Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    4149 nouvelles

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

  • Contract Awards by US Department of Defense - September 26, 2018

    27 septembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 26, 2018

    AIR FORCE Lockheed Martin Corp., Littleton, Colorado, has been awarded a $1,362,089,314 contract for GPS IIIF Space Vehicles 11 and 12. This contract provides for the non-recurring engineering, space vehicle test bed and simulators, and production of GPS IIIF Space Vehicles 11 and 12 as well as options for the production of up to 22 GPS III Space Vehicles, Space Vehicle storage, and launch and on-orbit support. Work will be performed in Littleton, Colorado, and is expected to be completed by Aug. 31, 2027. This award is the result of a competitive acquisition with one solicitation mailed and one proposal received. Fiscal 2018 research, development, test and evaluation funds in the amount of $10,152,000 are being obligated at the time of award. The Space and Missile System Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-18-C-0009). AT&T Corp., Oakton, Virginia, has been awarded an $87,377,959 other transaction agreement to execute the enterprise information technology as a service network as a service experiment. This agreement provides for experimentation of a secure, reliable, measured, commercial data and voice network in order to enable access to Department of Defense data and applications from DoD facilities, as well as enable access for mobile and remotely located users. Work will be performed at Buckley Air Force Base, Colorado; Offutt AFB, Nebraska; and Joint Base Elmendorf Richardson, Alaska, and is expected to be completed by Sept. 30, 2021. Fiscal 2018 operations and maintenance funds are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-18-9-0001). Honeywell International Inc., Clearwater, Florida, has been awarded an $80,112,194 modification (P00013) to contract FA8540-13-D-0002 for Embedded Global Positioning System and Inertial Navigation System (EGI). The contract modification is to extend the current indefinite-delivery/indefinite-quantity contract, consisting of platform integration, modernization, diminishing manufacturing sources, flight test support, technical support following integration efforts, training, engineering support/studies, contractor depot repair, spares, and data for the EGI. Work will be performed in Clearwater, Florida, and is expected to be completed by Oct. 26, 2019. This modification involves foreign military sales to India, Turkey, Singapore, Oman, Canada, Italy, Sweden, Saudi Arabia, Japan, Korea, Slovenia, Israel, Egypt, Australia, Ghana, Taiwan, Kuwait, and Iraq. No funds are being obligated at the time of award. Total cumulative face value of the contract is $565,570,194. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity Engility Corp., Andover, Massachusetts, has been awarded a $49,500,000 requirements-type, firm-fixed-price, cost-reimbursable contract for the Joint Range Extension/Joint Range Extension Tactical Equipment Package program. This contract provides software sustainment support services. Work will be performed in San Diego, California; Shaw Air Force Base, South Carolina; and Al Udeid Air Base, Qatar, and is expected to be completed by May 27, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $3,234,886 are being obligated on the first order at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8574-18-D-0004). QuantiTech, Inc., Huntsville, Alabama, has been awarded a $47,352,975 modification (P00080) to contract FA2486-16-F-0034 for Technical and Management Advisory Services range support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Arnold AFB, Tennessee; Holloman AFB, New Mexico; Hill AFB, Utah; Wright-Patterson AFB, Ohio; Joint Base Pearl Harbor-Hickam, Hawaii; and Eielson AFB, Alaska, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 research, development, test and evaluation funds; production funds; and operations and maintenance funds in the amount of $646,620 are being obligated at the time of award. Total cumulative face value of the contract is $123,653,694. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Torch Technologies Inc., Huntsville, Alabama, has been awarded a $44,456,840 modification (P00068) to contract FA2486-16-F-0030 for Technical and Management Advisory Services Armament support. The contractor will provide additional research, development, technical, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Kirkland AFB, New Mexico; and Wright-Patterson AFB, Ohio, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 research and development funds in the amount of $4,980,727 are being obligated at the time of award. Total cumulative face value of the contract is $113,184,124. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, has been awarded a $38,722,467 indefinite-delivery requirements type contract for contractor logistics support of the Common Organization Level Tester System. This contract provides for program management, engineering and repair services. Work will be performed in Orlando, Florida, and is expected to be completed by Sept. 30, 2028. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $823,254 will be obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8533-18-D-0002). Bevilacqua Research Corp., Huntsville, Alabama, has been awarded a $36,081,359 modification (P00059) to contract FA2486-16-F-0033 for Technical and Management Advisory Services Platforms support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Duke Field, Florida; Hurlburt Field, Florida; Nellis AFB, Nevada; Tinker AFB, Oklahoma; and Edwards AFB, California, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 research and development; procurement; and operations and maintenance funds in the amount of $831,385 are being obligated at the time of award. Total cumulative face value of the contract is $96,476,260. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Microsoft, Redmond, Washington, has been awarded a $34,350,473 other transaction agreement under to execute the enterprise information technology as a service network as a service experiment. This agreement provides for experimentation of a secure, reliable, measured, commercial data and voice network in order to enable access to Department of Defense data and applications from DoD facilities, as well as enable access for mobile and remotely located users. Work will be performed in Hurlburt Field, Florida; Cannon Air Force Base, New Mexico; and Maxwell AFB, Alabama, and is expected to be completed by Sept. 30, 2021. Fiscal 2018 operations and maintenance funds are being obligated at the time of award. Air Force Life. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-18-9-0002). GE Aviation Systems, doing business as Dowty Propellers Inc., Sterling, Virginia, has been awarded a $19,565,172 firm-fixed-price contract for the C-130J R391 Propeller Depot Activation requirement. The contractor shall establish an organic depot repair/overhaul capability for the C-130J R391 propeller which will include training for organic repair/overhaul capability for the line replaceable unit and shop replaceable unit. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Sept. 20, 2021. This award is the result of a sole-source commercial acquisition. Fiscal 2018 procurement funds in the amount of $19,565,172 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-18-C-0008). DCS Corp., Alexandria, Virginia, has been awarded a $16,252,479 modification (P00045) to previously awarded FA2486-16-F-0032 for Technical and Management Advisory Services Electronic Warfare support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; and Edwards Air Force Base, California, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 and 2019 research and development; procurement; and operations and maintenance funds in the amount of $2,161,841 are being obligated at the time of award. Total cumulative face value of the contract is $30,469,693. This modification involves foreign military sales to Belgium, Greece, Iraq, Korea, Morocco, NATO, Norway, Qatar, Saudi Arabia, and Taiwan. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Omni Medical Systems Inc., Colchester, Vermont, has been awarded a $15,498,493 firm-fixed-priced contract for bladder relief devices, training and six months of supplies. This contract provides for an external bladder relief device for aircrew capable of hands-free, eyes-free, seated, harnessed use in military aircraft operating at positive and negative Gs, and at high altitude. Work will be performed in Colchester, Vermont, and is expected to be completed by April 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $15,498,493 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8606-18-C-0034). Delaware Resource Group, Oklahoma City, Oklahoma, has been awarded a $12,675,528 firm-fixed-price contract for the Pacific Air Forces Distributed Mission Operations/Live, Synthetic and Blended Operational Training environment that allows aircrew to practice basic and emergency procedures. It also enables aircrew to experience advanced weapon-system capabilities and hone the complex skills required to operate in a contested and degraded combat environment. Work will be performed at airbases in both the continental U.S. and outside the continental U.S., and is expected to be completed by Sept. 24, 2024. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 operations and maintenance funds in the amount of $2,782,432 are being obligated at the time of award. The 766th Specialized Contracting Squadron, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (FA5215-18-C-8010). AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, has been awarded an $11,075,000 firm-fixed-price contract for Minuteman III intercontinental ballistic missile sustainment. This contract provides for 32 each of NSN 1450-01-441-4107-AH (PN 33307-40055-10), the Guided Missile Maintenance Platform. This platform is used to access both the missile and the missile silo using a hoist to allow for two individuals to access all areas to complete required maintenance. Work will be performed in Hunt Valley, Maryland, and is expected to be complete by June 26, 2020. This award is the result of a sole-source acquisition. Fiscal 2016 procurement funds in the amount of $11,075,000 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8206-18-C-0005). CACI Inc. - Federal, Chantilly, Virginia; and Rome, New York, has been awarded a $9,709,489 cost-plus-fixed-fee contract for Cavalieri software. This contract provides for systems engineering, software development, integration, demonstration, prototyping, documentation, and testing and systems administration to deliver software tools for Space Situational Awareness and Space Battle Management Command and Control. Work will be performed in Rome, New York, and is expected to be complete by Sept. 25, 2021. This award is the result of a competitive acquisition and two offers were received. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-18-C-0180). Mantech Advanced Systems International, Herndon, Virginia, has been awarded a $12,918,248 cost-plus-fixed-fee contract for security support. This contract provides Sensitive Compartmented Information and Special Access Program security services to the Space and Missile Systems Center and Air Force Space Command operational units. Work will be performed at Los Angeles Air Force Base, California; Vandenberg AFB, California; Peterson AFB, Colorado; and Schriever AFB, Colorado. The work is expected to be completed by Nov. 16, 2019. This award is the result of a competitive acquisition with three offers received. Fiscal 2018 research and development funds in the amount of $10,000 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity (FA8819-18-C-1001). ARMY The Boeing Co., Ridley Park, Pennsylvania, was awarded a $198,927,812 firm-fixed-price contract for performance-based logistics support of the Chinook H-47 forward and aft rotor blades and associated containers. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-D-0111). BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $59,856,516 modification (P00664) to contract DAAA09-98-E-0006 for construction of a fluid energy mill at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of July 31, 2021. Fiscal 2016 and 2018 Air Force; aircraft procurement, Army; and other procurement, Army funds in the amount of $59,856,516 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co., Jacksonville, Florida, was awarded a $47,901,600 firm-fixed-price contract for channel dredging in Hillsborough County, Florida. Bids were solicited via the internet with two received. Work will be performed in Tampa, Florida, with an estimated completion date of Jan. 31, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $47,901,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-C-0028). Laboratory Corp. of America, Burlington, North Carolina, was awarded a $46,371,667 firm-fixed-price contract for clinical reference laboratory testing services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0029). C.J. Mahan Construction Company LLC, Columbus, Ohio, was awarded a $35,495,500 firm-fixed-price contract for demolition and removal of Lock and Dam 52 in Brookport, Illinois. Bids were solicited via the internet with four received. Work will be performed in Brookport, Illinois, with an estimated completion date of Dec. 14, 2020. Fiscal 2018 other procurement, Army funds in the amount of $35,495,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0033). The Boeing Co., Philadelphia, Pennsylvania, was awarded a $33,786,581 firm-fixed-price contract for cargo platform health environment kits for cargo helicopters. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 26, 2020. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-D-0124). Heeter Geotechnical Construction LLC, Mount Morris, Pennsylvania, was awarded a $28,260,132 firm-fixed-price contract for construction for Kentucky lock downstream excavation. Bids were solicited via the internet with six received. Work will be performed in Grand Rivers, Kentucky, with an estimated completion date of Oct. 24, 2020. Fiscal 2018 Inland Waterways Trust; and operations and maintenance funds in the amount of $28,260,132 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-18-C-0017). General Dynamics Ordnance & Tactical Systems Inc., St. Petersburg, Florida, was awarded a $19,979,953 modification (P00013) to contract W52P1J-17-C-0024 to procure 120mm M1002 new production cartridges for 120mm tank training ammunition. Work will be performed in St. Petersburg, Florida, with an estimated completion date of June 30, 2020. Fiscal 2017 other procurement, Army funds in the amount of $19,979,953 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Norfolk Dredging Co., Chesapeake, Virginia, was awarded an $18,076,560 firm-fixed-price contract for dredging beach-compatible sand from the sand bypass dredging area north of the Canaveral Harbor Inlet and transporting the dredged material to a designated beach placement site south of the inlet. Bids were solicited via the internet with two received. Work will be performed in Cape Canaveral, Florida, with an estimated completion date of April 30, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $18,076,560 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-C-0029). Oak Grove Technologies LLC,* Raleigh, North Carolina, was awarded an $18,019,000 firm-fixed-price contract for squad advanced marksmanship training. Bids were solicited via the internet with six received. Work will be performed in Raleigh, North Carolina, with an estimated completion date of Sept. 25, 2023. Fiscal 2018 operations and maintenance (Army) funds in the amount of $18,019,000 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-18-F-0008). Marco-Z-Technology Co.,* Santa Ana, California, was awarded a $14,975,000 firm-fixed-price contract for construction of a 31,800 sq. ft., two-story academic facility. Bids were solicited via the internet with two received. Work will be performed in March Air Reserve Base, California, with an estimated completion date of May 1, 2020. Fiscal 2018 military construction funds in the amount of $14,975,000 were obligated at the time of the award. U.S. Property and Fiscal Office, California, is the contracting activity (W912LA-18-C-8004). Raytheon Co., Fort Wayne, Indiana, was awarded a $13,579,174 firm-fixed-price Foreign Military Sales (United Arab Emirates, Australia, Netherlands, Saudi Arabia and Thailand) contract to procure ARC-231 hardware. One bid was solicited with one bid received. Work will be performed in Fort Wayne, Indiana, with an estimated completion date of Jan. 31, 2021. Fiscal 2018 foreign military sales funds in the amount of $13,579,174 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-18-F-5021). Donald L. Mooney Enterprises LLC, San Antonio, Texas, was awarded a $13,500,000 firm-fixed-price contract for licensed vocational nurse and certified nurse assistant services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0031). U.S. Ordnance,* McCarran, Nevada, was awarded a $13,499,098 firm-fixed-price contract to procure M60 weapon systems, spare barrels, conversion kits, training, and spare parts. 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 Sept. 25, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-18-D-0167). Jacobs Government Services Co., Arlington, Virginia, was awarded a $10,000,000 firm-fixed-price contract for planning, design and construction phase services in support of the Department of Defense Education Activity program. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0011). Burnham Associates Inc.,* Salem, Massachusetts, was awarded a $9,375,800 firm-fixed-price contract for maintenance dredging of Plymouth Harbor. Bids were solicited via the internet with three received. Work will be performed in Plymouth, Massachusetts, with an estimated completion date of Nov. 20, 2019. Fiscal 2018 civil works funds in the amount of $9,375,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-18-C-0020). CACI-ISS Inc., Chantilly, Virginia, was awarded a $9,202,730 modification (P00043) to contract W15QKN-15-C-0049 for support of project management, integrated personnel and pay system-Army increment II. Work will be performed in Arlington, Virginia, with an estimated completion date of March 31, 2019. Fiscal 2018 other procurement, Army; and research, development, test and evaluation funds in the amount of $7,571,752 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. 3M Health Information Systems Inc., Murray, Utah, was awarded a $9,039,841 firm-fixed-price contract for a dictation and transcription software product. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2021. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0028). MACRO-Z-Technology Co.,* Santa Ana, California, was awarded an $8,762,000 firm-fixed-price contract for repair of vehicle wash racks. Bids were solicited via the internet with seven received. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of July 2, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $8,762,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-18-C-0030). Booz Allen Hamilton Inc., McLean, Virginia, was awarded an $8,647,532 modification (P00034) to contract W15QKN-14-C-0032 for system engineering and technical assistance support services. Work will be performed in Arlington, Virginia, with an estimated completion date of March 10, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $4,846,000 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. G. E. Johnson Construction Company Inc., Colorado Springs, Colorado, was awarded a $7,741,573 firm-fixed-price contract for design and construction of a 3,000 sq. ft., single-story structure, and demolition of an existing approximate 2,300 sq. ft., single-story structure. Bids were solicited via the internet with one received. Work will be performed in Cascade, Colorado, with an estimated completion date of Oct. 9, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $7,741,573 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0049). Avox Systems Inc., Lancaster, New York, was awarded a $7,075,107 modification (P00008) to contract W911SR-15-C-0007 for Joint Service Aircrew Mask - Rotary Wing mask protective unit mask systems and spares. Work will be performed in Lancaster, New York, with an estimated completion date of Oct. 22, 2019. Fiscal 2018 other procurement, Army funds in the amount of $7,075,107 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. NAVY Siemens Government Technologies Inc., Arlington, Virginia, is awarded $171,543,614 for firm-fixed-price task order N3943018F9924 under a previously awarded multiple award energy savings performance contract (DE-AM36-09GO29041) for energy improvements at Naval Air Station Sigonella, Naval Station Rota, and Naval Support Activity Naples. The work to be performed provides for design and installation of the following energy conservation measures: boiler plants, chiller systems, motors, water and lighting improvements. The work also provides for performance period services consisting of measurement and verification, operations and maintenance, and repair and replacement services. Work will be performed in Naples, Italy (50 percent); Sigonella, Italy (30 percent); and Rota, Spain, (20 percent). The project is expected to be completed by October 2039. No funds will be obligated with this award, as private financing obtained by the contractor will be used for project implementation. Eight proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. EMR Inc.,* Niceville, Florida (N69450-18-D-1318); Custom Mechanical Systems Corp.,* Bargersville, Indiana (N69450-18-D-1319); Dawson Federal Inc.,* Ponte Vedra, Florida (N69450-18-D-1320); Windamir Development Inc.,* McDonough, Georgia (N69450-18-D-1321); Southeast Cherokee Construction Inc.,* Montgomery, Alabama (N69450-18-D-1322); and Drace Anderson JV,* Ocean Springs, Mississippi (N69450-18-D-1323), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The maximum dollar value for the five year ordering period for all six contracts combined is $99,000,000. The work to be performed provides for general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities. EMR Inc. is being awarded the initial task order at $9,872,615 for the construction of K-C130J Enlisted Aircrew Training System Facility at Naval Air Station, Joint Readiness Base, Fort Worth, Texas. Work for this task order is expected to be completed by December 2019. All work on this contract will be performed within the NAVFAC Southeast AOR which includes Texas (40 percent); Louisiana (40 percent); and Mississippi (20 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 military construction (Navy Reserve); and fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $9,877,615 are obligated on this award; of which $5,000 will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction; operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Federal Business Opportunities website with 21 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Manu Kai LLC*, Honolulu, Hawaii, is awarded $90,000,000 for a bridge contract (N00604-18-D-4003) as a bridge action for previously awarded indefinite-delivery/indefinite-quantity contract (N00604-09-D-0001) with both cost-plus-award-fee and fixed-price-award fee line items for range operations support and base operations support services. This contract includes a 15-month performance period with no option periods. Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and work is expected to be completed by December 2019. Subject to the availability of funds, fiscal 2019 operations and maintenance (Navy) funds in the amount of $20,000,000 will be obligated at the time of award to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1). The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100 percent 8(a) set-aside requirement, with one offer received. Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity. Vertical Protective Apparel LLC,* Shrewsbury, New Jersey, is awarded a ceiling $62,612,464 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 225,886 Plate Carrier Generation IIIs and data reports. Work will be performed in Shrewsbury, New Jersey, and is expected to be complete by September 2023. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $2,952,438 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-1309). American Rheinmetall Munition Inc., Stafford, Virginia, is awarded a ceiling $59,703,284 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum of 2,135,026 MK281 MOD 3 40MM high velocity day/night practice cartridges. MK281 MOD 3 cartridges are for training Marines under day and night/low-light conditions. The MK281 MOD 3 cartridge uses a projectile containing a non-toxic chemiluminescent mixture that becomes visible upon impact at night and low-light conditions. Work will be performed in Camden, Arkansas, and is expected to be complete by Sept. 25, 2022. Fiscal 2017 procurement (Marine Corps) funds in the amount of $10,187,989; fiscal 2017 overseas contingency operations (OCO) (Marine Corps)) funds in the amount of $480,991; and, fiscal 2018 OCO operations and maintenance (Marine Corps) funds in the amount of $795,997 will be obligated on the first delivery order immediately following contract award and no funds will expire the end of the current fiscal year. This contract was awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-5225). KBRwyle Technology Solutions LLC, Jacksonville, Florida, is awarded $51,866,922 for contract modification P00045 to previously awarded contract M67004-09-D-0020. This modification increases the ceiling for prepositioning and Marine Corps logistics support services in support of Blount Island Command. Work will be performed in Jacksonville, Florida (85 percent); aboard 12 Maritime Prepositioning Ships (12 percent); Norway (2 percent); and Kuwait (1 percent). Work is expected to be completed by March 31, 2019. Fiscal 2019 operations and maintenance (Marine Corps); and fiscal 2019 overseas contingency operations appropriations in the amount of $51,866,922 will be obligated under task orders against this contract. Funds will not expire at the end of this contract year. U.S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity. M.A. Mortenson, Co., Minneapolis, Minnesota, is awarded a $50,207,000 firm-fixed-price contract for phase two repairs and improvements to the explosive handling wharf one facility at Naval Submarine Base Kings Bay. This includes the repair and/or replacement of the roof cladding and attachments, new coatings and sealants, repair of the roof ridge vents, repair of the gutters and downspouts, repair of the roof framing system, and repair of the elevated walkways, handrails and guardrails. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $95,416,000. Work will be performed in Kings Bay, Georgia, and is expected to be completed by March 2022. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $50,207,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-C-0905). Huntington Ingalls Inc., Newport News, Virginia, is awarded a $42,600,000 cost-plus-fixed-fee, firm-fixed-price modification to previously awarded contract (N00024-16-C-4316) to continue performance of the repair, maintenance, upgrades, and modernization efforts on USS Helena (SSN 725) dry-docking selected restricted availability. The contracted requirements include advance and new work efforts necessary to repair, and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity. Work will be performed in Newport News, Virginia. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $42,600,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity. Ultra Electronics Ocean Systems, Braintree, Massachusetts, is awarded a $42,058,477 fixed-price-incentive-fee, firm-fixed price, cost and cost-plus-fixed-fee contract to test, produce and deliver MK54 MOD 0 Lightweight Torpedo (LWT) array kits and related spares, production support material, engineering and hardware repair services and maintenance of government-furnished equipment. This contract includes options which, if exercised, would bring the cumulative value of this contract to $335,924,292. This contract combines purchases for the Navy (51 percent); the government of Taiwan (46 percent); and Canada (3 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Braintree, Massachusetts (70 percent); and Lititz, Pennsylvania (30 percent), and is expected to be completed by September 2022. FMS and fiscal 2018 weapons procurement (Navy) funding in the amount of $42,058,477 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-6405). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded $32,350,663 for cost-plus-fixed-fee, firm-fixed-price delivery order N0001918F1645 against a previously issued basic ordering agreement (N00019-17-G-0002). This order provides for new Large Aircraft Infra-Red Countermeasure System Processor Replacement non-recurring engineering and 60 kits for the MV-22 and CV-22 aircraft. Work will be performed in Ridley Park, Pennsylvania (65 percent); Miramar, California (14 percent); New River, North Carolina (13 percent); Fort Worth, Texas (6 percent); St. Louis, Missouri (1 percent); and various locations within the continental U.S. (1 percent), and is expected to be completed in September 2023. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $32,350,663 are being 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. BAE Systems, Land and Armaments LP, Minneapolis, Minnesota, is awarded a $28,900,000 firm-fixed-price modification to previously awarded contract N00024-13-C-5314 for the procurement of MK 41 Vertical Launching System (VLS) MK 13 MOD 0 canisters and coding plugs. The MK 41 VLS provides a missile launching system for CG 47 and DDG 51 class surface combatants of the Navy, as well as surface combatants of allied navies. This effort includes the manufacture, production and test of the MK 13 Mod 0 canisters, packaging handling storage equipment, and coding plugs for the Standard Missile-2. The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing. The canisters also serve as missile shipping and storage containers. Work will be performed in Aberdeen, South Dakota (90 percent); and Minneapolis, Minnesota (10 percent), and is expected to be completed by June 2021. This contract combines purchases for the governments of Japan (68 percent); Australia (22 percent); South Korea (6 percent); and Netherlands (4 percent) under the Foreign Military Sales program. Foreign military sales funding in the amount of $28,900,000 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, District of Columbia, is the contracting activity. Huntington Ingalls Inc., Newport News, Virginia, is awarded a $26,804,899 cost-plus-fixed-fee modification to previously awarded contract N00024-15-C-2121 for continued engineering, technical, design agent, and hull planning yard services in support of the Navy's operational aircraft carrier fleet. This modification will provide for engineering and technical services in support of operational Gerald R. Ford (CVN 78) class and propulsion plant related efforts for Nimitz (CVN 68) class aircraft carriers. Work will be performed in Newport News, Virginia, and is expected to complete by September 2019. Fiscal 2018 operations and maintenance (Navy); 2018 weapons procurement (Navy); 2017 shipbuilding and conversion (Navy); and 2018 research, development, test and evaluation (Navy) funding in the amount of $9,229,624 will be obligated at contract award, and $8,604,840 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Grunley Construction Inc., Rockville, Maryland, is awarded a $25,977,000 firm-fixed-price contract for the design and construction of an Operational Archives and Research Facility at the Washington Navy Yard. The work to be performed provides for the design and construction of a complete renovation of Buildings 46 and 67 to accommodate research and collections at the Naval History and Heritage Command. The project includes upgrading the architectural, structural, electrical, mechanical and fire protection systems of each building, installation of new elevators, replacement of existing windows, and special construction features and requirements for structural premiums to support the loading dock overhead crane system. The project will also renovate Building 169 to house Naval History and Heritage Command artifacts throughout all three phases of renovations. The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $40,653,000. Work will be performed in Washington, District of Columbia, and is expected to be completed by March 2022. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $25,977,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-18-C-0033). URS Federal Services Inc., an AECOM Co., Germantown, Maryland, is awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract in support of the Naval Tactical Computer Resource (NTCR) program for the reutilization, repair, or refurbishment of legacy electronic equipment. Contract requirements also include installation of repaired NTCR equipment, incidental cable assemblies, and obsolescence management. The types of equipment being reutilized, repaired, or refurbished include: combat system displays, computer systems, peripheral systems, and videocassette tape recorders. Work will be performed in Odon, Indiana, and is expected to be completed by September 2028. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $143,749 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016418DWP41). Ensign-Bickford Aerospace and Defense, Simsbury, Connecticut, is awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for MK 165/MK 166 non-electric detonators and MK 167/168/169 delay detonators with integral firing devices in support of U.S. Special Operations Command. The detonators are used to detonate explosives for close quarter breaching, military demolition, and explosive ordnance disposal. Work will be performed in Graham, Kentucky, and is expected to be completed by September 2023. Fiscal 2018 procurement (Defense-wide) in the amount of $1,300,366 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JR63). BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is awarded a $24,757,239 firm-fixed-price contract modification to previously-awarded contract N00024-18-C-4403 for additional growth requirements identified during the execution of USS Tortuga (LSD 46) fiscal 2018 modernization period Chief of Naval Operations-scheduled availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by November 2019. Fiscal 2018 operations and maintenance (Navy) funding; and fiscal 2018 other procurement (Navy) funding in the amount of $24,757,239 was obligated at time of award, of which $22,557,239 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. CSRA LLC, a General Dynamics Information Technology Co., Falls Church, Virginia, is awarded a $22,496,620 blanket purchase agreement (BPA) to deliver commercial cloud services by the use of multiple cloud service providers to accelerate Navy cloud adoption. The work encompasses Infrastructure as a Service, Platform as a Service, Software as a Service, and other commercially available cloud service offerings in accordance with the Cloud Computing Security Requirements Guide at Information Impact Levels 2, 4 and 5 as defined in the National Institute of Standards and Technology Special Publication 800-145. The BPA holder shall also provide related services that enable mission owners to transition to and operate within the commercial cloud environment. This BPA includes a one-year base ordering period and four one-year optional ordering periods, which if exercised would bring the estimated cumulative value to $95,844,276. The BPA contains firm-fixed-price, time and materials, and labor hour contract line item numbers. This BPA was issued against CSRA's General Services Administration (GSA) Schedule 70 contract (GS-35F-393CA), as well as CSRA's teaming partners' schedules. CSRA responded to the request for quotation as a contractor teaming arrangement. CRSA's team members include Beyond20 (GS-35F-137AA); Carahsoft (GS-35F-0119Y); and Minburn Technology Group LLC (GS-35F-309AA). Cloud service providers include Microsoft Azure and Amazon Web Services. Additional team members and cloud service providers may be added to the BPA holder's team over the term of the agreement in response to Department of the Navy needs. Work on task orders will be performed at various locations in the United States and internationally. No funding will be obligated at the time of award. Future contract actions will be issued and funds obligated as individual task orders. This BPA wascompetitively procured with quotations solicited via GSA's eBUY Portal from all GSA Schedule 70 holders whose schedule contracts include the relevant special item numbers as specified in the performance work statement. The government received four quotations in response to the solicitation. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-18-A-0003). Leidos Innovations Corp., Gaithersburg, Maryland, is awarded a $20,987,917 cost-plus-incentive-fee, cost-plus-fixed-fee, cost only modification to previously awarded contract N00024-16-C-5202 to exercise the options for ship-installation, integrated logistic support, fleet support, and life-cycle-sustainment of the Navy's AN/SQQ-89A(V)15 Surface Ship Undersea Warfare Systems. The AN/SQQ-89A(V)15 is the Surface Ship Undersea Warfare combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats. This contract is for four inter-related areas of support for the AN/SQQ-89A(V)15, logistics, installation, fleet support, and life-cycle-sustainment. Work will be performed in Chesapeake, Virginia (26 percent); Everett, Washington (23 percent); Norfolk, Virginia (19 percent); Yokosuka, Japan (14 percent); San Diego, California (13 percent); Bath, Maine (1 percent); Manassas, Virginia (1 percent); Mayport, Florida (1 percent); Pascagoula, Mississippi (1 percent); and Pearl Harbor, Hawaii (1 percent), and is expected to be completed by August 2020. Fiscal 2013, 2016, 2017, and 2018 shipbuilding and conversion (Navy); fiscal 2017 and 2018 other procurement (Navy); and fiscal 2018 operations and maintenance (Navy) funding in the amount of $10,261,096 will be obligated at the time of award, and $75,223 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co. Integrated Defense Systems, Portsmouth, Rhode Island, is awarded a $20,038,146 firm-fixed-price modification to previously awarded contract (N00024-16-C-6423) to procure circuit card assembly kits, signal processor circuit card assembly kits, and digital processor circuit card assembly kits. Work will be performed in Portsmouth, Rhode Island, and is expected to be completed by March 2020. Fiscal 2016 special defense acquisition fund funding in the amount of $20,038,146, will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Computer Technology Associates Inc.,* Ridgecrest, California, is awarded an $18,535,563 cost-plus-fixed-fee, cost indefinite-delivery/indefinite-quantity contract to provide programmatic support of the Advanced Weapons Laboratory's Software Management Information System applications and tools. Programmatic support applications include, but are not limited to, planning, estimation, risk management, event scheduling (including flight test events), anomaly tracking, project execution, project monitoring and control, and reporting. Work will be performed in China Lake, California, and is expected to be completed in September 2023. Fiscal 2018 working capital funds (Navy) in the amount of $3,500,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured utilizing an electronic request for proposal set aside for total small business; one proposal was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-18-D-0031). Austal, USA LLC, Mobile, Alabama, is awarded $16,459,663 for cost-plus-award-fee order N6931618F4003 against a previously awarded basic ordering agreement (N00024-15-G-2304) to provide engineering and management services in support of work specification development, prefabrication efforts, and material procurement for the Littoral Combat Ship USS Charleston (LCS-18) post shakedown availability (PSA). The PSA is accomplished within a period of approximately 16-20 weeks between the time of ship custody transfer to the Navy and the Shipbuilding and Conversion, Navy (SCN) obligation work limiting date. Efforts will include program management, advance planning, engineering, design, prefabrication, and material kitting. Work will be performed in Mobile, Alabama (60 percent); and San Diego, California (40 percent), and is expected to be completed by August 2019. Fiscal 2014 and 2018 shipbuilding and conversion (Navy) funding in the amount of $8,550,000 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 Gulf Coast, Pascagoula, Mississippi, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $15,422,132 modification to previously-awarded contract N00024-13-C-6402 for air launch accessory engineering in support of the P-8A integration efforts and 14 telemetry kits for the air launch accessory of the High Altitude Anti-Submarine Warfare Weapon Capability. Work will be performed in St. Louis, Missouri, and is expected to be completed by September, 2020. Fiscal 2018 research, development, test and engineering (Navy) funding in the amount of $2,894,563 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $14,253,926 for firm-fixed-price delivery order N0001918F1652 against a previously issued basic ordering agreement (N00019-16-G-0001). This delivery order provides for the procurement of 53 Harpoon Block II Plus tactical missile upgrade kits for the Navy. Work will be performed in St. Charles, Missouri (69.5 percent); Galena, Kansas (10.5 percent); Minneapolis, Minnesota (6.6 percent); St. Louis, Missouri (6.5 percent); Lititz, Pennsylvania (2.2 percent); O'Fallon, Missouri (1.1 percent); and various locations within the continental U.S. (3.6 percent), and is expected to be completed in December 2020. Fiscal 2018 weapons procurement (Navy) funds in the amount of $14,253,926 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Electric Aviation, Evandale, Ohio, is awarded $12,080,440 for firm-fixed-price delivery order N0042118F0121 against a previously issued basic ordering agreement (FA8122-14-G-0001) for the procurement of 1,815 main long spraybars and 265 kits that consists of the 12 main short spraybars, one ignition spraybar, and one bolt in support of F/A-18E/F/G aircraft. Work will be performed in Lynn, Massachusetts, and is expected to be completed in August 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,080,440 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Digitized Schematic Solutions LLC,** Warren, Michigan, is awarded $12,000,000 for modification P00005 to a previously awarded indefinite-delivery/indefinite quantity contract (M67854-17-D-5018) for the procurement of additional Airfield Damage Repair (ADR) kits. This modification increases the maximum contract value by $12,000,000 to $34,000,000. Work will be performed in Warren, Michigan, and is expected to be complete by Sept. 26, 2020. Fiscal 2018 procurement (Marine Corps) funds in the amount of $2,771,950 will be obligated on the first delivery order immediately following award to procure three ADR kits, and funds will not expire the end of the current fiscal year. This contract modification was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5, 15 U.S. Code 637 and 10 U.S. Code 2304 (c) (d). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-17-D-5018). IDSC Holdings LLC, doing business as Snap-On Industrial, Kenosha, Wisconsin, is awarded an $11,924,503 firm-fixed-price contract for the procurement of 1,482 different brand-name commercial hand tools and toolboxes with a total overall quantity of 158,516 items for Lot 11 low-rate initial production F-35 Lightning II aircraft in support of the Joint Strike Fighter F35A/B/C Tool Control Program. Work will be performed in Kenosha, Wisconsin, and is expected to be completed in September 2019. Fiscal 2018 operations and maintenance; fiscal 2018 working capital fund (Navy); and foreign military sales funds in the amount of $11,924,503 will be obligated at time of award, $160,164 of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; one offer was received. This contract combines purchases for the Navy ($9,565,654; 80.2 percent); and the governments of Israel ($1,174,474; 9.9 percent); Japan ($777,715; 6.5 percent); and Korea ($406,660; 3.4 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0667). Gilbane Federal, Concord, California, is awarded an $11,192,881 firm-fixed-price task order N6247318F5271 under a previously awarded environmental multiple award contract (N62473-17-D-0005) for Phase IV Non-Time Critical Removal Action (NTCRA) for Solid Waste Disposal Area Westside, Installation Restoration (IR) Site 12 at Naval Station Treasure Island. The work to be performed provides for the Comprehensive Environmental Response Compensation Liability Act NTCRA at IR Site 12 at Naval Station Treasure Island, in accordance with the Performance Work Statement (PWS). The primary activities conducted under this PWS shall consist of the preparation of planning documents and perform all tasks necessary to continue the Site 12 NTCRA for chemical and radioactive contaminants in accordance with the action memo. Work will be performed in San Francisco, California, and is expected to be completed by September 2020. Fiscal 2018 base realignment and closure environmental (Navy) contract funds in the amount of $11,192,881 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. University of California San Diego, Scripps Institution of Oceanography, La Jolla, California, is awarded $9,568,563 for modification P00005 to previously awarded cost reimbursement contract N00014-16-C-3054 for mid-life re-fit and overhaul of research vessel (R/V) Roger Revelle AGOR 24. Work will be performed in Portland, Oregon, and work is expected to be completed Sept. 30, 2020. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $6,437,916 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. The contracting activity is the Office of Naval Research, Arlington, Virginia, is the contracting activity. Gilbane Federal, Concord, California, is awarded $9,299,640 for firm-fixed-price task order N6247318F5364 under a previously awarded environmental multiple award contract (N62473-17-D-0005) for Parcel B Radiological Characterization at Hunters Point Naval Shipyard. The work provides data to allow property transfer and support a radiological unrestricted release recommendation for the sanitary sewer and storm drain lines, impacted buildings and impacted former building sites in Parcel B in accordance with the performance work statement. Work will be performed in San Francisco, California, and is expected to be completed by September 2020. Fiscal 2018 base realignment and closure environmental (Navy) contract funds in the amount of $9,299,640 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. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. G-W Management Services LLC,* Rockville, Maryland, is awarded $8,906,365 for firm-fixed-price task order N4008018F5114 under a previously awarded multiple award construction contract (N40080-17-D-0022) for repairs to the chapel exterior at the U.S. Naval Academy complex. The work to be performed provides for safety and fall protection with work from heights and on domed surfaces; repair and replacement of copper roofing and flashing; cleaning, restoration, repair, and replacement of brick and stone masonry; lightning protection; repair and waterproofing of terrace retaining walls; repair of ornamental metals; restoration of wood windows; protective secondary windows; and incidental related work. Work will be performed in Annapolis, Maryland, and is expected to be completed by December 2019. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $8,906,365 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Public Works Department, Annapolis, Maryland, is the contracting activity. L3 Technologies Inc., doing business as L3 Communication Systems West, Salt Lake City, Utah, is awarded an $8,514,907 cost-plus-fixed-fee modification to previously awarded contract (N0016417FJ021) for a research and development effort to design, test and build high gain antenna (HGA) common data link (CDL) engineering development models and production HGA/CDL for the Maritime Patrol and Reconnaissance Aircraft (PMA-290) and Persistent Maritime Unmanned Aircraft Systems (PMA-262). Work will be performed in Salt Lake City, Utah, and is expected to be completed by January 2021. Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $5,503,778 will be obligated at time of award and funding in the amount of $103,778 will expire at the end of fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. DEFENSE LOGISTICS AGENCY SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $80,000,000 firm-fixed-price bridge contract for facilities maintenance, repair and operations items. This is a 13-month bridge with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Illinois and the Republic of Korea, with an Oct. 25, 2019, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-18-D0003). The Boeing Co., St. Louis, Missouri, has been awarded an estimated $69,726,565 performance-based modification (P00086) to a five-year base contract (SPRPA11-14-D-002U) with one five-year option period for consumable items supporting various aircraft. This is a fixed-price incentive contract. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1) as stated in the Federal Acquisition Regulation 6.302-1. Location of performance is Missouri, with a Sept. 16, 2019, performance completion date. Using customers are Army, Navy, Air Force and various foreign military sales countries. Types of appropriation are fiscal 2019 defense working capital and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Bethel Industries Inc.,*** Jersey City, New Jersey, has been awarded a maximum $34,907,813 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of coats. This was a competitive acquisition with 13 responses received. This is a three-year contract with no option periods. Location of performance is New Jersey, with a March, 25, 2022, estimated performance completion date. Using customer is Afghan National Army. Type of appropriation is fiscal 2018 through 2021 foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1094). The Boeing Co., St. Louis, Missouri, has been awarded a $17,350,724 firm-fixed-price delivery order (SPRPA1-18-F-KH3M) against basic ordering agreement SPE4A1-16-G-0010 for F/A-18 aircraft radomes. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) as stated in the Federal Acquisition Regulation 6.302-1. Location of performance is Missouri, with a Dec. 31, 2019 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Northrop Grumman Systems Corp., Palmdale, California, has been awarded a $9,532,773 modification (P00006) to contract SPRTA1-13-C-0151 for additional aft deck production units. This is a firm-fixed price contract. Locations of performance are California, Missouri and Arkansas, with a Sept. 20, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma. Honeywell International Inc., Tucson, Arizona, has been awarded an $8,578,415 firm-fixed-price contract for Bradley Fighting Vehicle System generators. This is a three-year contract with one 100 percent option period. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. Location of performance is Arizona, with a Jan. 31, 2021, performance completion date. Usin

  • Simulation Software to Solve Certification Challenges in Additive Manufacturing

    26 septembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Simulation Software to Solve Certification Challenges in Additive Manufacturing

    Lindsay Bjerregaard | MRO Network Vextec is hoping to solve the challenges of certification in additive manufacturing (AM) with its predictive VPS-MICRO software for metallic component durability. According to the company, the software—which models component properties to provide a realistic look at fatigue durability and performance—is gaining traction in AM. “A lot of times the MRO industry deals with needing to build one-off parts or items from OEMs that are no longer functioning. It can be troublesome ... http://aviationweek.com/program-management-corner/simulation-software-solve-certification-challenges-additive-manufacturing

  • Top EU security chief emphasizes ‘shared self-interest’ in defense cooperation after Brexit

    26 septembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Top EU security chief emphasizes ‘shared self-interest’ in defense cooperation after Brexit

    By: Martin Banks BRUSSELS — The European Union security chief Julian King has called for the “closest possible cooperation” on defense and security issues after the U.K. leaves the 28-member bloc. “On some issues there will be winners and losers, but there is a mutual, shared self-interest when it comes to security and defense,” King said. Despite the failure of last week's EU summit in Salzburg, Austria, to back British Prime Minister Theresa May's latest Brexit proposals, King remains “optimistic” the U.K. and EU could continue to work together on security and defense. Some have questioned the effectiveness of European defense and security after the departure of the U.K. Britain is the second-largest net contributor to the EU, and its exit will result in an income shortfall of about €84 billion (U.S. $99 billion) for the EU's next spending period from 2020. Another problem, according to U.S. President Donald Trump, is the continued “unwillingness of some member states to contribute more” to NATO. Speaking at a security debate in Brussels, King highlighted cyber and the ongoing threat from terrorism as key areas where the two sides must cooperate post Brexit, which will occur at the end of March 2019. “Of course, there are still a few things still to resolve between now and March, and the economic side will be tough. But we need the closest possible cooperation in tackling the security challenges we both face, and I am optimistic we can do this,” he said. “Those people who are trying to harm us do not make a distinction between member states. We are facing shared threats, which are best tackled if we act together. This is true today, and it will be true after March 2019. It is this shared self-interest that I believe will drive cooperation on the security side,” he added. There was “no dispute” on the need to support member states in the security and defense field, according to King, but rather the challenge is finding ways to strengthen such collaboration. He praised recent EU investment in new security and defense initiatives, such as the Permanent Structured Cooperation and the Coordinated Annual Review on Defence, which, he pointed out, involve “tens of billions of euros.” While the EU was “doing OK” in tackling the twin threats posed by cyberwarfare and terrorism, he conceded that there is “an enormous amount still to do.” One example, he said, involves addressing artificial intelligence. This could be a force for both good and bad, he suggested, but the EU has been “slow” in responding to the challenges posed by AI. King's comments were echoed by Jaap de Hoop Scheffer, NATO secretary general from 2004-2009, who said he also hopes that, post Brexit, the EU and U.K. will enjoy the “closest possible cooperation” on defense and security issues. “Yes, we all want the EU to take more responsibility in the defense sphere, but you have to ask: ‘What is European defense without the U.K.?' ” Both were speaking during “A Brave New World,” a debate organized by Friends of Europe, a leading Brussels-based think tank. Elsewhere, a leading U.K.-based academic warned that the “Salzburg impasse” puts EU-U.K. security cooperation at risk. Last week's summit of EU leaders in Salzburg ended acrimoniously with the EU saying May's trade proposals “would not work.” This has led May to demand “more respect” from the EU side. Dimitrios Giannoulopoulos, a professor at the University of London, said that “reaching a new security agreement independently of the main Brexit negotiations will be easier said than done.” “The threat of a ‘no deal' Brexit would seriously disrupt U.K. and EU capabilities in the fight against terrorism and organized crime, at a time when the EU is committed to stepping up its efforts to improve judicial and police cooperation in Europe," he said. Speaking separately, Gordon Sondland, the new U.S. ambassador to the EU, has pledged to work with the EU “honestly and constructively to address the global security threats that seek to destroy our shared history, values and culture.” “Whether defeating the Islamic State, countering North Korea's belligerency or ensuring energy supplies will never be used for political coercion, we will stand together," the diplomat said. "There are a wealth of issues we can tackle together. From malign Russian activity (ranging from disinformation campaigns to invasion and occupation of sovereign nations), to data privacy, to Iran — yes, even Iran — we work best when we work in tandem.” https://www.defensenews.com/global/europe/2018/09/25/top-eu-security-chief-emphasizes-shared-self-interest-in-defense-cooperation-after-brexit

  • Contract Awards by US Department of Defense - September 25, 2018

    26 septembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 25, 2018

    ARMY Universal Consulting Services Inc., Fairfax, Virginia (W52P1J-18-D-A004); McLane Advanced Technologies LLC,* McLean, Virginia (W52P1J-18-D-A005); Raytheon Co., Waltham, Massachusetts (W52P1J-18-D-A006); Booz Allen Hamilton, McLean, Virginia (W52P1J-18-D-A007); Credence Management Solutions LLC,* Vienna, Virginia (W52P1J-18-D-A008); Leidos Innovations Corp., Gaithersburg, Maryland (W52P1J-18-D-A009); Unified Business Technologies Inc.,* Troy, Michigan (W52P1J-18-D-A010); ActioNet Inc., Vienna, Virginia (W52P1J-18-D-A011); NES Associates LLC, Alexandria, Virginia (W52P1J-18-D-A012); Excellus Solutions LLC,* McLean, Virginia (W52P1J-18-D-A013); SuprTEK Inc.,* Ashburn, Virginia (W52P1J-18-D-A014); IAP Worldwide Services Inc., Cape Canaveral, Florida (W52P1J-18-D-A015); Sabre/DCS/i3 JV (SDI JV), Warrington, Pennsylvania (W52P1J-18-D-A016); SNVC LC,* Herndon, Virginia (W52P1J-18-D-A017); Deloitte Consulting LLP, Arlington, Virginia (W52P1J-18-D-A018); DIGITALiBiz Inc.,* Rockville, Maryland (W52P1J-18-D-A019); Teksouth Corp.,* Gardendale, Alabama (W52P1J-18-D-A020); Summit Technologies LLC,* Aldie, Virginia (W52P1J-18-D-A021); Suntiva LLC,* Falls Church, Virginia (W52P1J-18-D-A022); Agile Defense Inc.,* Reston, Virginia (W52P1J-18-D-A023); Array Information Technology Inc., Greenbelt, Maryland (W52P1J-18-D-A024); GRSi (Grove Resource Solutions Inc.),* Frederick, Maryland (W52P1J-18-D-A025); CALNET Inc.*, Reston, Virginia (W52P1J-18-D-A026); ZenLogic JV,* Gainesville, Virginia (W52P1J-18-D-A027); TA Services of South Carolina LLC,* Charleston, South Carolina (W52P1J-18-D-A028); IPKeys Technologies LLC,* Stafford, Virginia (W52P1J-18-D-A029); IT Enterprise Services and Solutions, Vienna, Virginia (W52P1J-18-D-A030); Maden Technologies,* Arlington, Virginia (W52P1J-18-D-A031); IBM Corp., Bethesda, Maryland (W52P1J-18-D-A032); Hyperion Inc.,* Reston, Virginia (W52P1J-18-D-A033); Qbase LLC,* Beavercreek, Ohio (W52P1J-18-D-A034); CyberData Technologies Inc.,* Herndon, Virginia (W52P1J-18-D-A035); DirectViz Solutions LLC,* Chantilly, Virginia (W52P1J-18-D-A036); BAE Systems Information Solutions Inc., Rockville, Maryland (W52P1J-18-D-A037); American Cyber Inc.,* Clifton, Virginia (W52P1J-18-D-A038); SMS Data Products Group Inc., McLean, Virginia (W52P1J-18-D-A039); 22nd Century Holding LLC, Somerset, New Jersey (W52P1J-18-D-A040); T-Four LLC,* Alexandria, Virginia (W52P1J-18-D-A041); STG Inc., Reston, Virginia (W52P1J-18-D-A042); Vencedor Technologies LLC,* Vienna, Virginia (W52P1J-18-D-A043); Sentar Inc.* Huntsville, Alabama (W52P1J-18-D-A044); AOC Expression LLC,* Chantilly, Virginia (W52P1J-18-D-A045); ManTech Advanced Systems International Inc., Herndon, Virginia (W52P1J-18-D-A046); ASCI Inc.,* Colorado Springs, Colorado (W52P1J-18-D-A047); Advanced Software Systems Inc.,* Sterling, Virginia (W52P1J-18-D-A048); Occam Solutions Inc.,* Herndon, Virginia (W52P1J-18-D-A049); DSA Inc. (Data Systems Analysts Inc.), Feasterville Trevose, Pennsylvania (W52P1J-18-D-A050); Macro Solutions Inc.,* Washington, D.C. (W52P1J-18-D-A051); Information Gateways Inc.,* Livonia, Michigan (W52P1J-18-D-A052); VAE Inc., Springfield, Virginia (W52P1J-18-D-A053); Pragmatics Inc., Reston, Virginia (W52P1J-18-D-A054); Caelum Research Corp., Rockville, Maryland (W52P1J-18-D-A055); Criterion Systems Inc.,* Vienna, Virginia (W52P1J-18-D-A056); Soft Tech Consulting Inc.,* Chantilly, Virginia (W52P1J-18-D-A057); Strategic Operational Solutions Inc.,* Vienna, Virginia (W52P1J-18-D-A058); Fortem Solutions LLC,* Vienna, Virginia (W52P1J-18-D-A059); Vectrus Systems Corp., Colorado Springs, Colorado (W52P1J-18-D-A060); Iron Bow Technologies LLC, Herndon, Virginia (W52P1J-18-D-A061); Harmonia Holdings Group LLC,* Blacksburg, Virginia (W52P1J-18-D-A062); LOGC2 Inc.,* Decature, Alabama (W52P1J-18-D-A063); Exeter Information Technology Services LLC,* Gaithersburg, Maryland (W52P1J-18-D-A064); DRS Technical Services Inc., Dulles, Virginia (W52P1J-18-D-A065); FWG Solutions Inc.,* Washington, D.C. (W52P1J-18-D-A066); Intelligent Waves LLC,* Reston, Virginia (W52P1J-18-D-A067); Crystal Clear Technologies Inc.,* St. Petersburg, Florida (W52P1J-18-D-A068); Inserso Corp.,* Vienna, Virginia (W52P1J-18-D-A069); Stinger Ghaffarian Technologies Inc., Greenbelt, Maryland (W52P1J-18-D-A070); Technatomy Corp., Fairfax, Virginia (W52P1J-18-D-A071); n-Link Corp.,* Bend, Oregon (W52P1J-18-D-A072); Dev Technology Group Inc.,* Reston, Virginia (W52P1J-18-D-A073); Millenium Corp.,* Arlington, Virginia (W52P1J-18-D-A074); Science Applications International Corp.,* Reston, Virginia (W52P1J-18-D-A075); ITSTARS2 LLC,* Herndon, Virginia (W52P1J-18-D-A076); LinkTec LLC,* McLean, Virginia, (W52P1J-18-D-A077); ECS Federal LLC, Fairfax, Virginia (W52P1J-18-D-A078); Trowbridge & Trowbridge LLC, McLean, Virginia (W52P1J-18-D-A079); Accenture Federal Services LLC, Arlington, Virginia (W52P1J-18-D-A080); Link Solutions Inc.,* McLean Virginia (W52P1J-18-D-A081); HP Enterprise Services LLC, Herndon, Virginia (W52P1J-18-D-A082); Adams Communication & Engineering Technology Inc., Waldorf, Maryland (W52P1J-18-D-A083); Mission 1st Group Inc.,* Arlington, Virginia (W52P1J-18-D-A084); ObjectCTalk Inc.,* King of Prussia, Pennsylvania (W52P1J-18-D-A085); General Dynamics Information Technology Inc., Fairfax, Virginia (W52P1J-18-D-A086); Indigo IT LLC,* Reston, Virginia (W52P1J-18-D-A087); Digital Management Inc., Bethesda, Maryland (W52P1J-18-D-A088); Banc3 Inc.,* Princeton, New Jersey (W52P1J-18-D-A089); CSRA Inc., Falls Church, Virginia (W52P1J-18-D-A090); American Systems Corp., Chantilly, Virginia (W52P1J-18-D-A091); Bravura Information Technology Systems Inc.,* Aberdeen, Maryland (W52P1J-18-D-A092); Harris IT Services Corp. (now Peraton Inc.), Herndon, Virginia (W52P1J-18-D-A093); NCI Information Systems Inc., Reston, Virginia (W52P1J-18-D-A094); Jacobs, Tullahoma, Tennessee (W52P1J-18-D-A095); SNR Systems LLC,* Ashburn, Virginia (W52P1J-18-D-A096); Tiger Creek Consulting Inc.,* Fairfax, Virginia (W52P1J-18-D-A097); New Directions Technologies Inc.,* Ridgecrest, California (W52P1J-18-D-A098); URS Federal Services Inc., Germantown, Maryland (W52P1J-18-D-A099); Business Mission Edge LLC,* Bethesda, Maryland (W52P1J-18-D-A100); GC&E Systems Group Inc.,* Norcross, Georgia (W52P1J-18-D-A101); Phacil Inc.,* McLean, Virginia (W52P1J-18-D-A102); LinTech-Pragmatics JV,* Reston, Virginia (W52P1J-18-D-A103); ITES Venture LLC,* Fairfax, Virginia (W52P1J-18-D-A104); Synteras LLC,* Herndon, Virginia (W52P1J-18-D-A105); NTT DATA Services Federal Government Inc., Herndon, Virginia (W52P1J-18-D-A106); B&D Consulting Inc.,* Hagerstown, Maryland (W52P1J-18-D-A107); Technology, Automation & Management Inc.,* Fairfax, Virginia (W52P1J-18-D-A108); World Wide Technology Inc., Maryland Heights, Missouri (W52P1J-18-D-A109); Halfaker and Associates LLC,* Arlington, Virginia (W52P1J-18-D-A110); IP Network Solutions Inc.,* Herndon, Virginia (W52P1J-18-D-A111); MetroStar Systems Inc.,* Reston, Virginia (W52P1J-18-D-A112); Innovative Management Concepts Inc.,* Dulles, Virginia (W52P1J-18-D-A113); Akira Technologies Inc.,* Washington, District of Columbia (W52P1J-18-D-A115); Optivor Technologies LLC,*Annapolis Junction, Maryland (W52P1J-18-D-A117); Kingfisher, Systems Inc.,* Falls Church, Virginia (W52P1J-18-D-A118); Cybermedia Technologies Inc.,* Reston, Virginia (W52P1J-18-D-A119); Computer World Services Corp.,* Washington, District of Columbia (W52P1J-18-D-A120); 3Vesta LLC,* Falls Church, Virginia (W52P1J-18-D-A121); Logistics Systems Inc.,* Washington, District of Columbia (W52P1J-18-D-A122); S4 Inc.,* Bedford, Massachusetts (W52P1J-18-D-A123); M.C. Dean Inc., Tysons Corner, Virginia (W52P1J-18-D-A124); Savantage Solutions,* Rockville, Maryland (W52P1J-18-D-A125); Superior Government Solutions Inc.,* Falls Church, Virginia (W52P1J-18-D-A126); AT&T Government Solutions Inc., Vienna, Virginia (W52P1J-18-D-A127); Innovations JV LLC,* Chantilly, Virginia (W52P1J-18-D-A128); Fortem Services Group LLC,* Herndon, Virginia (W52P1J-18-D-A129); Unisys Corp., Reston, Virginia (W52P1J-18-D-A130); NexGen Data Systems Inc.,* Goose Creek, South Carolina (W52P1J-18-D-A131); EZteq LLC,* Reston, Virginia (W52P1J-18-D-A132); TELESIS Corp.,* McLean, Virginia (W52P1J-18-D-A133); Attain SuprTEK LLC, McLean, Virginia (W52P1J-18-D-A134); FEDITC LLC,* Rockville, Maryland (W52P1J-18-D-A135); CKA LLC,* Sterling, Virginia (W52P1J-18-D-A136); Northrop Grumman, Herndon, Virginia (W52P1J-18-D-A137); CACI-ISS Inc., Chantilly, Virginia (W52P1J-18-D-A138); Synaptek Corp.,* Reston, Virginia (W52P1J-18-D-A139); and Ace Info Solutions Inc., Reston, Virginia (W52P1J-18-D-A140), will compete for each order of the $12,100,000,000 hybrid (cost, firm-fixed-price, and time-and-materials) contract for Information Technology Enterprise Solutions-3 services. Bids were solicited via the internet with 187 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2027. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Raytheon Co., Andover, Massachusetts, was awarded a $1,528,780,740 modification (P00030) to Foreign Military Sales (Poland) contract W31P4Q-15-C-0022 for Phased Array Tracking Radar to Intercept on Target (PATRIOT). Work will be performed in Andover, Massachusetts; White Sands Missile Range, New Mexico; and Merrimack, New Hampshire, with an estimated completion date of Dec. 31, 2022. Fiscal 2018 foreign military sales funds in the amount of $922,467,122 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Nammo Talley Inc., Mesa, Arizona, was awarded a $135,060,000 firm-fixed-price contract for the production of the Bunker Defeat Munition, XM808 Subcaliber Trainer, and the Field Handling Trainer. 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 Sept. 24, 2021. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-18-D-0163). Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $60,947,957 firm-fixed-price contract for repair of the Utility Helicopter-60 Blackhawk transmission. 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 Sept. 24, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-D-0071). Cox Construction, Vista, California, was awarded a $32,416,000 firm-fixed-price contract for design, bid, build and construction of a new 800-member Army Reserve Center. Bids were solicited via the internet with two received. Work will be performed in Fallbrook, California, with an estimated completion date of Nov. 5, 2020. Fiscal 2014 and 2018 military construction funds in the amount of $32,416,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0036). Turner Construction Co., Huntsville, Alabama, was awarded a $27,223,895 firm-fixed-price contract for renovation of Army primary standards lab. Bids were solicited via the internet with three received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Jan. 2, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $27,223,895 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-18-C-0031). Carasoft Technology Corp., Reston, Virginia, was awarded a $25,017,802 firm-fixed-price contract to migrate Army Enterprise System Integration Program Hub to Cloud along with managed services to accomplish their mission. Three bids were solicited with three bids received. Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 13, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $24,914,298 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-F-0375). American Ordnance LLC, Middletown, Iowa, was awarded a $23,178,756 firm-fixed-price contract for Mine Clearing Line Charge systems. One bid was solicited with one bid received. Work will be performed in Middletown, Iowa, with an estimated completion date of Dec. 31, 2020. Fiscal 2016 and 2018 other procurement, Army funds in the amount of $23,178,756 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-C-0057). BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $20,285,513 modification (P00666) to contract DAAA09-98-E-0006 for sewer line repair and replacement at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Sept. 30, 2020. Fiscal 2018 other procurement, Army funds in the amount of $20,285,513 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. HHI Corp.,* Ogden, Utah, was awarded an $18,943,387 firm-fixed-price contract to construct an ammunition inspection repair and repacking facility, ammunition storehouse, earth-covered magazines, igloo-style storage, and open storage area. Bids were solicited via the internet with two received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of May 31, 2020. Fiscal 2014 and 2018 military construction funds in the amount of $18,943,387 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0037). LGC Global Inc.,* Detroit, Ohio, was awarded a $13,810,000 firm-fixed-price contract to renovate KC-135 aircraft hangar. Bids were solicited via the internet with six received. Work will be performed in Columbus, Ohio, with an estimated completion date of May 29, 2020. Fiscal 2018 operations and maintenance Army in the amount of $13,810,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Ohio, is the contracting activity (W91364-18-C-5003). MedTrust LLC, San Antonio, Texas, was awarded a $13,500,000 firm-fixed-price contract for registered nursing services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0030). Johnson Machine Works Inc.,* Chariton, Iowa, was awarded a $12,627,614 firm-fixed-price contract for supply of miter gates for Lock and Dam 5A, and Locks 8 and 10. Bids were solicited via the internet with three received. Work will be performed in Chariton, Iowa, with an estimated completion date of Oct. 27, 2023. Fiscal 2018 operations and maintenance, Army funds in the amount of $12,627,614 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-18-C-0013). Gilbane Federal, Concord, California, was awarded a $12,255,392 firm-fixed-price contract for construction of automation-aided instructional building. Bids were solicited via the internet with two received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of Jan. 18, 2020. Fiscal 2014 and 2018 military construction funds in the amount of $12,255,392 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-18-C-3003). Day & Zimmermann Lone Star LLC, Texarkana, Texas, was awarded a $10,375,695 modification (P00011) to contract W52P1J-16-C-0001 for M67 fragmentation hand grenades. Work will be performed in Texarkana, Texas, with an estimated completion date of Aug. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $10,375,695 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Zyscovich Inc., Miami, Florida, was awarded a $10,000,000 fixed-price-award-fee contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0013). Schenkel & Shultz Inc., Orlando, Florida, was awarded a $10,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0010). Wright Contracting,* Knoxville, Tennessee (W912L7-18-D-0001); Rick Cox Construction Co.,* Harriman, Tennessee (W912L7-18-D-0002); Pangea Inc.,* St. Louis, Missouri (W912L7-18-D-0003); P&W Construction LLC,* Knoxville, Tennessee (W912L7-18-D-0004); NCS/EML JV,* Louisville, Tennessee (W912L7-18-D-0005); SAF Inc.,* Nashville, Tennessee (W912L7-18-D-0006); R.L. Alvarez Construction LLC,* Clarksville, Tennessee (W912L7-18-D-0007); Semper Tek Inc.,* Lexington, Kentucky (W912L7-18-D-0008); All Phase Solutions,* Delray Beach, Florida (W912L7-18-D-0009); Chief Electric Co.,* Memphis, Tennessee (W912L7-18-D-0010); and Howard Pence Inc.,* Elizabethtown, Kentucky (W912L7-18-D-0011), will compete for each order of the $10,000,000 firm-fixed-price contract for construction projects to support the Tennessee National Guard. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2023. U.S. Property and Fiscal Office, Tennessee, is the contracting activity. Leidos Inc., Reston, Virginia, was awarded a $9,805,063 cost-plus-fixed-fee contract to complete the RQ-7Bv2 integration, testing, and qualification of the design developed under Phase III of the RQ-7B Shadow Assured Positioning, Navigation, and Timing program. Three bids were solicited with two bids received. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Sept. 30, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $5,272,644 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-F-0687). Lead Builders Inc.,* Thousand Oaks, California, was awarded a $7,890,000 firm-fixed-price contract for hangar repairs and upgrades. Bids were solicited via the internet with 13 received. Work will be performed in Edwards Air Force Base, California, with an estimated completion date of Oct. 31, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $7,890,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-18-C-0039). Cape Environmental Management Inc.,* Overland Park, Kansas, was awarded a $7,716,908 firm-fixed-price contract for perform remediation of sites at the former Sunflower Army Ammunition Plant in De Soto, Kansas. Seven bids were solicited with seven bids received. Work will be performed in De Soto, Kansas, with an estimated completion date of Nov. 6, 2022. Fiscal 2018 operations and maintenance Army funds in the amount of $7,716,908 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-18-F-3021). Sierra Nevada Corp., Sparks, Nevada, was awarded a $7,285,595 hybrid (cost, cost-plus-incentive-fee, and firm-fixed-price) contract for First Article Testing prototypes of a Medical Hands-Free Ultra-Wideband Broadcast device capable of meeting airworthiness. One bid was solicited with one bid received. Work will be performed in Sparks, Nevada, with an estimated completion date of Aug. 25, 2023. Fiscal 2018 research, development, test and evaluation funds in the amount of $3,614,043 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0232). NAVY Orbis Sibro Inc., Mount Pleasant, South Carolina (N3904018D0003); Q.E.D. Systems Inc., Virginia Beach, Virginia (N3904018D0004), Delphinus Engineering, Eddystone, Pennsylvania (N3904018D0005); and Oceaneering Intl., Chesapeake, Virginia (N3904018D0006), are awarded a combined cumulative $166,961,483 cost-plus fixed fee, indefinite-delivery/indefinite-quantity, multiple award contracts to provide non-nuclear production support for U.S. naval submarine projects/repairs. This requirement includes touch labor efforts for 14 trades onboard Virginia and Los Angeles class submarines. The services under these contracts cover marine electrician, industrial fire watch/laborer, marine pipefitter, outside marine machinist, marine painter, weight handler, marine ship fitter, shipwright, welder, sheet metal, marine insulator, abrasive blaster, deck time setter, sound tile setter for upcoming submarine availabilities. Work will be performed in Kittery, Maine, and is expected to be completed by October 2019. If all options are exercised, work will continue through October 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $4,000 ($1,000 minimum guarantee per contract) will be obligated at time of award and expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with four offers received in accordance with Federal Acquisition Regulations Part 15. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $81,433,819 firm-fixed-priced, performance-based logistics requirements contract for logistics and repair support for 221 components in support of the F/A-18 A-F and E/A-18 G aircrafts as well as two additional components that are common across several aviation platforms including EA6, KC130, S3B, MH60, SH60, V-22, C2A, E2C, TE2C, P-3C, and the EP-3E aircrafts. This contract includes a four-year base period with no options. Work will be performed in College Park, Georgia (34 percent); Jacksonville, Florida (33 percent); and North Island, California (33 percent). Work is expected to be completed by September 2022. No funds will be obligated at the time of award. Working capital (Navy) funds and Australian funds under the Foreign Military Sales Program will be obligated to fund delivery orders as they are issued. Funds will not expire at the end of the current fiscal year. This contract was a sole source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), 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. (N00383-18-D-PV01) Goodwill Industries, Southeastern Wisconsin, Greendale, Wisconsin, is awarded an $80,004,557 firm-fixed-price contract to provide food and logistics support services for the Galley and Uniform Issue Department in support of the Recruit Training Command, Training Support Center, and other tenant activities located within the Naval Station Great Lakes. The contract will include a one-year base period and nine one-year option periods which if exercised, the total value of this contract will be $824,074,038. Work will be performed in Great Lakes, Illinois, and work is expected to be completed by September 2019. If all options are exercised, work will be completed by September 2028. Subject to the availability of funds, at time of award, funds will be incrementally funded under the contract's base period utilizing fiscal 2019 operations and maintenance (Navy) funds in the amount of $3,434,398 that will expire at the end of the current fiscal year; and working capital funds (Navy) in the amount of $3,626,578 that will not expire at the end of the current fiscal year. This solicitation for a non-competitive requirement was pursuant to the Javits-Wagner-O'Day Act (41 U.S.C. 46-48c) and the rules of the Committee for Purchase from People Who Are Blind or Severely Disabled (41 CFR Chapter 51) which implements the AbilityOne Program. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity. (N00189-18-C-Z053) Raytheon Co. Missile Systems, Tucson, Arizona, is awarded a $46,663,856 cost-plus-fixed-fee contract for technical maturation and risk reduction of the Miniature Air Launched Decoy-Navy. Work will be performed in Tucson, Arizona (81 percent); East Hartford, Connecticut (4 percent); El Segundo, California (3 percent); Salt Lake City, Utah (3 percent); Papendrecht, Netherlands (3 percent); Cedar Rapids, Iowa (2 percent); Akron, Ohio (2 percent); and Indianapolis, Indiana (2 percent), and is expected to be completed in November 2020. Fiscal 2018 research, development, test and evaluation funds (Navy) in the amount of $10,445,410 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-0088). Omega Aerial Refueling Services, Inc.,* Alexandria, Virginia, is awarded a not-to-exceed $41,586,391 modification P00020 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-13-D-0010). This modification extends the period of performance to provide aerial refueling services to the Department of the Navy, other Department of Defense agencies, and Foreign Military Sales customers during missions ranging from basic training to multi-national exercises. Work will be performed in Riverside, California (50 percent); Brunswick, Georgia (40 percent); and various locations outside the continental U.S. (10 percent), and is expected to be completed in March 2019. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. GHD Setiadi Kaula AE JV, Honolulu, Hawaii, is awarded a maximum amount $40,000,000 indefinite-delivery/indefinite-quantity architect-engineering (AE) contract for AE services for various base infrastructure projects and other projects primarily under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for AE services for base infrastructure and other civil design/engineering services. AE services include, but are not limited to, the execution and delivery of military construction project documentation; functional analysis and concept development workshops and design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; technical surveys and reports including concept studies, site engineering investigations, pavement condition surveys, topographical surveys, geotechnical investigations, hazardous material surveys, munitions of explosive concern surveys, hydrographic surveys, and others; construction cost estimates; collateral equipment buy packages; comprehensive interior design including structural interior design and furniture, fixtures, and equipment; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and other government facilities within the NAVFAC Pacific AOR including but not limited to Guam and the Northern Marianas Islands (70 percent); Australia (20 percent); and Hawaii (10 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2017 military construction (MILCON), (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-18-D-0005). Vista Research, Inc.,* Arlington, Virginia, is awarded a $36,226,053 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for a Small Business Innovation Research Phase III effort stemming from a Phase I, Phase II, and Phase III contract under Topic H-SB06.1-004, Signal Processing for a Southern Border Surveillance System. This requirement provides for up to eight Vista F50-ER1 Air Surveillance Radar (ASR) systems, including installation; and operation and sustainment support for 11 Vista F50-ER1 ASR systems, including three previously installed on ships. Work will be performed in Arlington, Virginia, and is expected to be completed in September 2023. Fiscal 2018 working capital funds (Navy) in the amount of $2,267,999 will be obligated at time of award; none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey is the contracting activity (N68335-18-D-0046). Jacobs Technology, Inc., Tullahoma, Tennessee, is awarded a $30,637,699 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Station Mayport, Marine Corps Support Facility Blount Island, and outlying areas. The maximum dollar value including the base period and seven option years is $241,743,338. The work to be performed provides for base operations support services to include port operations, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental. Work will be performed in Jacksonville, Florida; Naval Station Mayport (62 percent); Blount Island (37 percent); and outlying areas (1 percent), and is expected to be completed by December 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 Navy working capital funds; fiscal 2019 Defense Health Program; fiscal 2019 operations and maintenance (Marine Corps); fiscal 2019 operations and maintenance (Marine Corps Reserve); and fiscal 2019 family housing operations and maintenance (Navy) contract funds in the amount of $25,168,579 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1800). Creare LLC*, Hanover, New Hampshire, is awarded a $23,817,898 not-to-exceed, indefinite-delivery/indefinite-quantity contract for the procurement of up to 22 Compact Swaging Machines (CSMs) in support of the Aircraft Launch and Recovery System Recovery Program in support of a Small Business Innovation Research (SBIR) Phase III effort. The CSM is an advanced hydraulic system that uses up to 800 tons of pressure to swage a terminal onto an aircraft carrier purchase cable. These services are in support of SBIR Topic N06-T023 entitled “A Portable Swaging Machine for Aircraft Carrier Purchase Cable Terminals.” Work will be performed in Hanover, New Hampshire, and is expected to be completed in September 2023. Fiscal 2017 other procurement (Navy) funds in the amount of $3,767,604 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(5). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-D-0067). DRS Network and Imaging Systems LLC, Melbourne, Florida, is awarded a $20,966,982 modification to previously awarded contract (N00164-12-D-JQ49) for the procurement of improved day/night observation device(s) (INOD) in support of the Marine Corps and U.S. Special Operations Command. The INOD is a cooled thermal mid-wave infrared imager with the ability to import data and export images. The system enables operators to successfully engage targets beyond 800 meters as well as see their bullet trace. Work will be performed in Melbourne, Florida (84 percent); and Dallas, Texas (16 percent), and is expected to be completed by May 2020. Fiscal 2018 procurement (Marine Corps) funding in the amount of $17,389,713; and fiscal 2018 procurement (defense-wide) funding in the amount of $2,329,338 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured pursuant to 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-12-D-JQ49). The Boeing Co., St. Louis, Missouri, is awarded $17,924,406 for modification P00001 to a cost-plus-fixed-fee delivery order (N0001918F0051) previously issued against basic ordering agreement N00019-16-G-0001. This modification is incorporation of Engineering Change Proposal (ECP) 6488, “Secondary Bleed Air Regulator and Shut Off Valve Improvement.” The intent of the ECP is to improve aircraft reliability through the procurement of recurring kits for the secondary bleed air regulator and shut off valve in support of an F/A-18E/F and EA-18G initiative committed to the elimination of physiological episodes. Work will be performed in Irvine, California, and is expected to be completed in January 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $17,924,406 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. Elbit Systems of America, Fort Worth, Texas, is awarded $16,471,564 for firm-fixed-price delivery order N0001918F2390, against a previously issued basic ordering agreement (N00019-17-G-0014). This order procures standby flight displays to support government furnished equipment requirements for production aircraft; MV-22 Sustainment and Foreign Military Sales (FMS) production spares. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2021. Fiscal 2018 working capital (Navy); fiscal 2018 aircraft procurement (Navy); fiscal 2016 advanced procurement (Air Force); and FMS funds in the amount of $12,563,165 are being obligated on this award, $11,963,765 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Ranger Land Systems Inc.,* Huntsville, Alabama, is awarded a $15,512,732 firm-fixed-price, time and materials, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for commercial maintenance, refurbishment, inspection and repair of Bearcats, High-Mobility Multipurpose Wheeled Vehicles, Logistics Vehicle System Replacement, 7-ton trucks, Joint Light Tactical Vehicles, aircraft rescue firefighting and tactical trailers. Work will be performed in Jasper, Indiana, and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $671,628 will be obligated at time of award and 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 Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JV22). Nav Systems Inc., Chesapeake, Virginia (N3220518D4863); Barney A Cagle, Honolulu, Hawaii (N3220518D4864); Northrop Grumman Systems Corp. Maritime Systems, Charlottesville, Virginia (N3220518D4865); and Northrop Grumman Systems Corp., Sperry Marine Division, Harvey, Louisiana (N3220518D4866), are awarded a combined cumulative ceiling $12,800,975 multiple award, indefinite-delivery/indefinite-quantity contract for a broad range of systems and service support for Military Sealift Command vessels' bridge electronic communication equipment, steering gear, navigation equipment, and various safety systems. Work will be performed in Original Equipment Manufacturer authorized marine service facilities, shipyards, and underway/onboard the vessels in various locations around the world. Work is expected to be completed by Sept. 29, 2021. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $3,500 per contract for a total of $14,000, will be obligated as the initial task orders and will satisfy the minimum guarantee requirements. Funds will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with five offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Sealift Inc., Oyster Bay, New York, is awarded a $12,421,315 modification under previously awarded firm-fixed-price reimbursable contract N3220515C3201 to exercise option period four for the U.S. flagged vessel MV LTC John U. D. Page for prepositioning and transportation of cargo for the Department of the Army. The vessel is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo); and for military readiness, in accordance with the terms of this charter. The current contract includes a two-month firm period of the performance, four one-year option periods, and one nine-month option period. Working capital funds in the amount of $12,421,315 is currently available for performance, and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Blue Skies Furniture LLC, Colorado Springs, Colorado, is awarded an $11,364,203 firm-fixed-price, four-year, indefinite-delivery/indefinite-quantity contract for branded furniture in support of Marine Corps Recruiting. This contract has a four-year ordering period with no options. Work will be performed at Colorado Springs, Colorado, and is expected to be completed Sept. 24, 2022. Fiscal 2018 operations and maintenance (Marine Corps) funding in the amount of $300,000, will be cited and obligated on the first delivery order and will expire at the end of the current fiscal year. This contract was competitively solicited and procured via solicitation on the Federal Business Opportunity website, with four proposals received. The Regional Contracting Office, Parris Island, South Carolina, is the contracting activity (M00263-18-D-1004). Sierra Nevada Corp., Sparks, Nevada, is awarded $10,850,638 for cost-plus-fixed-fee task order N0042118F0744 against a previously issued basic ordering agreement (N00421-15-G-0001). This task order provides engineering analysis and technical services to assess and investigate hardware and software trouble reports and perform corrective action in support of sustainment activities associated with the Landing System Upgrade program for Air Traffic Control and Landing Systems. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in September 2020. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $844,000 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Sealift Inc., Oyster Bay, New York, is awarded a $9,581,250 modification to previously awarded firm-fixed-price, reimbursable contract N3220516C3501 to exercise option period three for the U.S. flagged vessel MV SSG Edward A. Carter Jr. for prepositioning and transportation of cargo for the U.S. Department of the Army. The vessel is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo); and for military readiness, in accordance with the terms of this charter. The current contract includes a five-month firm period of the performance, four one-year option periods and one five-month option period. If all options are exercised the value of the contract will be $71,243,437. Working capital funds in the amount of $9,581,250 are currently available for performance under this contract, and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Deloitte Consulting LLP, Arlington, Virginia, is awarded an $8,118,024 modification to a previously awarded cost-plus-fixed-fee contract (N00039-15-C-0037) to exercise an option for program management office support for the Program Executive Office Enterprise Information Systems' Navy Enterprise Networks Program Office. Services being acquired are programmatic, technical, engineering and integrated logistics, and application sustainment to support the naval enterprise Order to Payment System. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $48,007,634. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2019. If all options are exercised, work could continue until September 2020. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $5,714,943 will be placed on contract and obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded $7,658,054 for modification P00006 to a previously awarded cost-plus-fixed-fee contract (N00030-17-C-0028) to provide various labor and material items in support of Strategic Weapons Systems Ashore, SSGN Repair, United Kingdom Dreadnought Trainer upgrades and training for Strategic Systems Programs. Work will be performed in Groton, Connecticut (44 percent); Cape Canaveral, Florida (12 percent); Kings Bay, Georgia (12 percent); Bangor, Washington (12 percent); Faslane, Scotland (12 percent); and Washington, District of Columbia (8 percent), with a completion date of April 30, 2021. Fiscal 2018 United Kingdom funds in the amount of $4,811,449; fiscal 2018 research and development test and evaluation funds in the amount of $2,771,780; and fiscal 2018 operations and maintenance (Navy) funds in the amount of $74,825 are being obligated on this modification. Funds in the amounts of $74,825 will expire at the end of fiscal 2018. The Navy's Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Erie Forge & Steel Inc., Erie, Pennsylvania, was awarded a not-to-exceed $7,323,320 for firm-fixed-price contract for the manufacture of propulsion shaft sections for the Virginia-class submarines. All work will be performed in Erie, Pennsylvania, and is expected to be completed by March 2020. Fiscal 2018 other procurement (Navy) funds in the amount of $5,424,240 will be obligated at time of award, and will not expire at the end of the current fiscal year. This requirement was competitively procured with the solicitation posted to the Federal Business Opportunities website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity. (Awarded Sept. 24, 2018) DEFENSE LOGISTICS AGENCY Constructicon Corp.,* Mountain View, California (SP3300-18-D-0018); Ironwood Commercial Builders, Inc.,* Pleasant Hill, California (SP3300-18-D-0019); Parshall Construction,* Concord, California (SP3300-18-D-0020); Patriot Construction, Inc.,** Stockton, California (SP3300-18-D-0021); Souza Construction, Inc.,* Farmersville, California (SP3300-18-D-0022) and Spectrum Services Group, Inc.,** Sacramento, California (SP3300-18-D-0023), are sharing a maximum $67,796,801 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP3300-18-R-0002 for various construction related efforts. This was a competitive acquisition with 12 offers received. These are five-year contracts with no option periods. Location of performance is California, with a Sept. 24, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. General Electric Aviation, Vandalia, Ohio, has been awarded a $52,462,485 firm-fixed-priced delivery order (SPRPA1-18-F-KC0S) against a five-year basic ordering agreement (SPE4A1-14-G-0009) for F/A-18 aircraft generators. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Ohio, with an April 1, 2024, performance completion date. Using service is Navy. Type of appropriation is fiscal 2018 through 2024 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Facility Site Contractors Inc.,* Halethorpe, Maryland (SP3300-18-D-0012); Ritz Construction Inc.,** Monrovia, Maryland (SP3300-18-D-0013); Argus CJW JV LLC,** Norfolk, Virginia (SP3300-18-D-0014); A.P. Williams Inc.,* Harrisburg, Pennsylvania (SP3300-18-D-0015); CBLA JV LLC,** Dillsburg, Pennsylvania (SP3300-18-D-0016); and Serviam Construction LLC,*** Altoona, Pennsylvania (SP3300-18-D-0017) are sharing a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP3300-18-R-0003 for various construction related efforts. This was a competitive acquisition with 17 offers received. These are five-year contracts with no option periods. Location of performance is Pennsylvania, with a Sept. 24, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. Seattle Lighthouse for the Blind,***** Seattle, Washington, has been awarded a maximum $33,204,950 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE1C1-17-D-B027) with three one-year option periods for multi-purpose personal hydration systems and components. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Washington, with a Sept. 30, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. North American Manufacturing,* Scranton, Pennsylvania, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for military folding cots. This was a competitive acquisition with one response received. This is a two-year base contract with three one-year option periods. Location of performance is Pennsylvania, with a Sept. 25, 2020, performance completion date. Using customers are Army, Air Force, Navy, Marine Corps and other federal civilian agencies. Type of appropriation is fiscal 2018 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-18-D-0002). Northrop Grumman Systems Corp., El Segundo, California, has been awarded a maximum $22,480,020 firm-fixed price delivery order (SPRPA1-18-F-LT20) against a five-year basic ordering agreement (SPRPA1-15-G-001Z) for F/A-18 doors. This is a 37-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is California, with an Oct. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Pietro Carnaghi USA Inc.,****** Pine Brook, New Jersey, has been awarded a maximum $12,305,331 firm-fixed-price contract for a Gantry Mill machine. This was a competitive acquisition and two offers received. This is an 18-month contract with no option periods. Locations of performance are Pennsylvania and Italy with a March 6, 2020, performance completion date. The using customer is Defense Logistics Agency. The type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-18-C-0003). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $12,031,431 firm-fixed-price delivery order (SPRPA1-18-F-E00E) against a five-year basic ordering agreement (FA812214G0001) for aircraft engine combustion chambers. 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 three-year contract with no option periods. Location of performance is Massachusetts, with a Dec. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Ritz Construction Inc.,** Monrovia, Maryland, has been awarded a maximum $7,193,360 firm-fixed-price contract for building renovations. This is a one-year plus contract with no option periods. This was a competitive acquisition with nine offers received. Location of performance is Pennsylvania, with a March 24, 2020, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-18-C-0022). AIR FORCE General Electric Aviation, Cincinnati, Ohio, has been awarded a $58,569,065 firm-fixed-price order (FA8122-18-F-0034) against basic ordering agreement FA8122-14-G-0001 for sustainment of the Royal Saudi Air Force F-15SA. This contract provides F110-129 engine consumables, spares, war-readiness spare kits, and support equipment. Work will be performed in Cincinnati, Ohio, and is expected to be completed by Sept. 24, 2020. This contract involves foreign military sales to Saudi Arabia and is the result of a sole-source acquisition. Non-expiring foreign military sales funds in the amount of $58,569,065 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8122-18-F-0034). Ultra Electronics Advanced Tactical Systems Inc., Austin, Texas, has been awarded a $47,000,000 requirements-type, firm-fixed-price, cost-reimbursable contract for the Joint Air Defense Systems Integrator program. This contract provides software sustainment support services. Work will be performed in Austin, Texas, and is expected to be completed by May 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $3,056,675 are being obligated at the time of award on the first order. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8574-18-D-0006). L3 Technologies Inc., Arlington, Texas, has been awarded a $8,082,879 bilateral modification (P00163) to contract FA8621-13-C-6323 for Sensor Operator Fidelity Improvements IV. Work will be performed in Arlington, Texas, and is expected to be completed by Jan. 30, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $3,950,503; fiscal 2018 operations and maintenance funds in the amount of $2,614,361; and fiscal 2018 Air National Guard funds in the amount of $1,518,015 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Northrup Grumman, Herndon, Virginia, has been awarded a $13,825,722 cost-plus-fixed-fee contract for product data management and migration support Services. This contract provides for all labor, supplies, and technical support services necessary to operate and maintain Robins Air Force Base, Georgia, product data hardware and software; to aid government customers in managing and executing technical data generation, acceptance and sustainment activities, processes, and products within the product data environment; and to support data improvement, cleansing and migration efforts necessary to prepare data for transition into modernized and/or Air Force enterprise-level systems. Work will be performed in Robins AFB, Georgia, and is expected to be completed by Aug. 15, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $13,825,722 are being obligated at the time of award. Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8501-18-F-0210). WASHINGTON HEADQUARTERS SERVICES Eccalon LLC, Hanover, Maryland, is being awarded an $8,448,706 firm-fixed-price contract to provide National Security Technology Accelerator Program support for the Office of Manufacturing and Industrial Base Policy. Work will be performed at the Mark Center, Virginia, with an expected completion date of Sept. 27, 2023. Fiscal 2018 research, development, test and evaluation funds in the amount of $8,448,706 are being obligated at time of award. This contract was competitively procured, with three proposals received. The Washington Headquarters Services, Acquisition Directorate, Arlington, Virginia, is the contracting activity (HQ0034-18-F-0572). *Small Business **Small disadvantaged women-owned business ***Service disabled veteran-owned small business ****Small business in historically underutilized business zones *****Mandatory source ******Small disadvantaged business https://dod.defense.gov/News/Contracts/Contract-View/Article/1644936/source/GovDelivery/

  • Members of Congress look to make AI a priority

    26 septembre 2018 | International, C4ISR

    Members of Congress look to make AI a priority

    By: Jessie Bur Congress and the executive branch need to make a more concerted effort to address and prepare for the rise of artificial intelligence, Reps. Will Hurd, R-Texas, and Robin Kelly, D-Ill., said in a white paper released Sept. 25. The congressmen, who serve as the chairman and ranking member of the House IT Subcommittee, compiled information gathered in past congressional hearings and meetings with experts to argue for the criticality of federal input in the many facets of AI. “In light of that potential for disruption, it's critical that the federal government address the different challenges posed by AI, including its current and future applications. The following paper presents lessons learned from the Subcommittee's oversight and hearings on AI and sets forth recommendations for moving forward,” Hurd and Kelly wrote. “Underlying these recommendations is the recognition the United States cannot maintain its global leadership in AI absent political leadership from Congress and the executive branch. Therefore, the Subcommittee recommends increased engagement on AI by Congress and the administration.” According to the White Paper, under current trends the United States is soon slated to be outpaced in research and development investments by countries like China that have prioritized artificial intelligence investment. “Particularly concerning is the prospect of an authoritarian country, such as Russia or China, overtaking the United States in AI. As the Subcommittee's hearings showed, AI is likely to have a significant impact in cybersecurity, and American competitiveness in AI will be critical to ensuring the United States does not lose any decisive cybersecurity advantage to other nation-states,” Hurd and Kelly wrote. Hurd characterized the Chinese investment in AI as a race with the U.S. “It's a race, we all know this, and one of the things we need [is] a national strategy, similar to what we've seen in the conversations around quantum computing yesterday at the White House. What we saw almost a decade ago when it came to nanotechnology. And part of that strategy does include increasing basic research, opening up data sets and making sure the U.S. is playing a part, leader on ethics when it comes to artificial intelligence,” said Hurd in a Sept. 25 press call. The paper applauded current investments in R&D, such as the Defense Advanced Research Projects Agency's creation of the Artificial Intelligence Exploration program, and encouraged government hosting more “Grand Challenges” like those conducted by DARPA to encourage outside-government innovation. “I do believe the federal government has a role, because we're sitting on data sets that could be used as a backbone of a Grand Challenge around artificial intelligence,” said Hurd, who added that the National Oceanic and Atmospheric Administration, healthcare agencies and many other components of the federal government possess the data to administer meaningful AI competitions. “I think this would be a maybe a great opportunity for a public private partnership,” added Kelly on the press call. The paper also identified four primary challenges that can arise as AI becomes more prevalent: workforce, privacy, bias and malicious use. AI has the potential to both put portions of the workforce out of a job as more tasks become automated and increase the number of jobs for those trained to work with artificial intelligence. Hurd and Kelly called on the federal government to lead the way in adapting its workforce by planning for and investing in training programs that will enable them to transition into AI work. As with many technologies, AI has the potential to infringe on privacy, as intelligent products or systems such as virtual assistants constantly collect data on individuals. That data could be exploited by both the company that created the technology and hackers looking to steal personal information. “The growing collection and use of personal data in AI systems and applications raises legitimate concerns about privacy. As such, federal agencies should review federal privacy laws, regulations, and judicial decisions to determine how they may already apply to AI products within their jurisdiction, and—where necessary—update existing regulations to account for the addition of AI,” Hurd and Kelly wrote. The white paper also calls on federal agencies to make government data more available to the public for AI experimentation, while also ensuring that any AI algorithms used by agencies to “make consequential decisions about individuals” are “inspectable” to ensure that they operate without coded bias. According to Hurd, the question of whether and how that inspectable information would be made available to the public still needs to be asked. Finally, Hurd and Kelly called on government entities to consider how AI may be used to perpetuate cyber attacks or otherwise cause harm. However, while recommending that agencies look to existing regulation and statute and some limited changes to those statutes, the paper encouraged a similar hands off approach that the federal government took to the development of the internet. “The government should begin by first assessing whether the risks to public safety or consumers already fall within existing regulatory frameworks and, if so, consideration should be made as to whether those existing frameworks can adequately address the risks,” Hurd and Kelly wrote. “At minimum, a widely agreed upon standard for measuring the safety and security of AI products and applications should precede any new regulations. A common taxonomy also would help facilitate clarity and enable accurate accounting of skills and uses of AI.” https://www.federaltimes.com/federal-oversight/congress/2018/09/25/members-of-congress-look-to-make-ai-a-priority

  • Pentagon Extends JEDI Deadline Again—With a Catch

    26 septembre 2018 | International, C4ISR

    Pentagon Extends JEDI Deadline Again—With a Catch

    By Heather Kuldell, Managing Editor The department is requiring bidders to deliver their proposals in person. Companies bidding on the Defense Department's multibillion-dollar Joint Enterprise Defense Infrastructure cloud contract will need to hand-deliver their proposals. “In lieu of electronic submission, an offeror's entire proposal shall be captured on one or more DVDs and submitted in person only. No other forms of submission will be accepted,” the department said in an amendment to the JEDI request for proposal posted Monday. The department also pushed the deadline back a few days. Bidders must contact JEDI procurement officials by 5 p.m. Eastern time Oct. 10 to get logistical details for turning in their proposals in person on Oct. 12. It's the second time the department extended JEDI's original Sept. 17 deadline, following other amendments that answered industry questions and a pre-award bid protest from Oracle. Defense officials describe the JEDI acquisition as the foundation for hosting mission-critical data for warfighters around the world. But since it was announced a year ago, the procurement has drawn scrutiny from industry and lawmakers for requiring a single cloud service provider instead of multiple vendors. The contract could be worth up to $10 billion over 10 years if all the follow-on options are exercised. But before the project sees a cent, Congress wants more insight into JEDI and the rest of the department's cloud computing projects. In the final conference report for the Defense-related minibus, appropriators order the defense secretary to deliver a cloud-centric budget accounting plan and a detailed, enterprisewide cloud computing strategy that includes “defining opportunities for multiple cloud service providers.” The department would be prohibited from spending anything on JEDI or the Defense Enterprise Office Solutions—another multibillion-dollar cloud contract—until 90 days after those plans are delivered to defense committees. “The conferees believe cloud computing, if implemented properly, will have far-reaching benefits for improving the efficiency of day-to-day operations of the Department of Defense, as well as enabling new military capabilities critical to maintaining a tactical advantage over adversaries,” lawmakers wrote in the joint explanatory statement. The Senate passed the minibus—which also includes labor, health, education and a continuing resolution—last week. The House is scheduled to vote on the package this week. https://www.nextgov.com/it-modernization/2018/09/pentagon-extends-jedi-deadline-again-catch/151541/

  • On the new battlefield, the Navy has to get software updates to the fleet within days, acquisition boss says

    26 septembre 2018 | International, Naval, C4ISR

    On the new battlefield, the Navy has to get software updates to the fleet within days, acquisition boss says

    By: David B. Larter The Navy has to get software updates and patches to the fleet within days if it's going to win in the future, the Department of the Navy's acquisition boss said Sept. 25 at Modern Day Marine. James Geurts, assistant secretary of the Navy for research, acquisition and development, said the fleet has been working on the rapid development of software to get needed upgrades to the ships ahead of pier-side availabilities, a pace he said was too slow for the modern battlefield. “We recently did one of our proof-of-principles to say: ‘How do you take ... software, get it system certified, get it cyber certified then get it out over the airwaves, uploaded on to a ship and into the combat system in 24 hours,” Geurts said. “My view is unless we get to the point where I can identify a software requirement, whether it's an [artificial intelligence] algorithm or something, find the solution, get it checked out on the network, give it whatever cyber-proofing it needs and get it into the fight in less than a week, we are not going to be successful in the long run.” The Navy has increasingly found that its current systems are capable of adjusting to new threats through software upgrades rather than buying new systems and installing them, a time-consuming and cripplingly expensive process that has been the norm in years past. Geurts said the Navy had to have a software architecture that was amenable to rapid upgrades so that developers would not need to re-test the underlying architecture each time a patch or fix is uploaded. Furthermore, the service also has to develop cyber security standards that don't just weigh whether or not something can be compromised but begin to think of it more in terms of risks associated. “The answer isn't yes or no, it's ‘Commander here is your risk.' And then weigh the risk of doing that [upgrade] versus a potential cyber impact so that commanders can make reasonable command decisions. Because there is always a risk to not doing something. We often talk about the risk of doing something, we don't often talk about the risk of not doing it.” Geurts told a gaggle with reporters after the talk that he was not talking about uploading whole new programs that sailors might be unfamiliar with but more iterative upgrades. "Don't take that to an extreme to where we will load on something that nobody has ever seen before, but it could be that there is a particular issue or new need, and you can envision us testing and training that shore-side, making sure it's right – we don't want to wait for the ship to come home we could potentially blast that out [to the fleet.]" The Navy is also working more with having digital doppelgangers of its combat system on board its ships so that new technologies can be tested by the crew and commanders before its uploaded into the main combat system, a hedge against reaping unintended consequences by uploading a feature or patch without knowing exactly how it will fit into the ship's systems. "The other thing we are doing a lot with is digital twins, where [the ship] might have the combat system that it's fighting with as well as a digital twin,” Geurts explained. “So you might be able to upload that new feature in the digital twin so you could have both, then it's up to the commander whether it's something you adopt or not.” https://www.c4isrnet.com/digital-show-dailies/modern-day-marine/2018/09/25/on-the-new-battlefield-the-navy-has-to-get-software-updates-to-the-fleet-within-days-acquisition-boss-says

  • INNOVATION CENTER OPENS AT LOCKHEED MARTIN IN ORLANDO

    25 septembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    INNOVATION CENTER OPENS AT LOCKHEED MARTIN IN ORLANDO

    ORLANDO, Fla., Sept. 25, 2018 /PRNewswire/ -- Necessity sparks invention at the Innovation Center, now open at Lockheed Martin's (NYSE: LMT) Missiles and Fire Control (MFC) facility in Orlando, Florida. In this 6,500-square-foot space, employees are empowered with the technology and tools to develop creative solutions to complex problems. The company expects it to aid in the creation of new patents and the win of new multimillion-dollar contracts. Lockheed Martin IC-Opening-Sept 2018 "Innovation is our 'day job' — it is core to who we are and everything we do," said Frank St. John, executive vice president at MFC. "This facility gives employees the means to bring ideas from our unlimited imaginations to life. The result of which will help us invent technologies to solve previously unsolvable problems." Five specialized labs, a next-generation video conference capability and an interactive lobby serve more than 5,000 employees and counting amidst a hiring surge at the southwest Orlando facility. Virtual reality, robotics, computer-simulated environments, 3-D printing and more are available at workers' fingertips to encourage new ways of thinking and approaching business needs. The space will also host monthly hands-on demonstrations as well as live webcasts across the business. This is the second of its kind at MFC. In less than a year's time, the Innovation Center in Dallas, Texas, has helped secure millions of dollars' worth of captured programs. "The Innovation Center is a destination for our program teams to explore what's possible with the use of high technology," said Tom Mirek, vice president deputy of engineering and technology at MFC. "Like we already have in Dallas, we're going to recognize Orlando's Innovation Center for being a vital resource to the success of our company for years to come." Orlando's Innovation Center is comprised of five unique labs: The Application Research Experimentation & Simulation (ARES) facility allows teams to use their own computing environment and applications to conduct events on a rapidly reconfigurable 12-screen hyperwall. The Genesis Lab is where ideas are born, and one can incubate and develop concepts in a creative, resourceful environment — 24 hours a day, seven days a week. Employees have access to augmented and virtual reality, small robotics, Arduino, Raspberry Pi, high-powered computing, and 3-D printers. The Iris Lab offers an indoor robotics test bay for safe and controlled training, experiments, and research. The Engineering Visualization Environment Lab and its animators take complex ideas and bring them to life through feature-film quality renderings. The Polaris Lab employs sensor, optics and laser testing that provides rapid response for employees and program development. This is a fire-control-focused lab that can benchmark new technology. Opening early 2019. Employees in Orlando lead the aerospace and defense industry in their experience with technologies related to electro-optics, millimeter wave radar, image and signal processing, advanced materials, electronic packaging, and large-system integration. About Lockheed Martin Headquartered in Bethesda, Maryland, Lockheed Martin is a global security and aerospace company that employs approximately 100,000 people worldwide and is principally engaged in the research, design, development, manufacture, integration and sustainment of advanced technology systems, products and services. This year the company received three Edison Awards for ground-breaking innovations in autonomy, satellite technology and directed energy. SOURCE Lockheed Martin https://news.lockheedmartin.com/2018-09-25-Innovation-Center-Opens-at-Lockheed-Martin-in-Orlando

  • Naval Academy’s cybersecurity program receives accreditation

    25 septembre 2018 | International, C4ISR

    Naval Academy’s cybersecurity program receives accreditation

    By: Brian Witte, The Associated Press ANNAPOLIS, Md. — The U.S. Naval Academy's cyber operations program has been formally accredited. The academy said Friday the program was accredited recently by ABET, a leading nonprofit accrediting agency. Three other universities also were accredited under the new cybersecurity criteria: the U.S. Air Force Academy, Towson University and Southeast Missouri State University. A cyber operations major was established in 2013 at the academy. The academy also requires all midshipmen to take a cyber course in both their freshmen and junior years — the first undergraduate school to have mandatory cyber classes. There were 27 midshipmen who majored in cyber operations in the class of 2016. That has grown to 110 in the class of 2021. The academy is building a $106 million cybersecurity building. https://www.navytimes.com/news/your-navy/2018/09/24/naval-academys-cybersecurity-program-receives-accreditation

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.