4 février 2020 | International, Naval

How the Marine Corps wants to improve oversight of its network

By: Mark Pomerleau

The Marine Corps is creating new network battalions and companies in an effort to improve oversight and the command and control of its network.

These new organizations — described as a “huge, huge deal” — are part of an effort to reduce the number of organizations charged with network functions. The move will also allow for more accurate readiness reporting, said Col. Ed Debish, commanding officer of the Marine Corps Cyberspace Operations Group.

“Currently, we have six different commands that have something to do with managing the Marine Corps Enterprise Network,” he said at a Jan. 31 lunch hosted by the AFCEA Quantico chapter.

Now, one commander — the head of Marine Corps Forces Cyberspace Command — will oversee and manage these groups.

“Primarily, what they're going to do is deliver enterprise business services down to the end user device," Debish told C4ISRNET following his remarks. "They're also going to be responsible for managing the BAN and LAN — the building area networks and the local area networks on the bases and stations around the Marine Corps.”

The new commands will absorb the organizations that previously performed many of these functions, including the Marine Air-Ground Task Force (MAGTF) Information Technology (IT) Support Centers, or MITSCs.

“The problem that it was designed to solve was unity of command and unity of effort on the Marine Corps Enterprise Network. It's going to give us visibility all the way down to the end user device where we didn't have that visibility before,” he said.

The arrangement will also help Marines better understand readiness of the network. Previously, it could be difficult to determine what equipment was working and part of the network. Now, with one command, those assessments should be easier, Debish said, as they'll be managed under a single entity.

Additionally, the new organizations will help with one of the Marine Corps' top IT priorities: to deploy its network abroad in a more agile and mobile way.

“The idea is to move that enterprise capability to the tactical edge with the deploying force,” Debish said. “If you were to just remotely connect back into the enterprise network, you're going over a VPN connection to a data center somewhere that might be thousands of miles removed from it. But if you lost that connection, then what happens? You don't have any access to any of your data or your network.”

The first battalion will be created this year at Camp Pendleton. The battalion commander will assume command around April. The first company is expected to be created this year and be based out of Marine Corps Forces Europe/Africa, located in Germany.

Next year, leaders expect to create the second and third network battalions at Camp Lejeune and Okinawa, respectively.

https://www.c4isrnet.com/newsletters/daily-brief/2020/02/03/how-the-marine-corps-wants-to-improve-oversight-of-its-network/

Sur le même sujet

  • Bridging the FLIT gap - Skies Mag

    14 février 2024 | International, Aérospatial

    Bridging the FLIT gap - Skies Mag

    With the current contracted fighter lead-in training program coming to an end in March 2024, and its replacement not expected to be ready until after 2030, the Air Force is turning to allies to help prepare its future fighter pilots.

  • Contract Awards by US Department of Defense - August 9, 2019

    12 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 9, 2019

    NAVY Lockheed Martin Corp., Moorestown, New Jersey, is awarded a $176,339,634 firm-fixed-priced, performance-based logistics contract for the repair of 1,672 different head-of-family part numbers in support of the AEGIS SPY-1 Weapon System. The contract is a five-year contract with no option periods. Work will be performed in Moorestown, New Jersey, and is expected to be completed by August 2024. No funds are obligated at the time of award. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) and in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-VM01). Raytheon Co., Goleta, California, is awarded $29,790,677 for modification PZ0001 to a previously awarded firm-fixed-price contract (N00019-18-C-1055). This modification provides for Lot 14 full-rate production of 82 F/A18 CD-108B/ALE-50(V) Control, Dispenser, Decoy, Countermeasures Integrated Multi-platform Launch Controllers. Work will be performed in Forrest, Mississippi (45%); Andover, Massachusetts (25%); Goleta, California (20%); and various locations within the continental U.S. (10%), and is expected to be completed in February 2022. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $29,790,677 will be obligated at time of award, $26,850,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Swift River Versar JV,* Anchorage, Alaska, is awarded a maximum amount $18,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mission sustainment and coastal resilience and related environmental planning services. The work to be performed provides for professional services that will support the study and implementation of mission sustainment and coastal readiness measures, including hardened structures and green infrastructure, which will ensure Navy and Marine Corps readiness of installations, ranges and operation areas. This contract will support environmental, asset management and expeditionary support services that will assist Department of Navy and Department of Defense commands in ensuring mission sustainability. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Atlantic area of responsibility including, but not limited to Virginia (28%); North Carolina (22%); South Carolina (22%); Connecticut (7%); Florida (7%); Maine (7%); and Maryland (7%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was procured on a sole source basis pursuant to Federal Acquisition Regulation 19.805-1(b)(2). Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4004). General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded $15,200,000 for delivery order N62789-19-F-0019 under previously awarded, multiple award, indefinite-delivery/indefinite-quantity contract N00024-16-D-4300 for the planning, material procurement, and repair work for USS Washington (SSN 787). Work will be performed in Groton, Connecticut, and is expected to be complete by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,600,000 will be obligated at time of award and will expire at the end of the current fiscal year. A Fair Opportunity Notice was issued to both multiple award contract indefinite-delivery/indefinite-quantity holders on July 18, 2019, in accordance with 10 U.S. Code 2304(c)(1). The Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity. MN&DPI JV LLC, Honolulu, Hawaii, is awarded a $15,000,000 firm-fixed-price modification to increase the maximum dollar value of previously awarded indefinite-delivery/indefinite-quantity contract (N62742-18-D-0001) for architect-engineering services for various structural and waterfront projects and other projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. The work to be performed provides for design and engineering services for the execution and delivery of engineering studies; plans, specifications, and cost estimates/parametric cost estimates, including preparation of design-build contract documents or design-bid-build contract documents; and post construction award services. After award of this modification, the total cumulative contract value will be $55,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific Area of Responsibility, including Guam (69%); and Hawaii (13%). The term of the contract is not to exceed 60 months, with an expected completion date of December 2022. No funds will be obligated at time of award; funds will be obligated on individual task orders and task order modifications as they are issued. Task orders will be primarily funded by military construction (planning and design). Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. ARMY Federal Contracting Inc., doing business as Bryan Construction Inc., Colorado Springs, Colorado, was awarded a $69,146,753 firm-fixed-price contract for construction of a tactical equipment maintenance facility and ancillary buildings. Bids were solicited via the internet with six received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of April 24, 2021. Fiscal 2019 military construction funds in the amount of $69,146,753 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0029). TekSynap Corp.,* Reston, Virginia, was awarded a $31,657,006 firm-fixed-price contract for general program management, technical, research, analytical, and administrative support. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 8, 2024. U.S. Army Mission Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0015). Digital Management LLC, Bethesda, Maryland, was awarded an $19,141,206 modification (P00007) to contract W52P1J-17-F-4020 for interactive Personnel Electronic Record Management System. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Dumey Contracting Inc.,* Benton, Missouri, was awarded a $14,714,782 firm-fixed-price contract for construction, and degrading an existing levee and levee with berms and ditches. Bids were solicited via the internet with seven received. Work will be performed in Hornersville, Missouri, with an estimated completion date of Dec. 1, 2021. Fiscal 2019 civil works funds in the amount of $14,714,782 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0008). Manson Construction, Seattle, Washington, was awarded a $13,655,300 firm-fixed-price contract for unrestricted procurement for Houston Ship Channel hopper dredging. Bids were solicited via the internet with three received. Work will be performed in Galveston, Texas, with an estimated completion date of March 27, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,655,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0008). RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $13,584,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Port Arthur, Texas, with an estimated completion date of March 10, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,584,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0011). Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a $10,437,490 firm-fixed-price contract for Norfolk Harbor Channel maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Jan. 11, 2020. Fiscal 2019 civil construction funds in the amount of $10,437,490 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0019). Yaeger Architecture Inc.,* Lenexa, Kansas, was awarded a $10,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 8, 2025. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4011). Morrish-Wallace Construction Inc.,* Cheboygan, Michigan, was awarded an $8,243,527 firm-fixed-price contract for repairs and stone revetment along Lake Erie. Bids were solicited via the internet with two received. Work will be performed in Hamburg, New York, with an estimated completion date of April 30, 2021. Fiscal 2010 civil construction funds in the amount of $8,243,527 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-C-0019). AIR FORCE Radiant Geospatial Solutions LLC,* Ypsilanti, Michigan, has been awarded a $14,226,474 cost-plus-fixed-fee contract for Red Wing Next Generation Geospatial Intelligence (GEOINT) Cloud. The objective of this effort is to deliver an automated and efficient workflow for National System of GEOINT analysis by reducing latency for product generation, exploitation and intelligence gathering. This effort will expand the use of Amazon managed services through careful assessment of emerging offerings with the goal of improving resiliency, reducing cost and reducing exposure to cyber threats. Work will be performed at Ypsilanti, Michigan; and Herndon, Virginia, and is expected to be completed by Aug. 7, 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation in the amount of $3,713,188 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1502). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $13,031,667 firm-fixed-price contract for advisory and assistance services support for the Air Force Warfighting Integration Capability missions. This contract will provide for future and concepts analysis, design blueprints, capability development strategic integration, capability development implementation analysis, assessment of opportunities for new capability, workflow management, strategic communication, special access program integration, simulation studies, war gaming support, decision analytics and strategy, planning, programming, budgeting and execution analysis. Work will be performed at Washington, District of Columbia, and is expected to be completed by Aug. 8, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,994,101 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-F-A162). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $9,620,685 firm fixed price contract modification (P00005) to previously awarded contract FA7014-18-F-1022 for the exercise of Option Period One for advisory and assistance services to support Total Force analysis. This contract modification includes capability and capacity analysis of Air Force mission areas; linking results to the strategy, planning, and programming process; performing planning, programming, and budgeting study excursions; analytically supporting Total Force initiatives, strategy review and assessment and planning support. Work will be performed at Arlington, Virginia, and is expected to be completed by July 31, 2020. Fiscal 2019 operations and maintenance funds in the amount of $9,237,252 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. Midwest Air Traffic Control Service Inc., Overland Park, Kansas, has been awarded an $8,410,622 cost-plus-fixed-fee modification (P00013) to previously awarded contract N65236-14-D-4984 for aviation command and control operations and maintenance services. The contract modification adds five months and 20 days to the current task order. Work will be performed in the Air Force Central Command's area of responsibility and expected to be completed by Feb. 29, 2020. Fiscal 2019 operations and maintenance funds are being obligated in the amount of $8,410,622 at the time of the award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. *Small Business

  • Contract Awards by US Department of Defense - December 16, 2019

    17 décembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 16, 2019

    DEFENSE LOGISTICS AGENCY The Boeing Co., St. Louis, Missouri, has been awarded a maximum $835,737,596 modification (P00105) exercising the five-year option period of a five-year base contract (SPRPA1-14-D-002U) with one five-year option period for performance-based support of consumable items for various aviation platforms. This is a fixed-price-incentive firm contract. Location of performance is Missouri, with a Sept. 16, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Sysco Hampton Roads, Suffolk, Virginia, has been awarded a maximum $90,716,317 fixed-price with economic-price-adjustment, indefinite-quantity contract for perishable and semi-perishable subsistence supplies. This was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 363-day bridge contract with no option periods. Location of performance is Virginia, with a Dec. 11, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 and 2021 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3241). (Awarded Dec. 12, 2019) Pomp's Tire Service Inc., New Berlin, Wisconsin, has been awarded a maximum $15,046,656 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for pneumatic tire and wheel assemblies. This was a competitive acquisition with one offer received. This is a three-year contract with no option periods. Location of performance is Wisconsin, with a Dec. 16, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0014). Puerto Rico Industries for the Blind Corp.,** Mayaguez, Puerto Rico, has been awarded a maximum $11,036,311 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for flame resistant jackets. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Location of performance is Puerto Rico, with a Dec. 15, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1219). UPDATE: Atlantic Diving Supply Inc., doing business as ADS Inc., Virginia Beach, Virginia (SPE8EC-20-D-0052), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0005 announced April 5, 2017. ARMY Johnson Controls Building Automation Systems LLC, Huntsville, Alabama, was awarded a $400,000,000 firm-fixed-price contract for utility monitoring and control systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 19, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-D-0041). Lockheed Martin Corp., Orlando, Florida, was awarded a $64,736,518 modification (P00031) to contract W58RGZ-16-C-0008 for the Modernized Target Acquisition Designation Sight Pilot Night Vision Sensor Performance Based Logistics program sustainment, support elements, system components, test equipment and the supply retrograde infrastructure. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Army working capital funds in the amount of $64,736,518 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Attain LLC,* McLean, Virginia, was awarded a $30,492,418 modification (BA07 27) to contract W91QUZ-11-D-0016 to acquire and retain contractor employees with technical experience. Work will be performed in Picatinny Arsenal, New Jersey, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 cost-plus-fixed-fee funds in the amount of $ 8,174,474 other procurement, Army funds were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. MGS Construction Services Inc.,* Sallisaw, Oklahoma (W911SA-20-D-2000); Ryan Herring Construction Inc.,* Lawton, Oklahoma (W911SA-20-D-2001); and A&J Construction Management LLC,* Springdale, Arizona (W911SA-20-D-2002) will compete for each order of the $15,000,000 firm-fixed-price contract for parts, labor, tools, equipment, materials, transportation and supervision necessary to perform design-build projects. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 15, 2024. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. NAVY General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $299,886,600 cost-plus-incentive-fee and cost-plus-fixed-fee contract (N00030-20-C-0005) for fiscal 2020 through 2023 U.S. and United Kingdom Trident II (D-5) Fleet Ballistic Missile Submarines Fire Control System, Guided Missile Submarines Attack Weapon Control System, and Support Equipment Rework Facility support. Work will be performed in Pittsfield, Massachusetts (90%); Kings Bay, Georgia (3.0%); Bangor, Washington (2.0%); Dahlgren, Virginia (2.0%); Cape Canaveral, Florida (1.0%); Puget Sound Naval Shipyard, Washington (1.0%); and Norfolk Naval Shipyard, Virginia (1.0%). Work is expected to be completed Dec. 30, 2024. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $9,061,163, fiscal 2020 other procurement (Navy) funds in the amount of $14,907,880, fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,006,230, and United Kingdom funds in the amount of $8,890,232 are being obligated on this award. Of this amount, $10,067,393 will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis in accordance to 10 U.S. Code 2304(c)(1) and (4) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin, Manassas, Virginia, is awarded a $27,681,322 cost-plus-fixed-fee and cost-only modification to previously-awarded contract N00024-19-C-6400 to exercise options for systems engineering and integration on Navy submarines. This option exercise is for engineering and technical services and includes all material travel, subsistence and incidental material in support of those services. Work will be performed in Manassas, Virginia (68%); Groton, Connecticut (10%); Waterford, Connecticut (10%); Middletown, Rhode Island (7%); and Newport, Rhode Island (5%), and is expected to be completed by December 2020. Fiscal 2018 shipbuilding and conversion (Navy) and fiscal 2020 research, development, test and evaluation funding in the amount of $7,198,430 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. Motorola Solutions Inc., Chicago, Illinois, is awarded a $23,803,734 firm-fixed-price contract for lifecycle sustainment of the enterprise land mobile radio system for Naval Facilities Engineering Command anti-terrorism/force protection ashore program systems at various Navy installations worldwide. The work to be performed provides for preventive maintenance of hardware and software; response and resolution of service calls for corrective maintenance to include equipment repair, overhaul, or replacement, asset and configuration management, password management and software upgrade installation. The contract also contains four unexercised options, which if exercised would increase cumulative contract value to $93,614,301. Work will be performed worldwide, and is expected to be completed by December 2020. If all options are exercised, work will continue through June 2023. Fiscal 2020 operations and maintenance, (Navy) contract funds in the amount of $23,803,734 are obligated on this award and will expire at the end of the current fiscal year. This contract was solicited on a sole-source basis. Statutory authority for the use of other than full and open competition is found at 10 U.S. Code 2304 (c)(1) as implemented by Federal Acquisition Regulation 6.302-1(iii), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-C-2214). AIR FORCE ViaSat Inc., Carlsbad, California, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract to provide AN/PRC-161 Handheld Link 16 radios, ancillaries and associated training to special warfare operators. Work will be performed at Carlsbad, California, and is expected to be completed by Dec. 31, 2023. This contract is awarded on a non-competitive basis. Fiscal 2020 other procurement funds are being used and no funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8629-20-D-5000). Able Aerospace Services Inc., Mesa, Arizona, has been awarded a $9,405,053 requirements contract for the overhaul of the dynamic components on the TH-1H helicopter. This contract provides for the overhaul of the dynamic components associated with the TH-1H helicopter which is used to train and develop pilot skills. The dynamic components provide power-train and aerodynamic functionality to the flight characteristics of the aircraft. Work will be performed at Mesa, Arizona, and is expected to be completed by Dec 15, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 defense working capital funds are being used and no funds are being obligated at the time of the award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-20-D-0004). Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a not-to-exceed $9,111,111 predominantly firm-fixed-price undefinitized contract to provide technical security team support services in support of the Pakistan F-16 program. Work will be performed in Pakistan and is expected to be complete by June 18, 2020. This contract involves 100% foreign military sales to Pakistan. This award is the result of a sole-source acquisition. Foreign military sales funds of $4,464,444 are being obligated at the time of award. The Air Force Life Cycle Management Center, Air Force Security Assistance and Cooperation Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8630-20-C-5020). DEFENSE HEALTH AGENCY Cape Fox Facilities Services LLC, Manassas, Virginia, was awarded a three-year contract (one-year base and two option periods) with an estimated value of $19,500,300. This contract supports the Defense Health Agency, Deputy Assistant Director for Information Operations, Solutions Delivery Division. The contractor shall perform all activities within the scope of this contract under the construct of the Information Technology Infrastructure Library (ITIL), specifically the service operation and service transition domains. This initiative supports all operations and maintenance activities for the applications listed below under the ITIL construct. The seven applications are as follows: MHS Management Analysis and Reporting Tool, Patient Encounter Processing and Reporting, Electronic Surveillance System for the Early Notification of Community-based Epidemics, Protected Health Information Management Tool, Business Objects Common Services, Defense Medical Human Resources System - Internet and the Expense Assignment System. The contract was awarded on a sole source basis as authorized and in accordance with Section 8(a) of the Small Business Act (15 U.S. Code 637(a)(1)). The location of performance is inside the U.S. The base year is funded with fiscal 2020 operations and maintenance funding in the amount of $8,065,200. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity (HT0011-20-C-0001). MISSILE DEFENSE AGENCY The Boeing Co., Huntsville, Alabama, is being issued a $15,800,000 modification (P00024) to a previously awarded contract, HQ0277-18-C-0003. The value of this contract is increased from $62,361,210 to $78,161,210. Under this modification, the contractor will demonstrate a successful transition of fiber combined laser technology from the Massachusetts Institute of Technology–Lincoln Laboratory. The work will be performed in Huntington Beach, California. The period of performance is extended from March 31, 2020, until March 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,000,000 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. *Small Business **Small business in historically underutilized business zones https://www.defense.gov/Newsroom/Contracts/Contract/Article/2041268/source/GovDelivery/

Toutes les nouvelles