1 août 2023 | International, Sécurité, Autre défense
US Army readies new artillery strategy spurred by war in Ukraine
The US Army will deliver a strategy for conventional fires on the battlefield by the end of the year.
16 juillet 2024 | International, C4ISR, Sécurité
Learn about the growing identity-based threats in SaaS applications and how to mitigate them with ITDR and robust identity security measures
https://thehackernews.com/2024/07/threat-prevention-detection-in-saas.html
 
					1 août 2023 | International, Sécurité, Autre défense
The US Army will deliver a strategy for conventional fires on the battlefield by the end of the year.
 
					9 novembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité
AIR FORCE Rockwell Collins Inc., Cedar Rapids, Iowa (FA8807-21-C-0005); Interstate Electronics Corp., Anaheim, California (FA8807-21-C-0006); and Raytheon Technologies Inc., El Segundo, California (FA8807-21-C-0007), have collectively been awarded contracts totaling $552,583,932 for a cost-plus-incentive-fee, cost-plus-award-fee contract for Military GPS Users Equipment Miniature Serial Interface Increment 2 Application Specific Integrated Circuit (MGUE Inc 2 MSI ASIC). This contract provides for all activities to design, develop, build, integrate, qualify the MSI receiver card with next generation ASIC to enable production of M-Code-capable GPS receiver products for various service applications identified in the MGUE Inc 2 Capability Development Document and all other user platforms that require secure positioning navigation and timing capability. Work will be performed in Cedar Rapids, Iowa; Anaheim, California; and El Segundo, California, and is expected to be completed by Sept. 30, 2025. This award is the result of a competitive acquisition with offers received. Fiscal 2020 research, development, test and evaluation funds in the amount of $32,000,000 are being obligated at the time of award. Air Force Space Command, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. Wichita State University, Wichita, Kansas, has been awarded a $13,750,000 cost-reimbursement, additional-work modification (P00005) to contract FA8650-19-C-5212 for research and development. The contract modification adds additional funding to expand various operational spectra (e.g., fighter, bomber, transport, etc.) to explore damage growth behavior representative design details such as wing-to-spar joint that exhibits multiple competing failure modes. Work will be performed in Wichita, Kansas, and is expected to be completed by Nov. 7, 2023. Fiscal 2020 research, development, test and evaluation funds in the amount of $13,250,000 are being obligated at the time of award. Total cumulative face value of the contract is $37,250,000. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Millennium Health & Fitness Inc., Scottsdale, Arizona, is awarded a $9,200,000 firm-fixed-price contract for Civilian Health Promotion Services (CHPS). This requirement provides health promotion professionals that will develop, manage, and promote CHPS to all civilian employees in Air Force Materiel Command and Air Mobility Command. The CHPS program may include depending on location, but is not limited to, individual health counseling, group health education classes, telephonic wellness coaching, cardiac risk blood profile (HDL, LDL, cholesterol ratio and glucose), body composition analysis, online health risk appraisal, wellness challenges, and health awareness campaigns. The CHPS is a mobile worksite wellness program. The CHPS health promotion professionals will provide services at twelve staffed Air Force bases (including the CHPS office) and eight un-staffed/visited base locations appropriate for mass screenings and work is expected to be completed by Jan. 31, 2021. This award is the result of a 100% Small Business Set-aside acquisition. Fiscal 2020 operation and maintenance funds in the amount of $1,235,167 are being obligated at the time of award. The Air Force Installation Contracting Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8003-20-C-0004). ARMY Lockheed Martin Corp., Baltimore, Maryland, was awarded an Other Transaction Authority agreement with a ceiling of $339,318,582 for the Mid-Range Capability. Work will be performed in Baltimore, Maryland; Akron, Ohio; Clearwater, Florida; Moorestown, New Jersey; Owego, New York; Syracuse, New York; and Orlando, Florida, with an estimated completion date of Dec. 31, 2023. Fiscal 2020 research, development, test and evaluation, Army funds in the amount of $57,959,033 were obligated at the time of the award. U.S. Army Rapid Capabilities and Critical Technologies Office, Alexandria, Virginia, is the contracting activity (W50RAJ-2-19-0001). InBios International Inc., Seattle, Washington, was awarded a $9,804,306 modification (P00001) to contract W81XWH-20-F-0253 for development, design controls, production and analytical studies and clinical trials for rapid human diagnostic component assays for Severe Acute Respiratory Syndrome Coronavirus 2 (SARSCoV-2) infection. Work will be performed in Seattle, Washington, with an estimated completion date of Sept. 30, 2022. Fiscal 2010 research, development, test and evaluation, Army funds in the amount of $9,804,306 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. NAVY Capital Center for Credibility Assessment Corp.,* Dublin, Virginia, is awarded a ceiling-priced $29,233,903 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to conduct Counter Intelligence Scope Polygraph examinations throughout the U.S. to support the Naval Criminal Investigative Service's Polygraph Services Field Office. The contract includes a five-year ordering period with no options and is expected to be completed by November 2025. Work will be performed at various contractor facilities (95%); and various government facilities (5%) throughout the U.S. in which the percentage of work at each of those locations cannot be determined at this time. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $100,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on Navy Electronic Commerce Online and beta.SAM.gov as a 100 percent 8(a) small business set-aside requirement, with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z010). MNDPI Pacific JV, Honolulu, Hawaii, is awarded a firm-fixed-price task order (N6274221F0302) at $25,978,991 under an indefinite-delivery/indefinite-quantity contract for various structural and waterfront projects and other projects at locations under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC) Pacific. The work to be performed provides architect-engineer services to conduct a functional analysis concept development and prepare the 35% conceptual submittal of the design-build request for proposal documents (Phase 1), including construction package consisting of project requirements, concept plans, specifications, detailed cost estimate, and other services for the Dry Dock #3 Replacement, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii – Design Phase 1. Work will be performed at JBPHH, Hawaii, and is expected to be completed by December 2021. Fiscal 2020 military construction (design) contract funds in the amount of $25,978,991 are obligated on this award, of which $24,848 will expire at the end of the current fiscal year. NAVFAC Pacific, JBPHH, Hawaii, is the contracting activity (N62742-20-D-0004). Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $17,509,022 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-20-C-5392) to exercise options to provide design agent engineering services for the MK 41 Vertical Launching System (VLS) electronic systems and computer programs. This option exercise is for software design, systems engineering, ship/missile integration services, and depot operations services for the MK 41 VLS module electronics and launch control system. These services include new missile integration into MK 41 VLS including launcher design, launcher integration into new ship classes and the new AEGIS shore based component, Life Cycle Support Facility depot operations, system product improvements, predictability enhancements, reliability enhancements, and failure investigations. Work will be performed in Baltimore, Maryland (35%); Norfolk, Virginia (18%); Seattle, Washington (18%); San Diego, California (18%); and Ventura, California (11%), and is expected to be completed by July 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $2,980,656 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 Navy Yard, Washington, D.C., is the contracting activity. Brantley Construction Services LLC,* Charleston, South Carolina, is awarded a firm-fixed-price task order (N6945021F0870) at $16,540,566 under a multiple award construction contract for Destroyer Slip South Quay Wall restoration at Naval Station Mayport. The work to be performed includes replacement of the entire 550-foot wharf quay wall with a new steel sheet pile bulkhead, replacement of the existing fender system and connections to water, electrical, oily waste and sanitary sewer utilities. It also includes the procurement and installation of a pedestrian turnstile and vehicular gate. Work will be performed in Jacksonville, Florida, and is expected to be completed by May 2022. Fiscal 2021 operation and maintenance, (Navy) contract funds in the amount of $16,540,566 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0916). Carnegie Mellon University, Pittsburgh, Pennsylvania, is awarded a modification to exercise Option Year One to a previously awarded cost contract (N65236-19-C-8017) in the amount of $10,967,203 for Next-Generation Non-Surgical Neurotechnology (N3). Work will be performed in Pittsburgh, Pennsylvania, and is expected to be completed by May 2022. This modification brings the total cumulative value of the contract to $14,079,282. Fiscal 2020 research, development, testing and evaluation (Department of Defense) funds in the amount of $1,500,000 will be obligated at time of award. Funds will expire at the end of the fiscal year. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Innovative Defense Technologies LLC, Arlington, Virginia, was awarded an $8,163,883 cost-plus-fixed-fee contract modification to a previously awarded contract (N00024-20-C-6116) to exercise and fund options for Navy engineering services and material. Work will be performed in Fall River, Massachusetts, and is expected to be completed by December 2021. Fiscal 2021 research, development, test and evaluation (Navy) funding in the amount of, $1,000,000 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 Navy Yard, Washington, D.C., is the contracting activity. (Awarded Nov. 2, 2020) DEFENSE LOGISTICS AGENCY Sysco Central Texas Inc., New Braunfels, Texas, has been awarded a maximum $24,858,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. 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 a 356-day bridge contract with no option periods. Location of performance is Texas, with an Oct. 30, 2021, ordering period end date. Using customers are Army, Air Force, Navy, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3308). US Foods Inc., Port Orange, Florida, has been awarded a maximum $22,500,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. 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 a 102-day bridge contract with no option periods. Locations of performance are Florida, Cuba and Bahamas, with a Feb. 18, 2021, ordering period end date. Using military services are Army, Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3301). MISSILE DEFENSE AGENCY Lockheed Martin Overseas, Moorestown, New Jersey, is being awarded a $14,252,771 cost-plus-fixed-fee modification (P00031) under the Poland Aegis Ashore Engineering Agent contract. This modification increases the total cumulative contract value by $10,123,968 from $83,536,564, to $93,660,532. Under this modification, the contractor will configure the Poland Aegis Ashore REU Integration Site (POL-AARIS) and perform integration, test, maintenance and upgrades of the Aegis Combat System prior to final installation within the Aegis Ashore Ballistic Missile Defense System. This contract modification contains options which, if exercised, will increase the cumulative value of this contract to $97,789,335. The work will be performed in both Moorestown, New Jersey (15%); and in Redzikowo, Poland (85%), with an expected completion date of Jan. 26, 2022. Procurement defense wide funds in the amount of $9,892,973 (Fiscal 2019: $2,422,418; Fiscal 2020: $7,470,555), are being obligated at the time of award. This contract modification is the result of a sole-source acquisition. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-16-C-0001). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2408669/source/GovDelivery/
 
					29 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense
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/