17 janvier 2020 | International, Aérospatial

US Defense Department Awards C3.ai $95M Contract Vehicle to Improve Aircraft Readiness Using AI

Redwood City, CA – January 15, 2020 – C3.ai, a leading enterprise artificial intelligence (AI) software provider for accelerating digital transformation, today announced a five-year agreement with the Defense Innovation Unit (DIU) to deliver C3 Readiness for Aircraft™ an AI-based software application that increases the readiness and availability of aircraft to accomplish their missions.

Predicting an aircraft subsystem's risk of failure is essential to the U.S. military's fleet readiness. By using machine learning algorithms to monitor high-priority subsystems for risk of failure and predict the requirements for parts at air bases and depots, C3 Readiness for Aircraft shifts the paradigm from reactive to predictive maintenance.

C3 Readiness for Aircraft provides a near real time view of aircraft health for each individual tail number. Using C3 Readiness for Aircraft, maintainers can be made available and prepared for work, and operations personnel can ensure that the right parts are available at the right time and at the right locations. With this application, organizations can substantially expand the use of existing aircraft and reduce the cost and time associated with unexpected maintenance.

“Each hour an aircraft is grounded costs taxpayers tens of thousands of dollars – and approximately $292 billion of the Pentagon's annual budget is spent on operations and maintenance costs ,” said Ed Abbo‚ President and CTO, C3.ai. “Given these numbers, even a fractional increase in aircraft mission capability can save billions. We look forward to building on our initial success delivering solutions that extend the DoD's competitive advantage and support its ambitious plans to implement artificial intelligence at scale.”

Defense Innovation Unit (DIU) is the DoD organization based in Silicon Valley charged with accelerating the adoption of innovative commercial technologies into the U.S. military to strengthen the nation's security. DIU connects customers with leading technology companies to prototype, transition, and field capabilities within 36 months. DoD has made it a priority to address readiness in the FY2020 Budget so that forces meet a minimum standard. Applying AI techniques helps the DoD achieve this objective rapidly in a cost-effective manner.

C3.ai has repeatedly demonstrated its capabilities to DIU to significantly improve readiness for several Air Force units. As a result of a number of successful US Air Force implementations, including the E-3 Sentry (AWACS), C-5 Galaxy, F-16 Fighting Falcon, and F-35 Joint Strike Fighter Lightning II aircraft, and expansion to Army Aviation platforms such as UH-60 Blackhawk and AH-64 Apache helicopters, DIU sponsored the current up-to-$95M agreement that allows all the Services and other federal agencies to use C3.ai's software for aircraft predictive maintenance.

C3 Readiness for Aircraft operates on the C3 AI Suite™, an integrated software platform that enables organizations to rapidly design, develop, and deploy enterprise-scale AI applications on any public or private cloud environment. The C3 AI Suite allows the DoD to integrate and unify large amounts of fragmented and disparate data, and make those data available for use by machine learning algorithms for insights that improve operations and provide situational awareness. C3.ai's applications are configurable for a variety of capabilities beyond AI predictive maintenance including intelligence data fusion, clearance adjudication, insider threat, improved logistics, supply risk identification, and AI-based operational support.

About C3.ai

C3.ai is a leading AI software provider for accelerating digital transformation. C3.ai delivers the C3 AI Suite for developing, deploying, and operating large-scale AI, predictive analytics, and IoT applications in addition to an increasingly broad portfolio of turn-key AI applications. The core of the C3.ai offering is a revolutionary, model-driven AI architecture that dramatically enhances data science and application development. Organizations such as Royal Dutch Shell, ENGIE, 3M, and Enel are currently leveraging C3.ai's enterprise software for greater efficiency, productivity, and reliability.

Contact:
C3.ai Public Relations:
April Marks
650-503-2200
pr@c3.ai

View source version on C3.ai: https://c3.ai/us-defense-department-awards-c3-ai-95m-contract-vehicle-to-improve-aircraft-readiness-using-ai/

https://www.epicos.com/article/531552/us-defense-department-awards-c3ai-95m-contract-vehicle-improve-aircraft-readiness

Sur le même sujet

  • Contract Awards by US Department of Defense - May 14, 2020

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

    Contract Awards by US Department of Defense - May 14, 2020

    NAVY Lockheed Martin Corp., Owego, New York, is awarded a $904,800,000 modification (P00011) to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract N00019-19-C-0013. This modification provides for the production and delivery of three MH-60R Seahawk maritime aircraft for the Navy and 21 MH-60Rs for the government of India. Work will be performed at Owego, New York (52%); Stratford, Connecticut (40%); and Troy, Alabama (8%), and is expected to be complete by September 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $113,100,000 and Foreign Military Sales funds in the amount of $791,700,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Hunter Pacific Group,* San Diego, California, is awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for cost engineering, value engineering and scheduling services in the Naval Facilities Engineering Command (NAVFAC), Southwest Area of Responsibility (AOR). Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to: California (87%); Arizona (5%); Nevada (5%); Colorado (1%); New Mexico (1%); and Utah (1%). Work provides for cost estimates and other cost engineering services in support of analyses, reports, designs and change orders. Cost engineering services may include construction cost reduction evaluations and recommendations, bid analyses and verifications, validations of DD Form 1391 scope/cost estimate, peer review of cost estimates, review and technical analysis of contractor change order cost proposals and assistance with claims, litigations and negotiations with boards/committees. Value engineering services shall include facilitating and forming multi-discipline technical teams to conduct value engineering and/or function analysis concept development (FACD) workshops for a variety of projects. Services in support of value engineering and FACD workshops may include site investigations, preparation and/or review of engineering studies/reports, cost estimates, facility and infrastructure assessments, risk assessments, life cycle cost engineering and/or total ownership cost analyses, and schematic layouts/sketches. Scheduling shall be in support of analyses and change orders and may include preparation of schedules and construction cost loaded schedules, review/analysis of base line contractor schedules and schedule updates, review/analysis of contractor change orders, time impact analysis and assistance with claims, litigations and negotiations with boards/committees. Work is expected to be complete by April 2025. No task orders are being issued at this time. Fiscal 2020 operations and maintenance (O&M) (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M (Navy) and O&M (Marine Corps). This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0614). PSI Pax Inc.,* California, Maryland, is awarded a $29,286,410 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. Work will be performed in Patuxent River, Maryland, and provides administrative, business and financial services such as data entry accounting processes, interface error research and analysis, process management, deficiency identification, testing of system changes, professional and analytical support, liaison support, funds management, financial tracking, internal and external data calls, document and records management, specialized analytical support in meeting financial systems requirements, assessing financial systems relative to data integrity, corporate and user reporting requirements as well as centralized support of travel related processes to include help desk support for the entire Naval Air Systems Command. Work is expected to be complete by June 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside via an electronic request for proposal; five offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0073). Mustang Technology Group LP, doing business as L3 Mustang Technology, Plano, Texas, is awarded a $19,082,000 fixed-price-incentive-firm-target modification to previously awarded contract N00024-19-C-5313 for 658 rounds of 57mm MK 332 High Explosive-4 Bolt Guided (HE-4G) Cartridge ammunition. Work will be performed in Plano, Texas (78%), and Cincinnati, Ohio (22%), and is expected to be complete by September 2021. Fiscal 2020 and 2019 procurement of ammunition, (Navy and Marine Corp) funding in the amount of $19,082,000 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, D.C., is the contracting activity. L3 Harris Technologies Inc., Anaheim, California, is awarded a $12,732,754 cost-plus-fixed-fee contract modification (P00030) to exercise options under previously awarded and announced contract N00030-18-C-0001. Work will be performed in Anaheim, California (71%); Cape Canaveral, Florida (23%); Washington, D.C. (3%); Bremerton, Washington (1%); Norfolk, Virginia (1%), and Kings Bay, Georgia (1%). Work will provide services and support for Flight Test Instrumentation and is expected to be complete by August 2022. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,968,016; fiscal 2020 weapons procurement (Navy) funds in the amount of $9,332,143; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $200,000 are obligated on this award. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,968,016 will expire at the end of the current fiscal year. This contract modification is awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. The Strategic Systems Programs, Washington, D.C., is the contracting activity. IDSC Holdings LLC, Snap-on Industrial, Kenosha, Wisconsin, is awarded an $11,088,933 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures up to 2,064 toolboxes containing 1.423 different types of commercial tools in support of initial outfitting associated with F-35 low rate initial production and maintenance. Work will be performed in Kenosha, Wisconsin, and is expected to be complete by September 2021. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and four offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0025). Northrop Grumman Systems Corp., San Diego, California, is awarded a $9,162,847 modification (P00002) to cost-plus-fixed-fee order N00019-19-F-0280 against previously issued basic ordering agreement N00019-15-G-0026. This modification provides systems engineering and program management support for the development, integration, test and delivery of two radar altimeters and two integrated avionics units in support of the BQM-34S Firebee High Performance Aerial Target System, BQM-74E target drones and the Aerial Targets Program Office. Work will be performed in Endicott, New York (62%); San Diego, California (37%); and Clearwater, Florida (1%). Work is expected to be complete by January 2022. Fiscal 2018 weapons procurement (Navy) funds in the amount of $4,472,396 and fiscal 2019 weapons procurement (Navy) funds in the amount of $4,690,451 will be obligated at time of award, $4,472,396 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Independent RT Center LLC, Cibolo, Texas, is awarded $8,029,638 for firm-fixed-price delivery order M67854-20-F-5018 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract M67854-20-D-5000 with a maximum ceiling of $62,500,000, for the Rough Terrain Container Handlers Service Life Extension Program. Work will be performed in Cibolo, Texas, and is expected to be complete by January 2030. Fiscal 2019 Congressional funds in the amount of $3,066,228 and fiscal 2020 procurement (Marine Corps) funds in the amount of $4,963,410 are being obligated and will expire Sept. 30, 2021. This contract was competitively procured via the Federal Business Opportunities website and two offers were received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-20-D-5000). Huntington Ingalls Inc., Newport News, Virginia, is awarded a $7,400,000 not-to-exceed, fixed-price incentive, undefinitized change order modification to contract N00024-15-C-2114 for the installation of Consolidated Afloat Networks and Enterprise Services AN/USQ-208B (V) 5 Local Area Network drops. Work will be performed in Newport News, Virginia, and is expected to be complete by May 2022. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $3,700,000 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, Newport News, Virginia, is the contracting activity. ARMY Perspecta Enterprise Solutions LLC, Herndon, Virginia, was awarded an Other Transaction Authority agreement with a ceiling of $237,243,000 to develop, integrate, deliver, operate and maintain an enterprise capability for Army training and education information. Bids were solicited via the internet with three received. Work will be performed in Herndon, Virginia, with an estimated completion date of May 17, 2024. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $14,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-20-9-1118). Charles River Laboratories, Wilmington, Massachusetts (W81XWH-20-A-0003); Envigo RMS LLC, Indianapolis, Indiana (W81XWH-20-A-0004); and The Jackson Laboratory, Bar Harbor, Maine (W81XWH-20-A-0005), will compete for each order of the $25,000,000 firm-fixed-price contract to supply small laboratory research animals and related services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of July 8, 2025. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. Quantitech Inc., Huntsville, Alabama, was awarded a $17,686,572 modification (000237) to contract W31P4Q-16-A-0010 for programmatic support for the Utility Helicopters Project Manager's Office. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 14, 2021. Fiscal 2020 Foreign Military Sales (Australia); other procurement (Army); and research, development, test and evaluation (Army) funds in the amount of $17,686,572 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Mantle-Plocher JV,* Worden, Illinois, was awarded a $14,793,000 firm-fixed-price contract for placement and leasing of modular facilities to support approximately 450 personnel at Scott Air Force Base. Bids were solicited via the internet with four received. Work will be performed at Scott Air Force Base, Illinois, with an estimated completion date of May 13, 2025. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $14,793,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0021). Dawson Enterprises LLC,* Honolulu, Hawaii, was awarded a $10,431,915 firm-fixed-price contract for construction of utility infrastructure to support the installation of a modular paint booth and personnel building. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Nov. 5, 2021. Fiscal 2019 civil operations and maintenance funds in the amount of $10,431,915 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-20-C-0017). AIR FORCE Braxton Technologies LLC, Colorado Springs, Colorado, has been awarded a $31,399,226 cost-plus-fixed-fee contract modification (P00012) to contract FA8806-19-C-0003 for support and delivery network, infrastructure, hardware and architecture solutions under the Cross Mission Ground Communications Enterprise Corps (ECX). This contract award provides for cross-domain solutions, design, integration and rapid delivery team services. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by May 17, 2021. This award is the result of a sole-source acquisition under the Small Business Innovation Research Program. The total cumulative face value of the contract is $55,387,870. Fiscal 2020 research, development, test and evaluation funds in the amount of $8,507,999 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. The Corporation of Mercer University, Warner Robins, Georgia, has been awarded a $9,039,309 task order (FA8523-20-F-0029) on basic contract FA8523-20-D-0001 to provide Laboratory Intelligence Validated Emulators-Virtual-Constructive (LVC) closed-loop engineering test and evaluation of newly developed electronic warfare (EW) systems. This order provides integration of gold-standard Intelligence Community threat definitions into the Electronic Warfare and Avionics Integrated Support Facility, where LVC closed loop operational test – vertical testability demonstration simulations and testing will be conducted to inform the baseline capability and to identify growth areas for improving operational survivability, reliability and mission success of fielded EW systems in support of airborne U.S. warfighting elements. Work will be performed in Warner Robins, Georgia, and is expected to be completed by May 13, 2022. Fiscal 2020 operations and maintenance funds in the amount of $4,140,106 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2187605/source/GovDelivery/

  • Poland to launch military satellites in 2025, deputy defence minister says
  • Contract Awards by US Department of Defense - October 11, 2019

    15 octobre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - October 11, 2019

    NAVY Electric Boat Corp., Groton, Connecticut, is awarded a $434,370,635 contract for lead yard support and development studies and design efforts related to Virginia class submarines. Work will be performed in Groton, Connecticut (94.1%); Newport News, Virginia (4.8%); and Newport and Quonset, Rhode Island (combined 1.1%), and is expected to be complete by September 2020. The contract provides lead yard support for Virginia class submarines that will maintain, update and support the Virginia class design and related drawings and data for each Virginia class submarine, including technology insertion, throughout its construction and post-shakedown availability period. The contractor will also provide all engineering and related lead yard support necessary for direct maintenance and support of Virginia class ship specifications. In addition, the contract provides development studies and design efforts related to the Virginia class submarine design and design improvements; preliminary and detail component and system design; integration of system engineering, design engineering, test engineering, logistics engineering and production engineering. The contractor will continue development studies and design efforts related to components and systems to accomplish research and development tasks, and prototypes and engineering development models required to fully evaluate new technologies to be inserted in succeeding Virginia class submarines. Fiscal 2014, 2016, 2017, 2018 and 2019 shipbuilding and conversion (SCN) (Navy); and fiscal 2019 research, development, test and engineering (RDT&E) (Navy) funding in the amount of $68,321,021 will be obligated at time of award. Fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $4,050,000; and fiscal 2019 research, development, test and engineering (Navy) funds in the amount of $7,341,250 will expire at the end of the current fiscal year — fiscal 2018 SCN (38.8%); fiscal 2017 SCN (34.9%); fiscal 2019 RDT&E (10.7%); fiscal 2014 SCN (7.1%); fiscal 2019 SCN (5%); fiscal 2016 SCN (3.4%). This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-2120). Space Ground Systems Solutions LLC, West Melbourne, Florida, awarded a $17,082,880 cost-plus-fixed-fee contract modification to overall ceiling for previously awarded contract (N00173-15-D-2015) for spacecraft engineering, software, research and development services to the Naval Center for Space Technology (NCST). Specifically, the indefinite-delivery/indefinite-quantity (IDIQ) provides support for software engineering development, maintenance, enhancement and configuration management support for all components contained within the Neptune™ software suite under the direction of the NRL Configuration Control Board, and the VMOC™ software framework under the direction of the VMOC™ program management and software engineering teams. Funding will be obligated for each task order and no funds are obligated on the base IDIQ contract. Work will be performed in Washington, District of Columbia (50%); and West Melbourne, Florida (50%), and is expected to be completed by March 2020. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $9,066,270 modification (P00013) to a previously awarded firm-fixed-price contract (N00019-17-C-0081). This modification exercises an option to procure three spare AE1107C engines in support of the V-22 Osprey program for the government of Japan. Work will be performed in Indianapolis, Indiana, and is expected to be completed in November 2020. Foreign military sales funds in the amount of $9,066,270 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Northrop Grumman Systems Corp., Huntsville, Alabama, was awarded a $60,619,031 modification (P00185) to contract W31P4Q-08-C-0418 for engineering, logistics, integration, test and evaluation, and program management activities. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $5,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded an $8,309,050 cost-plus-fixed-fee contract to incorporate a requirement to stabilize the legacy nitroglycerin area facility at Radford Army Ammunition Plant. One bid was solicited with one bid received. Work will be performed in Radford, Virginia, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $8,309,050 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0021). DEFENSE LOGISTICS AGENCY Northrop Grumman Systems Corp., El Segundo, California, has been awarded a maximum $24,299,972 firm-fixed-priced delivery order (SPRPA1-19-F-LT31) against a five-year basic ordering agreement (SPRPA1-15-G-001Z) for rudders in support of the F/A-18 aircraft platform. 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 seven-year contract with no option periods. Location of performance is California, with an Aug. 31, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2026 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Belleville Shoe Co.,* Belleville, Illinois, has been awarded a maximum $12,524,036 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Air Force temperate weather, Coyote boots. This was a competitive acquisition with two responses received. This is a one-year base contract with three one-year option periods. Location of performance is Illinois, with an Oct. 10, 2020, performance completion date. Using customer is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1208). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1988088/source/GovDelivery/

Toutes les nouvelles