23 mars 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Pentagon declares defense contractors ‘critical infrastructure,’ must continue work

By: Aaron Mehta

Updated 3/20 at 6:45 PM EST with new comment from Bialos.

WASHINGTON — The U.S. Defense Department has declared that defense contractors are “critical infrastructure” to national security, a designation that comes with an expectation to maintain a consistent, normal work schedule amid the outbreak of the new coronavirus, COVID-19.

In a Friday memo to industry, Undersecretary of Defense for Acquisition and Sustainment Ellen Lord made it clear that she wants defense companies to continue to deliver their products and services to the Pentagon on time.

“If you work in a critical infrastructure industry, as designated by the Department of Homeland Security, you have a special responsibility to maintain your normal work schedule,” Lord wrote. “We need your support and dedication in these trying times to ensure the security of this Nation. I understand that this national emergency presents a challenge and we are dedicated to working closely with you to ensure the safety of the workforce and accomplishments of the national security mission.”

Lord also spelled out large swaths of the industrial base for which this order applies, including the aerospace sector; mechanical and software engineers; manufacturing/production workers; IT support; security staff; security personnel; intelligence support; aircraft and weapon systems mechanics and maintainers; suppliers of medical suppliers and pharmaceuticals; and critical transportation.

Included in the designation are personnel working for companies as well as subcontractors who perform under contract for the department. Contractors who perform tasks such as providing office supplies, recreational support or lawn care are not considered essential.

By designating the defense industry in such a way, companies involved may be able to get around state-directed shutdowns such as the one in New York right now. Similarly designated workers include, among many others, law enforcement, health care providers, water and power authorities, and IT support for emergency services — all of whom are still on duty in the current crisis.

In the memo, Lord noted, companies involved should “follow guidelines from the Centers for Disease Control and Prevention as well as State and local government officials regarding strategies to limit disease spread.” Some companies have instituted work-from-home policies where applicable, although in cases such as production of defense equipment or work in secure facilities, that option appears unrealistic.

Force of law?

Things may not be as cut and dry as Lord's memo makes it seem, warned Jeff Bialos, a partner with the Eversheds-Sutherland law firm and former deputy under secretary of defense for industrial affairs.

He notes that Lord's memo is based on guidance, put out the day before by the Department of Homeland Security, which does not carry with it the force of law to override decisions on work stoppage that may come from a state.

“These are guidelines only. They do not have the force of effect of law,” Bialos warned.

Bialos thinks the memo may be a useful tool for industry to turn to local governments that are eyeing a work shutdown and say they should be given an exemption. But should the local government decide not to grant that exemption, how much force the memo may have is unclear.

“Thee's no slam dunk here. Everyone is struggling with these issues. And I think what this memo does is put another arrow in the quiver of a company that wants to keep doing business to meet defense needs. And it also is a document companies can provide to localities and states, and say ‘please give us an exemption.'”

In a statement released late Friday, Lt. Col. Mike Andrews, a spokesman for Lord, said the undersecretary met today with Senate Armed Services Committee chairman Sen. Jim Inhofe, R-Ok., on the memo and other issues.

Lord “remains committed to daily communication and collaboration with the defense industrial base, especially the defense industry trade associations. In addition, she'll be contacting several state Governors to discuss state-specific critical infrastructure and essential workforce efforts,” Andrews said, adding that a daily call between members of Lord's team and industry associations continues.

Jerry McGinn, a longtime official at the department's Office of Manufacturing and Industrial Base Policy, said the move was the right one to make.

“You're essentially trying to keep that workforce engaged and supporting that customer. This is trying to give DoD organizations flexibility to reduce contract disruptions, stop-work orders, and other actions that could impact the contractor workforce” said McGinn, now executive director of the Center for Government Contracting at George Mason University.

“And that in general is a good thing. It's not something you want to do for six months, because then you might have trouble monitoring performance, but for this critical time it seems like a reasonable kind of thing to do.”

https://www.defensenews.com/pentagon/2020/03/20/pentagon-declares-defense-contractors-critical-infrastructure-must-continue-work/

Sur le même sujet

  • Contract Awards by US Department of Defense - February 14, 2019

    18 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 14, 2019

    NAVY GE Aviation Systems LLC, Vandalia, Ohio, is awarded a $68,177,707 long-term contract for repair of 33 items that are part of the G2/G3 generator converter units used on the F/A-18 aircraft. The contract will include a three-year contract with one two-year option period which, if exercised, the total value of the contract will be $87,116,502. Work will be performed in Coronado, California (70 percent); and Vandalia, Ohio (30 percent). Work is expected to be completed by February 2022; if the option is exercised, work will be completed by February 2024. 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. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UJ01). CDM Federal Programs Corp., doing business as CDM Smith, Fairfax, Virginia, is awarded a $33,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract (N62470-15-D-4002) for architect–engineering services for utilities engineering and management support projects located throughout the Naval Facilities Engineering Command (NAVFAC) area of responsibility (AOR) worldwide. The primary tasks anticipated under this contract include producing utility system master plans, engineering studies, surveying, field testing, hydraulic modeling, recommended treatment and distribution improvements, electric load and demand modeling, arc-flash and safety hazard analysis, relay coordination, life cycle cost analysis, 1391 documentation and design, development and implementation of standard processes and tools to inventory and manage utility assets, collecting direct condition ratings; performing risk assessment on functional groups of assets, creating a risk based investment strategy, and capital improvement plans; development of standard operating procedures, preventive maintenance plans, and operator training; process and instrumentation drawings/electric system one-line drawings for utility systems; development of Geographic Information Systems for utilities using GPS and mobile field data development and integration of utility information systems to increase the reliable, safe and efficient delivery of utility services; development of best practices and documentation, development of staffing plans, and organizational analysis of public works departments with staffing recommendations, organizational improvements and other related services. After award of this modification, the total cumulative not-to-exceed contract value will be $55,000,000. Critical projects are planned to be performed in the NAVFAC AOR worldwide, including but not limited to, Japan (24 percent); Florida (22 percent); Italy (22 percent); Hawaii (19 percent); Texas (10 percent); and Washington, District of Columbia (2 percent). The term of the contract is not to exceed 60 months, with an expected completion date of February 2020. Future task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy) funds. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity. L3 Communication Systems - West, Salt Lake City, Utah, is awarded a $29,610,900 firm-fixed-price, cost-plus-fixed-fee delivery order to previously awarded basic ordering agreement (N00024-19-G-2304) for the manufacture, integration, test, and delivery of the Tactical Common Data Link Maritime Shipboard Terminal Surface Terminal Equipment (TCDL MST STE) system. This order is for the procurement of the TCDL MST STE system equipment, program management, and respective support, integration, and fitting out. Work will be performed in Salt Lake City, Utah, and is expected to be completed by September 2023. Fiscal 2017, 2018, and 2019 shipbuilding and conversion (Navy) funding in the amount of $25,424,516 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. L-3Communications Vertex Aerospace LLC, Madison, Mississippi, is awarded a $23,420,937 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide contractor owned and operated aircraft for airborne threat simulation capabilities to train shipboard and aircraft squadron weapon systems operations and aircrew to counter enemy electronic warfare and electronic attach operations. Work will be performed at various locations inside and outside the continental U.S., and is expected to be completed in February 2022. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0031). Bahfed Corp.,* Portland, Oregon (N6893619D0011); Impact Components, a California Limited Partnership,* San Diego, California (N6893619D0012); Laguna Components Inc.,* Laguna Beach, California (N6893619D0013); Pacific IC Source,* Yucaipa, California (N6893619D0014); and Vizocom ICT LLC,* El Cajon, California (N6893619D0015), are each awarded indefinite-delivery/indefinite-quantity contracts. The estimated aggregate ceiling for all contracts is $20,000,000, with the companies having an opportunity to compete for individual orders. These contracts provide for various types of commercially-available electronic components, manufactured from several different materials, in different forms, shapes, sizes, and complexity in support of the Naval Air Warfare Center Weapons Division's Applied Manufacturing Technology Division (Code 475000D). Work will be performed in Portland, Oregon (20 percent); San Diego, California (20 percent); Laguna Beach, California (20 percent); Yucaipa, California (20 percent); and El Cajon, California (20 percent), and is expected to be completed in February 2024. Fiscal 2019 working capital funds (Navy) in the amount of $21,886 will be obligated at time of award, none of which will expire at the end of the current fiscal year. These contracts were competitively procured via a 100 percent small business set-aside electronic request for proposals with six offers received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $17,288,213 cost-plus-incentive-fee contract modification to previously-awarded contract N00024-17-C-6259 to exercise options for Navy equipment, engineering services and required material. Work will be performed in Manassas, Virginia (65 percent); Clearwater, Florida (32 percent); Syracuse, New York (2 percent); and Marion, Florida (1 percent), and is expected to be completed by September 2022. Fiscal 2019 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $16,823,290 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. Bell Boeing Joint Project Office, Amarillo, Texas, was awarded $10,656,686 for modification P00002 to a previously issued delivery order (N0001918F1645) placed against basic ordering agreement, N00019-17-G-0002. This modification exercises the option to procure 12 A-Kits to retrofit legacy fleet aircraft with the AN/APR-39D(V)2, AN/AAQ-24B(V)27, and the ALE-47 Power Performance Computing, upgrading the MV-22 from Configuration A to Configuration C. In addition, this modification provides for the procurement of 12 APR-39D(V)2 A-Kits to install the AN/APR-39D (V)2 system on any of the 48 previously Integrated Aircraft Survivability Equipment retrofitted aircraft, upgrading the MV-22 from Configuration B to Configuration C. Work will be performed in Ridley Park, Pennsylvania (65 percent); Miramar, California (14 percent); New River, North Carolina (13 percent); Fort Worth, Texas (6 percent); St. Louis, Missouri (1 percent); and various locations within the continental U.S. (1 percent), and is expected to be completed in September 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $10,656,686 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. (Awarded Feb.11, 2019) AIR FORCE Tecolote Research Inc., El Segundo, California, has been awarded a $38,784,990 cost-plus-fixed-fee contract for Space and Missile Systems Center acquisition and financial support services. This contract provides the Remote Sensing Systems Directorate with a broad range of acquisition, financial, and administrative capabilities to execute effective and responsive integrated program management of space-related research, development, production, sustainment, and lifecycle acquisition activities. Work will be performed in El Segundo, California, and is expected to be complete by Aug. 17, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 space procurement funds in the amount of $939,196; fiscal 2019 operations and maintenance funds in the amount of $707,006; and fiscal 2019 research, development, test and evaluation funds in the amount of $4,952,516 are being obligated at the time of award. Space and Missile Systems Center Remote Sensing Systems Contracting Division, Los Angeles Air Force Base, California, is the contracting activity (FA8810-19-F-0003). Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract for Advanced Turbine Technologies for Affordable Mission (ATTAM) capability Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. This approach extends to a range of legacy, emerging, and future military propulsion, power and thermal technology needs in multiple applications. Work will be performed in Redondo Beach, California, and is expected to be completed by Feb. 8, 2027. This award is the result of a competitive acquisition and 54 offers were received. No specific funds are obligated on the basic IDIQ, although in conjunction with the basic IDIQ award, the first task order is incrementally funded with fiscal 2018 research, development, test and evaluation funds in the amount of $5,000; and fiscal 2019 research, development, test and evaluation funds in the amount of $315,000 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-2060, FA8650-19-F-2075). ARMY PAE Government Systems Inc., Arlington, Virginia, was awarded a $27,574,855 modification (P00010) to Foreign Military Sales (Afghanistan) contract W56HZV-17-C-0117 for contractor logistic support efforts to the Afghan National Defense and Security Forces. Work will be performed in Hikia, Afghanistan, with an estimated completion date of Aug. 30, 2022. Fiscal 2019 other procurement, Army funds in the amount of $27,574,855 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $9,136,250 firm-fixed-price contract for Canaveral Harbor maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Canaveral, Florida, with an estimated completion date of Dec. 30, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,163,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0010). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY System High Corp., Chantilly, Virginia, has been awarded a $24,200,840 modification (P00019) to previously awarded task order HR0011-17-F-0001 for program security services. The modification brings the total cumulative face value of the task order to $69,223,019 from $45,022,179. Work will be performed in Arlington, Virginia, with an expected completion date of March 2020. Fiscal 2019 research and development funds in the amount of $21,769,143 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. U.S. TRANSPORTATION COMMAND Vane Line Bunkering Inc., Baltimore, Maryland, has been awarded contract modification (P00030) on contract HTC71113CW015 in the amount of $16,952,486. This modification provides continued transportation of bulk jet fuel and marine diesel fuel by barge for the Defense Logistics Agency-Energy in the U.S. Atlantic Region. Performance is from Mar. 1, 2019, to Aug. 31, 2019. Fiscal 2019 defense working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $139,538,998 from $122,586,512. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, has been awarded a $9,763,000 cost-plus fixed-fee contract. The contract is to provide assessments and alternatives of offensive capabilities within the domains of air, land, sea, space and cyberspace, missions and warfare areas that asymmetrically mitigate threat effectiveness, impose cost, and/or create ambiguity in adversary decision-making. Work performance will take place in the National Capital Region, including Arlington and Alexandria, Virginia. Fiscal 2018 - fiscal 2019 research, development, test, and evaluation funds in the amount of $5,460,000; fiscal 2019 – fiscal 2020 research, development, test, and evaluation funds in the amount of $3,576,000; and fiscal 2019 operations and maintenance funds in the amount of $727,000 are being obligated on this award. The expected completion date is Dec. 29, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-13-D-0003). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1758484/source/GovDelivery/

  • US Army cancels current effort to replace Bradley vehicle

    16 janvier 2020 | International, Terrestre

    US Army cancels current effort to replace Bradley vehicle

    By: Jen Judson WASHINGTON — The U.S. Army is taking a step back on its effort to replace its Bradley Infantry Fighting Vehicle after receiving only one bid in its competitive prototyping program, but this does not mean the end of the road for the future optionally manned fighting vehicle, service leaders told reporters Jan. 16 at the Pentagon. Until now, the Army has been tight-lipped ever since it appeared the competitive effort was no longer competitive, as the service had received only one prototype submission. “Today the U.S. Army will cancel the current solicitation for the Section 804 Middle Tier acquisition rapid prototyping phase of the [optionally manned fighting vehicle]. Based on feedback and proposals received from industry, we have determined it is necessary to revisit the requirements, acquisition strategy and schedule moving forward,” said Bruce Jette, the Army's acquisition chief. “Since its inception, the OMFV program has represented an innovative approach to Army acquisition by focusing on delivering an essentially new capability to armored brigade combat teams under a significantly reduced timeline compared to traditional acquisition efforts. The Army asked for a great deal of capability on a very aggressive schedule and, despite an unprecedented number of industry days and engagements to include a draft request for proposals over a course of nearly two years, all of which allowed industry to help shape the competition, it is clear a combination of requirements and schedule overwhelmed industry's ability to respond within the Army's timeline,” Jette said. “The need remains clear. OMFV is a critical capability for the Army, and we will be pressing forward after revision." In October, the Army ended up with only one bidder in the OMFV competition — General Dynamics Land Systems. The service had planned to hold a prototyping competition, selecting two winning teams to build prototypes with a downselect to one at the end of an evaluation period. Defense News broke the news that another expected competitor — a Raytheon and Rheinmetall team — had been disqualified from the competition because it had failed to deliver a bid sample to Aberdeen Proving Ground, Maryland, by the deadline. A bellwether for what was to come in the prototyping competition happened earlier in the year when BAE Systems, which manufactures the Bradley, decided not compete, Defense News first reported. And, according to several sources, Hanwha also considered competing but decided against the opportunity. The CEO of BAE Systems' U.S.-based business, Jerry DeMuro, told Defense News in a recent interview that the company didn't regret its decision not to pursue OMFV as the requirements and schedule were previously laid out, but said it continues to talk to the Army about future opportunities. “It was a very challenging program,” DeMuro said. “It always comes down to three things: requirements, schedule and funding. The schedule was very, very aggressive, especially early on, and at the same time trying to get leap-ahead technologies. There's a little bit of dichotomy there. “The requirements that were being asked for was going to require, in our estimation, significantly more development that could not be done in that time frame and significantly more capital than the Army was willing to apply.” Jette said the Army had a large number of vendors interested in the effort, hosted 11 industry days and had a number of draft requests for proposals on the street, but, he said, “it's always a challenge for industry. I was on the outside two years ago, and you get an RFP in after the discussions — it still cannot align with what you thought, and that is what you have to respond to is the RFP.” The acquisition chief believes what happened in this case is there was “a large number interested, they started paring down, which started causing us some uncertainty about the competition, but we still had viable vendors in. And when you get out to actually delivering on those requirements, we had one vendor who had challenges meeting compliance issues with delivery, and the second vendor had difficulty meeting responsive issues, critical issues within the requirement — not knowing how to fulfill that.” When pressed as to whether GDLS met the requirements with its bid sample, the Army's program executive officer for ground combat systems, Brig. Gen. Brian Cummings, who was present at the media roundtable along with the Next-Generation Combat Vehicle Cross-Functional Team leader Brig. Gen. Ross Coffman, said the Army could not discuss results and findings regarding the company's submission. Several sources confirmed a letter was circulating around Capitol Hill from GDLS to the Army secretary that strongly urged the service to continue with the program without delay. So now it's back to the drawing board to ensure the Army gets the prototyping program right. Jette took pains to stress that the OMFV effort is not a failed program with the likes of Comanche, Future Combat Systems, Crusader or the Armed Reconnaissance Helicopter. “This is a continuing program. This is an initial effort at trying to get to a programmatic solution yielded, input that we needed to evaluate, which said we needed to revise our approach, not abandon the program or that it was a failure.” Some major failed programs in the past, Jette noted, were canceled after spending large amounts of money and still moving along even though problems were identified as the service proceeded. Crusader cost about $2 billion, Comanche about $6.9 billion and Future Combat Systems about $19 billion, Jette said. “We've spent a very small amount of money in trying to get to where we are, and in fact a good bit of the technology development that was part of the assessment phase is still totally recoverable," he added. Army Futures Command chief Gen. Mike Murray told the same group of reporters he is hesitant to call OMFV a program because it's a prototyping program, not a program of record. “We are still committed to this. This is like a tactical pause,” he said. The effort so far “gave us a great deal of clarity in understanding what is truly doable,” Jette noted. Army leaders said they would be unable to estimate how long its renewed analysis on the program might take before proceeding with a new solicitation to industry, or what that would mean for the program's schedule in its entirety. The original plan was to field OMFV in 2026. Last month, Congress hacked funding for the OMFV prototyping program, providing $205.6 million in fiscal 2020, a reduction of $172.8 million, which would have made it impossible to conduct a competitive prototyping effort. What happens to that funding or congressional support for the overall program is unclear. While sources confirmed to Defense News in early October that the failure with the OMFV prototyping effort revealed rifts between the acquisition community and the Army's new modernization command, Army Futures Command, Jette said while there is a bit of “scuffing here and there" the two organizations are working together “much better.” Murray added it is his view that the acquisition community and Army Futures Command is moving forward as “one team” with “one goal in mind.” https://www.defensenews.com/land/2020/01/16/army-takes-step-back-on-bradley-replacement-prototyping-effort/

  • CACI Awarded $199 Million Contract to Support U.S. Navy Satellite Systems and Networks for Special Operations

    1 mai 2020 | International, Naval

    CACI Awarded $199 Million Contract to Support U.S. Navy Satellite Systems and Networks for Special Operations

    April 27, 2020 - CACI International Inc (NYSE: CACI) announced today that it has been awarded a five-year and six-month, if all options are exercised, single-award indefinite delivery/indefinite quantity contract, with a ceiling value of $199 million, to provide communications systems, satellite communications, and network support services to the Naval Information Warfare Center (NIWC) Atlantic in support of U.S. Special Operations Command. Under the contract, CACI engineers and technicians will provide mission expertise, including fielding and training for operational systems, maintenance, logistics, and 24/7 technical support for personnel working with the satellite and network systems. CACI will support approximately 2,000 satellite communications systems worldwide, as well as wide-area network infrastructure services for nearly 90 sites. CACI has a unique and modern facility designed to seamlessly support and enhance NIWC's mission. CACI experts can maintain, assemble, and test satellite communications systems at the Fayetteville, NC. facility to maximize those systems' efficiency and accuracy while also supporting the warfighter with continuous improvements. John Mengucci, CACI President and Chief Executive Officer, said, “This recompete award results from the longstanding professional and productive relationship between our dedicated team and NIWC, focused on providing servicemembers with the critical communications support they need to execute their mission.” CACI Executive Chairman and Chairman of the Board Dr. J.P. (Jack) London, said, “As our country continues to face evolving national security threats, CACI remains focused on providing the support our customers rely on to safeguard our nation.” CACI's 23,000 talented employees are vigilant in providing the unique expertise and distinctive technology that address our customers' greatest enterprise and mission challenges. Our culture of good character, innovation, and excellence drives our success and earns us recognition as a Fortune World's Most Admired Company. As a member of the Fortune 1000 Largest Companies, the Russell 1000 Index, and the S&P MidCap 400 Index, we consistently deliver strong shareholder value. Visit us at www.caci.com. There are statements made herein which do not address historical facts, and therefore could be interpreted to be forward-looking statements as that term is defined in the Private Securities Litigation Reform Act of 1995. Such statements are subject to factors that could cause actual results to differ materially from anticipated results. The factors that could cause actual results to differ materially from those anticipated include, but are not limited to, the risk factors set forth in CACI's Annual Report on Form 10-K for the fiscal year ended June 30, 2019, and other such filings that CACI makes with the Securities and Exchange Commission from time to time. Any forward-looking statements should not be unduly relied upon and only speak as of the date hereof. CACI-Contract Award View source version on businesswire.com: https://www.businesswire.com/news/home/20200427005135/en/

Toutes les nouvelles