8 octobre 2020 | International, C4ISR

SpaceX awarded contract to build US military tracking satellites

JORDAN WILLIAMS

Elon Musk's SpaceX is one of two companies to be awarded a $149 million contract from the Space Development Agency to develop missile-tracking satellites for the U.S.

SpaceX and defense contractor L3 Harris were chosen to build the satellites as part of the National Defense Space Architecture's Trache 0, which will include 20 transport layer satellites and 8 tracking satellites. L3 Harris received $193 million from the agency to build its satellites.

The companies will build four overhead persistent infrared imaging (OPIR) satellites of their own design that must be able to track missiles and communicate directly with transport layer satellites. Those satellites are currently being developed by Lockheed Martin and York Space Systems under separate contracts.

SpaceX will be developing its satellites around an infrared sensor with a wide field of view, Space Development Agency Director Derek Tournear told SpaceNews. The company plans to build the satellite based on its Starlink satellite, but will have the OIPR sensor come from another supplier.

The satellites should be ready by the end of fiscal 2022.

SpaceX on Tuesday launched 60 new Starlink satellites at the Kennedy Space Center in Florida.

https://thehill.com/policy/defense/519964-spacex-awarded-contract-to-build-us-military-tracking-satellites

Sur le même sujet

  • COVID-19: Army Delays Missile Defense Network Test EXCLUSIVE

    8 avril 2020 | International, Aérospatial, Terrestre, C4ISR

    COVID-19: Army Delays Missile Defense Network Test EXCLUSIVE

    The long-awaited IBCS battle network is meant to connect a wide range of Army radars and weapons – and potentially other services' as well – for anti-aircraft and missile defense. By SYDNEY J. FREEDBERG JR. WASHINGTON: The Army has indefinitely postponed a major test of its IBCS air and missile defense network to protect the soldiers and civilians involved from the COVID-19 coronavirus, Breaking Defense has learned. A battalion of air defense troops who'd been training for weeks at White Sands Missile Range have been sent back to home base. Even more important for public health, technical experts from multiple Army agencies and contractors will no longer have to travel to the test. Known formally as a Limited User Test, the event requires participation from across the country, the head of the Army's air & missile defense modernization task force, Bring Gen. Brian Gibson, told me in late March. The LUT would involve both soldiers and civilians from Fort Sill, the Army's artillery & air defense center; Huntsville, headquarters for the service's missile procurement; and extensive support from the host facility, White Sands Missile Range, as well as neighboring El Paso, Tex., Gibson said. Other participants would come from even further afield, such as Army Test & Evalucation Command (ATEC) at Aberdeen Proving Grounds. “There are testers from afar that come in to oversee that test,” Gibson told me. “Those are all variables that are part of this daily assessment on should we, can we, do we continue?” Ironically, the soldiers training for the test were probably safer than the general public – as long as they were isolated in the desert at the vast White Sands Missile Range. But if one of them were somehow exposed to the coronavirus, Gibson warned, the patient would be in close quarters with lots of other soldiers and a long way away from a hospital. “Certainly, being away from large population centers is a different dynamic, [and] most of the time that is positive,” Gibson told me in March, “but, also, we're very cognizant that's still a pretty large number of individuals we have together in tight quarters that are further away from population centers where most of the health care infrastructure and support is.” There have been no reports that any soldiers involved have fallen ill. The test had been scheduled to begin May 15, after weeks of intensive training and preparation. No new date has been set, but if the Army can start the LUT up in July – far from a foregone conclusion – it can keep the high-priority program on schedule. Why IBCS Matters What is IBCS? The name is an awkward nested acronym for Integrated Air & Missile Defense (IAMD) Battle Command System. The network is intended to share data and commands seamlessly among a wide range of historically incompatible systems across the Army and, potentially, the other services. As such, it's the No. 1 priority in the Army's air & missile defense portfolio, which is in turn one of the service's Big Six priority areas for modernize. The program's been in the works for over a decade with many ups, downs and delays, but the Army and lead contractor Northrop Grumman are confident they have turned IBCS around. Four years ago, an earlier — disastrous — Limited User Test revealed software problems that led the Army to delay the program four years and overhaul the entire program. Since that 2016 LUT, the Army and Northrup have been bringing soldiers and engineers together frequently to try out the latest software upgrades and make fixes, rather than waiting for feedback from a major test event. The Army even brought in the Air Force for an experiment in which an F-35A Joint Strike Fighter successfully transmitted targeting data on a missile to IBCS. Compatibility with IBCS is now mandatory for all future Army air & missile defense systems, which has been a stumbling block for the Israeli-made Iron Dome. Top brass have even begun touting IBCS as a key building block of the future Joint All-Domain Command & Control (JADC2) mega-network meant to coordinate all the armed services in a future war with Russia or China. So the Army and Northrop were understandably eager to show off how well the latest version of IBCS performs. When they'll have a chance to do so depends less on what they do themselves than on the progress the entire nation makes against an insidious and invisible enemy. https://breakingdefense.com/2020/04/covid-19-army-delays-missile-defense-network-test-exclusive

  • Contract Awards by US Department of Defense - February 05, 2020

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

    Contract Awards by US Department of Defense - February 05, 2020

    NAVY Leidos Inc., Reston, Virginia, is awarded an estimated $7,729,639,286 indefinite-delivery/indefinite-quantity contract to include all options, if exercised, for the procurement of Department of Navy (DoN) service management, integration and transport used on the Navy Marine Corps Intranet, the outside continental U.S. Naval Enterprise Network and the Marine Corps Enterprise Network. This acquisition will provide the DoN with base network services that are currently provided under the Next Generation Enterprise Networks contract such as electronic software delivery, end user core build, endpoint detection, logistics management, network operations, security operations, service desk, transport and virtualization services. Work will be performed across the DoN and is expected to be completed in February 2025. If all options are exercised, work could continue until August 2028. The first task order will be awarded with the basic contract and fulfills the minimum guarantee of $10 million with fiscal 2020 operations and maintenance (Navy) funds. Contract funds for the initial task order will expire at the end of the current fiscal year. This requirement was solicited using full and open competition via the Naval Information Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with three offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-D-0054) and awarded the contract on behalf of the Navy's Program Executive Office for Enterprise Information Systems. Advanced Acoustic Concepts LLC, Hauppauge, New York (N00024-20-D-6321); Aerostar Technical Solutions Inc.,* Arlington, Virginia (N00024-20-D-6322); Arete Associates,* Tucson, Arizona (N00024-20-D-6324); Austal USA LLC, Mobile, Alabama (N00024-20-D-6325); Azimuth Inc.,* Morgantown, West Virginia (N00024-20-D-6326); BAE Systems Electronic Systems, Nashua, New Hampshire (N00024-20-D-6327); BMT Designers & Planners Inc., Alexandria, Virginia (N00024-20-D-6328); Continental Tide Defense Systems Inc.,* Reading, Pennsylvania (N00024-20-D-6329); The Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts (N00024-20-D-6330); General Dynamics Mission Systems Inc., Fairfax, Virginia (N00024-20-D-6331); Gibbs & Cox, Inc.,* Arlington, Virginia (N00024-20-D-6332); Gravois Aluminum Boats LLC, doing business as Metal Shark,* Jeanerette, Louisiana (N00024-20-D-6333); HII Fleet Support Group LLC, Virginia Beach, Virginia (N00024-20-D-6334); Hydroid Inc., Pocasset, Massachusetts (N00024-20-D-6335); ICI Services Corp.,* Virginia Beach, Virginia (N00024-20-D-6361); L-3 Unidyne Inc., Norfolk, Virginia (N00024-20-D-6336); Leidos Inc., Reston, Virginia (N00024-20-D-6337); Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey (N00024-20-D-6338); Maritime Applied Physics Corp.,* Baltimore, Maryland (N00024-20-D-6339); Micro Systems Inc., subsidiary Kratos-MSI, Fort Walton Beach, Florida (N00024-20-D-6340); Northrop Grumman Systems Corp., Bethpage, New York (N00024-20-D-6341); Oasis Systems LLC,* Rockville, Maryland (N00024-20-D-6342); Oceaneering International Inc., Hanover, Maryland (N00024-20-D-6343); Peraton Inc., Herndon, Virginia (N00024-20-D-6344); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N00024-20-D-6345); Raytheon Co., Portsmouth, Rhode Island (N00024-20-D-6346); Reliable Systems Services Corp.,* Melbourne, Florida (N00024-20-D-6347); Rolls-Royce Marine North America Inc., Walpole, Massachusetts (N00024-20-D-6348); Science Applications International Corp., Reston, Virginia (N00024-20-D-6349); System Engineering Associates Corp.,* Middletown, Rhode Island (N00024-20-D-6350); Sedna Digital Solutions LLC,* Manassas, Virginia (N00024-20-D-6351); Serco Inc., New London, Connecticut (N00024-20-D-6323); Spatial Integrated Systems Inc.,* Virginia Beach, Virginia (N00024-20-D-6352); Teledyne Brown Engineering Inc., Huntsville, Alabama (N00024-20-D-6353); AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland (N00024-20-D-6354); The Boeing Co., St. Louis, Missouri (N00024-20-D-6355); The Columbia Group Inc.,* Washington, District of Columbia (N00024-20-D-6356); Tridentis LLC,* Alexandria, Virginia (N00024-20-D-6357); Ultra Electronics Ocean Systems (UEOS), Braintree, Massachusetts (N00024-20-D-6358); and W R Systems Ltd.,* Norfolk, Virginia (N00024-20-D-6360), are awarded a firm-fixed-price, fixed-price-incentive-firm-target, cost-plus-incentive-fee, cost-plus-fixed-fee and cost only indefinite-delivery/indefinite-quantity, multiple award contract (IDIQ-MAC) to support the Unmanned Surface Vehicle Family of Systems. The IDIQ-MACs have a five-year base period and one five-year ordering period option, which, if exercised, would bring the cumulative value of this contract to $982,100,000. These businesses will have the opportunity to compete in the awarded functional area for individual delivery orders. Work will be performed in various locations in the contiguous U.S. in accordance with each delivery order and work is expected to be completed by February 2025, and if the one option is exercised, completed by February 2030. Fiscal 2019 research, development, test and evaluation funding in the amount of $1,000 ($40,000 total) is being obligated under each contract's initial delivery order and will expire at the end of the current fiscal year. These contracts were competitively procured via Federal Business Opportunities with 42 offers received. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. GE Aviation Systems LLC, doing business as GE Aviation, Vandalia, Ohio, is awarded $26,583,200 for a firm-fixed-priced delivery order N00383-20-F-AK01 under previously awarded basic ordering agreement N00383-17-G-AK01 for the procurement of 101 generator converter units used on the F/A-18 aircraft. All work will be performed in Vandalia, Ohio, and will be completed by January 2025. Fiscal 2020 working capital funds (Navy) in the amount of $26,583,200 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. The Oak Group Inc.,* Camden, New Jersey, is awarded a firm-fixed-price task order N40085-20-F-4527 for $15,974,500, under a firm-fixed-price multiple award construction contract for the design and construction of a Marine Corps Reserve Center in Syracuse, New York. This project is to design and construct a new Marine Corps Reserve Center, as well as a new high-bay pre-engineered metal building storage warehouse, and a new pre-engineered canopy/shelter addition for tactical vehicle parking. The facility will contain a drill hall space, classrooms, open and private office spaces, an armory, a supply warehouse, a gym with adjacent locker and shower spaces, various training areas and a medical suite. This project consists of demolition of existing structures and site features, new building construction, paving/parking areas, access roads, utilities infrastructure work, comprehensive site improvements including storm water management and security improvements including fencing. Work will be performed in Syracuse, New York, and is expected to be completed by August 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $15,974,500 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-D-5038). DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $7,813,986 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-17-C-5200 to exercise options to perform services for evaluation, implementation, proofing of equipment changes, related engineering services and repairs, modifications/alternations and government furnished equipment repair and maintenance in support of Cooperative Engagement Capability “Bravo” equipment. Work will be performed in Largo, Florida, and is expected to be completed by December 2020. Fiscal 2020 operation and maintenance (Navy); and fiscal 2018 aircraft procurement (Navy) funding in the amount of $641,028 will be obligated at time of award and funding in the amount of $641,028 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY Aptim Federal Services LLC,* Alexandria, Virginia, was awarded an $80,000,000 cost-plus-fixed-fee, firm-fixed-price contract for environmental remediation services and response actions in support of the U.S. Army Corps of Engineers, Omaha District. 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. 4, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0022). Social Services Missouri Department, Jefferson City, Missouri, was awarded a $16,399,172 firm-fixed-price contract for food service at Fort Leonard Wood, Missouri. Bids were solicited via the internet with one received. Work will be performed at Fort Leonard Wood, with an estimated completion date of Aug. 5, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $16,399,172 were obligated at the time of the award. Fort Leonard Wood, Missouri, is the contracting activity (W911S7-20-C-0002). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2075679/source/GovDelivery/

  • Contract Awards by US Department of Defense - December 4, 2018

    7 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 4, 2018

    NAVY Astro Mechanical Contractors Inc.,* El Cajon, California (N62473-19-D-2416); Heffler Contracting Group,* El Cajon, California (N62473-19-D-2417); Public Works Contractor Inc., doing business as PWC Inc.,* Spring Valley, California (N62473-19-D-2418); Souza Construction Inc.,* Farmersville, California (N62473-19-D-2419); Ja'nus Ventilation and Mechanical Inc.,* Lakeside, California (N62473-19-D-2420); and Able Heating and Air Conditioning Inc.,* Chula Vista, California (N62473-19-D-2421), are each awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair by design-bid, of heating, ventilation, and air conditioning (HVAC) system projects at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The maximum dollar value including a two-year base period and one three-year option period for all six contracts combined is $200,000,000. The work to be performed provides for new construction, renovation, and repair within the North American Industry Classification System code 238220, by design-build, of HVAC system projects. Types of projects may include, but are not limited to: boiler/chiller plants; digital direct controls or energy management control system; HVAC equipment energy optimization; commissioning and retro commissioning; distribution systems including, supply and return air systems, ventilation and exhaust systems, steam, glycol, medical gas, refrigerant, heating hot water and chilled water distribution, associated terminal devices, heat recovery equipment, heat exchangers, sound attenuation, insulation, and associated appurtenances; energy supply including oil, gas, steam, heating hot and chilled water distribution systems and equipment including special cooling and humidity control, dust and fume collectors, air purifiers, paint booth ventilation systems; and system testing and balancing. Astro Mechanical Contractors Inc., is being awarded the initial project task order at $1,618,230 to repair HVAC system in H60 Simulator Facility, Naval Base Coronado (NBC) Building 352 at NBC, San Diego. Work for this task order is expected to be completed by Dec. 19, 2019. All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (90 percent); Arizona (6 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of November 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $1,618,230 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured as a small business set-aside procurement via the Navy Electronic Commerce Online website with 19 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The NAVFAC Southwest, San Diego, California, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded a $46,167,531 cost-plus-fixed- fee modification to a previously awarded contract (N00024-18-C-4321) for non-nuclear repair services required to support submarine maintenance. The services under this contract are for non-nuclear repair services required to support submarine overhauls, maintenance, repair and modernization upgrades; ship alterations, temporary modifications and field changes; supplies and/or ancillary services and corrective and preventative maintenance. Work will be performed in New London, Connecticut, and is expected to be completed by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $10,100,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Groton, Connecticut, is the contracting activity. Rockwell Collins Government Systems, Cedar Rapids, Iowa, is awarded $10,815,536 for modification P00002 to a firm-fixed-price delivery order (N0042118F0891) against a previously issued basic ordering agreement (N00421-17-G-0003). This delivery order provides fiscal 2019 funding for the Modern Transmission Security and Tactical Secure Voice Suite B, Cryptographic Equipment Application integration for the ARC-210 RT-1939A(C), RT-1990A(C) and RT-2036(C) radios in support of multiple aircraft platforms. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in January 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,815,536 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $10,782,772 cost-plus-fixed-fee contract modification to previously awarded contract N00024-12-C-4323 for long lead time material procurement and management services for CG-65 and CG-69. Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for lifetime support of both maintenance and modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be complete by August 2019. Fiscal 2018 other procurement (Navy) funding in the amount of $10,782,772 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is awarded a $7,078,327 firm-fixed-price modification to previously-awarded contract N00024-14-C-6227 to exercise options for the production of low-cost conformal arrays. Work will be performed in Liverpool, New York (90 percent); Marion, Massachusetts (8 percent); and Owego, New York (2 percent), and is expected to be completed by March 2020. Fiscal 2018 other procurement (Navy) funding in the amount of $6,778,327; and fiscal 2019 other procurement (Navy) funding in the amount of $300,000 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. ARMY AAI Corp., doing business as Textron, Hunt Valley, Maryland, was awarded a $152,707,618 modification (P00080) to contract W911QY-17-C-0013 for logistics services. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of May 29, 2020. Fiscal 2019 other procurement, Army; and operations and maintenance, Army funds in the amount of $27,935,533 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $26,718,824 option (002620) to a previously awarded contract (FA8620-15-G-4040) for MQ-9 contractor logistics support phase three. The contractor will provide an additional period of contractor logistics support for the French Air Force. Work will be performed in Poway, California, and is expected to be completed Dec. 31, 2019. This contract involves 100 percent foreign military sales to France. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contract activity. General Electric (GE) Aviation, Cincinnati, Ohio, has been awarded an $11,116,525 firm-fixed-price contract for engineering and technical services in support of the following engines: F-16 F110-GE-100, A-10 TF-34, KC-135 F-108, B-1 F118, E-6B F108, T700-401C, J85-21B, F110, F16 C/D, F/A-18 and F110-GE-129. This contract provides for on-site proficiency training and advice to elevate the technical skill and abilities of personnel responsible for the operation and maintenance of the GE Aviation equipment/systems to the level of self-sufficiency. Work will be performed at Buckley Air Force Base, Colorado; Baltimore, Maryland; Springfield, Illinois; Tinker AFB, Oklahoma; Naval Air Station North Island, California; Marine Corps Base Camp Pendleton, California; Isa Air Base, Bahrain; Cairo West AB, Egypt; Engine Depot, Israel; Ahmed al Jaber AB; Kuwait and Daegu AB, South Korea, and is expected to be completed by Dec. 31, 2020. This contract is the result of a sole-source acquisition. This contract involves 41.6 percent foreign military sales (FMS) to Israel; Egypt; Bahrain; South Korea, and Kuwait. Fiscal 2019 operations and maintenance funds in the amount of $5,000,000; and fiscal 2019 FMS funds in the amount of $1,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8604-19-D-8004). L-3 Technologies Inc., Williamsport, Pennsylvania, has been awarded a $7,795,473 firm-fixed price requirements contract for E-3 sustainment. This contract provides for repair and overhaul of E-3 electron tubes. Work will be performed in Williamsport, Pennsylvania, and is expected to be completed by June 5, 2024. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Funds will be obligated upon issuance of delivery orders. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8117-19-D-0008). DEPARTMENT OF DEFENSE EDUCATION ACTIVITY Yellowfin Transportation, Shawnee, Kansas (HE1254-19-D-2001), is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for daily commute and special needs student transportation services in the amount of $8,570,866. The location of performance is Fort Benning, Georgia. The award is for a four-year and seven-month base period ending July 31, 2023; and a five-year option period ending July 31, 2028. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2016, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Dec. 3, 2018) CG Logistics, Ridgeland, Mississippi (HE1254-19-D-2002); is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for daily commute and special needs student transportation services in the amounts of $8,848,772. The location of performance is Fort Benning, Georgia. The award is for a four-year and seven month base period ending July 31, 2023; and a five-year option period ending July 31, 2028. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2016, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Dec. 3, 2018) WASHINGTON HEADQUARTERS SERVICES NetCentrics Corp., Herndon, Virginia, was awarded an $8,156,810 time and material, labor-hours, and firm-fixed-price contract modification. The contract was to obtain Joint Service Provider information technology service delivery support services for Washington Headquarters Services (WHS); the Office of the Secretary of Defense; Pentagon Force Protection Agency; and the WHS-supported organizations. Work performance will take place in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $8,156,810 are being obligated on this award. The expected completion date is May 30, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-C-0008). (Awarded Nov. 29, 2018) *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1705364/

Toutes les nouvelles