10 août 2023 | International, Terrestre

Rheinmetall affirms guidance as arms demand boosts Q2 earnings

Rheinmetall reported a rise in quarterly operating earnings and affirmed its full-year guidance on Thursday as it benefited from growing demand for weapons and ammunition amid the war in Ukraine.

https://www.reuters.com/business/aerospace-defense/rheinmetall-affirms-guidance-arms-demand-boosts-q2-earnings-2023-08-10/

Sur le même sujet

  • DARPA Seeks to Make Scalable On-Chip Security Pervasive

    29 mars 2019 | International, C4ISR, Sécurité, Autre défense

    DARPA Seeks to Make Scalable On-Chip Security Pervasive

    For the past decade, cybersecurity threats have moved from high in the software stack to progressively lower levels of the computational hierarchy, working their way towards the underlying hardware. The rise of the Internet of Things (IoT) has driven the creation of a rapidly growing number of accessible devices and a multitude of complex chip designs needed to enable them. With this rapid growth comes increased opportunity for economic and nation-state adversaries alike to shift their attention to chips that enable complex capabilities across commercial and defense applications. The consequences of a hardware cyberattack are significant as a compromise could potentially impact not millions, but billions of devices. Despite growing recognition of the issue, there are no common tools, methods, or solutions for chip-level security currently in wide use. This is largely driven by the economic hurdles and technical trade-offs often associated with secure chip design. Incorporating security into chips is a manual, expensive, and cumbersome task that requires significant time and a level of expertise that is not readily available in most chip and system companies. The inclusion of security also often requires certain trade-offs with the typical design objectives, such as size, performance, and power dissipation. Further, modern chip design methods are unforgiving – once a chip is designed, adding security after the fact or making changes to address newly discovered threats is nearly impossible. “Today, it can take six to nine months to design a modern chip, and twice as long if you want to make that same design secure,” said Serge Leef, a program manager in DARPA's Microsystems Technology Office (MTO). “While large merchant semiconductor companies are investing in in-house personnel to manually incorporate security into their high-volume silicon, mid-size chip companies, system houses, and start-ups with small design teams who create lower volume chips lack the resources and economic drivers to support the necessary investment in scalable security mechanisms, leaving a majority of today's chips largely unprotected.” To ease the burden of developing secure chips, DARPA developed the Automatic Implementation of Secure Silicon (AISS) program. AISS aims to automate the process of incorporating scalable defense mechanisms into chip designs, while allowing designers to explore economics versus security trade-offs and maximize design productivity. The objective of the program is to develop a design tool and IP ecosystem – which includes tool vendors, chip developers, IP licensers, and the open source community – that will allow security to be inexpensively incorporated into chip designs with minimal effort and expertise, ultimately making scalable on-chip security pervasive. Leef continued, “The security, design, and economic objectives of a chip can vary based on its intended application. As an example, a chip design with extreme security requirements may have to accept certain tradeoffs. Achieving the required security level may cause the chip to become larger, consume more power, or deliver slower performance. Depending on the application, some or all of these tradeoffs may be acceptable, but with today's manual processes it's hard to determine where tradeoffs can be made.” AISS seeks to create a novel, automated chip design flow that will allow the security mechanisms to scale consistently with the goals of the design. The design flow will provide a means of rapidly evaluating architectural alternatives that best address the required design and security metrics, as well as varying cost models to optimize the economics versus security tradeoff. The target AISS system – or system on chip (SoC) – will be automatically generated, integrated, and optimized to meet the objectives of the application and security intent. These systems will consist of two partitions – an application specific processor partition and a security partition implementing the on-chip security features. This approach is novel in that most systems today do not include a security partition due to its design complexity and cost of integration. By bringing greater automation to the chip design process, the burden of security inclusion can be profoundly decreased. While the threat landscape is ever evolving and expansive, AISS seeks to address four specific attack surfaces that are most relevant to digital ASICs and SoCs. These include side channel attacks, reverse engineering attacks, supply chain attacks, and malicious hardware attacks. “Strategies for resisting threats vary widely in cost, complexity, and invasiveness. As such, AISS will help designers assess which defense mechanisms are most appropriate based on the potential attack surface and the likelihood of a compromise,” said Leef. In addition to incorporating scalable defense mechanisms, AISS seeks to ensure that the IP blocks that make up the chip remain secure throughout the design process and are not compromised as they move through the ecosystem. As such, the program will also aim to move forward provenance and integrity validation techniques for preexisting design components by advancing current methods or inventing novel technical approaches. These techniques may include IP watermarking and threat detection to help validate the chip's integrity and IP provenance throughout its lifetime. AISS is part of the second phase of DARPA's Electronics Resurgence Initiative (ERI) – a five-year, upwards of $1.5 billion investment in the future of domestic, U.S. government, and defense electronics systems. Under ERI Phase II, DARPA is exploring the development of trusted electronics components, including the advancement of electronics that can enforce security and privacy protections. AISS will help address this mission through its efforts to enable scalable on-chip security. DARPA will hold a Proposers Day on April 10, 2019 at the DARPA Conference Center, located at 675 North Randolph Street, Arlington, Virginia 22203, to provide more information about AISS and answer questions from potential proposers. For details about the event, including registration requirements, please visit: https://www.fbo.gov/index?s=opportunity&mode=form&id=6770487d820ee13f33af67b0980a7d73&tab=core&_cview=0 Additional information will be available in the forthcoming Broad Agency Announcement, which will be posted to www.fbo.gov. https://www.darpa.mil/news-events/2019-03-25

  • Contract Awards by US Department of Defense - February 18, 2020

    19 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - February 18, 2020

    NAVY East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N00024-20-D-4411; Lot 1) (N00024-20-D-4413; Lot 2); and Colonna's Shipyard Inc.,* Norfolk, Virginia (N00024-20-D-4412; Lot 1) (N00024-20-D-4414; Lot 2), are awarded firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contracts for ship repair, maintenance and modernization of non-nuclear surface ships assigned to or visiting Norfolk, Virginia, via the rolling admissions solicitation process. Awards reflecting the final option period under Lot 1 have a maximum ceiling value of $250,000,000; awards reflecting the final option period under Lot 2 have a maximum ceiling value of $100,000,000. At the time of the IDIQ awards, each awardee under both Lot 1 and Lot 2 will receive the $10,000 minimum guarantee via delivery order. These multiple award IDIQ contracts are for repair, maintenance and modernization of non-nuclear Navy surface ships undergoing Chief of Naval Operations-scheduled maintenance availabilities in Norfolk, Virginia. These availabilities can be docking or non-docking availabilities and will be procured via competitive delivery order solicitations amongst the IDIQ contract holder. Each awardee of a delivery order for an availability will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization. Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $10,000 per delivery order (four delivery orders total; $40,000 total) will be obligated at time of each IDIQ award and will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with two offers received in response to solicitation N00024-19-R-4412. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $62,400,402 modification (P00016) to a previously awarded firm-fixed-price contract (N00019-17-C-0081). This modification exercises an option to procure 29 AE1107C engines for Navy V-22 aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be completed December 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $21,517,380; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $40,883,022 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. General Atomics, San Diego, California, is awarded a $25,200,747 cost-plus-fixed-fee delivery order (N00019-20-F-0521) against a previously issued basic ordering agreement (N00019-16-G-0006). This delivery order procures Electromagnetic Aircraft Launch System (EMALS) Depot Planning Phase II efforts, including depot level logistics support analysis, engineering support for logistics, supportability analysis, maintenance planning, reliability maintenance, technical manual development and engineering support as it directly correlates to depot planning for the USS Gerald Ford (CVN 78) and USS John F. Kennedy (CVN 79). Additional efforts include those required to complete the Depot Planning EMALS logistics products necessary in support of an in-service EMALS. Work will be performed in San Diego, California (99.9%); and Tupelo, Mississippi (0.1%), and is expected to be completed February 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $4,787,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Boston Ship Repair LLC, Boston, Massachusetts, is awarded a $14,358,866 firm-fixed-price contract (N32205-20-C-4006) for a 90-calendar day shipyard availability for the overhaul dry-docking availability of USNS John Lenthall (T-AO 189). The $14,358,866 consists of the amounts listed in the following areas: category "A" work item cost, additional government requirement, other direct costs and the general and administrative costs. Work will include furnish general services, hull steel replacement, tank painting, stability testing, degaussing conduit removal from tanks and inserting bulkheads, diesel engine repair, structural steel gauging surveys, flight deck non-skid, flight deck safety net inspection and weight testing, steel replacement and underway replenishment systems repairs. The contract includes options, which, if exercised, would bring the total contract value to $16,867,699. Funds will be obligated Feb. 18, 2020. Work will be performed in Philadelphia, Pennsylvania, and is expected to begin on March 9, 2020, and is expected to be completed by June 6, 2020. Fiscal 2020 Navy working capital funds in the amount of $14,358,866 excluding options, are obligated at the time of the award and will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website and two offers were received. The Navy Military Sealift Command, Norfolk, Virginia, is the contracting activity. General Atomics, Electromagnetics Systems Group, San Diego, California, is awarded a $10,364,470 modification (P00047) to a previously awarded firm-fixed-price contract (N00019-14-C-0037). This modification procures hardware and installation support services for the System Functional Demonstrator and Shipset Control Lab sites for the Electromagnetic Aircraft Launch System. Work will be performed in San Diego, California (95%); and Tupelo, Mississippi (5%), and is expected to be completed December 2021. Fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $10,364,470 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. DEFENSE LOGISTICS AGENCY Coastal Pacific Food Distributors Inc., Stockton, California, has been awarded a maximum $246,750,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Locations of performance are California and Washington state, with a Feb. 15, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3259). Sysco Seattle Inc., Kent, Washington, has been awarded a maximum $176,250,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Washington state, with a Feb. 15, 2025, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3260). Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $90,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is an 18-month bridge contract with no option periods. Location of performance is the Southwest Region Zone 2 of the U.S., with an Aug. 18, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0007). SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $90,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is an 18-month bridge contract with no option periods. Location of performance is the Southwest Region Zone 1 of the U.S., with an Aug. 18, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriate is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0006). ARMY 313 Industries Inc.,* Warren, Michigan (W56HZV-20-D-L001); Mettle Craft Manufacturing LLC,* Sterling Heights, Michigan (W56HZV-20-D-L002); Milton Manufacturing Inc.,* Detroit, Michigan (W56HZV-20-D-L003); and Rose-A-Lee Technologies Inc.,* Sterling Heights, Michigan (W56HZV-20-D-L004), will compete for each order of the $19,000,000 firm-fixed-price contract to provide surge support for build-to-print component requirements through fabrication and manufacturing for the Combat Capabilities Development Command Ground Vehicle System Center. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 15, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Canco LLC,* Canton, Ohio, was awarded a $10,050,000 firm-fixed-price contract to replace an existing fire station. Bids were solicited via the internet with seven received. Work will be performed in Mansfield, Ohio, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 -Air National Guard military construction funds in the amount of $10,050,000 were obligated at the time of the award. The United States Property and Fiscal Office, Columbus, Ohio, is the contracting activity (W50S8R-20-C-0003). U.S. TRANSPORTATION COMMAND Vane Line Bunkering Inc., Baltimore, Maryland, has been awarded contract modification P00040 on contract HTC711-13-C-W015 in the amount of $11,516,430. This modification provides continued transportation of bulk jet fuel and marine diesel fuel by barge for the Defense Logistics Agency-Energy in the Atlantic Region. Work will be performed in ports and points along the inland waterways and East Coast locations in the Atlantic Region. Period of performance is March 1, 2020, to Aug. 31, 2020. Fiscal 2020 defense working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $178,740,305 from $167,223,875. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Two Six Labs LLC,* Arlington, Virginia, has been awarded a $7,970,711 modification (P00008) to previously awarded contract HR0011-18-C-0134 for additional in-scope work under a Defense Advanced Research Projects Agency research project. Work will be performed in Arlington, Virginia, with an expected completion date of September 2022. Fiscal 2020 research, development, test and evaluation funding in the amount of $850,108 is being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2086591/source/GovDelivery/

  • Contract Awards by US Department of Defense - September 18, 2019

    19 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 18, 2019

    AIR FORCE Altamira Technologies Corp., McLean, Virginia (FA7146-19-D-0700); Booz Allen Hamilton, McLean, Virginia (FA7146-19-D-0710); Deloitte Consulting LLP, Arlington, Virginia (FA7146-19-D-0720); Fulcrum IT Services, Centreville, Virginia (FA7146-19-D-0730); ManTech Advanced Systems International Inc., Herndon, Virginia (FA7146-19-D-0740); MCR Federal LLC, McLean, Virginia (FA7146-19-D-0750); Novetta Inc., McLean, Virginia (FA7146-19-D-0760); and SAIC, Reston, Virginia (FA7146-19-D-0770), have been awarded a not-to-exceed $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for analytical and technical services. This contract vehicle provides for analytical and technical services for the Secretary of the Air Force's Concepts, Development, and Management Office. Work will be performed as indicated in each order and is expected to be completed by September 2029. This award is the result of a competitive acquisition and 10 offers received. Fiscal 2019 operations and maintenance funds in the amount of $5,000 are being obligated to each of the eight initial task orders. The Secretary of the Air Force's Concepts, Development, and Management Office, Fairfax, Virginia, is the contracting activity. Range Generation Next LLC, Sterling, Virginia, has been awarded a $122,345,824 fixed-price-incentive-firm target modification (P00262) for the previously awarded contract FA8806-15-C-0001 in support of operations, maintenance and sustainment on the Launch and Test Range System. The modification exercises the fifth option period effective Oct. 1, 2019. Work will be performed at the Western Range, Vandenberg Air Force Base, California; and the Eastern Range, Patrick Air Force Base, Florida, and is expected to be completed by Sept. 30, 2020. No funds are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. Thales Air Traffic Management Inc., Clarksburg, Maryland, was awarded a $21,818,801 modification (P00012) to contract FA8730-18-C-0034 for the purchase of six additional deployable instrumental landing systems. Work will be performed in Clarksburg, Maryland, and is expected to be completed by June 30, 2022. This sole source award is the result of a priced option of the contract previously mentioned. Fiscal 2017 and fiscal 2019 other production funds in the amount of $21,818,801 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $12,880,167 cost-plus-incentive-fee contract modification (P01000) to a previously awarded contract F19628-02-C-0010 for fiscal 2020 Eglin sustainment support. This modification provides sustainment support for the Eglin AN/FPS (Army, Navy/Fixed Ground Detecting/Range and Bearing Search)-85 Radar. The Eglin AN/FPS-85 Radar is a computer-controlled, phased-array radar set operating as a functional entity in the Air Force Space Command Space Surveillance Network. The radar set concurrently performs the functions of detection, target recognition, acquisition and track of many space objects. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by June 30, 2020. Total cumulative face value is $12,880,167. Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. M1 Support Services, Denton, Texas, has been awarded a $12,366,227 modification (A00038) to contract FA3002-15-C-0006 for Trainer Maintenance Services. This action is to exercise Option Period Five. Work will be performed at Sheppard Air Force Base, Texas; and satellite site at Naval Air Station, Pensacola, Florida, and is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $76,725,152. Fiscal 2020 operations and maintenance funds will be used and no funds are being obligated at the time of the award. The 82d Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity. ARMY BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $148,271,911 modification (P00018) to contract W56HZV-17-C-0242 for M88A2 Heavy Equipment Recovery Combat Utility Lift and Evacuation System vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of May 31, 2022. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army funds in the amount of $148,271,911 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Knight Construction & Supply Inc.,* Deer Park, Washington, was awarded an $18,326,100 firm-fixed-price contract for Dalles 480 ton Intake Gantry Crane replacement. Bids were solicited via the internet with five received. Work will be performed in Dalles, Oregon, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 Bonneville Power Administration; and operations and maintenance, civil funds in the amount of $517,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-C-0024). Affolter Contracting Co. Inc.,* La Marque, Texas, was awarded a $9,089,400 firm-fixed-price contract for Peggy Lake Placement Area dewatering and dike raise. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of Dec. 21, 2020. Fiscal 2019 operations and maintenance, civil funds in the amount of $9,089,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0017). NAVY J. Walter Thompson U.S.A. LLC, doing business as Wunderman Thompson, of Atlanta, Georgia, is being awarded a $79,169,854 firm-fixed-price, one year contract for full service advertising agency support to furnish supplies and services to enhance the Marine Corps' recruiting efforts. This contract includes four one-year option periods which, if exercised, could bring the cumulative value of this contract to $529,904,636. Work will be performed in Atlanta, Georgia, and is expected to be completed December 2020. If all options are exercised, work will continue through December 2024. This award is subject to the availability of funds. Fiscal 2020 operation and maintenance (Marine Corps) funds in the amount of $79,169,854 will be obligated when funding becomes available and will expire Sept. 30, 2020. This contract was competitively procured via solicitation on the Federal Business Opportunities website, with three proposals received. The Marine Corps Installations Command Contracting Office, Arlington, Virginia, is the contracting activity (M95494-19-C-0020). The Boeing Co., St. Louis, Missouri, is being awarded a $30,880,590 cost-plus-fixed-fee contract to establish organic depot and intermediate level maintenance repair capability of the Consolidated Automated Support System Operational Test Program Sets for Stores Management System components in support of the P-8A Poseidon Multi-mission Maritime Aircraft. Work will be performed in St. Louis, Missouri (80%); and Grand Rapids, Michigan (20%), and is expected to be completed in September 2024. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $30,880,590 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0543). Raytheon Missile Systems, Tucson, Arizona, is being awarded a $25,493,505 cost-plus-fixed fee contract for critical design review of the Tomahawk Weapons System Military Code, to include studies, analysis, design, development, integration and test of hardware and software solutions. In addition, this contract provides for identification of the kit bill of materials, fabrication, assembly, integration, test and documentation of an AGR5 kit. Work will be performed in El Segundo, California (55.6%); and Tucson, Arizona (44.4%), and is expected to be completed in March 2021. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $7,558,963 will be obligated at time of award, $1,883,848 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Forcepoint Federal LLC, Salt Lake City, Utah, is being awarded an estimated $13,462,622 indefinite-delivery/indefinite-quantity, firm-fixed-price and time and materials contract for the purchase of software and associated technical support services. Work will be performed in San Diego, California, and at contractor facilities in northern Virginia. Work is expected to be completed by 2024. The contract includes a single five year ordering period. No funding is being placed on contract at time of award. Contract funds will be obligated on individual delivery orders. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $414,895 will be obligated on the first delivery order. Funds will 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, and no other supplies or services will satisfy agency requirements (Federal Acquisition Regulation subpart 6.302-1(a)). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0034). SCI Technology Inc., Huntsville, Alabama, is being awarded a $13,345,676 firm-fixed-fee, indefinite-delivery/indefinite-quantity contract for Tactical Operation Center Network (TOCNET) Generation 4 Ground Mobility Vehicle 1.1 kits and TOCNET G4 Mine Resistant Ambush Protected (MRAP) kits. These kits are in support of the U.S. Special Operations Command family of operations vehicles production sparing efforts for the GMV 1.1 and MRAP system variants. Work will be performed in Huntsville, Alabama, and is expected to be completed in September 2023. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0151). Alliant Techsystems Operations LLC (a wholly-owned subsidiary of Northrop Grumman Innovation Systems Inc.), Northridge, California, is being awarded a $10,640,798 modification (P00001) to a previously awarded firm-fixed-price (N00019-19-C-0049) for the full rate production Lot 8 Advanced Anti-Radiation Guided Missile (AARGM). This modification provides for conversion of government-provided AGM-88B High Speed Anti-Radiation Missiles (HARMs) into 4 AGM-88E AARGM all up rounds (AURs) for the Navy; and 11 AGM-88E AARGM AURs for the government of Italy, to include related supplies and services necessary for their manufacture, sparing, and fleet deployment. Work will be performed in Northridge, California (80%); Ridgecrest, California (10%); and Sanguinetto, Italy (10%), and is expected to be completed in March 2022. Fiscal 2017 weapons procurement (Navy) funds; and cooperate partner funds in the amount of $10,640,798 will be obligated at time of award, $2,334,813 of which will expire at the end of the current fiscal year. This contract combines purchase for the Navy ($2,334,813; 22%); and the government of Italy ($8,305,985; 78%) under a cooperative agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. MBF Architects PA,* New Bern, North Carolina, is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for a multi-discipline A-E services for Marine Corps Air Station (MCAS), Cherry Point, North Carolina in Naval Facilities Engineering Command Mid-Atlantic area of responsibility. The work to be performed provides for comprehensive A-E services required for planning, design and construction services in support of new construction, repair, replacement, demolition, alteration and/or improvement of military and other governmental facilities. Facility types may include, but are not limited to, personnel housing facilities (bachelor enlisted quarters and bachelor officers' quarters, hospitality); office facilities (medical, training, secure facilities); training facilities (operational, maintenance and classroom); industrial maintenance facilities (vehicle maintenance shops, shore intermediate maintenance activities, aircraft maintenance hangars, public works shops and warehouses); and related utilities (steam, natural gas, potable water industrial wastewater, sanitary sewer, storm water, compressed air, fire suppression and alarm systems, electrical distribution, control systems, lighting, energy management and communications). Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection and interior design. Task order 0001 is being issued in the amount of $5,000 for the minimum guarantee. All work on this contract will be performed at MCAS, Cherry Point, North Carolina. The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Supervision, inspection and overhead funds in the amount of $5,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction, (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 15 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9247). Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $9,179,045 cost-plus-fixed-fee delivery order (N00019-19-F-2789) against a previously issued basic ordering agreement (N00019-12-G-0012) in support of the H-1 Upgrade helicopter. This order provides for five aircraft wiring and integration remote terminal/cockpit wiring and integration remote terminal/flight control computer/flight controller computer refreshed test stations. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2022. Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $9,179,045 will be obligated at time of award, $7,631,175 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Weldin Construction LLC,* Palmer, Alaska , is being awarded an $8,374,300 firm-fixed-price task order N44255-19-F-4422 under a multiple award construction contract for a special project to install new oily wastewater treatment system and associated utilities at Naval Base Kitsap, Bremerton, Washington. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $8,374,300 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4008). Frawner Corp.,* Anchorage, Alaska, is being awarded an $8,114,000 firm-fixed-price task order N62473-19-F-5330 at under a multiple award construction contract for repair of Zone one (3rd Street) high temperature hot water at the Marine Corps Air Ground Combat Center. This project is for the removal, replacement and new high temperature hot water piping, valves, insulation and incidental related work including, but not limited to, modifications and expansion of associated pipe. This project will provide for the installation of a new high temperature hot water supply and return lines in the existing underground utility corridor. Work will be performed in Twentynine Palms, California, and is expected to be completed by March 2021. Fiscal 2019 operation and maintenance, (Marine Corps) contract funds in the amount of $8,114,000 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command Southwest, Facilities Engineering Acquisition Division, Twentynine Palms, California, is the contracting activity (N62473-19-D-1202). Meggitt Defense Systems Inc., Irvine, California, is being awarded an $8,089,578 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for nine liquid palletized system units in support of Lot 8 full rate production P-8A aircraft. Work will be performed in Irvine, California (78%); Sumner, Washington (8%); Niagara, New York (4%); and various locations within the continental U.S. (10%), and is expected to be completed in April 2024. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $8,089,578 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0039). WASHINGTON HEADQUARTERS SERVICES John Hopkins University Applied Physics Lab, Laurel, Maryland, has been awarded a $11,442,418 cost-plus-fixed-fee contract. This contract is to support the government with development of prototypes, test plans, rapid fielding, operational experiments and changes in existing acquisition programs with a focus on identification and reduction of programmatic and technical risk provides for applied research. Work performance will take place primarily in Laurel, Maryland. Fiscal 2019 operations and maintenance funds in the amount of $607,000; fiscal 2019 research, development, test, and evaluation funds in the amount of $8,835,418; and fiscal 2019 procurement funds in the amount of $2,000,000 are being obligated on this award. The expected completion date is May 30, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D0006). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1964752/source/GovDelivery/

Toutes les nouvelles