22 février 2024 | International, Terrestre

General Dynamics Mission Systems to Provide Search and Rescue Prototype Radios to the Joint Force

The firm-fixed price Other Transaction Authority contract was one of two awarded by the Air Force Life Cycle Management Center at Hill Air Force Base in February

https://www.epicos.com/article/790376/general-dynamics-mission-systems-provide-search-and-rescue-prototype-radios-joint

Sur le même sujet

  • Defense authorization bill delayed until after election

    10 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Defense authorization bill delayed until after election

    By: Joe Gould WASHINGTON — A bipartisan compromise and vote on the 2021 defense policy bill isn't likely before the Nov. 3 elections, but it should come “quickly” thereafter, the House Armed Services Committee's top Republican said Wednesday. The vote would delay a decision from Congress about whether the Defense Department to rename military bases honoring Confederate leaders. It's defining issue for the $740.5 billion defense authorization bill, which includes must-pass provisions like military pay hikes, defense equipment purchase plans and strategic posturing of forces in coming years. “There are more negotiations that have to occur, and part of that negotiation is talking with the White House about the shape of that provision,” Rep. Mac Thornberry, of Texas, said at the Defense News Conference. “Is there a way to get everybody to ‘good?' Of course there is. Is it likely to happen before the election? No, it's not.” Republicans and Democrats in the House and Senate voted overwhelmingly to back language requiring the changes, though the House requires the names changed within one year and the Senate bill requires them within three years. President Donald Trump has threatened to veto the 2021 National Defense Authorization Act over the Confederate name changes among other issues. Trump has said Senate Armed Services Chairman Jim Inhofe, R-Okla., personally assured him that Congress will not force the Pentagon to change the names. That's fueled speculation that bipartisan negotiations to reconcile the bills could drag on. The summer's sustained protests over racial injustice have buoyed the provision, while Trump has argued that changing the names would dishonor troops who have served at the sites and that Confederate symbols aren't racist. “We can't cancel our whole history,” he told Fox News last month. Thornberry, who had offered a softer alternative as a House amendment, said Wednesday that both sides have political incentives not to compromise on the base renaming provision, among other issues. “I don't know how that will come out in conference, but I do think we are in a time when neither party is rewarded for compromise, and coming together and getting things done,” he said. “On the other hand, I think we should be able to get a conference report pretty quickly after the election.” https://www.defensenews.com/congress/2020/09/09/no-defense-authorization-bill-before-election-says-thornberry/

  • Contract Awards by US Department of Defense - July 8, 2019

    9 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 8, 2019

    DEFENSE INFORMATION SYSTEMS AGENCY Affinity Innovations LLC,* Hanover, Maryland (HC1047-19-D-2020); Applied Systems Engineering Joint Venture LLC,* Annapolis Junction, Maryland (HC1047-19-D-2021); A Square Group LLC,* Rockville, Maryland (HC1047-19-D-2022); Business Computers Management Consulting Group LLC,* Falls Church, Virginia (HC1047-19-D-2023); Bluestone Logic LLC,* Washington, District of Columbia (HC1047-19-D-2024); Credence Management Solutions LLC,* Vienna, Virginia (HC1047-19-D-2025); DHPC Technologies Inc.,* Woodbridge, New Jersey (HC1047-19-D-2026); InCadence Strategic Solutions Corp.,* Manassas, Virginia (HC1047-19-D-2027); INNOPLEX LLC,* Columbia, Maryland (HC1047-19-D-2028); Innovation Evolution Technologies JV LLC,* Reston, Virginia (HC1047-19-D-2029); Innovative Government Solutions JV LLC,* Virginia Beach, Virginia (HC1047-19-D-2030); Integrated Systems Inc.,* Tysons Corner, Virginia (HC1047-19-D-2031); Interactive Process Technology LLC,* Billerica, Massachusetts (HC1047-19-D-2032); Mission Support LP,* McLean, Virginia (HC1047-19-D-2033); NetCentric Technologies Inc.,* Wall, New Jersey (HC1047-19-D-2034); Riverside Engineering LLC,* Vienna, Virginia (HC1047-19-D-2035); Semper AASKI Alliance Inc.,* Canyon Lake, Texas (HC1047-19-D-2036); Superlative Technologies Inc.,* Ashburn, Virginia (HC1047-19-D-2037); Synergy Business Innovation & Solutions Inc.,* Arlington, Virginia (HC1047-19-D-2038); TekSynap Corp.,* Reston, Virginia (HC1047-19-D-2039); Tiber Creek Consulting Inc.,* Fairfax, Virginia (HC1047-19-D-2040); ValidaTek Inc.,* Arlington, Virginia (HC1047-19-D-2041); and VOLANT Associates LLC,* Chantilly, Virginia (HC1047-19-D-2042), were each awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for Systems Engineering, Technology and Innovation (SETI). This was a competitive solicitation for a multiple-award ID/IQ contract. Two pools were solicited, one unrestricted and one restricted for small businesses. These awards are for the restricted pool. The contracts in the unrestricted pool were awarded on June 14, 2018. The face value of the entire ID/IQ is a ceiling amount of $7,500,000,000. Awardees will each receive a minimum guarantee of $500 applicable to the base ordering period only. All other funding will be obligated at the task order level. Performance locations will be identified at the task order level and may be worldwide. Proposals were solicited via the Federal Business Opportunities website and 99 proposals were received for the restricted pool. The period of performance is a five-year base period with one five-year option period. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $41,269,021 for modification P00002 to a previously awarded order (N00019-19-F-2474) placed against basic ordering agreement N00019-14-G-0020. This modification exercises an option for the design, procurement and integration of flight test instrumentation and data processing solutions for F-35 Lightning II development test aircraft to support the Tech Refresh-3 and the Follow on Modernization Block 4 mission systems configuration. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Air Force) and non-U.S. Department of Defense (DoD) participant funds in the amount of $2,470,993 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($16,501,005; 40%); Navy ($8,250,503; 20%); Marine Corps ($8,250,503; 20%); and non-U.S. DoD participants ($8,267,010; 20%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Deloitte Consulting LLP, Arlington, Virginia, is awarded a $21,656,574 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $52,659,079. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0111). Serco Inc., Herndon, Virginia, is awarded an $18,163,831 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $44,421,226. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0113). McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $17,594,138 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $42,574,062. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0112). Alutiiq Information Management LLC, Kodiak, Alaska, is awarded a $15,292,491 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $36,742,366. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0110). ARMY The Boeing Co., Mesa, Arizona, was awarded a $21,567,229 modification (P00004) to foreign military sales (United Kingdom) contract W58RGZ-17-D-0052 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Princeton Hydro LLC,* Ringoes, New Jersey, was awarded a $9,900,000 firm-fixed-price contract for architect-engineering services for navigation and flood damage projects. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of July 7, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0003). DEFENSE LOGISTICS AGENCY Parker Hannifin Corp., Irvine, California, has been awarded a maximum $13,828,991 firm-fixed-price delivery order (SPRPA1-19-F-KP2V) against a five-year basic ordering agreement (SPE4A1-17-G-0011) for F/A-18 spare parts. 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 47-month contract with no option periods. Location of performance is California, with a June 30, 2023 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. UPDATE: Easy Street JD&S LLC, Carol Stream, Illinois (SPE8EC-19-D-0041), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1898178/source/GovDelivery/

  • US Army’s new all-domain sensing team to wrangle sensor architecture

    26 mars 2024 | International, Terrestre

    US Army’s new all-domain sensing team to wrangle sensor architecture

    The Army's All-Domain Sensing Cross-Functional Team will focus on the challenge of building an architecture of sensors that can rapidly distribute data.

Toutes les nouvelles