6 avril 2022 | International, Naval, C4ISR, Sécurité

The US Navy had cybersecurity wrong. Expect change.

'€œWe have 15 years of track record that proves that the current approach to cybersecurity, driven by a checklist mentality, is wrong,'€ says Aaron Weis, the service's chief information officer. '€œIt doesn't work.'€

https://www.defensenews.com/digital-show-dailies/navy-league/2022/04/05/us-navy-had-cybersecurity-wrong-expect-change/

Sur le même sujet

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

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

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

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

  • Serbia looks to acquire Chinese drones and the technological know-how

    11 octobre 2018 | International, Aérospatial

    Serbia looks to acquire Chinese drones and the technological know-how

    By: Jaroslaw Adamowski WARSAW, Poland — Serbia's acting assistant defense minister has announced the ministry is negotiating with a number of Chinese drone manufacturers to acquire UAVs for the Serbian military. Nenad Miloradovic said Serbia aims to buy Chinese drones for its armed forces as well as the technology that will allow the country's defense industry to produce UAVs in the long term. "This package deal, under which we plan to purchase, but also produce reconnaissance drones for the Serbian military, should be implemented shortly," Miloradovic said, as reported by local daily Blic. The official said that Serbia is positioning itself as a military-neutral country, and its government aims to procure weapons and military gear for the country's armed forces from various suppliers. "We don't have ideological prejudices in what concerns buying weapons," Miloradovic said. In a sign of strengthened military cooperation with Russia, Serbia's government earlier this year approved the purchase of six Mil Mi-17 helicopters, complementing acquisitions of other aircraft and weapons from Moscow. In contrast, Serbia signed a deal in 2016 to buy nine H145M helicopters from Dutch-French company Airbus. The value of the planned UAV deal was not disclosed by the Serbian official. https://www.defensenews.com/unmanned/2018/09/20/serbia-looks-to-acquire-chinese-drones-and-the-technological-know-how

  • Contract Awards by US Department of Defense - March 28, 2019

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

    Contract Awards by US Department of Defense - March 28, 2019

    ARMY Architects Pacific Inc.,* Honolulu, Hawaii (W9128A-19-D-0006); Bowers + Kubota Management Inc., Waipahu, Hawaii (W9128A-19-D-0007); Burns & McDonnell + Group 70 Ho'ohui'ia JV, Honolulu, Hawaii (W9128A-19-D-0008); Fung Associates Inc.,* Honolulu, Hawaii (W9128A-19-D-0009); Ink Arch LLC,* Honolulu, Hawaii (W9128A-19-D-0010); Jacobs and Architects Hawaii JV, Honolulu, Hawaii (W9128A-19-D-0011); RIM/DPI JV LLC, Honolulu, Hawaii (W9128A-19-D-0012); and RMA-SA JV LLC, Honolulu, Hawaii (W9128A-19-D-0013), will compete for each order of the $150,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2026. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. Martin UAV LLC,* Plano, Maryland (W911QY-19-D-0032); and Textron, AAI Corp., Hunt Valley, Maryland (W911QY-19-D-0033), will compete for each order of the $99,500,000 firm-fixed-price contract for procurement of non-developmental tactical unmanned aerial systems. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Hensel Phelps Construction Co., Tysons Corner, Virginia, was awarded a $71,528,710 firm-fixed-price contract for East Campus Building 3 construction project at Fort George G. Meade, Maryland. Bids were solicited via the internet with two received. Work will be performed in Fort George G. Meade, Maryland, with an estimated completion date of March 27, 2023. Fiscal 2019 military construction funds in the amount of $71,528,710 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0013). AECOM Energy and Construction Inc., Greenwood Village, Colorado, was awarded a $59,639,368 modification (P00007) to contract W912P5-17-C-0007 for Chickamauga Lock Chamber replacement. Work will be performed in Chattanooga, Tennessee, with an estimated completion date of Nov. 14, 2020. Fiscal 2019 general construction funds in the amount of $59,639,368 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. Edmond Scientific Co.,* Alexandria, Virginia, was awarded a $46,750,681 cost-plus-fixed-fee contract for scientific services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0005). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $46,249,658 modification (P00078) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of March 31, 2020. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $46,249,658 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Palomar Display Products Inc.,* was awarded a $40,714,894 modification (P00007) to contract W909MY-15-D-0003 for repairs, engineering support and technical services of the Binocular Image Control Units. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 13, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Kiple Acquisition Science Technology Logistics & Engineering,* Forest Hill, Maryland, was awarded a $10,000,000 firm-fixed-price contract to provide technical and analytical expertise, and administrative assistance. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-D-0031). CORRECTION: A $1,135,410,156 contract modification announced on March 27, 2019, for Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas (P00010) to contract W31P4Q-18-C-0049, stated that it was a Foreign Military Sales (Poland, Bahrain and Romania) contract, however the contract also includes domestic procurement supporting the Army and Marine Corps. All other information in the announcement is correct. NAVY The Boeing Co., St. Louis, Missouri, is awarded a $71,345,504 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering and integrated logistics support to maintain the T/AV-8B Harrier during the aircraft's Post-Production Support Phase. Work will be performed at St. Louis, Missouri (75 percent); Warton, Lancashire, United Kingdom (11 percent); Cherry Point, North Carolina (10 percent); Yuma, Arizona (3 percent); and Philadelphia, Pennsylvania (1 percent), and is expected to be completed in December 2023. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919D0004). BAE Systems Land & Armaments L.P., Armament Systems Division, Louisville, Kentucky, is awarded a $70,672,462 firm-fixed-price, cost-plus-fixed-fee contract for five overhauled/upgraded Mk 45 Mod 4 gun mounts and their associated components, to include Mk 63 Mod 1 weather shields, Mod 4 manufacture kits, and Mod 4 machine parts kits. The 5-inch Mk 45 Light Weight Gun Mount System provides an effective weapon for anti-surface, naval surface fire support, and anti-air warfare missions, and is installed aboard DDG 51- and CG 47-class ships. Work will be performed in Louisville, Kentucky, and is expected to be completed by July 2023. Fiscal 2016, 2017 and 2018 shipbuilding and conversion (Navy) funding in the amount of $70,672,462 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-C-0004). Helix Electric Inc., San Diego, California, is awarded a $32,740,000 firm-fixed-price contract for the construction of the Harbor Drive switching station at Naval Base San Diego, California. The work to be performed provides for relocations and upgrades to the primary and secondary switching stations. Electrical components include switchgears with medium voltage circuit breakers, busses, underground primary and secondary cabling, protective relaying, power system automation communication line, communication line for supervisory control and data acquisition system connected to the head-end equipment, smart meters, lighting and other associated electrical appurtenances. The contract also contains two unexercised options, which if exercised would increase the cumulative contract value to $36,500,000. Work will be performed in San Diego, California, and is expected to be completed by August 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $32,740,000 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 two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-C-1209). Joseph J. Henderson & Son Inc., Gurnee, Illinois, is awarded a $30,700,000 firm-fixed-price contract for the repair of the wastewater treatment plant at Naval Air Station Corpus Christi, Texas. The work to be performed provides for substantial upgrade of domestic and industrial wastewater treatment facilities to be completed while maintaining continuous operation. Demolition includes major structures including equipment in the structures, utility connections to the structures, and small ancillary facilities. Additionally, rehabilitation of structures for process and architectural upgrades, removal of two interior doors with hazardous levels of lead based paint, and remediation in three structures to remove asbestos containing material are required. New major facilities and ancillary systems, such as site electrical power, utilities, and paving and grading are required. Work will be performed in Corpus Christi, Texas, and is expected to be completed by February 2021. Fiscal 2019 Navy working capital contract funds in the amount of $30,700,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0912). Support Services LLC, Cape Canaveral, Florida, is awarded $22,977,890 for a modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-18-D-2013) to exercise Option One for base operations support services at Naval Air Station Pensacola, Florida, and outlying areas Saufley Field, Corry Station, and Bronson Field. The work to be performed provides for all management, supervision, labor, equipment, materials, supplies, and tools necessary to perform facilities management, facilities investment, facility maintenance services (non-family housing), utility plant and distribution system operations and maintenance (chiller, electrical, gas, wastewater, steam and water), environmental services, and base support vehicles and equipment. After award of this option, the total cumulative contract value will be $45,863,832. Work will be performed in Pensacola, Florida, and work for this option period is expected to be completed March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance, (Navy); fiscal 2019 Navy working capital funds; and fiscal 2019 Defense Health Program funds in the amount of $18,442,613 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia, is awarded $18,143,171 for modification P00007 to a previously awarded cost-plus-fixed-fee, cost delivery order contract. This modification provides for additional technical, analytical and managerial services in support of the Naval Aviation Enterprise. Work will be performed in Patuxent River, Maryland, and is expected to be completed in February 2022. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,124,508 will be obligated at time of award, all 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. Archer Western Construction LLC, Chicago, Illinois, is awarded $17,820,000 for firm-fixed-price task order N6945019F0708 under a previously awarded multiple award construction contract (N69450-12-D-1267) for the design and construction of P426 Littoral Combat Ship (LCS) parking garage at Naval Station, Mayport, Florida. The work to be performed provides for the design and construction of a five-story, 1,355-vehicle structured parking facility. The facility shall be fully handicapped accessible and be an open “public” parking structure. Work will be performed in Jacksonville, Florida, and is expected to be completed by April 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $17,820,000 are obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $16,187,822 cost-plus-fixed-fee contract for engineering services in support of the development of the T/AV-8B aircraft, including system configuration set updates, avionics and weapons integration, and avionics obsolescence mitigation. Work will be performed in St. Louis, Missouri, and is expected to be completed in March 2024. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $2,000,000 will be obligated at time of award none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N689361919D0010). Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $14,824,692 for delivery order N0001919F0012 against a previously issued basic ordering agreement (N00019-14-G-0021) in support of the E-6B Mercury aircraft. This order provides for non-recurring engineering for development of the facilities, equipment, and material required to implement the Block II Sustainment and Support System. Work will be performed in Richardson, Texas, and is expected to be completed in December 2020. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $14,824,692 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Assurance Technology Corp., Carlisle, Massachusetts, is awarded a $13,959,231 modification to previously awarded cost-plus-fixed-fee contract N00173-18-C-6007 for research and development for the Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) System for Naval Research Laboratory Space Systems Development Department. After award of this modification, the total cumulative value of this contract is $25,470,666. Work will be performed at the Naval Research Laboratory, Washington, District of Columbia, and work is expected to be completed Sept. 28, 2019. Fiscal 2019 working capital funds (Navy) in the amount of $230,000 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-18-C-6007). General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $10,070,668 cost-with-no-fee contract (N00030-19-C-0024) for capital maintenance of the Navy Industrial Reserve Ordnance Plant in Pittsfield, Massachusetts. Work will be performed in Pittsfield, Massachusetts, and is expected to be completed March 31, 2022. Fiscal 2018 other procurement (Navy) funds in the amount of $7,725,000; and fiscal 2019 other procurement (Navy) funds in the amount of $2,345,668 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. This contract is awarded on a sole-source basis in accordance with 10 U.S. Code 2304 (c)(1) and was previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. AIR FORCE FlightSafety Services Corp., Centennial, Colorado, has been awarded a not-to-exceed $29,496,514 modification (P00029) to previously awarded contract FA8621-13-C-6247 for the exercise of the KC-46 Aircrew Training System production year four options. The contract modification is for the exercise of option contract line item numbers for an additional weapon system trainer, boom operator trainer, fuselage trainer, pilot part task trainer, boom operator part task trainer, additional learning management workstations, support equipment, McGuire Air Force Base and Altus AFB site activations, systems engineering and program management, summative evaluation, visual database airfield models, new refresher training scenarios, and one Aerial Refueling Airplane Simulator Qualification certification. Work will be performed in Broken Arrow, Oklahoma, and is expected to be complete by February 2021. Fiscal 2018 purchasing and procurement funds in the amount of $14,453,292 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity. Merex Aircraft Co., Inc., Camarillo, California, has been awarded an $18,300,000 estimated ceiling indefinite-delivery/indefinite-quantity contract for the acquisition of A-10 flap assemblies. This contract provides for the acquisition of left and right outboard flap assemblies (NSNs 1560-01-591-4392FJ and 1560-01-591-4394FJ); and left and right inboard flap assemblies (NSNs 1560-01-591-8913FJ and 1560-01-591-5806FJ). Work will be performed in Camarillo, California, and is expected to be complete by March 27, 2025. This award is the result of a competitive acquisition and five offers were received. Consolidated Sustainment Activity Group working capital funds in the amount of $4,887,547 are being obligated at the time of award. Air Force Life Cycle Management, Hill Air Force Base, Utah, is the contracting activity (FA8212-19-D-0001). Telephonics Corp., Farmingdale, New York, has been awarded a $12,623,588 firm-fixed-price contract for the Royal Saudi Air Force Airborne Warning and Control System (RSAF AWACS) Next Generation Identification Friend or Foe. This contract provides for manufacture, test, and delivery of Next Generation Identification Friend or Foe AN/UPX-40 Interrogator shipsets and installation kits for the RSAF AWACS fleet. Work will be performed in Farmingdale, New York, and is expected to be complete by Dec. 31, 2021. This contract involves 100 percent foreign military sales to the kingdom of Saudi Arabia. This award is the result of a sole-source acquisition. Saudi Arabian Letter of Offer and Acceptance case funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-19-C-0010). DEFENSE LOGISTICS AGENCY Truman Arnold Companies, doing business as TAC Air, Amarillo, Texas, has been awarded a maximum $13,775,007 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with one six-month option period. Location of performance is Texas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0013). Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded a maximum $13,099,996 firm-fixed-priced delivery order (SPRPA1-19-F-L305) against a five-year basic ordering agreement (SPRPA1-13-G-001X) with no option periods for spare parts in support of the F/A-18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Connecticut, with a June 30, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. MISSILE DEFENSE AGENCY L3 Applied Technologies Inc. (L3 ATI), San Leandro, California, was awarded an $8,272,568 cost-plus-fixed-fee contract for modeling and experimentation of laser interaction with plasma. The contract award includes a base period in the amount of $4,036,518 and an option period in the amount of $4,236,050. L3 ATI will investigate, model, and execute proof-of-principle and scaled ground-test demonstrations to assess the ability of a laser to enhance and impart effects on plasma. The work will be performed in San Leandro, California. The period of performance for the base period is eight months, from March 2019 through November 2019. The period of performance for the option period is five months, from December 2019 through April 2020. This contract was competitively procured through publication on the Federal Business Opportunities website under the Missile Defense Agency's broad agency announcement for advanced technology innovation, HQ0147-17-S-0001. Fiscal 2019 research, development, test and evaluation funds in the amount of $3,586,824 are being obligated at the time of award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-C-6504). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1799365/

Toutes les nouvelles