((FA8003-20-D-0057); Yerkes South-Advanced Roofing Inc., Crestview, Florida (FA8003-20-D-0060); Inland Construction and Engineering,* Panama City, Florida (FA8003-20-D-0067); Legacy JV Group LLC,* Warner Robins, Georgia (FA8003-20-D-0047); Carmen Express JV LLC,* McKinney, Texas (FA8003-20-D-0049); D.A. Nolt Inc.,* Berlin, New Jersey (FA8003-20-D-0050); Ocean Construction LLC, Marmora, New Jersey (FA8003-20-D-0052); Pacific Federal-Pacific Tech JV 1, Longview, Washington (FA8003-20-D-0053); Platinum Roofing,* Sheridan, Arkansas (FA8003-20-D-0054); Topside Contracting LLC,* San Antonio, Texas (FA8003-20-D-0055); Chatmon-VJR JV LLC, La Place, Louisiana (FA8003-20-D-0058); Ames1 DayNight JV, Anchorage, Alaska (FA8003-20-D-0059); ACTS/Meltech JV1 LLC,* Virginia Beach, Virginia (FA8003-20-D-0061); RYCARS Construction LLC,* Kenner, Louisiana (FA8003-20-D-0062); CYE Enterprises Inc.,* Jacksonville, Florida (FA8003-20-D-0063); Swan Contracting, Peterborough, New Hampshire (FA8003-20-D-0064); Roofing Resources Inc.,* Kennett Square, Pennsylvania (FA8003-20-D-0065); Carroll's Roofing and Construction LLC, Arlington, Tennessee (FA8003-20-D-0066); Consolidated Enterprises Inc.,* Anchorage, Alaska (FA8003-20-D-0002); Interior Alaska Roofing Inc.,* Fairbanks, Alaska (FA8003-20-D-0004); EP Roofing,* Anchorage, Alaska (FA8003-20-D-0003); Orion Construction Inc.,* Wasilla, Alaska (FA8003-20-D-0005); Aleut Field Services LLC, Fairbanks, Alaska (FA8003-20-D-0007); and Ames1 DayNight JV, Anchorage, Alaska (FA8003-20-D-0006), have been awarded a not-to-exceed $325,000,000 (all-inclusive/program wide) firm-fixed-price, indefinite-delivery/indefinite-quantity contract to 43 contract holders with 66 contracts for roofing repair, replacement and maintenance. Work will be performed at various Air Force contiguous U.S. installations and installations in Alaska, with work expected to be completed by May 14, 2025. This award is the result of a competitive acquisition and 69 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $66,000 ($1,000 to each contract) are being obligated at the time of award. The 771st Enterprise Sourcing Squadron, Wright-Patterson Air Force Base, Ohio, is the contracting activity. PAE Aviation and Technical Services LLC, Arlington, Virginia, has been awarded a $157,990,274 firm-fixed-price and cost reimbursable contract for performance of the Eglin backshop maintenance services contract. This contract provides for support for repair, maintenance and modification of F-15, F-16, UH1N, C-130 and other required aircraft, including maintaining support equipment and providing crash recovery services. Work will be performed at Eglin Air Force Base, Florida. The period of performance includes a 30-day transition period, a one-year base year with six one-year options and an option to extend services for six months. This award is the result of a full and open competitive acquisition and six offers were received. Fiscal 2020 research, test, development and evaluation funds in the amount of $7,098,853 are being obligated at the time of award. Air Force Test Center, Eglin AFB, Florida, is the contracting activity (FA2486-20-C-0003). Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $17,382,577 firm-fixed-price modification (A00072) to contract FA3002-17-C-0001 for base operations support services at Keesler Air Force Base, Mississippi. Work will be performed at Keesler AFB and is expected to be completed May 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $17,365,577 are being obligated at the time of award. Total cumulative face value of the contract is $78,311,850. The 81st Contracting Squadron, Keesler AFB, Mississippi, is the contracting activity. Raytheon Missiles and Defense, Tucson, Arizona, has been awarded a $17,354,159 firm-fixed-price modification (P00024) to contract FA8675-18-C-0003 for the Advanced Medium Range Air-to-Air Missile program. This modification provides for procurement of two new final assembly test sets and upgrade of two existing final assembly test sets. Work will be performed in Tucson, Arizona, and is expected to be completed by May 31, 2023. This contract involves unclassified Foreign Military Sales (FMS) to Australia, Indonesia, Japan, Poland, Qatar, Spain and Romania. Fiscal 2019 missile procurement (Air Force) funds in the amount of $4,589,102; fiscal 2018 weapons procurement (Navy) funds in the amount of $9,928,382; and FMS funds in the amount of $2,836,675 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. NISQA'A TEK LLC, Chantilly, Virginia, has been awarded a $7,608,038 firm-fixed-price contract for information technology services. This contract provides for Cyber Operations for Base Resilient Architectures (COBRA) support. Work will be performed at various locations throughout Pacific Air Force bases and is expected to be completed by May 14, 2021. Fiscal 2020 operations and maintenance funds in the amount of $7,608,038 are being obligated at the time of award. Air Force District of Washington Contracting Office, Joint Base Andrews, Maryland, is the contracting activity (FA7014-20-C-0021). NAVY Alutiiq Logistics and Maintenance Services LLC,* Anchorage, Alaska, is awarded a $196,309,084 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Air Station China Lake, California. The maximum dollar value including the base period, seven option periods and a six-month option to extend services is $196,309,084. Work will be performed in China Lake, California, and provides for labor, supervision, management and materials (except those specified as government furnished) to perform various base operating support service functions. This includes operations support; supply services; facilities investment; custodial; pest control; refuse and recycling collection; grounds maintenance; street sweeping and snow removal; base support vehicle and equipment rental; and environmental services. Work is expected to be complete by December 2028. No funds will be obligated at time of contract award. Fiscal 2020 operations and maintenance (Navy); fiscal 2020 operations and maintenance (Marine Corps); fiscal 2020 working capital funds (Navy); and fiscal 2020 Defense Health Program contract funds in the amount of $17,237,567 will be obligated for recurring services on an individual task order during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0051). Mare Island Dry Dock LLC, Vallejo, California, is awarded a $33,532,308 firm-fixed-price contract for a 150-calendar day shipyard availability for the regular overhaul and dry-docking of U.S. Ship Emory S. Land (AS 39). Work will be performed in Vallejo, California, and is expected to be complete by January 2021. This contract includes a base period and three options which, if exercised, would bring the cumulative value of this contract to $36,228,717. Working capital funds (Navy) in the amount of $33,532,308 are obligated for fiscal 2020 and 2021, and will not expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Government Point of Entry website and two offers received. The Naval Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-18-C-4552). S&K Aerospace LLC,* St. Ignatius, Montana, is awarded a $30,844,497 indefinite-delivery/indefinite-quantity contract for the repair, overhaul and upgrade of 361 commercial common items used on the P-8A Poseidon maritime aircraft. Work will be performed at various contractor supplier locations (85%); and Byron, Georgia (15%). Work is expected to be completed by May 2025. This contract includes a five-year base period with no options. Working capital (Navy) funds will be obligated as individual orders are issued and funds will not expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website as an 8(a) small business set-aside requirement, and eight offers were received. The Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-XE01). The Nutmeg Co. Inc.,* Norwich, Connecticut, is awarded a $27,029,098 firm-fixed-price design-bid-build contract for the repair of Submarine A School Bachelor Quarters Building (BQB) 488, Naval Submarine Base, New London, Connecticut. Work will be performed at New London, Connecticut, and provides for whole building repairs to BQB 488, construction of a new sidewalk on the north side of the building and site grading in the courtyard area to channel water away from the building foundation. Interior repairs include, but are not limited to, an upgrade of existing fire protection; interior finishes; electrical; elevators; heating, ventilation and air conditioning systems; plumbing and provide exterior enclosure repairs. Work is expected to be completed by November 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $27,029,098 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM website with seven proposals received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0025). Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded $16,931,540 for a not-to-exceed, undefinitized contract action for long-lead-time material in support of one Amphibious Assault Ship (General Purpose) Replacement (LHA(R)) Flight 1 ship (LHA 9). Work will be performed in Erie, Pennsylvania (47%); Tacoma, Washington (22%), Pascagoula, Mississippi (17%); Sheffield, United Kingdom (12%); and St. Louis, Missouri (2%), and provides the procurement of long-lead-time material for LHA 9, the fourth LHA(R), America class and the second LHA(R) Flight 1 variant. Work is expected to be complete by February 2024. Fiscal 2019 shipbuilding and conversion (Navy) advance procurement funding in the amount of $16,931,540 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 10 U.S. Code 2304(c)(1) and only one responsible source with no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2437). General Dynamics Electric Boat, Groton, Connecticut, is awarded a $16,022,000 undefinitized contract action under previously awarded contract N00024-18-C-2101 to perform Large-Scale Vehicle (LSV) 2 system refurbishment. Work will be performed in Milwaukee, Wisconsin. General Dynamics Electric Boat will obtain vendor services from Leonard DRS Naval Power Systems to support LSV 2 refurbishment. Work is expected to be complete by February 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount $4,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. The Boeing Co., Huntington Beach, California, is awarded a $13,229,197 firm-fixed-price modification to previously awarded contract N00024-17-C-4108 to exercise options for hardware procurement for the AN/USQ-82(V) Program in support of DDG-51 class new construction, DDG-51 class modernization and Foreign Military Sales (FMS) cases. This contract combines purchases for the Navy (80%); and the governments of Japan (16%) and Australia (4%) under the FMS program. AN/USQ-82(V) Program is a control system network. Its purpose is to transfer mission critical data to and from users associated with combat, navigation, aviation, power, propulsion, steering, alarms and indicating, and damage control systems. Work will be performed in Smithfield, Pennsylvania, and is expected to be complete by August 2021. Fiscal 2015, 2016, 2017 and 2020 shipbuilding and conversion (Navy); 2020 other procurement (Navy); and FMS Japan and Australia funds in the amount of $13,229,197 will be obligated at the time of the award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is awarded a $7,894,505 firm-fixed-price modification to previously awarded contract N00024-14-C-6227 to exercise an option for the procurement of Navy equipment. Work will be performed in Liverpool, New York, and is expected to be complete by October 2021. Fiscal 2020 shipbuilding and conversion (Navy); and 2020 other procurement (Navy) funds in the amount of $7,894,505 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, D.C., is the contracting activity. Huang-Gaghan JV Two,* Alexandria, Virginia, is awarded a $7,624,432 firm-fixed-price task order (N40080-20-F-4623) under a multiple award construction contract for the replacement of the heating, ventilation and air conditioning (HVAC) system at Building 1864, Naval Support Activity South Potomac, Naval Support Facility, Indian Head, Maryland. Work will be performed in Indian Head, Maryland, and will demolish the existing HVAC system at Building 1864 and provide a new HVAC system. Building 1864 is a single story laboratory of approximately 20,000 square feet that is used for the testing and evaluation of energetic material. Construction is primarily focused on airside equipment. Replacement equipment and systems includes replacement of three rooftop air handling units and associated distribution ductwork, three central exhaust systems, local exhaust systems, remote variable air volume (VAV) supply terminals with hot water reheat and associated air volume tracking exhaust VAV terminals, steam humidifiers, steam generator for humidification, direct digital controls and other miscellaneous items. A new water treatment plant shall be provided to treat water for building humidification. Support from other construction trades is required to perform the HVAC system replacement. Roof structure and closure shall be modified, fire-rated partitions and penetrations shall be provided and electrical power and grounding shall be provided along with other miscellaneous work. Work is expected to be complete by January 2022. Fiscal 2020 Navy working capital contract funds in the amount of $7,624,432 are obligated on this award and will expire at the end of fiscal year 2022. Four proposals were received for this task order. The Naval Facilities Engineering Command Washington, D.C., is the contracting activity (N40080-19-D-0001). ARMY Palomar Display Products,* Carlsbad, California, was awarded an $89,237,780 firm-fixed-price contract for biocular image control units, assorted spares and engineering services and repairs. 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 May 14, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-20-D-0006). The Boeing Co., Philadelphia, Pennsylvania, was awarded a $28,000,000 firm-fixed-price contract for advanced procurement of long lead helicopter parts. Bids were solicited via the internet with one received. Work will be performed in Ridley Park, Pennsylvania, with an estimated completion date of June 30, 2022. Fiscal 2020 aircraft procurement (Army) funds in the amount of $28,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0380). Greenland Enterprises Inc., Hampton, Virginia, was awarded a $19,635,242 firm-fixed-price contract to repair a hot water line. Bids were solicited via the internet with two received. Work will be performed at Wright-Patterson Air Force Base, Ohio, with an estimated completion date of Jan. 15, 2022. Fiscal 2020 military construction funds in the amount of $19,635,242 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky is the contracting activity (W912QR-20-C-0008). CORRECTION: The contract announced on April 30, 2020, to L3 Technologies Inc., Londonderry, New Hampshire (W56HZV-20-F-0308), for illuminator infrared parts, is actually being awarded today. The award is for $7,450,000, not $17,135,000 as previously announced. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Applied Physical Sciences Corp., Groton, Connecticut, has been awarded an $18,822,358 cost-plus-fixed-fee contract for the base period of a research and development effort for undersea sensing systems. Work will be performed in Groton, Connecticut (60%); Woburn, Massachusetts (20%); Arlington, Virginia (7%); Pawcatuck, Connecticut (4%); Northridge, California (3%); Waltham, Massachusetts (3%); Orange, California (2%); and Concord, Massachusetts (1%), with an estimated completion date of October 2021. Fiscal 2020 research and development funds in the amount of $15,062,029 are being obligated at the time of award. This contract is the result of a competitive acquisition in accordance with original broad agency announcement HR0011-17-S-0034. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0100). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2188998/source/GovDelivery/

Toutes les nouvelles