2 octobre 2018 | International, C4ISR

Happy new (fiscal) year! Feds want more electronic warfare and cybersecurity tools

By:

As the new federal fiscal year begins, cybersecurity analysts and industry leaders predict that electronic warfare and managed services will top the U.S. government's priority list to improve cybersecurity during the next fiscal cycle.

Lockheed Martin, one of the five major cybersecurity contractors for the federal government, told Fifth Domain that they are focusing on signals intelligence and electronic warfare in the new year, which began Oct. 1.

Cybersecurity and electronic warfare “can disrupt, deny, degrade, deceive and destroy adversaries' electronic systems,” Deon Viergutz, vice president of Lockheed Martin's cyber division told Fifth Domain in an email. “The ability to dominate the electromagnetic spectrum allows militaries to not only establish control, but also keep soldiers out of harm's way by providing offensive and defensive techniques from remote locations.”

Russia's use of electronic warfare during its 2015 invasion of Ukraine exposed how the Department of Defense needs to boost its own digital combat tools, Brad Curran, an analyst at Front & Sullivan previously told Fifth Domain.

The White House's new cybersecurity strategy states that the federal government will boost efforts to lawfully gather evidence of criminal activity and disrupt criminal networks through new legislation. It could translate into a greater need for tools that can manage large amounts of data, such as artificial intelligence.

But along with the expected increase in electronic warfare, analysts and firms are predicting a rise in managed and cloud based services.

Raytheon, another of the five major cybersecurity U.S. government contractors, said they expected the federal government to need more managed security operations.

“Concepts like security operations center-as-a-service, and others are gaining momentum due to the desire for scalability. Federal agencies will continue to look to contracted service providers for expertise and support,” John DeSimone, a vice president for cybersecurity and special missions at Raytheon told Fifth Domain in an email.

Curran said he expects the federal government to save money by using more cloud-based services, such as Amazon Web Services and Microsoft's Azure.

The Trump administration has seen an increased in shared services, said Suzanne Spaulding, a former undersecretary at the Department of Homeland Security who now works at the Center for Strategic and International Studies.

“Which services they will ultimately centralize is hard to see,” Spaulding said. She added the decision-space is “is tricky because at the end of the day, cabinet secretaries also need to be accountable for their own cybersecurity.”

Distributed cloud-based communications is a key priority of the Department of Homeland Security, according to the agency's 2017 industry guide. The department also said they were looking to invest in metrics for cybersecurity effectiveness and data capture of networked devices.

https://www.fifthdomain.com/industry/2018/10/01/happy-new-fiscal-year-feds-want-more-electronic-warfare-and-cybersecurity-tools

Sur le même sujet

  • Contract Awards by US Department of Defense - May 04, 2020

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

    Contract Awards by US Department of Defense - May 04, 2020

    DEFENSE LOGISTICS AGENCY Point Blank Enterprises Inc., Pompano Beach, Florida, has been awarded a maximum $81,265,600 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for body armor. This was a competitive acquisition with five offers received. This is an 18-month base contract with two one-year option periods. Location of performance is Florida, with a Nov. 30, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1254). Arjo Inc., Addison, Illinois, has been awarded a maximum $47,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Illinois, with a May 3, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0038). NAVY General Dynamics Electric Boat Corp. (GDEB), Groton, Connecticut, is awarded $60,594,296 for a cost-plus-fixed-fee contract to provide U.S. Trident II Strategic Weapon System (SWS) ship alterations and United Kingdom SWS ship alterations for Strategic Systems Program shipboard integration installations. Work will be performed in Bremerton, Washington (29%); Groton, Connecticut (24%); Kings Bay, Georgia (24%); Bangor, Washington (9%); Cape Canaveral, Florida (7%); Norfolk, Virginia (3%); Washington, D.C. (2%); Faslane, Scotland (1%); and Plymouth, England (1%). Work is expected to be complete by April 2024. The maximum dollar value, including the base period and two option years, is $60,594,296. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $8,511,473; other procurement (Navy) contract funds in the amount of $8,534,755; fiscal 2020 research, development, test and evaluation (Navy) contract funds in the amount of $3,171,978; and United Kingdom funds in the amount of $2,098,018 are being obligated at time of award. Funds in the amount of $8,511,473 will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, D.C., is the contracting activity (N-00030-20-C-0028). Virginia Pilot Association, Virginia Beach, Virginia, is awarded an $8,175,544 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide support services to assist with the navigation of ships for Commander, Navy Region Mid-Atlantic Port Operations Division. All work will be performed in Norfolk, Virginia, and is expected to be complete by May 2025. This contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8; an option to extend services, which if exercised, will bring the total value to $9,058,663. The base ordering period is expected to be completed by May 2025; if the option is exercised, the ordering period will be completed by December 2025. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $50,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. One source was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity. ARMY KVG LLC, Gettysburg, Pennsylvania (W564KV-20-D-2002); Crowley Government Services Inc., Jacksonville, Florida (W564KV-20-D-2004); Agility International Inc., Alexandria, Virginia (W564KV-20-D-2003); Maersk Line Ltd, Norfolk, Virginia (W564KV-20-D-2005); Aecom Management Services Inc., Germantown, Maryland (W564KV-20-D-2006); and American Roll-on Roll-off Carrier Group, Parsippany, New Jersey (W564KV-20-D-2007), will compete for each order of the $49,010,000 contract for the transportation of equipment, cargo and passengers within the European Command area of operations. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of May 9, 2023. The 409th Contracting Support Brigade, Kaiserslautern, Germany, is the contracting activity. The Lighthouse for the Blind, St. Louis, Missouri (W81XWH-19-D-0008); Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (W81XWH-19-D-0007); American Purchasing Services LLC,* Miramar, Florida (W81XWH-19-D-0006); and TQM LLC, St. Charles, Missouri (W81XWH-19-D-0009), will compete for each order of the $45,000,000 contract for sets, kits and outfits to supply complete medical, surgical, pharmaceutical, dental, laboratory and veterinary equipment and material sets. 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 May 4, 2024. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. Raytheon Co., Dulles, Virginia, was awarded a $27,472,296 hybrid (cost-no-fee, firm-fixed-price) contract to provide technical expertise, system operators, maintenance and life-cycle support for the sustainment, operations and support management of numerous training aids, devices, simulators and simulations. Bids were solicited via the internet with three received. Work will be performed in Kuwait, with an estimated completion date of Dec. 31, 2023. Fiscal 2020 defense overseas contingency transfer funds in the amount of $5,000,000 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0031). MISSILE DEFENSE AGENCY Davidson Technologies,* Huntsville, Alabama, is being awarded a modification in the amount of $20,696,405 to previously awarded indefinite-delivery/indefinite-quantity (ID/IQ) contract HQ0147-19-D-0004. The contract value is increased from $2,437,491 to $23,133,896. Under this contract the contractor will continue to develop a cyber-secure information technology infrastructure that allows users to access data via a virtual desktop infrastructure. The work will be performed in Huntsville, Alabama. The ordering period of the ID/IQ is May 23, 2019, to May 22, 2024. A second task order award in the amount of $12,200,000 is being issued at this time. Fiscal 2020 research and development funds in the amount of $12,200,000 are being obligated on the task order award. The original award was made under Special Topic Broad Agency Announcement (BAA) number HQ0147-17-S-0002 that was posted to the Federal Business Opportunities website to solicit white papers related to advanced research technology and development in accordance with Federal Acquisition Regulation 6.102(d)(2)(i) to meet full and open competition requirements. The government received 26 white papers in response to the BAA and selected seven from which proposals were requested. This original award results from one of seven proposals received. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2175622/source/GovDelivery/

  • US Army triggers design competition for future attack reconnaissance helicopter

    4 octobre 2018 | International, Aérospatial

    US Army triggers design competition for future attack reconnaissance helicopter

    By: Jen Judson WASHINGTON — The U.S. Army has kicked off a major design competition for its Future Attack Reconnaissance Aircraft by releasing a request to industry on Oct. 3 to submit plans that could lead to a chance to build flyable prototypes in just a few years. The service, in June, released a draft solicitation that outlined its intention to get two different helicopter prototypes flying in 2023. The effort is part of the Army's larger move to procure a family of Future Vertical Lift, or FVL, aircraft in the early 2030s, if not sooner. The Army has been talking about procuring an FVL family of helicopters for the better part of a decade and has debated whether to prioritize the pursuit of a medium-lift helicopter to replace UH-60 Black Hawks and AH-64 Apache helicopters. Alternatively, the service was considering buying an armed reconnaissance helicopter to fill the gap left by the OH-58 Kiowa Warrior's 2014 retirement. With the advent of the Army Futures Command and its focus on six modernization priorities, of which FVL is third, progress is being made at lightning speed to make FVL a reality. The service, through an FVL Cross-Functional Team, led by Brig. Gen. Wally Rugen, has settled on going after both a long-range assault helicopter and a Future Attack Reconnaissance Aircraftsomewhat back-to-back. But the FARA procurement plans are fast-paced and lead straight to a winner through a fly-off competition, which deviates from the way the Army has gone about its future medium-lift helicopter development. While the Army collected designs, reviewed them and selected two teams to build prototypes to fly in a Joint Multi-Role technology demonstration for a medium-lift aircraft, the results will simply inform requirements for the Army to move into a program of record where the service will make a determination on how it will compete, build and procure a long-range assault variant of FVL. With the FARA competition, the Army plans to award four to six initial design contracts in June of 2019, and then nine months later — to avoid camping out in the PowerPoint stage — the service will choose up to two designs to move forward in fiscal 2021 with a fly-off planned to start in the first quarter of 2023 (November 2022 to be specific, according to the solicitation). The Army will choose a winner and move forward into a milestone appropriate to advance the procurement of the helicopter, whether that is a technology development phase or engineering and manufacturing development or even a production phase, Rugen told a small group of reporters in an Oct. 3 media roundtable. It all depends on where the technology stands following the fly-off and what phase of the acquisition process the Army will enter once it chooses a winner, Dan Bailey, the Army's JMR-TD director, said in the interview. “The Army currently lacks the ability to conduct armed reconnaissance, light attack, and security with improved stand-off and lethal and non-lethal capabilities with a platform sized to hide in radar clutter and for the urban canyons and mega cities,” the solicitation states. The helicopter would be the “ ‘knife-fighter' of future Army Aviation capabilities” in a small package with “maximized performance,” it describes. The Army doesn't want to carve out requirements in granite, according to Rugen, and intends to be flexible as technology capability unfolds in the program, but the solicitation does state it wants a 40-foot maximum rotor diameter, and the fuselage should also not exceed 40 feet in width. By staying flexible, the Army hopes to steer clear of some of the mistakes it has made in the past attempting to acquire an armed reconnaissance helicopter. The Army failed three times to procure a new aircraft — the most memorable being the cancellation of the Comanche helicopter program in 2004 after two aircraft were built and $6.9 billion was spent. Rugen said the Army also wants to make sure affordability considerations are driven into the program and the designs from the beginning are a top requirement for industry to consider. The Army also wants the designs to incorporate the Improved Turbine Engine Program, or ITEP,engine that is being competitively developed to replace the engines in Black Hawks and Apaches. The Army is close to choosing a winner from two teams designing engines to move into the engineering and manufacturing development phase of the program within the next few months. The Army plans to spend approximately $15 million per industry participant in the initial design phase. Participants would receive $8.5 million in FY19 and $6.5 million in FY20. The two participants selected to continue into the prototype phase of the program would receive about $735 million each from FY20 to FY23. Rugen and Bailey said industry interest following the release of the draft solicitation in June has been higher than anticipated and included both industry partners that were not expected and all of those that were. Bailey said that, based on industry interest and participation so far, choosing six designs would be a competitive process because there are more than six possible entrants that have expressed interest in submitting designs. Tim Malia, Sikorsky's program director for FVL light development, told Defense News in a recent interview that the Lockheed Martin-owned company planned to use its X2 technology that is used in its S-97 Raider coaxial helicopter program as the centerpiece to its design offering for the FARA competition. The company is already scaling its X2 technology used in Raider up to a medium-lift aircraft — called the SB-1 Defiant that is participating in the JMR technology demonstration and expected to fly by the end of the year. Malia said it would not be difficult to scale the helicopter from the 34-foot main rotor diameter size of the Raider to the desired 40-foot diameter rotor blades envisioned for FARA. The company has also been working on designs to outfit Raider or any aircraft it builds with X2 technology with the ITEP engine. Sikorsky announced Oct. 3 that its Raider aircraft exceeded 200 knots in a flight test at its West Palm Beach, Florida, flight test center. Bell, which has been flying its V-280 Valor til-trotor helicopter as part of the JMR-TD effort for the better part of a year, continues to hold tight its plans for a design to submit to the FARA competition. https://www.defensenews.com/land/2018/10/03/us-army-triggers-design-competition-for-future-attack-reconnaissance-helicopter

  • Contract Awards by US Department of Defense - January 12, 2021

    13 janvier 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 12, 2021

    AIR FORCE The Boeing Co., Seattle, Washington, has been awarded a $1,687,359,008 modification (P00166) to contract FA8625-11-C-6600 for Lot Six production of KC-46 aircraft, subscriptions and licenses, and G081 flat file. The contract modification provides for the exercise of an option for an additional quantity of 12 KC-46 aircraft, data, subscriptions and licenses, and G081 flat file being produced under the basic contract. Work will be performed in Seattle, Washington, and is expected to be completed April 30, 2023. Fiscal 2020 aircraft procurement funds in the full amount are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. AchieveIt Online LLC, Atlanta, Georgia (FA8612-21-D-0101); Aerocine Ventures Inc., Jackson Heights, New York (FA8612-21-D-0102); Aerovation Inc., Tucson, Arizona (FA8612-21-D-0103); AI.Reverie Inc., New York, New York (FA8612-21-D-0104); All Vision Technologies Inc., New York, New York (FA8612-21-D-0105); Allied Associates International Inc., Gainesville, Virginia (FA8612-21-D-0106); Aptima Inc., Woburn, Massachusetts (FA8612-21-D-0108); A-Tech Corp., Albuquerque, New Mexico (FA8612-21-D-0109); BlackHorse Solutions Inc., Herndon, Virginia (FA8612-21-D-0110); Charles River Analytics Inc., Cambridge, Massachusetts (FA8612-21-D-0111); CIS Secure Computing Inc., Ashburn, Virginia (FA8612-21-D-0112); Cognitive Space Inc., Manvel, Texas (FA8612-21-D-0113); TeleCommunication Systems Inc., Annapolis, Maryland (FA8612-21-D-0114); Concept Solutions LLC, Reston, Virginia (FA8612-21-D-0115); Crunchy Data Solutions Inc., Charleston, South Carolina (FA8612-21-D-0116); CrowdAI Inc., Mountain View, California (FA8612-21-D-0117); Danbury Enterprises LLC, Arlington, Virginia (FA8612-21-D-0118); Data Machines Corp., Ashburn, Virginia (FA8612-21-D-0119); Defense Architecture Systems Inc., Fulton, Maryland (FA8612-21-D-0120); DTC Communications Inc., Herndon, Virginia (FA8612-21-D-0121); Forcepoint Federal LLC, Herndon, Virginia (FA8612-21-D-0122); Intelligent Waves LLC, Reston, Virginia (FA8612-21-D-0123); Iron Bow Technologies LLC, Herndon, Virginia (FA8612-21-D-0124); KeyW Corp., Hanover, Maryland (FA8612-21-D-0125); Modus Operandi Inc., Melbourne, Florida (FA8612-21-D-0126); Sentenai Inc., Boston, Massachusetts (FA8612-21-D-0128); The Stratagem Group Inc., Aurora, Colorado (FA8612-21-D-0129); Technergetics LLC, Utica, New York (FA8612-21-D-0130); Technica Corp, Sterling, Virginia (FA8612-21-D-0131); RAFT LLC, Reston, Virginia (FA8612-21-D-0132); Enveil Inc., Fulton, Maryland (FA8612-21-D-0133); Sherpa LLC, St. Louis, Missouri (FA8612-21-D-0134); KIHOMAC Inc., Reston, Virginia (FA8612-21-D-0135); Kinnami Software Corpo., Braintree, Massachusetts (FA8612-21-D-0136); KPMG LLP, McLean, Virginia (FA8621-21-D-0137); and Perspecta Labs Inc., Basking Ridge, New Jersey (FA8612-21-D-0138), have collectively been awarded a ceiling $950,000,000 indefinite-delivery/indefinite-quantity contract to compete for future efforts associated with the maturation, demonstration and proliferation of capability across platforms and domains, leveraging open systems design, modern software and algorithm development in order to enable Joint All Domain Command and Control (JADC2). These contracts provide for the development and operation of systems as a unified force across all domains (air, land, sea, space, cyber and electromagnetic spectrum) in an open architecture family of systems that enables capabilities via multiple integrated platforms. The locations of performance are to be determined at the contract direct order level and are expected to be completed May 28, 2025. These awards are the result of fair and open competition. The initial delivery orders will be fully funded by fiscal year research, development, test and evaluation funds. The Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity. ARMY H&L Contracting LLC, Bay Shore, New York, was awarded a $30,628,978 firm-fixed-price contract to perform construction/rehabilitation of the seawall system at Montauk Point Lighthouse, Suffolk County, New York. Bids were solicited via the internet with five received. Work will be performed in Montauk, New York, with an estimated completion date of Feb. 1, 2023. Fiscal 2014 and 2020 civil construction funds in the amount of $30,628,978 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-21-C-0004). NAVY WR Systems Ltd., Fairfax, Virginia, is awarded a $19,191,662 non-commercial, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and program support services in support of the Relocatable Over-the-Horizon Radar Life Cycle Management Department at the Forces Surveillance Support Center, Chesapeake, Virginia. The contract will include a 48-month ordering period with no options. The ordering period is expected to begin April 2021 and be completed by March 2025. Work will be performed in Chesapeake, Virginia (42%); Fairfax, Virginia (39%); New Kent, Virginia (6%); Corpus Christi, Texas (3%); San Juan, Puerto Rico (3%); Adelaide, Australia (1%); San Diego, California (1%); Dayton, Ohio (1%); Colorado Springs, Colorado (1%); Washington, D.C. (1%); Arlington, Virginia (1%); and Key West, Florida (1%). Fiscal 2021 operation and maintenance (Navy) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the fiscal year. One source was solicited for this non-competitive, sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. The Naval Supply Systems Command, Fleet Logistics Center, Norfolk Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z015). Container Research Corp.,* Aston, Pennsylvania, is awarded an $11,539,383 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the procurement of up to a maximum quantity of 275 V-22 Mission Auxiliary Tank System storage containers for the Navy, Marines, Air Force and Foreign Military Sales customers. Work will be performed in Aston, Pennsylvania, and is expected to be completed in January 2026. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-D-0006). Advanced Computer Learning Co. LLC,* Fayetteville, North Carolina, is being awarded an $8,207,152 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the development of curriculum material and the instruction on the use of unique networks in the Joint Staff Joint Tactical Operations Interface Training Program and the U.S. Message Text Formatting Training Program in support of the Joint Staff, Joint Interoperability Division at the Joint Multi-Tactical School. The contract will include an 11-month base ordering period with an additional three consecutive one-year ordering period options, which if exercised, will bring the total value to $33,207,839. The base ordering period is expected to begin in January 2021 and be completed by December 2021. If the option is exercised, the ordering period will be completed by December 2024. All work will be performed in Fort Bragg, North Carolina. Fiscal 2021 operation and maintenance defense-wide funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted on Navy Electronic Commerce Online and beta.SAM.gov as a service-disabled veteran-owned small business set-aside, with nine offers received. The Naval Supply Systems Command, Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z014). DEFENSE LOGISTICS AGENCY Alamo Strategic Manufacturing,** San Antonio, Texas, has been awarded a maximum $8,700,000 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-19-D-1122) with two one-year option periods for knee and elbow pads. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico and Texas, with a Jan. 16, 2022, ordering period end date. Using military services are Army, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business ** Small disadvantaged business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2469624/source/GovDelivery/

Toutes les nouvelles