17 juillet 2018 | International, Aérospatial

Lockheed selected to build first UK spaceport

By:

FARNBOROUGH, England — The U.K. has selected Lockheed Martin to help develop its first domestic commercial spaceport in Melness, Scotland — an effort that could be of interest to the U.S. military as it hunts for a means to launch satellites into orbit.

Lockheed is teamed with Moog, Orbital Micro Systems, the University of Leicester, Surrey Satellite Technology, Satellite Applications Catapult, SCISYS, Lena Space, Reaction Engines and Netherlands Space Office on the project.

The first launch from Melness is scheduled for the “early 2020s,” per Lockheed.

“The countdown to the first orbital rocket launch from U.K. soil has officially begun," Patrick Wood, Lockheed Martin's U.K. country executive for space, said in a statement. “This initiative will not only spark advancements in science and innovation, it will create new opportunities for current and future U.K.-based suppliers to become part of the next space age."

The United Kingdom has not been shy about its desire to get in on the burgeoning commercial space launch industry, with a 2015 National Space Strategy calling for the U.K. to own 10 percent of the industry by 2030.

The launch site development is being led by Scottish government economic and community development agency Highlands & Islands Enterprise, with Lockheed providing “strategic support and guidance.”

Lockheed also has a hand in the first payload scheduled to be launched from the location, designed to release up to six cubesats, including Lockheed's LM 50 system.

While the location is not focused on defense, the militaries of the U.S. and others have become increasingly interested in using commercial space launch to get constellations of military satellites, including smaller systems, into orbit.

https://www.defensenews.com/digital-show-dailies/farnborough/2018/07/16/lockheed-selected-to-build-first-uk-spaceport/

Sur le même sujet

  • Contract Awards by US Department of Defense - March 5, 2019

    6 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 5, 2019

    ARMY 22nd Century Technologies Inc.,* Somerset, New Jersey (W15P7T-19-D-0202); Agile Defense Inc.,* Reston, Virginia (W15P7T-19-D-0203); Allied Associates International Inc.,* Gainesville, Virginia (W15P7T-19-D-0204); Beshenich Muir & Associates LLC,* Leavenworth, Kansas (W15P7T-19-D-0205); Envision Innovative Solutions Inc.,* Manasquan, New Jersey (W15P7T-19-D-0206); Interactive Process Technology LLC,* Billerica, Massachusetts (W15P7T-19-D-0207); and Technology Service Corp.,* Arlington, Virginia (W15P7T-19-D-0210), will compete for each order of the $37,400,000,000 hybrid (cost, cost-plus-fixed-fee, cost-plus-incentive-fee, and firm-fixed-price) contract for knowledge based professional engineering support services for programs with command, control, communications, computer, intelligence, surveillance, and reconnaissance related requirements. Bids were solicited via the internet with 388 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. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $23,577,120 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $23,577,120 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0285). Black & Veatch Special Projects Corp., Overland Park, Kansas, was awarded a $20,000,000 firm-fixed-price contract for architect-engineer general design services. Bids were solicited via the internet with 36 received. Work locations and funding will be determined with each order, with an estimated completion date of March 4, 2024. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-D-2003). Lockheed Martin Corp., Orlando, Florida, was awarded an $8,821,316 modification (P00061) to contract W31P4Q-15-C-0102 for the procurement of Honeywell Inertial Measurement Units. Work will be performed in Orlando, Florida, with an estimated completion date of Nov. 30, 2020. Fiscal 2017 and 2018 other procurement, Army funds in the amount of $8,821,316 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Lockheed Martin Space Systems Co., Sunnyvale, California, was awarded a $92,839,119 modification to increase the total ceiling to the previously awarded Mobile User Objective System (MUOS) cost-plus-award fee contract (N00039-04-C-2009) for engineering services, interim logistics services, spares and associated material. MUOS is a narrowband military satellite communication system that supports a worldwide, multiservice population of users, providing modern netcentric communications capabilities while supporting legacy terminals. Work will be performed in Scottsdale, Arizona (90 percent); and Sunnyvale, California (10 percent), and is expected to be completed by October 2020. Fiscal 2019/2020 weapons procurement (Navy); fiscal 2019/2020 research, development, test and evaluation (Navy); and fiscal 2019/2020 operations and maintenance (Navy) funding will be applied incrementally to the contract after award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - Only One Responsible Source (Federal Acquisition Regulation subpart 6.302-1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-04-C-2009). (Awarded March 4, 2019) Lockheed Martin Corp., Fort Worth, Texas, is awarded a $32,721,119 modification P00015 to a cost-plus-fixed-price delivery order (N0001918F2476) previously issued against basic ordering agreement N00019-14-G-0020 in support of the F-35 Lightning II Joint Strike Aircraft for the Navy, Air Force; Marine Corps, non-U.S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. The modification provides for the procurement of modification kits and special tooling required for modification and retrofit activities for delivered air systems. Work will be performed in Fort Worth, Texas, and is expected to be completed in August 2027. Fiscal 2017 and 2018 aircraft procurement (Marine Corps); fiscal 2019 aircraft procurement (Navy, Marine Corps, Air Force); non-DoD U.S. participant and foreign military sales funds in the amount of $32,721,119 will be obligated at time of award, $2,136,568 of which will expire at the end of the fiscal year. This modification combines purchases for the Air Force ($9,702,671; 30 percent); Navy ($9,212,841; 28 percent); Marine Corps ($7,844,070; 24 percent); non-U.S. DoD participant ($5,379,058; 16 percent); and FMS customers ($582,479; 2 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DRS Systems Inc., Melbourne, Florida, is awarded a $29,556,100 modification to previously awarded firm-fixed-price material contract N65236-15-C-1007 with performance based cost-plus-fixed-fee provisions for design and system engineering support services. This modification extends the contract period of performance, increases the contract estimated ceiling by $29,556,100, and changes the cumulative estimated value of the contract from $54,094,742 to $83,651,029. This contract is for interior communication systems material support to U.S. naval vessels. Work will be performed in Melbourne, Florida, and is expected to be completed by February 2022. This contract was previously procured competitively by full and open competition via the Space and Naval Warfare Systems Command e-commerce Central website and the Federal Business Opportunities website. The Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Northrop Grumman Systems, Melbourne, Florida, is awarded a $23,300,000 long-term contract for repair coverage of eight items that are part of the E-2D Advanced Hawkeye System. The contract is a three-year contract with no option periods. Work will be performed in Woodland Hills, California (50 percent); and Syracuse, New York (50 percent), and work is expected to be completed by December 2020. No funds will be obligated at the time of award. Annual 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. This contract was a sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and 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-UL01). Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $9,963,210 for modification P00001 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0015). This modification increases the ceiling of the contract to procure additional production ancillary mission equipment in support of F-35 non-U.S. Department of Defense participant operational aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2023. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. NOREAS Environmental Services LLC.,* Irvine, California, was awarded an $8,006,844 modification under previously awarded fixed-price contract N62473-17-C-0001 to exercise Option Two for environmental services for the management of hazardous material/hazardous waste and industrial and oily wastewater treatment plants and collection systems. The work to be performed provides for the contractor to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services for industrial waste/oily waste treatment Services; hazardous material/hazardous waste management; oil and hazardous substance spill response and cleanup, ashore. After award of this option, the cumulative contract value is $23,255,028. Work will be performed at various installations in San Diego, California, and is expected to be completed by March 2020. Working capital funds (Navy) in the amount of $8,006,844 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-17-C-0001). (Awarded Feb. 28, 2019) DEFENSE INFORMATION SYSTEMS AGENCY NextGen Federal Systems LLC, Morgantown, West Virginia, was awarded a competitive, hybrid (firm-fixed-price and cost-plus-fixed-fee) contract with four one-year options on task order HC1047‐19-C-0004 for independent verification and validation of software in support of the Defense Information Systems Agency Command and Control Portfolio. The face value of this action is $7,142,540 funded by fiscal 2019 operations and maintenance. The total cumulative face value of the contract is $52,574,624. Performance will take place primarily at the government's facility located at Fort George G. Meade Defense Information Systems Agency Headquarters. Proposals were solicited via the Federal Business Opportunities website, and five proposals were received. The base period of performance is March 6, 2019, through March 5, 2020. The Defense Information Technology Contracting Organization ‐ National Capital Region is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1776351/source/GovDelivery/

  • Security Flaws in Popular ML Toolkits Enable Server Hijacks, Privilege Escalation

    11 novembre 2024 | International, Sécurité

    Security Flaws in Popular ML Toolkits Enable Server Hijacks, Privilege Escalation

    Over 20 vulnerabilities found in ML open-source tools pose severe risks, including server hijacking and data breaches.

  • Contract Awards by US Department of Defense - September 09, 2020

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

    Contract Awards by US Department of Defense - September 09, 2020

    NAVY Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $126,934,433 cost-plus-incentive-fee and cost only contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy engineering services, materials and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by December 2021. Fiscal 2020 operations and maintenance, Navy (63%); and fiscal 2020 research development test and engineering, Navy (37%) funding in the amount of $1,400,676 will be obligated at time of award, of which $882,426 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Harper Construction Co., Inc., San Diego, California (N62473-16-D-1881); Hensel Phelps Construction Co., Irvine, California (N62473-16-D-1882); M. A. Mortenson Co. doing business as Mortenson Construction, Minneapolis, Minnesota (N62473-16-D-1883); R. A. Burch Construction Co., Inc.,* Ramona, California (N62473-16-D-1884); RQ Construction LLC, Carlsbad, California (N62473-16-D-1885); Solpac Construction, doing business as Soltek Pacific Construction Inc., San Diego, California (N62473-16-D-1886); and Straub Construction Inc., Fallbrook, California (N62473-16-D-1887), are awarded $92,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value including the base year and four option years for all seven contracts combined is increased from $332,000,000 to $424,000,000. The contracts are for new commercial and institutional building construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility, including but not limited to California (90%); Arizona (6%); Colorado (1%); Nevada (1%); New Mexico (1%); and Utah (1%). All work will be performed at various federal sites within the NAVFAC Southwest area of responsibility. No funds are being obligated on this award and no funds will expire. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website, with 21 proposals received. The NAVFAC Southwest, San Diego, California, is the contracting activity. Core Services Group Inc.,* Virginia Beach, Virginia, is awarded a $29,000,000 commercial firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services for Commander, Operational Test and Evaluation Force Aviation Warfare Division. The 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. The option to extend services, if exercised, will bring the total value to $32,000,000. The base ordering period is expected to be completed by November 2025; if the option is exercised, the ordering period will be completed by May 2026. All work will be performed in Norfolk, Virginia. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov as a service-disabled veteran-owned small business set-aside using commercial items procedures, with four offers received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0020). Science Application International Corp., Reston, Virginia, is awarded a $17,816,869 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide advanced technical training of shipboard communication and network systems in support of the Water Front Training Delivery Program for the Center for Information Warfare Training, Pensacola, Florida. The contract will include a five-year base ordering period with no options. Work will be performed in Pensacola, Florida (52%); San Diego, California (22%); Virginia Beach, Virginia (19%); and Groton, Connecticut (7%). Work is expected to be completed by September 2025. Fiscal 2021 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract resulted from a full and open competitive solicitation through the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-D-Z032). Bell Textron Inc., Fort Worth, Texas, is awarded an $8,941,785 firm-fixed-price modification (P00018) to previously awarded fixed-price-incentive-firm-target contract N00019-17-C-0030. This modification increases the total contract value to produce, deliver, install and integrate, in country, a fully assembled AH-1Z flight training device for the government of Bahrain. Work will be performed in Broken Bow, Oklahoma (50%); Fort Worth, Texas (30%); and St. Louis, Missouri (20%), and is expected to be completed in May 2022. Foreign Military Sales funds in the amount of $8,941,785 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Life Cycle Engineering Inc., North Charleston, South Carolina, is awarded an $8,364,504 firm fixed price modification to task order N32253-19-F-3000 against previously issued SeaPort-e multiple award contract N00178-07-D-4077. This modification exercises Option Period One for the accomplishment of the technical, engineering, management, programmatic and education support services at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility. Work will be performed in Hawaii, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $8,364,504 will be obligated at time of modification award and expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. Sabre Systems, Inc.,* Warrington, Pennsylvania, is awarded an $8,174,314 cost-plus-fixed-fee order (N68335-20-F-0212) against previously issued basic ordering agreement N68335-16-G-0022. This order provides support for the rapid research, development, maturation, procurement, integration, training and sustainment of cyber resilient and full spectrum cyber warfighting capabilities for the Digital Analytics, Infrastructure and Technology Advancement Group. These solutions support various systems within the Naval Air Systems Command portfolio throughout all phases of acquisition, operational field demonstrations, prototyping, experiments, operational assessments, extended user evaluations and fleet/force deployments. Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2025. Fiscal 2020 research, development, test and evaluation (Defense wide) funds in the amount of $667,721; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $52,000 will be obligated at time of award, $52,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. AIR FORCE Raytheon Missiles Systems, Tucson, Arizona, has been awarded a ceiling $125,000,000 four-year, indefinite-delivery/indefinite-quantity contract (FA8675-20-D-0002) for the Advanced Medium Range Air-to-Air Missile (AMRAAM) system improvement program. This contract provides for delivery of software updates to the AMRAAM inventory. Software development activities are expected to use a recognized agile framework consisting of government/Prime collaboration through repeatable increments of study, development, integration, test and capability demonstration. Work will be performed in Tucson, Arizona, and is expected to be completed Sept. 30, 2026. An initial task order (FA8675-20-F-1026) will be awarded concurrently with the basic contract, for a total cost-plus-fixed-fee face value of $1,192,809. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $678,402 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. FPM Remediations Inc., Oneida, New York, has been awarded a ceiling $60,000,000 indefinite-delivery/indefinite-quantity contract for base realignment and closure (BRAC) environmental construction optimization services to support the Air Force Civil Engineer Center (AFCEC) Installations Directorate (CIB). These performance-based remediation efforts support the AFCEC BRAC mission and enhance BRAC program capabilities within AFCEC/CIB. The requirements support a variety of environmental restoration services and construction necessary to maintain regulatory selected remedies, implement optimization to enhance remedial progress and advance sites to completion in a cost-effective manner. The efforts will be executed in accordance with technical and regulatory requirements to ensure protection of human health and the environment. Work will be performed at the following deactivated Air Force bases: Bergstrom Air Force Base, Texas; Brooks AFB, Texas; Carswell AFB, Texas; Eaker AFB, Arkansas; England AFB, Louisiana; Kelly AFB, Texas; Myrtle Beach AFB, South Carolina; Reese AFB, Texas; Buckley Annex, Colorado; and Lowry AFB, Colorado. Work is expected to be completed Sept. 30, 2030. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 BRAC funds in the amount of $2,466,636 are being obligated at the time of award. Air Force Installation Contracting Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-20-D-0003). DEFENSE LOGISTICS AGENCY Valneva USA Inc.,* Gaithersburg, Maryland, has been awarded a maximum $60,601,800 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Japanese Encephalitis vaccines. This is a one-year base contract with two one-year 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. Locations of performance are Maryland and United Kingdom, with a Sept. 8, 2021, ordering period end date. Using military services are Army, Marine Corps, Navy and 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 (SPE2DP-20-D-0005). Vinyl Technology, Monrovia, California, has been awarded a maximum $10,996,200 modification (P00011) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-1188) with three one-year option periods for Advanced Technology Anti-G Suits. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California, with a Sept.16, 2021, ordering period end 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. ARMY Battelle Memorial Institute, Columbus, Ohio, was awarded a $49,525,698 modification (P00006) to contract W9132V-19-F-0005 for geospatial research, development, technology and evaluation of current and emerging geospatial technologies that will help characterize and measure phenomena within the physical and social environments encountered by the Army. Work will be performed in Washington, D.C., with an estimated completion date of Sept. 28, 2023. Fiscal 2020 revolving funds in the amount of $1,038,309 were obligated at the time of the award. The U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity. Moog Inc., Elma, New York, was awarded a $46,659,837 firm-fixed-price contract to overhaul and upgrade cylinder assembly actuators for UH-60 Blackhawk helicopters. 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 Sept. 9, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0032). Lockheed Martin, Orlando, Florida, was awarded a $22,335,977 modification (P00035) to contract W31P4Q-19-C-0071 for engineering services in support of the Hellfire and Joint-Air-to-Ground missiles. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 2, 2022. Fiscal 2018 and 2020 missile procurement (Air Force) funds; 2019 research, development, test and evaluation (Navy) funds; 2020 operations and maintenance (Army) funds; and 2018 and 2020 missile procurement (Army) funds in the amount of $22,335,97 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Optimal GEO Inc.,* Athens, Georgia (W912P9-20-D-0027); and Surdex Corp., Chesterfield, Missouri (W912P9-20-D-0026), will compete for each order of the $16,000,000 firm-fixed-price contract for photogrammetric and lidar surveying and mapping. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 3, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity. David Boland Inc.,* Titusville, Florida, was awarded a $15,472,000 firm-fixed-price contract for renovation of Building 546 at Missile Command Headquarters. Bids were solicited via the internet with four received. Work will be performed at Minot Air Force Base, North Dakota, with an estimated completion date of Aug. 25, 2023. Fiscal 2020 operations and maintenance (Army) funds in the amount of $15,472,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0036). Speegle Construction,* Niceville, Florida, was awarded a $13,214,700 firm-fixed-price contract to construct a two-story, 39,500 square-foot facility with reinforced concrete foundation and floor slab, steel structure, masonry walls, metal roof, heating, ventilation, air conditioning, fire detection and protection and mass notification system. Bids were solicited via the internet with six received. Work will be performed at Hurlburt Field, Florida, with an estimated completion date of Sept. 16, 2022. Fiscal 2024 military construction (Defense-wide) funds in the amount of $13,214,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0028). BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,457,946 modification (P00143) to contract W56HZV-15-C-0099 for Bradley Fighting Vehicle current fleet sustainment logistics management. Work will be performed in San Jose, California, with an estimated completion date of Dec. 9, 2022. Fiscal 2018 procurement (Defense-wide) funds in the amount of $10,457,946 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Limno-Tech Inc.,* Ann Arbor, Michigan, was awarded a $9,900,000 fixed-price-level-of-effort contract for research and development services for water quality and contaminant modeling. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 8, 2025. The U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-20-D-0004). Accenture Federal Services, Arlington, Virginia, was awarded an $8,293,896 modification (P00001) to contract W52P1J-20-C-0005 for unified enterprise resource planning capability support services. Work will be performed at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 8, 2026. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,293,896 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. CORRECTION: The contract announced on Sept. 8, 2020, for Amentum Services Inc., Germantown, Maryland (W56HZV-20-F-0396), for $29,034,547, was announced with an incorrect award date. The correct award date is Sept. 9, 2020. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2341844/source/GovDelivery/

Toutes les nouvelles