Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3586 nouvelles

    Vous pouvez affiner les résultats en utilisant les filtres ci-dessus.

  • Contract Awards by US Department of Defense - August 15, 2019

    16 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 15, 2019

    ARMY GiaCare and MedTrust JV LLC,* Fort Lauderdale, Florida, was awarded a $218,983,564 firm-fixed-price contract for registered nursing 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. 30, 2024. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0021). Honeywell International Inc., Phoenix, Arizona, was awarded an $110,870,867 modification (P00102) to contract W56HZV-12-C-0344 for Total Integrated Engine Revitalization (TIGER) hardware to meet the Anniston Army Depot production of the Advanced Gas Turbine 1500 engine for the Abrams tanks and TIGER field repair site requirements. Work will be performed in Phoenix, Arizona, with an estimated completion date of Feb. 22, 2022. Fiscal 2019 other procurement, Army funds in the amount of $110,870,867 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. The Ross Group Construction Corp., Tulsa, Oklahoma, was awarded a $46,949,880 firm-fixed-price contract for the construction of a new visiting quarters facility at Little Rock Air Force Base, Arkansas. Bids were solicited via the internet with three received. Work will be performed in Little Rock Air Force Base, Arkansas, with an estimated completion date of Oct. 1, 2021. Fiscal 2019 non-appropriated funds for Air Force services funds in the amount of $46,949,880 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0028). Lord & Son Construction Inc.,* Fort Walton Beach, Florida, was awarded a $32,128,489 firm-fixed-price contract for construction of a Long-Range Stand-Off Acquisition Facility on Eglin Air Force Base, Florida. Bids were solicited via the internet with three received. Work will be performed in Eglin Air Force Base, Florida, with an estimated completion date of Aug. 14, 2021. Fiscal 2018 military construction funds in the amount of $21,128,489 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0023). GEO Consultants Corp.,* Kevil, Kentucky, was awarded a $9,000,000 firm-fixed-price contract for environmental services. Nine bids were solicited with nine bids received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 14, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0045). Michael Baker International Inc., Moon Township, Pennsylvania, was awarded a $9,000,000 firm-fixed-price contract for communications engineering services within the Central Command Area of Responsibility. 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 Aug. 14, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0043). NAVY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $80,011,579 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-5106 for fiscal 2019 AEGIS Modernization (AMOD) production requirements. This procurement covers the production, test and delivery of multi-mission signal processor equipment sets; electronic equipment fluid cooler; AEGIS Weapon System AMOD Upgrade equipment; Kill Assessment System 5.1 equipment; AEGIS spares; Australia Combat Systems Engineering Development Site; and AEGIS Ashore Japan Sites equipment. This contract combines purchases for the Navy (78.1%); the government of Japan (18.2%); and the government of Australia (3.7%) under the Foreign Military Sales program. This contract includes options, which, if exercised, would bring the cumulative value of this contract action to $80,411,730. Work will be performed in Moorestown, New Jersey (71.2%); Clearwater, Florida (27.4%); and Owego, New York (1.4%), and is expected to be complete by November 2023. Fiscal 2019 defense-wide procurement; 2019, 2018, 2017 other procurement (Navy); 2019, 2018, 2016, 2015, 2014 and 2013 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and Foreign Military Sales funding in the amount of $80,011,579 will be obligated at the time of award, of which $968,079 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Lockheed Martin Corp. Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $55,960,700 cost-plus-incentive fee, cost-only, firm-fixed-price contract for combat system engineering support on the Ship Self-Defense System (SSDS). The SSDS combat system engineering agent/software design agent primary deliverables will be SSDS tactical computer programs, program updates and associated engineering, development and logistics products. This contract will manage the in-service SSDS configurations as well as adapt and integrate new or upgraded war-fighting capabilities. Work will be performed in Moorestown, New Jersey (95.6%); and San Diego, California (4.4%), and is expected to be complete by December 2019. This contract includes options, which if exercised, would bring the cumulative value of this contract to $637,583,110 and be complete by December 2028. Fiscal 2019 research, development, test and evaluation (Navy); 2019 other procurement (Navy); 2018 shipbuilding and conversion (Navy); and 2019 operations and maintenance (Navy) funding in the amount of $12,438,006 will be obligated at time of award, and funding in the amount of $1,306 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5603). American Electronic Warfare Associates Inc.,* California, Maryland, is awarded a $40,103,262 fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for technical support services for the Aircraft Prototype Systems Division of the Naval Air Warfare Center – Aircraft Division Integrated Battlespace Simulation and Test Department. Services to be provided include all phases of program execution from initial conceptual studies, execution planning, management, engineering, documentation, fabrication, installation/ modification and test and evaluation activity support for aircraft research, development, prototyping, experimentation and test and evaluation programs. Work will be performed in Patuxent River, Maryland, and is expected to be completed in November 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 competitively procured via an electronic request for proposals as a 100 percent small business set-aside; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042119D0076). FLIR Surveillance Inc., Wilsonville, Oregon, is awarded a $12,689,470 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for supplies, repairs and upgrades for Littoral Combat Ship configuration of Sea Star SAFIRE III Electro-Optics Sensor Systems. Work will be performed in Wilsonville, Oregon, and is expected to be complete by August 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $432,514 will be obligated at the time of award and will 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, Crane, Indiana, is the contracting activity (N00164-19-D-JQ49). Teledyne Instruments Inc., North Falmouth, Massachusetts, is awarded a $7,666,080 cost-plus-fixed-fee, cost reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for services and supplies to support the ongoing development of autonomous underwater vehicles, localization systems, monitoring and navigation tele-sonar subsea modems. This contract includes options, which, if exercised, would bring the cumulative value of this contract to an estimated $22,222,593. Work will be performed in North Falmouth, Massachusetts (90%); and Keyport, Washington (10%), and is expected to be complete by December 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $4,281,649; and fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,070,412 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was procured as a Small Business Innovation Research Phase III award without further competition. The awardee satisfied competition requirements during Phase I and Phase II under Topic N02-082. A justification and approval document pursuant to 10 U.S. Code 2304(c)(5) was approved by the Naval Undersea Warfare Center Division, Keyport, Competition Advocate in January 2017. The Naval Undersea Warfare Center Division, Keyport, in Keyport, Washington, is the contracting activity (N00253-19-D-0005). DEFENSE HEALTH AGENCY AMYX Inc., Reston, Virginia, was awarded a fixed-price contract with an estimated value of $56,818,861. The contract provides contracting and program management support to the Defense Health Agency (DHA). Services include, but are not limited to, acquisition and contract management, program management support, and other related workload requirements associated with the award and administration of DHA contracts. The contract was awarded as a competitive 100% small business acquisition. There is a base period of eight months, and four one-year option periods. The places of contract performance are: Falls Church, Virginia; Rosslyn, Virginia; San Antonio, Texas; and Aurora, Colorado. The period of performance begins on Sept. 25, 2019, and the completion date is May 31, 2024. The base period is funded with fiscal 2019 operations and maintenance funding in the amount of $7,208,836. The Defense Health Agency, Enterprise Medical Services, Contracting Division, Joint Base San Antonio, Texas, is the contracting activity (HT0050-19-F-0001). AMYX Inc., Reston, Virginia, was awarded a fixed-price contract with an estimated value of $47,926,649. The program and acquisition support services include, but are not limited to, program management support and other related workload requirements associated with acquisition and business processes. The contractor shall accomplish a variety of acquisition and other related administrative services to complement the government's workplace capabilities. The contract was a competitive 100% small business acquisition. There is a base period of nine months, and four one-year option periods. This contract provides support to San Antonio, Texas; Aurora, Colorado; Falls Church, Virginia; and Wright Patterson Air Force Base, Ohio, with a completion date of June 17, 2024. The base period is funded with fiscal 2019 operations and maintenance funding in the amount of $6,077,590. The Defense Health Agency, Enterprise Medical Services, Contracting Division, Joint Base San Antonio, Texas, is the contracting activity (HT0050-19-F-0002). DEFENSE LOGISTICS AGENCY Sysco Alabama, Calera, Alabama, has been awarded a maximum $37,893,960 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 one-year bridge contract with no option periods. Locations of performance are Central Alabama and Florida Panhandle regions, with an Aug. 8, 2020, performance completion date. Using customers are Army, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3234). Arizona Industries for the Blind, Phoenix, Arizona, has been awarded an estimated $8,600,000 firm-fixed-price with economic-price-adjustment contract for warehousing, storage, logistics and distribution functions. This is a two-year base contract with three one-year option periods. Location of performance is Arizona, with an Aug. 16, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and National Guard and Reserves. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-B065). U.S. TRANSPORTATION COMMAND Trident Technologies LLC, Huntsville, Alabama, has been awarded a contract modification (P00013) on contract HTC711-14-D-D003 in the amount of $13,616,300. The contract modification executed Federal Acquisition Regulation 52.217-8 Option to Extend Services for the Enterprise Architecture, Data, and Engineering (EADE) indefinite-delivery/indefinite-quantity to continue vital support services. The EADE contract acquires enterprise architecture, data, and information technology engineering services for the U.S. Transportation Command, Air Mobility Command/A6, and the Surface Deployment and Distribution Command. Period of performance is Oct. 1, 2019, to March 31, 2020. The location of performance is Scott Air Force Base, Illinois. Operations and maintenance; transportation working capital funds; and research, development, test and evaluation funds will be obligated at the individual task order level. This modification brings the total cumulative face value of the contract from $125,752,500 to $139,368,800. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1935785/source/GovDelivery/

  • The Pentagon's Research Arm Wants AI to Help Design More Secure Tech

    16 août 2019 | International, C4ISR

    The Pentagon's Research Arm Wants AI to Help Design More Secure Tech

    The Pentagon is exploring how artificial intelligence can help build more digitally secure vehicles, weapons systems and other network-connected platforms in a fraction of the time it takes today. For years, cyber experts have urged agencies to make security a priority when building new systems, but that's easier said than done, at least when it comes to military tech, according to the Defense Advanced Research Projects Agency. Virtually every piece of military hardware includes a digital component and understanding how adversaries might attack these so-called “cyber physical systems” before they're constructed requires a lot of manpower and computer modeling. Because the Defense Department works under tight deadlines, officials often limit the number of designs they consider, potentially passing up more effective but out-of-the-box options, according to DARPA. But using artificial intelligence, the Pentagon could significantly accelerate the construction of cyber physical systems while also unlocking more effective—and yet unimagined—designs, the agency said. On Tuesday, the agency kicked off a research initiative that will focus on building AI-powered tools that help the Pentagon rapidly assess different blueprints for cyber physical systems. According to DARPA, the tech developed under the Symbiotic Design for Cyber Physical Systems program would “be a game changer, and may result in a new generation of unexpected, counterintuitive design solutions.” As it stands, the process for building cyber physical systems is decentralized, iterative and resource-intensive, officials said. Different teams design different parts of the system, and errors frequently arise as those components are pieced together, forcing the department to go back to the drawing board. But with “AI co-designers,” the process would change dramatically: Humans would feed both project requirements and preliminary blueprints into the tech, and the tools would propose different designs for individual components of the system. Officials would then work with the machine to narrow down possible designs, and the system would test different component combinations to find the most effective overall system. While today the Pentagon must constantly address vulnerabilities as they arise, using AI, officials would start building cyber physical systems with a blueprint that's already been thoroughly tested and optimized. “We expect order of magnitude improvement in design productivity, but equally important, the appearance of surprises, in the discovery of unconventional but highly performant designs,” officials said. DARPA plans to divide the program into three tracks, with teams working together to design the AI co-designer itself, develop a way for humans to interact with the system and build a training regimen to teach the AI to learn from the successes and failures of previous system design. The program is expected to run for about four years, and interested vendors must submit their final proposals by Oct. 14 https://www.nextgov.com/emerging-tech/2019/08/pentagons-research-arm-wants-ai-help-design-more-secure-tech/159210/

  • Contract Awards by US Department of Defense - August 14, 2019

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

    Contract Awards by US Department of Defense - August 14, 2019

    NAVY Advanced Technology International, Summerville, South Carolina, is awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for the Navy Manufacturing Technology (ManTech) Center for Innovative Naval Shipbuilding and Advanced Manufacturing. Work will be performed in Summerville, South Carolina, and is expected to be completed August 2024. Two task orders will be awarded upon award of the contract obligating fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $450,000. No funds will expire at end of current fiscal year. This contract was competitively procured under N00014-18-R-0006, with two proposals received in response to the solicitation. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-D-7001). Heffler Contracting Group,* El Cajon, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Marine Corps Base, Camp Pendleton. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g., shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Oceanside, California. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (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 operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2632). Sabre Systems Inc., Warrington, Pennsylvania, is awarded $42,999,468 for cost-plus-fixed-fee delivery order N68335-19-F-0533 against a previously issued basic ordering agreement (N68335-16-G-0022). This delivery order provides for the research and development of cyber resilient and full spectrum cyber warfare capabilities in support of the Integrated Battlespace Simulation and Test Department, Research, Development, Test and Evaluation Infrastructure Division. Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $50,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded $31,133,702 for modification P00013 to a previously awarded firm-fixed-price contract (N61340-17-C-0014). This modification provides for one E-2D Hawkeye Integrated Training System III Weapons Systems Trainer and one Aircrew Procedures Trainer, including technical data. Work will be performed in Norfolk, Virginia, and is expected to be completed in April 2024. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $31,133,702 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity. Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for electrical systems construction alterations, renovations and repair projects at Naval Base Ventura County. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g., shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical systems projects. Work will be performed in Port Hueneme, California (50%); and Point Mugu, California (50%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (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 operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2628). G-W Management Services LLC,* Rockville, Maryland, is awarded $12,742,282 for firm-fixed-price task order N40080-19-F-4870 under a previously awarded multiple award construction contract (N40080-19-D-0015) for construction of an Ammunition Supply Point Upgrade, located at the Marine Corps Base Quantico. The work to be performed provides for the construction of six new, standard design, high explosive concrete magazines, and the associated site work. The site work associated with this project includes an extension of an asphalt roadway to magazines and related site utility improvements to serve the new magazines. Additional site improvements include the demolition of three existing high explosive concrete magazines and incidental related work. Work will be performed in Quantico, Virginia, and is expected to be completed by March 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $12,742,282 are obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity. ARMY KBRwyle Technical Solutions LLC, Columbia, Maryland, was awarded a $45,452,730 modification (0002 55) to contract W52P1J-12-G-0061 for maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stock-3. Work will be performed in Goose Creek, South Carolina, with an estimated completion date of Aug. 14, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $24,706,865 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded a $24,000,000 firm-fixed-price contract for the rental of 20-24 inch Cutterhead Pipeline Dredge and Attendant Plant for dredging in Alabama, Mississippi and Florida. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 14, 2020. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0039). Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $11,100,544 modification (P00017) to contract W31P4Q-19-C-0038 for engineering services for the Spiral 3 Test and Evaluation Plan, Spiral 3 System Hardware Qualification, and Worldwide Ammunition Reporting System requirements to support the Javelin Missile System. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2019 missile procurement, Army funds in the amount of $11,100,544 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Leading Technology Composites Inc., doing business as LTC Inc., Wichita, Kansas, has been awarded a maximum $26,382,656 modification (P00005) exercising the first one-year option period to a one-year contract (SPE1C1-18-D-1073) with three one-year option periods for enhanced side ballistic inserts. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Kansas, with an Aug. 15, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. General Dynamics Mission Systems Inc., Scottsdale, Arizona, has been awarded a maximum $12,973,184 firm-fixed-price contract for the Warfighter Information Network-Tactical Increment 2 system. This was a sole-source acquisition using justification 41 U.S. Code 1903, as stated in Federal Acquisition Regulation 6.302-1. This is a one-time procurement contract with no option periods. Location of performance is Arizona, with a Feb. 9, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-P-0047). Alliance Technical Services Inc.,* Norfolk, Virginia, has been awarded a maximum $9,760,579 modification (P00005) exercising the first one-year option period of a one-year base contract (SP3300-18-C-5001) with four one-year option periods for third party logistics hazmat support services. This is a firm-fixed-price, cost-reimbursement contract. This was a competitive acquisition with three offers received. Locations of performance are Virginia and Texas, with an Aug. 26, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. United Technologies Corp., doing business as Pratt & Whitney Military Engines Division, East Hartford, Connecticut, has been awarded a maximum $7,114,128 firm-fixed-price contract for aircraft engine combustion chamber ducts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, ten-month contract with no option periods. Location of performance is Connecticut, with an Oct. 31, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-19-F-0406). AIR FORCE Alloy Surfaces Co. Inc., Chester Township, Pennsylvania, has been awarded a $25,000,000, indefinite-delivery/indefinite-quantity contract for MJU-52 A/B aircraft decoy flares. This contract provides a highly specialized decoy with the capability to protect military aircraft from Man Portable Air Defense Systems and air-to-air missiles. Work will be performed at Chester Township, Pennsylvania, and is expected to be completed by August 2025. This award is the result of a sole-source acquisition. Fiscal 2018 ammunition procurement funds in the amount of $5,280,860 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0011). Verdis-Takisaki JV, Coeur d-Alene, Idaho (FA4620-19-D-A007); National Native American Construction Inc., Coeur d-Alene, Idaho (FA4620-19-D-A010); Imperial Construction NW LLC, Wapato, Washington (FA4620-19-D-A012); and Sealaska Construction Solutions LLC, Seattle, Washington (FA4620-19-D-A013), have been awarded a combined, not-to-exceed $23,000,000 indefinite-quantity, multiple award, task order contract for design-build construction efforts. Work will be performed at Fairchild Air Force Base, Washington, and is to be expected to be complete by July 31, 2024. These awards are the result of a competitive acquisition in which eight offers were received. Fiscal 2019 operations and maintenance funds in the amount of $500 are being obligated to each company at the time of award. The 92d Contracting Squadron, Fairchild Air Force Base, Washington, is the contracting activity. Lockheed Martin Co., doing business as Lockheed Martin Space, Sunnyvale, California, has been awarded a $15,555,158 cost-plus-fixed-fee modification (P00150) to previously awarded contract FA8810-13-C-0002 for Space-Based Infrared System contractor logistics support for fiscal 2019 projects. This contract will provide an in-scope bilateral supplemental agreement executed in accordance with the terms of special clause requirement H00005. Work will be performed at Peterson Air Force Base, Buckley AFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by Oct. 31, 2021. Fiscal 2019 3400 funds are being obligated at the time of award. Total cumulative face value of the contract is $1,500,933,962. The Air Force Space and Missile Systems Center, Peterson AFB, Colorado Springs, Colorado, is the contracting activity. (Awarded Aug. 13, 2019) Phase Sensitive Innovations, Newark, Delaware, has been awarded a $10,553,397 cost-plus-fixed-fee contract for research and development. This contract will design, develop and demonstrate RF-photonic systems, sub-systems, components and devices for the Coherent Homodyne Integrated RF-Photonic System. Work will be performed at Newark, Delaware, and is to be completed by Nov. 15, 2023. This award is the result of a Small Business Innovation Research III request for proposal acquisition with one offer received. Fiscal 2018 research and development funds in the amount of $10,553,397 are being obligated at time of award for the effort. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-1027). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Raytheon BBN Technologies Corp., Cambridge, Massachusetts, was awarded a $13,130,426 cost-plus-fixed-fee contract for a Defense Advanced Research Projects Agency research project. Work will be performed in Cambridge, Massachusetts; and Columbia, Maryland, with an expected completion date of August 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,653,000 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and nine offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001119C0102). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1934626/source/GovDelivery/

  • Can robots make an Army platoon 10 times as effective?

    14 août 2019 | International, Terrestre, C4ISR

    Can robots make an Army platoon 10 times as effective?

    By: Kelsey D. Atherton Are humans with robots an order of magnitude better than humans without robots? It's the question the Army's Maneuver Center for Excellence is hoping to solve through trial and experimentation. The National Advanced Mobility Consortium posted a request for white papers Aug. 5 about technologies that might have a place in a robotic, artificial intelligence (AI) and autonomy technology demonstration at Fort Benning in September 2020. This project is long in the works, with an announcement of intent dating back to March 2019. The premise, as stated in the March announcement, is to “show a path towards an Army capability that will provide a robotically equipped dismounted infantry platoon that is 10 times more effective than the current dismounted infantry platoon.” In order to do this, the Maneuver Center for Excellence, together with Fort Benning's Maneuver Capabilities Development and Integration Directorate's Robotics Requirements Division, is exploring robotic systems for “ground, air, water,” as well as the virtual space — otherwise known as the four platonic elements of terrestrial war. These robots and systems should be able to improve “mobility, protection, situational awareness, endurance, persistence, and depth” as well as, and this is key, lethality. Taken together, the robots should lend an advantage to the platoon's OODA loop — its ability to observe, orient, decide and act — with the goal that a robot-enabled platoon completes OODA-loop cycles 10 times faster than it would without robots. That's a tremendous amount of promise to put in remote systems, especially since the present paradigm of controlled robotic battlefield tools involves a lot of human observers and controllers checking on, managing, and directing the robots. (The process by which humans are actively involved in robot control is “in the loop” or, with more passive robot monitoring termed “on the loop.”) If robots are going to improve soldier situational awareness by an order of magnitude, they will have to be autonomous. And not just autonomous in movement, but autonomous in sensing, data processing, and in providing that information back to the platoon. Part of this vision involves robots themselves producing intelligence products that are both immediate and ephemeral, useful in the tactical moment and then gone before they can become out of date. Another piece is machines autonomously moving through and responding to the environment on their own, as exercises undertaken by DARPA and the Marine Corps have already explored. If that same autonomy will extend to robot lethality, or if weapons will stay in the hands of humans, remains to be determined. In preparation for the September 2020 exercise, Georgia Tech Research Institute is designated to serve as the technology integrator for the assessment and demonstration parts of the task. As the industry proposals are vetted to meet Army needs, some will receive a Request for Prototype Proposal, and will also be evaluated in a simulation exercise to see if they will be part of the 2020 exercise. Interested parties should look to the National Advanced Mobility Consortium's posted request, and to the earlier proposal announcement, for more specific guidance. Interested observers, meanwhile, should keep an eye on September 2020 in Georgia, where the Army will see if the future of war is really 10 times as promising as expected. https://www.c4isrnet.com/unmanned/robotics/2019/08/08/can-robots-make-an-army-platoon-10-times-as-effective/

  • Contract Awards by US Department of Defense - August 13, 2019

    14 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 13, 2019

    AIR FORCE DTH Corp., Newport News, Virginia (FA4830-19-D-A002); S&W Sales and Service LLC, Fort Valley, Georgia (FA4830-19-D-A003); Artesian Contracting Company Inc., Albany, Georgia (FA4830-19-D-A004); Pyramid Contracting LLC, Irmo, South Carolina (FA4830-19-D-A005); A.C. Blount Concrete Service Inc., Moultrie, Georgia (FA4830-19-D-A006); Veterans South Contracting LLC, Tuskegee, Alabama (FA4830-19-D-A007); Nisou LGC JV LLC, Detroit, Michigan (FA4830-19-D-A008); Precision 2000 Inc., Atlanta, Georgia (FA4830-19-D-A009); and Standard Contractors, Valdosta, Georgia (FA4830-19-D-A010), have been awarded a not-to-exceed $225,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for multi-discipline construction task orders. Work will be performed at Moody Air Force Base, Georgia; and Avon Park Range, Sebring, Florida, and is expected to be completed by Aug. 12, 2024. This award is the result of a competitive acquisition and 40 offers were received. Operations and maintenance funds will be applied to individual task orders as needed. The 23d Contracting Squadron, Moody Air Force Base, Georgia, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, has been awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for Joint Air-to-Surface Standoff Missile (JASSM) foreign military sales production support. This contract will provide for lifecycle support for all efforts related to JASSM and any JASSM variants in the areas of system upgrades, integration, production, sustainment, management and logistical support. Work will be performed at Orlando, Florida, and is expected to be completed by August 2024. This contract involves foreign military sales to Finland, Poland and Australia. This award is the result of sole-source acquisition. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-19-D-0003). G2i LLC, Albuquerque, New Mexico (FA9401-19-D-A009); ORCOM, a division of Ortega Companies Inc., Los Lunas, New Mexico (FA9401-19-D-A015); Jack Wayte Construction, Alamogordo, New Mexico (FA9401-19-D-A013); LC Structural, Las Cruces, New Mexico (FA9401-19-D-A012); QA Engineering, Albuquerque, New Mexico (FA9401-19-D-A010); Weil Construction, Albuquerque, New Mexico (FA9401-19-D-A011); and Sky Blue Builders, Albuquerque, New Mexico (FA9401-19-D-A014), have been awarded a $95,000,000 multiple award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract. This contract will design portions for a broad range of maintenance, repair, design, minor and/or new construction. The work includes facility upgrades, utility work, airfield pavements, roads, roofs and other assorted repair and maintenance projects. The tasks include trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete, masonry, welding and paving. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by Aug. 12, 2024. This award is the result of a competitive acquisition and 16 offers received. Fiscal 2019 operations and maintenance funds in the amount of $1,695,204 are being obligated at the time of award. The Air Force Installation Contracting Center, Kirtland Air Force Base, New Mexico, is the contracting activity. Leidos Inc., Reston, Virginia, has been awarded a $46,533,950 cost-plus-fixed-fee and cost reimbursable, indefinite-delivery/indefinite-quantity contract to support the U.S. National Data Center (U.S. NDC) Operations Support and Studies (OSS) mission. This contract provides support to the U.S. NDC in the areas of maintenance, sustainment, configuration management, database and system administration, development, testing and integration of geophysical data processing software, hardware, and geophysical data from both traditional and non-traditional sources into the U.S. NDC system that includes the operational subsystem, alternate subsystem, training subsystem, sustainment/development subsystem, and special purpose/special access subsystems. The U.S. NDC OSS II effort will include conducting studies focused on improving and developing the U.S. NDC tools and methodologies for data collection, data analysis, event detection, event association, event location, event magnitude/yield estimation, event classification, seismic signatures repository, and advanced geophysical data processing needed to meet treaty-monitoring and national needs. Work will be performed at Patrick Air Force Base, Florida, and is expected to be completed by Oct. 31, 2025. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 operations and maintenance funds will be used and no funds are being obligated at the time of award. The Acquisition Management and Integration Center, Patrick Air Force Base, Florida, is the contracting activity (FA7022-19-D-A002). Spartan Air Academy Iraq LLC, Irving, Texas, has been awarded a $31,477,060 task order, against indefinite-delivery/indefinite-quantity contract FA3002-18-D-0009 for continued Air Academy training in support of the Iraqi Air Force. Work will be performed at Balad Air Base, Iraq, and is expected to be completed by July 8, 2020. This contract involves foreign military sales for the country of Iraq. This award is the result of a country-directed sole-source acquisition. Foreign Military Sales funds in the amount of $31,477,060 and are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity. DEFENSE INTELLIGENCE AGENCY G2 Global Solutions LLC,* Gainesville, Virginia, has been awarded a base year plus four option year time and materials contract (HHM402-19-F-0139) with a ceiling of $84,683,469 to provide analytical services for the Defense Intelligence Agency's (DIA) Directorate of Operations. Through this award, DIA will procure services of senior and mid-level analysts to who will provide strategic-level analytical support through focused all-source analysis to advance national and Department of Defense (DoD) strategic goals and objectives for protecting DoD personnel, operations and missions. Work will be performed in the National Capital Region with an expected completion date of Feb. 6, 2025. Fiscal 2018 operations and maintenance funds in the amount of $7,780,767 are being obligated at time of award. This contract has been awarded through a 100% 8(a) set-aside competition and four offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. DEFENSE LOGISTICS AGENCY World Fuel Services Inc., has been awarded a minimum $20,284,125 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 43-month contract with a six-month option period. Location of performance is Arizona, 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 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0119). ARMY Maersk Line Ltd., Norfolk, Virginia, was awarded a $7,124,218 modification (0001 77) to contract W52P1J-14-G-0023 for logistics watercraft and logistics support services in support of Army Prepositions Stock-4. Work will be performed in Yokohama, Japan, with an estimated completion date of March 16, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. *8(a) Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1933591/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 12, 2019

    13 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 12, 2019

    ARMY Birdon America Inc.,* Denver, Colorado, was awarded a $196,941,052 firm-fixed-price contract for acquisition of M30 bridge erection boats, crew protection kits, stock lists, tools, test equipment, service representative and support, training and storage. 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 Aug. 12, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0093). NAVY Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $107,353,729 for firm-fixed-price advance acquisition contract modification P00029 to a previously awarded fixed-price-incentive-firm, cost-plus-fixed-fee contract (N00019-16-C-0048). This modification procures long lead items for six CH-53K low-rate initial production lot 4 aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in August 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $107,353,729 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. Austal USA LLC, Mobile, Alabama, is awarded $23,099,311 for cost-plus fixed-fee task order N6931619F4002 against previously awarded basic ordering agreement N00024-15-G-2304 to accomplish advance planning, material procurement and accomplishment of work in support of the post shakedown availability (PSA) of littoral combat ship USS Tulsa (LCS 16). This effort encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. 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. Work will be performed in Seattle, Washington, and is expected to be complete by April 2020. Fiscal 2019 and 2013 shipbuilding and conversion (Navy); and 2019 other procurement (Navy) funding in the amount of $12,199,311 will be obligated at time of award, and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. SOLPAC Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is being awarded a $12,111,121 firm-fixed-price task order (N6247319F5055) under a multiple award construction contract for the construction of a Littoral Combat Ship Mission Module Readiness Center at Naval Base San Diego. The work provides for the construction of a facility in a portion of the existing northwest wing of Building 3304. The renovated building will support a variety of functions including administration, conference, fabrication, maintenance, storage, locker rooms, secret and non-classified internet protocol router network telecommunications and a wash rack for the facility. The project includes all pertinent site improvements and site preparations, mechanical and electrical utilities, excavation and grading, foundations, roofing, telecommunications, plumbing, fire protection systems, heating, ventilation and air conditioning. The task order also contains two unexercised options and two planned modifications, which if exercised would increase the cumulative task order value to $13,102,121. Work will be performed in San Diego, California, and is expected to be completed by March 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $12,111,121 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5855). DEFENSE LOGISTICS AGENCY BMK Ventures, Inc.,** Virginia Beach, Virginia, has been awarded a maximum $10,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 88 responses received; 20 contracts have been awarded to date. Using military services are Army, Navy, Air Force and Marine Corps. Location of performance is Virginia, with an Aug. 11, 2024, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0013). Epic Aviation LLC, doing business as Epic Card,** Salem, Oregon, has been awarded a maximum $7,955,949 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 43-month contract with a six-month option period. Location of performance is Alabama, 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 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0118). *Small business **Service-disabled, veteran-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1932379/source/GovDelivery/

  • Extending Field of View in Advanced Imaging Systems

    12 août 2019 | International, C4ISR

    Extending Field of View in Advanced Imaging Systems

    New program focuses on developing curved infrared focal plane arrays to improve optical performance and widen field of view while reducing system size of military imagers The military relies on advanced imaging systems for a number of critical capabilities and applications – from Intelligence, Surveillance, and Reconnaissance (ISR) and situational awareness to weapon sights. These powerful systems enable defense users to capture and analyze visual data, providing key insights both on and off the battlefield. Today, nearly all imaging systems rely on detector arrays fabricated using planar processes developed for electronic integrated circuits on flat silicon. While significant progress has been made in advancing these technologies for narrow field of view (FOV) systems, optical aberrations can limit the performance at the periphery in wide FOV systems that then require large, costly, and complex optics to correct. The trade-off for correcting optical aberrations by using large, heavy lenses is a reduction in optical signal and a large size penalty, which limits their use for new and emerging capabilities. “Tremendous progress has been made over the past 20 years towards making multi-megapixel infrared (IR) focal plane arrays (FPA) for imaging systems cost effective and available to the Department of Defense,” said Dr. Whitney Mason, a program manager in DARPA's Microsystems Technology Office (MTO). “However, limitations to the technology's performance and size remain. Current advances on the commercial side have shown the viability of small area, curved FPAs (CFPAs) for visible cameras. While these technologies have shown modest benefits, more must be done to achieve the performance and size requirements needed for imaging systems used in emerging defense applications.” DARPA developed the FOcal arrays for Curved Infrared Imagers (FOCII) program to expand upon the current commercial trend for visible sensor arrays by extending the capability to both large and medium format midwave (MWIR) and/or longwave (LWIR) infrared detectors. The program seeks to develop and demonstrate technologies for curving existing state-of-the-art large format, high performance IR FPAs to a small radius of curvature (ROC) to maximize performance, as well as curve smaller format FPAs to an extreme ROC to enable the smallest form factors possible while maintaining exquisite performance. FOCII will address this challenge through two approaches to fabricating a curved FPA. The first involves curving existing state-of-the-art FPAs, while keeping the underlying design intact. The focus of the research will be on achieving significant performance improvements over existing, flat FPAs, with a target radius of curvature of 70mm. The fundamental challenge researchers will work to address within this approach is to mitigate the mechanical strain created by curving the FPGA, particularly in silicon, which is very brittle. The second approach will focus on achieving an extreme ROC of 12.5 mm to enable a transformative reduction in the size and weight compared to current imagers. Unlike the first approach, researchers will explore possible modifications to the underlying design, including physical modifications to the silicon that could relieve or eliminate stress on the material and allow for creating the desired curvature in a smaller sized FPA. This approach will also require new methods to counter the effects of any modifications during image reconstruction in the underlying read-out integrated circuit (ROIC) algorithm. The FOCII program is hosting a proposers' day on August 13, 2019 at the Executive Conference Center, 4075 Wilson Blvd., Suite 300, Arlington, Virginia, 22203 from 9:00 a.m. to 4:00 p.m. EDT. The purpose of this meeting is to provide information on the FOCII program, promote additional discussion on this topic, address questions from potential proposers, and provide an opportunity for potential proposers to share their capabilities and ideas for teaming arrangements. The Special Notice for can be found here, https://www.fbo.gov/index.php?s=opportunity&mode=form&id=4c8a360d1f5be2e1b7e784f86b7d42fb&tab=core&_cview=0 Full details are available in the FOCII Broad Agency Announcement on FBO.gov: https://go.usa.gov/xV3EH. https://www.darpa.mil/news-events/2019-08-09

  • Plan Outlines Priorities for Federal Agency Engagement in AI Standards Development

    12 août 2019 | International, C4ISR

    Plan Outlines Priorities for Federal Agency Engagement in AI Standards Development

    GAITHERSBURG, Md. — The U.S. Department of Commerce's National Institute of Standards and Technology (NIST) has released a plan for prioritizing federal agency engagement in the development of standards for artificial intelligence (AI). The plan recommends that the federal government “commit to deeper, consistent, long-term engagement” in activities to help the United States speed the pace of reliable, robust and trustworthy AI technology development. “The federal government can help the U.S. maintain its leadership in AI by working closely with our experts in industry and academia, investing in research, and engaging with the international standards community,” said Under Secretary of Commerce for Standards and Technology and NIST Director Walter G. Copan. “This plan provides a path to ensure the federal government supports AI standards that are flexible and inclusive—and suited for a world of rapidly changing technologies and applications.” A February 2019 Executive Order directed NIST to develop a plan that would, among other objectives, “ensure that technical standards minimize vulnerability to attacks from malicious actors and reflect Federal priorities for innovation, public trust, and public confidence in systems that use AI technologies; and develop international standards to promote and protect those priorities.” “The Trump administration continues to deliver on the American AI Initiative, the national strategy for U.S. leadership in AI,” said Michael Kratsios, chief technology officer of the United States. “Public trust, security and privacy considerations remain critical components of our approach to setting AI technical standards. As put forward by NIST, federal guidance for AI standards development will ensure AI is created and applied for the benefit of the American people.” The plan recommends the federal government bolster AI standards-related knowledge, leadership and coordination among agencies that develop or use AI; promote focused research on the trustworthiness of AI systems; support and expand public-private partnerships; and engage with international parties. Due to the rapid pace of technology development and changing understandings of the “trustworthiness, accessibility, and human-centered implications of AI,” the plan emphasizes the need for federal agencies to be flexible in selecting AI standards for use in regulatory or procurement actions. It also calls for prioritizing multidisciplinary research and expanding public-private partnerships to advance reliable, robust and trustworthy AI. The plan also highlights related tools that will be needed to support AI, including benchmarks, evaluations and challenges that could drive creative problem solving. NIST developed the plan with extensive public and private sector involvement, including a May 30, 2019, workshop and multiple opportunities for public comment. NIST received comments from more than 40 organizations in industry, academia and government on a draft plan released July 2, 2019. While the plan notes that “serious work on AI-specific standards has only recently begun in earnest,” its appendices list existing IT standards applicable to AI, and ongoing activities regarding AI standards and related tools. https://www.nist.gov/news-events/news/2019/08/plan-outlines-priorities-federal-agency-engagement-ai-standards-development

  • Contract Awards by US Department of Defense - August 9, 2019

    12 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 9, 2019

    NAVY Lockheed Martin Corp., Moorestown, New Jersey, is awarded a $176,339,634 firm-fixed-priced, performance-based logistics contract for the repair of 1,672 different head-of-family part numbers in support of the AEGIS SPY-1 Weapon System. The contract is a five-year contract with no option periods. Work will be performed in Moorestown, New Jersey, and is expected to be completed by August 2024. No funds are obligated at the time of award. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) and in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-VM01). Raytheon Co., Goleta, California, is awarded $29,790,677 for modification PZ0001 to a previously awarded firm-fixed-price contract (N00019-18-C-1055). This modification provides for Lot 14 full-rate production of 82 F/A18 CD-108B/ALE-50(V) Control, Dispenser, Decoy, Countermeasures Integrated Multi-platform Launch Controllers. Work will be performed in Forrest, Mississippi (45%); Andover, Massachusetts (25%); Goleta, California (20%); and various locations within the continental U.S. (10%), and is expected to be completed in February 2022. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $29,790,677 will be obligated at time of award, $26,850,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Swift River Versar JV,* Anchorage, Alaska, is awarded a maximum amount $18,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mission sustainment and coastal resilience and related environmental planning services. The work to be performed provides for professional services that will support the study and implementation of mission sustainment and coastal readiness measures, including hardened structures and green infrastructure, which will ensure Navy and Marine Corps readiness of installations, ranges and operation areas. This contract will support environmental, asset management and expeditionary support services that will assist Department of Navy and Department of Defense commands in ensuring mission sustainability. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Atlantic area of responsibility including, but not limited to Virginia (28%); North Carolina (22%); South Carolina (22%); Connecticut (7%); Florida (7%); Maine (7%); and Maryland (7%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (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. No task orders are being issued at this time. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was procured on a sole source basis pursuant to Federal Acquisition Regulation 19.805-1(b)(2). Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4004). General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded $15,200,000 for delivery order N62789-19-F-0019 under previously awarded, multiple award, indefinite-delivery/indefinite-quantity contract N00024-16-D-4300 for the planning, material procurement, and repair work for USS Washington (SSN 787). Work will be performed in Groton, Connecticut, and is expected to be complete by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,600,000 will be obligated at time of award and will expire at the end of the current fiscal year. A Fair Opportunity Notice was issued to both multiple award contract indefinite-delivery/indefinite-quantity holders on July 18, 2019, in accordance with 10 U.S. Code 2304(c)(1). The Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity. MN&DPI JV LLC, Honolulu, Hawaii, is awarded a $15,000,000 firm-fixed-price modification to increase the maximum dollar value of previously awarded indefinite-delivery/indefinite-quantity contract (N62742-18-D-0001) for architect-engineering services for various structural and waterfront projects and other projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. The work to be performed provides for design and engineering services for the execution and delivery of engineering studies; plans, specifications, and cost estimates/parametric cost estimates, including preparation of design-build contract documents or design-bid-build contract documents; and post construction award services. After award of this modification, the total cumulative contract value will be $55,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific Area of Responsibility, including Guam (69%); and Hawaii (13%). The term of the contract is not to exceed 60 months, with an expected completion date of December 2022. No funds will be obligated at time of award; funds will be obligated on individual task orders and task order modifications as they are issued. Task orders will be primarily funded by military construction (planning and design). Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. ARMY Federal Contracting Inc., doing business as Bryan Construction Inc., Colorado Springs, Colorado, was awarded a $69,146,753 firm-fixed-price contract for construction of a tactical equipment maintenance facility and ancillary buildings. Bids were solicited via the internet with six received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of April 24, 2021. Fiscal 2019 military construction funds in the amount of $69,146,753 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0029). TekSynap Corp.,* Reston, Virginia, was awarded a $31,657,006 firm-fixed-price contract for general program management, technical, research, analytical, and administrative support. 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 Aug. 8, 2024. U.S. Army Mission Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0015). Digital Management LLC, Bethesda, Maryland, was awarded an $19,141,206 modification (P00007) to contract W52P1J-17-F-4020 for interactive Personnel Electronic Record Management System. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Dumey Contracting Inc.,* Benton, Missouri, was awarded a $14,714,782 firm-fixed-price contract for construction, and degrading an existing levee and levee with berms and ditches. Bids were solicited via the internet with seven received. Work will be performed in Hornersville, Missouri, with an estimated completion date of Dec. 1, 2021. Fiscal 2019 civil works funds in the amount of $14,714,782 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0008). Manson Construction, Seattle, Washington, was awarded a $13,655,300 firm-fixed-price contract for unrestricted procurement for Houston Ship Channel hopper dredging. Bids were solicited via the internet with three received. Work will be performed in Galveston, Texas, with an estimated completion date of March 27, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,655,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0008). RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $13,584,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Port Arthur, Texas, with an estimated completion date of March 10, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,584,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0011). Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a $10,437,490 firm-fixed-price contract for Norfolk Harbor Channel maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Jan. 11, 2020. Fiscal 2019 civil construction funds in the amount of $10,437,490 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0019). Yaeger Architecture Inc.,* Lenexa, Kansas, was awarded a $10,000,000 firm-fixed-price contract for architect and engineering 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 Feb. 8, 2025. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4011). Morrish-Wallace Construction Inc.,* Cheboygan, Michigan, was awarded an $8,243,527 firm-fixed-price contract for repairs and stone revetment along Lake Erie. Bids were solicited via the internet with two received. Work will be performed in Hamburg, New York, with an estimated completion date of April 30, 2021. Fiscal 2010 civil construction funds in the amount of $8,243,527 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-C-0019). AIR FORCE Radiant Geospatial Solutions LLC,* Ypsilanti, Michigan, has been awarded a $14,226,474 cost-plus-fixed-fee contract for Red Wing Next Generation Geospatial Intelligence (GEOINT) Cloud. The objective of this effort is to deliver an automated and efficient workflow for National System of GEOINT analysis by reducing latency for product generation, exploitation and intelligence gathering. This effort will expand the use of Amazon managed services through careful assessment of emerging offerings with the goal of improving resiliency, reducing cost and reducing exposure to cyber threats. Work will be performed at Ypsilanti, Michigan; and Herndon, Virginia, and is expected to be completed by Aug. 7, 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation in the amount of $3,713,188 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1502). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $13,031,667 firm-fixed-price contract for advisory and assistance services support for the Air Force Warfighting Integration Capability missions. This contract will provide for future and concepts analysis, design blueprints, capability development strategic integration, capability development implementation analysis, assessment of opportunities for new capability, workflow management, strategic communication, special access program integration, simulation studies, war gaming support, decision analytics and strategy, planning, programming, budgeting and execution analysis. Work will be performed at Washington, District of Columbia, and is expected to be completed by Aug. 8, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,994,101 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-F-A162). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $9,620,685 firm fixed price contract modification (P00005) to previously awarded contract FA7014-18-F-1022 for the exercise of Option Period One for advisory and assistance services to support Total Force analysis. This contract modification includes capability and capacity analysis of Air Force mission areas; linking results to the strategy, planning, and programming process; performing planning, programming, and budgeting study excursions; analytically supporting Total Force initiatives, strategy review and assessment and planning support. Work will be performed at Arlington, Virginia, and is expected to be completed by July 31, 2020. Fiscal 2019 operations and maintenance funds in the amount of $9,237,252 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. Midwest Air Traffic Control Service Inc., Overland Park, Kansas, has been awarded an $8,410,622 cost-plus-fixed-fee modification (P00013) to previously awarded contract N65236-14-D-4984 for aviation command and control operations and maintenance services. The contract modification adds five months and 20 days to the current task order. Work will be performed in the Air Force Central Command's area of responsibility and expected to be completed by Feb. 29, 2020. Fiscal 2019 operations and maintenance funds are being obligated in the amount of $8,410,622 at the time of the award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. *Small Business

Partagé par les membres

  • Partager une nouvelle avec la communauté

    C'est très simple, il suffit de copier/coller le lien dans le champ ci-dessous.

Abonnez-vous à l'infolettre

pour ne manquer aucune nouvelle de l'industrie

Vous pourrez personnaliser vos abonnements dans le courriel de confirmation.