24 janvier 2024 | International, Aérospatial

U.S. Army Selects CACI for $382 Million Signals Intelligence and Electronic Warfare Systems Task Order

This work is part of the One Acquisition Solution for Integrated Services indefinite delivery, indefinite quantity contract vehicle.

https://www.epicos.com/article/787232/us-army-selects-caci-382-million-signals-intelligence-and-electronic-warfare-systems

Sur le même sujet

  • Lawsuit threatens $23B weapons sale to UAE

    13 janvier 2021 | International, Aérospatial

    Lawsuit threatens $23B weapons sale to UAE

    By: Joe Gould WASHINGTON ― A small, 2-year-old nonprofit think tank has taken a step that most advocacy organizations never dare try: It has sued the U.S. State Department to derail a $23 billion arms sale to the United Arab Emirates. In a legal claim announced last month, the New York Center For Foreign Policy Affairs asserted that the Trump administration failed to provide a reasonable explanation for its decision to sell F-35 fighter jets and other weapons to the UAE, which places it in breach of the Administrative Procedure Act. It has asked the U.S. District Court for the District of Columbia to find the sale invalid. The case is unusual, as is the theory of the case, but so is the Trump administration's approach to the sale, said Brittany Benowitz, a legal expert on human rights and arms trade. Such legal challenges rarely succeed, but if this one does, it could halt the deal even if Washington and Abu Dhabi follow through with plans to sign contracts in the waning days of the Trump administration. “If you can say this deal was executed improperly and the contractor was on notice of that, which they are, then I think you can say it's possible to stop the sale before delivery,” Benowitz said. The State Department declined to comment on the pending litigation, in line with its policy. The new lawsuit against the State Department came after a failed attempt in Congress to block the sale of 50 Lockheed Martin-made F-35 aircraft, 18 General Atomics-made MQ–9B Reaper drones and Raytheon Technologies-made munitions. The Senate narrowly rejected a challenge to the sale amid arguments from the administration that the sales would make the UAE more interoperable with partners and defend itself from “heightened threats from Iran.” Opponents said the fast-tracked process was incomplete, leaving questions about the security of U.S. weapons technology, the potential of sparking a Middle Eastern arms race, and the potential for the weapons to be used in Yemen and Libya; these arguments were echoed in the lawsuit. The State Department came under scrutiny for irregularities in a previous sale. Its inspector general, who was later fired, found that a separate “emergency” sale of $8 billion in precision-guided bombs to Saudi Arabia and the UAE failed to “fully assess” or mitigate the risk of civilian casualties in Yemen. To boot, Saudi Arabia and the UAE reportedly breached arms sale agreements with the U.S. by transferring American materiel to al-Qaida-linked fighters and other militant factions in Yemen. Lawmakers have also called for an an investigation into reporting that the UAE may have transferred American-made Javelin anti-armor missiles to the Libyan National Army in violation of a United Nations arms embargo. “What we're saying is that the State Department rushed this through without congressional oversight, they didn't follow their own rules and they didn't apply the same metrics that would guide approval to others,” said Justin Russell, the director of the New York Center For Foreign Policy Affairs. The organization conducts advocacy and research on the conflicts in Libya and Yemen. “Congress tried to block [the sale] on the same merits and when that legislation failed, we said, ‘Wait a minute, we've got to stand up and do something.'” The Administrative Procedure Act allows a court to “hold unlawful and set aside any agency action ... found to be in arbitrary, capricious, an abseils of discretion or otherwise not in accordance with the law.” Here, the lawsuit argues the State Department didn't find, as required under the Arms Export Control Act, that the sale “will strengthen the security of the United States and promote world peace” ― or present “a reasoned explanation” for its actions as required by the Administrative Procedure Act. In 2019, the Campaign Against the Arms Trade won a U.K. Court of Appeal ruling to ban new arms sales to Saudi Arabia. The government has since renewed sales, and CAAT applied for judicial review into the legality of the U.K. government's decision to renew arms sales to Saudi Arabia. In the U.S., there has not been a successful court case of targeting government-to-government sales in recent years, according to Benowitz. What's also unusual about the New York Center For Foreign Policy Affairs' approach is that it doesn't rely on a human rights argument but rather points to aberrations in the process ― particularly past end-use violations that ought to have have disqualified the UAE, she said. “There have been court challenges to arms sales in the past on human rights grounds, but this challenge on national security grounds under the Administrative Procedure Act is unprecedented,” she said. “It's rare because we have never had a record of irregularities like the one we have now.” By Benowitz's reckoning, if a finalized deal is invalidated in the courts and it is found that the deal never should have been entered in the first place, its unlikely the U.S. could be penalized financially by the UAE. “To get a remedy, or damages, under contract law, you have to have ‘clean hands,' so it would be difficult for the Emiratis to recoup,” she said. https://www.defensenews.com/congress/2021/01/12/lawsuit-threatens-23b-weapons-sale-to-uae

  • Contract Awards by US Department of Defense - March 19, 2020

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

    Contract Awards by US Department of Defense - March 19, 2020

    NAVY Barber-Nichols Inc., Arvada, Colorado (N66604-20-D-E001); Booz Allen Hamilton, McLean, Virginia (N66604-20-D-E002); L3 Technologies Inc., Northampton, Massachusetts (N66604-20-D-E003); Leidos Inc., Reston, Virginia (N66604-20-D-E004); Leonardo DRS Inc., Melbourne, Florida (N66604-20-D-E005); Lockheed Martin Sippican Inc., Marion, Massachusetts (N66604-20-D-E006); MIKEL Inc., Middletown, Rhode Island (N66604-20-D-E007); Northrop Grumman Systems Corp., Annapolis, Maryland (N66604-20-D-E008); Progeny Systems Corp., Manassas, Virginia (N66604-20-D-E009); Foster-Miller Inc., doing business as QinetiQ-NA, Waltham, Massachusetts (N66604-20-D-E010); Raytheon Co., Keyport, Washington (N66604-20-D-E011); Rite-Solutions Inc., Pawcatuck, Connecticut (N66604-20-D-E012); Science Applications International Corp., Reston, Virginia (N66604-20-D-E013); Systems Engineering Associates Corp., Middletown, Rhode Island (N66604-20-D-E014); Sechan Electronics Inc., Lititz, Pennsylvania (N66604-20-D-E015); Sonalysts Inc., Waterford, Connecticut (N66604-20-D-E016); and Systems Planning and Analysis Inc., Alexandria, Virginia (N66604-20-D-E017), are being awarded a $73,730,343 indefinite-delivery/indefinite-quantity, multiple-award contract for the procurement of materials and services to design, develop, fabricate, test, install, document and deliver rapid prototype solutions in support of the Undersea Warfare/Undersea Defensive Family of Systems. Work will be performed at the contractors' sites, minimally at government locations and is expected to be completed by March 2023. For these base indefinite-quality/indefinite-delivery, three-year contracts, funding will not be obligated at time of award. A $2,500 minimum guarantee will be executed on each awardee's initial task order. This multiple-award contract was competitively procured with 17 acceptable offers received via the Federal Business Opportunities website. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity. Northrop Grumman Systems Corp., Orlando, Florida, is awarded a $48,235,113 single award, indefinite-delivery/indefinite-quantity contract (N65236-20-D-8012) with provisions for cost-plus, fixed-fee and firm-fixed-price task/delivery orders. This contract is for the procurement of Mobile User Objective System (MUOS) to legacy Ultra High Frequency (UHF) Satellite Communications Gateway Component systems and services. Work will be performed in Orlando, Florida, and is expected to be complete by March 2029. These systems support interoperability from tactical-to-tactical (point-to-point, point-to-group/net, group-to-net) satellite communications between MUOS and legacy UHF satellite communication users. In addition, the required services include Satellite Communication Gateway Component Suite B interface development, technical refresh enhancements, training, documentation updates, cybersecurity services, pre-installation test and checkout, implementation/installation and sustainment. Contract funds will not expire at the end of the current fiscal year. The contract includes a five-year ordering period, a two-year option period and one six-month option to extend services in accordance with Federal Acquisition Regulation 52.217-8. The option periods, if exercised, will bring the cumulative value of this contract to an estimated $65,214,634. Contract funds in the amount of $25,000 will be obligated at the time of award. This requirement was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) with only one responsible source. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Teledyne Defense Electronics LLC, doing business as Teledyne Microwave Solutions, Rancho Cordova, California, is awarded a $34,963,200 firm-fixed-price requirements contract for the repair of traveling wave tubes (model 10 kW) in support of the Advanced Electronic Guidance and Instrumentation System/Combat System. Work will be performed in Rancho Cordova, California, and is expected to be complete by March 2025. This contract includes a five-year base period with no options. Annual working capital funds (Navy) will be obligated as individual task orders as issued, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-20-D-V001). Lockheed Martin Corp. Rotary and Mission Systems, Liverpool, New York, is awarded a $19,413,337 modification to previously awarded contract N00024-13-C-6292 to exercise and fund options for the production of Navy equipment. Work will be performed in Liverpool, New York (66%); Millersville, Maryland (33%); and Marion, Massachusetts (1%), and is expected to be complete by November 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $19,413,337 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. CB Tech Services Inc.,* Honolulu, Hawaii (N32253-20-D-0006); Coastal Marine Services Inc.,* San Diego, California (N32253-20-D-0007); Sitta, Paige and Associates Inc.,* National City, California (N32253-20-D-0005); and Pacific Shipyards International,* Honolulu, Hawaii (N32253-20-D-0008), are awarded $13,000,000 for a multiple award, indefinite-delivery/indefinite-quantity contract with firm-fixed-price pricing for the procurement of interior decking commercial industrial services at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Hawaii. Work will be performed in the state of Hawai'i and is expected to be completed by February 2025. The four contractors may compete for task orders under the terms and conditions of the awarded contracts. The maximum ceiling value for all four contracts is $13,000,000. No funding will be obligated at time of award. This contract was competitively procured with five offers received via the Federal Business Opportunities website. The Naval Sea Systems Command, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. FLIR Systems Inc., North Billerica, Massachusetts, is awarded a $12,133,461 ceiling increase modification to previously awarded firm-fixed-price contract (N00164-18-D-JQ99) for non-warranty repairs, provision item ordering spares, product revisions, upgrades and production systems of the maritime mounted sensor. Work will be performed in North Billerica, Massachusetts, and is expected to be complete by February 2023. The contract will support multiple electro-optic sensor systems to include the following maritime forward-looking infrared, combatant craft forward looking infrared, shipboard infrared sensor systems, sea forward looking infrared. The electro-optic systems are utilized by the Navy, Coast Guard, Marine Corps and U.S. Special Operations Command to carry out assigned missions. These systems provide electro-optical surveillance capability allowing the user to operate in low-light conditions. This contract was awarded on a sole-source basis in accordance with the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by Federal Acquisition Regulations 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $650,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Colonna Shipyards Inc., Norfolk, Virginia, is awarded an $8,903,875 firm-fixed-price contract for an 80-day shipyard availability for the emergency dry-docking of Navy Ship Spearhead (T-EPF 1). Work will be performed in Norfolk, Virginia, and is expected to be complete by June 2020. This contract includes an 80-day base period and three options, which if exercised, would bring the cumulative value of this contract to $9,241,725. Working capital contract funds (Navy) in the amount of $8,903,875 are obligated for fiscal 2020 and will not expire at the end of the fiscal year. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia; and Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded an $8,759,811 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 to exercise options for Integrated Submarine Imaging System (for submarine electronic warfare models AN/BLQ-10 and TI-18) kits and spares. Work will be performed in Manassas, Virginia (47%); Syracuse, New York (29%); Chantilly, Virginia (13%); Marion, Massachusetts (7%); and Newport, Rhode Island (4 %), and is expected to be completed by March 2023. Fiscal 2020 other procurement (Navy) funding in the amount of $8,759,811 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, District of Columbia, is the contracting activity. (Awarded March 12, 2020) U.S. TRANSPORTATION COMMAND Construction Helicopters Inc., Howell, Michigan, has been awarded a task order modification, HTC711-18-F-R029/P00008, on contract HTC711-17-D-R016 in the amount of $33,995,543. This modification provides continued support of North Atlantic Treaty Organization Air Command-Afghanistan/Combined Security Transition Command. The services provide dedicated rotary wing air transportation to move passengers, cargo and human remains as well as perform casualty evacuation in support of the Afghan Air Force. Work will be performed in the government of Afghanistan. The option period of performance is from March 19, 2020, to March 18, 2021. Fiscal 2020 Afghanistan Security Force funds (Army) were obligated at award of the modification. This modification brings the total cumulative face value of the task order to $101,571,160, from $67,575,617. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. ARMY R&D Maintenance Services Inc.,* Tulsa, Oklahoma, was awarded a $15,989,749 cost-plus, firm-fixed-price contract for maintenance, repair, minor construction and operations of the Hartwell Lake and Dam project. Bids were solicited via the internet with four received. Work will be performed in Hartwell, Georgia, with an estimated completion date of Oct. 31, 2025. Fiscal 2020 civil investigation funds in the amount of $15,989,749 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-C-5000). Navistar Defense, Melrose Park, Illinois, was awarded an $11,442,992 firm-fixed-price Foreign Military Sales (Iraq) contract for 6x6 and 4x4 general transport trucks, recovery vehicles, and spare parts. Bids were solicited via the internet with five received. Work will be performed in Springfield, Ohio; and Ooltewah, Tennessee, with an estimated completion date of Feb. 28, 2021. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0206). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2117069/source/GovDelivery/

  • US defense secretary visits Cambodia seeking reset amid China concerns

    4 juin 2024 | International, Sécurité

    US defense secretary visits Cambodia seeking reset amid China concerns

    The trip will test the Pentagon's recent tactics of face-to-face engagement with countries in the region.

Toutes les nouvelles