Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    2395 nouvelles

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

  • Contract Awards by US Department of Defense - August 8, 2019

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

    Contract Awards by US Department of Defense - August 8, 2019

    AIR FORCE Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8606-19-D-0029); Nightline Inc., Mountain City, Tennessee (FA8606-19-D-0036); Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8606-19-D-0039); Federal Resources, Stevensville, Maryland (FA8606-19-D-0032); Sera Star LLC, Carrollton, Texas (FA8606-19-D-0038); Hurricane Aerospace Solutions, Pompano Beach, Florida (FA8606-19-D-0033); Baker and Associates Inc., Centerville, Ohio (FA8606-19-D-0030); Mountain Horse Solutions, Colorado Springs, Colorado (FA8606-19-D-0035); Rapid Response Defense Systems Inc., Irvine, California (FA8606-19-D-0037); Capewell Aerial Systems LLC, Meadows of Dan, Virginia (FA8606-19-D-0031); and Life Support International Inc., Langhorne, Pennsylvania (FA8606-19-D-0034), have been awarded a contract with a ceiling of $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for commercial aircrew items. This contract is a commercial item contract vehicle, designed to rapidly equip aircrew with non-stock listed, commercial items including: uniforms, cold weather clothing systems, visual augmentation equipment, personal protective equipment, helmets, body armor, tactical carriers, individual equipment, lighting, survival equipment, air crew support equipment, communication equipment, tactical equipment, load bearing equipment, lethality support items, boots, gloves, eye protection, egress equipment, aerial insertion equipment, search & rescue equipment, personnel recovery equipment, medical equipment, power management, hydration, electronics test equipment, ancillary services and testing. Work will be performed, as indicated, by contractor in the list above and is expected to be completed by Aug. 8, 2029. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2018 and other procurement funds in the amount of $11,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $369,000,000 ceiling increase modification (P00013) to previously awarded contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems world-wide for both foreign and domestic government agencies to include radars, telemetry and optical instrumentation tracking systems. This increase is to support range instrumentation sustainment and obsolescence management requirements. Work will be completed at the program's 28 worldwide participating ranges and is expected to be completed by Dec. 31, 2020. Fiscal 2019 operational and maintenance funds will be used, and no funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity. ARMY JE Dunn, Kansas City, Missouri, was awarded a $295,974,160 firm-fixed-price contract for design-build construction to replace the hospital at Fort Leonard Wood, Missouri. Bids were solicited via the internet with four received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Oct. 31, 2023. Fiscal 2018 military construction funds in the amount of $79,235,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4011). HydroGeoLogic Inc.,* Reston, Virginia, was awarded a $95,000,000 cost-plus-fixed-fee contract for hazardous, toxic and radioactive waste remediation activities at the Formerly Utilized Sites Remedial Action Program St. Louis sites. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 7, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0011). Massman Construction, Leawood, Kansas, was awarded an $8,414,000 firm-fixed-price contract for lock and dam gate anchorage. Bids were solicited via the internet with five received. Work will be performed in Clarksville, Missouri, with an estimated completion date of Aug. 7, 2020. Fiscal 2010 civil operations and maintenance funds in the amount of $8,414,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-C-0009). U.S. TRANSPORTATION COMMAND Columbia Helicopters Inc. Aurora, Oregon, has been awarded an option year modification to contract HTC711-17-D-R018 in the estimated amount of $224,394,412. This modification, P00008, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $670,327,669 from an estimated $445,933,257. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. CHI Aviation Inc., Howell, Michigan, has been awarded an option year modification to contract HTC711-17-D-R017 in the estimated amount of $149,819,159. This modification, P00009, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $460,456,492 from an estimated $310,637,333. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Berry Aviation Inc., San Marcos, Texas, has been awarded option year modification to contract HTC711-16-D-R021 in an estimated amount of $29,848,000. This modification, P00006, provides fixed wing passenger, cargo, combined passenger and cargo, aeromedical evacuation, and short take-off and landing air transportation services within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $117,746,500 from an estimated $87,898,500. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $108,987,777 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide engineering and technical services in support of the Integrated Battlespace Simulation and Test Department, Naval Air Warfare Center, Aircraft Division 5.4.3 Simulation Division laboratories. These laboratories support activities that include research and development of requirements for aviation systems, supporting system development, providing developmental and operational flight test support, and providing life-cycle operational support to include system enhancement, procedure refinement and accident investigations. Work will be performed in Patuxent River, Maryland, (78%); and Lexington Park, Maryland (22%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal as a small business set-aside; one offer was received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0074). ZITEC Inc.,** Niceville, Florida, is awarded a $25,110,110 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides up to 672 alternate mission equipment mobility ready storage systems; two first article units, and 670 production systems for the Navy and Marine Corps. Work will be performed in Niceville, Florida, and is expected to be completed in August 2025. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $71,969 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a Service-Disabled Veteran-Owned Small Business set-aside; three offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0242). APTIM Federal Services LLC, Alexandria, Virginia, is awarded $15,248,090 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N39430-15-D-1632) to clean, inspect, repair and inspect repairs to mined-in-place military petroleum storage tanks (Red Hill Tanks 4 and 13). After award of this modification, the total cumulative contract value will be $30,112,525. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by December 2021. Fiscal 2016 working capital funds (Navy) in the amount of $15,248,090 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California, is awarded $14,749,825 for cost-plus-award-fee modification to task order N62742-18-F-0126 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-1800) for investigation and remediation of releases, and groundwater protection and evaluation for Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam. Work will be performed in Hawaii, and is expected to be completed by January 2021. Working capital funds (Defense) in the amount of $14,749,825 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY North American Rescue LLC, Greer, South Carolina, has been awarded a maximum $41,742,284 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This is a one-year base contract with nine one-year option periods. To date, this is the 13th contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is South Carolina, with an Aug. 10, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0005). Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded a $24,946,260 modification (P00008) to a 50‐year contract (SP0600‐18‐C‐8325) with no option periods for the ownership, operation and maintenance of the electric utility systems at Fort Jackson, South Carolina. This is a fixed‐price with economic‐price‐adjustment contract. Locations of performance are South Carolina and Virginia, with a May 1, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Jackson, South Carolina. Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-19-D-7519; $15,881,084); Constellation New Energy-Gas Division LLC, Louisville, Kentucky (SPE604-19-D-7520; $10,742,319); and CenterPoint Energy Services Inc., Houston, Texas (SPE604-19-D-7521; $10,738,786), have each been awarded a fixed‐price with economic‐price-adjustment requirements contract under solicitation SPE604-19-R-0405 for pipeline quality direct supply natural gas. This was a competitive acquisition with seven offers received. They are two-year base contracts with a six‐month option period. Locations of performance are Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, Ohio, and New York, with a Sept. 30, 2021, performance completion date. Using customers are Army, Navy, Air Force, and federal civilian agencies. No money is obligated at the time of award; however, customers are solely responsible to fund these requirements contracts. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1929800/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 7, 2019

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

    Contract Awards by US Department of Defense - August 7, 2019

    AIR FORCE United Launch Services, Centennial, Colorado, has been awarded a $156,752,771 firm-fixed-price modification (P00003) to previously awarded contract FA8811-19-C-0002 for National Security Space Launch Delta IV Heavy Launch services. This modification provides for launch vehicle production services for National Reconnaissance Office (NRO) Launch Mission Three, the last of three planned NRO launch missions under this contract. This modification brings the total cumulative face value of the contract from $310,784,574 to $467,537,345. Work will be performed in Centennial, Colorado; Decatur, Alabama; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by January 2024. Fiscal 2019 missile procurement funds in the amount of $144,637,202 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (CORRECTION: The May 9, 2019, announcement of this contract's modification for Launch Mission Two incorrectly stated the total cumulative face value of the contract at the time as $449,813,010. The actual total cumulative value was $310,784,574.) Northrop Grumman Aerospace Systems, Redondo Beach, California, has been awarded a $22,500,000 cost-plus incentive-fee modification (P00017) to previously awarded contract FA8808-18-C-0002 for changes to the payload driven by selection of a host space vehicle. The contract provides for the delivery of two Enhanced Polar System Recapitalization (EPS-R) payloads. Work will be performed at Redondo Beach, California, and is expected to be completed by December 2023. Fiscal 2019 research and development funds in the amount of $5,900,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. TFAB Defense Systems LLC,* Warner Robins, Georgia, was awarded an $8,918,791 firm-fixed-price contract for engineering services. This contract provides for develop the software, test hardware and related documentation for test program sets for use with the Air Force's Versatile Depot Automatic Test Station family of testers to isolate failures within line replaceable units and shop replaceable units. Work will be performed at Warner Robins, Georgia, and is expected to be completed by Aug. 6, 2022. This award is the result of a Small Business Set Aside sole-source acquisition. No funds are being obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity for contract (FA8571-19-D-A003). ARMY Southwest Valley Constructors Co., Albuquerque, New Mexico, was awarded an $80,869,000 contract for design-build horizontal construction in support of the Department of Homeland Security in McAllen, Texas. Three bids were solicited with three bids received. Work will be performed in McAllen, Texas, with an estimated completion date of April 28, 2021. Fiscal 2019 Department of Homeland Security funds in the amount of $80,869,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0118). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $11,812,335 modification (P00240) to contract W56HZV-15-C-0095 for Authorized Stockage List. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2018 and 2019 other procurement, Army and procurement Marine Corps funds in the combined amount of $11,812,335 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Stantec Consulting Services Inc., Louisville, Kentucky, was awarded a $9,000,000 firm-fixed-price contract for geotechnical services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 7, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0046). NAVY Data Link Solutions LLC, Cedar Rapids, Iowa, is awarded a maximum potential value $75,000,000 modification to a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N00039-15-D-0042) for the Block Upgrade II retrofit of Multifunctional Information Distribution System (MIDS) low volume terminals. The terminals provide secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms, and for Foreign Military Sales customers. Work will be performed in Wayne, New Jersey (50%); and Cedar Rapids, Iowa (50%), and is expected to be completed by December 2026. No funding is being obligated at the time of award. Funds will be obligated as individual delivery orders are issued. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity and awarded the contract on behalf of the MIDS Program Office. Oceaneering International Inc., Chesapeake, Virginia, is awarded a maximum value $34,316,273 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Virginia class submarine sail racetracks, payload tube loading platforms and multiple all-up-round canister special support equipment ladder kits with shipping crates. Work will be performed in Chesapeake, Virginia, and is expected to be complete in August 2024. Fiscal 2019 other procurement (Navy) funding in the amount of $3,368,978 will be obligated at time of award, and not expire at the end of the current fiscal year. This contract was competitively procured in accordance with 10 U.S. Code 2304 (a) via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4031). Stantec Consulting Services Inc., Burlington, Massachusetts, is awarded $17,695,256 for firm-fixed-price modification to task order N40085-18-F-5881 under previously awarded contract N40085-17-D-5004 for design of a multi-mission dry dock at Portsmouth Naval Shipyard. This modification will provide for all architectural and engineering services necessary for the final design, including developing the design-bid-build solicitation documents. Work will be performed in Massachusetts (90%); and Maine (10%), and is expected to be completed by March 2021. Fiscal 2021 military construction (Navy) contract funds in the amount of $17,695,256 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. RTL Networks Inc.,* Denver, Colorado, is awarded a $14,399,532 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide services in the areas of cooperative cyber risk assessments and cyber table tops of fighter/attack (fixed and rotary wing) and surveillance aircraft or similarly complex aircraft, tactical unmanned aerial vehicles, GPS guided weapons or similarly complex weapons, training simulators, Portable Electronic Maintenance Aids equipment, software and development environments, and associated communications and networks. Work will be performed in China Lake, California (50%); Placentia, California (48%); and Denver, Colorado (2%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal as a Service-Disabled Veteran-Owned Small Business set-aside; two offers were received. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0040). The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded $11,498,789 for cost-plus-incentive-fee modification P00018 for new scope under previously awarded contract N00030-18-C-0045 to provide U.S. Trident II (D5) Strategic Weapon System efforts for the navigation subsystem. Work will be performed in Mitchel Field, New York, with an expected completion date of Dec. 31, 2021. Fiscal 2018 research, development, tests and evaluation (Navy) funds in the amount of $11,498,789 are being obligated on this award. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Treadwell Corp., Thomaston, Connecticut, is awarded a not-to-exceed $7,330,400 ceiling-priced delivery order N00104-19-F-J80J under previously awarded basic ordering agreement N00104-15-G-A408 for repair of 98 items in support of the Navy's Electrolytic Oxygen Generator System. The contract is a four-year contract with no option periods. Work will be performed in Thomaston, Connecticut, and is expected to be completed by September 2023. Working capital funds (Navy) in the amount of $3,591,896 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1928698/source/GovDelivery/

  • The Air Force sends good guys in to hack its cloud

    8 août 2019 | International, Sécurité

    The Air Force sends good guys in to hack its cloud

    By: Andrew Eversden The Air Force invited ethical hackers into its IT networks again this spring, allowing good guys the chance to infiltrate its enterprise-wide Air Force Common Computing Environment in search of vulnerabilities, the white hat hacking company Bugcrowd announced Aug. 6. The bug bounty program, done in a partnership with Bugcrowd and the Air Force's CCE program office, found 54 vulnerabilities. Bug bounties work under the assumption that the customer, in this case the Air Force, will now close the loopholes the hackers found, making the system more secure. The CCE cloud uses Amazon Web Services and Microsoft's Azure commercial cloud. The service plans to migrate more than 100 applications to that cloud environment, Bugcrowd executives said. The largest payout from the bug bounty totaled $20,000. The event ran from March 18 to June 21 at Hanscom Air Force Base in Massachusetts. Casey Ellis, Bugcrowd founder and CTO, said it was the first time Bugcrowd has worked with the Air Force. The Air Force has completed several other white hat hacking events with the firm HackerOne. Ellis said that moving to the cloud from on-premise environment represents a “paradigm shift” for many organizations. Penetration testing is an important part of keeping that environment secure, he said. Bugcrowd conducted such tests in six phases: source code analysis, AWS environment testing, Azure environment testing, black box network authentication assessment, social engineering engagement and Air Force portal testing. Bugcrowd declined to discuss how many vulnerabilities were found throughout each stage of the process. According to a news release from the Air Force from April, the CCE currently houses 21 Air Force applications and "has room for countess more.” The computing environment allows the Air Force to have a cloud to host its applications that reside on its Global Combat Support System, which is a centralized, cohesive enterprise resource planning system. The Air Force said in the April release that each migration costs $446,000 and that the service has spent more than $136 million on the program since 2016. https://www.fifthdomain.com/dod/air-force/2019/08/06/the-air-force-sends-good-guys-in-to-hack-its-cloud/

  • Contract Awards by US Department of Defense - August 6, 2019

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

    Contract Awards by US Department of Defense - August 6, 2019

    NAVY Lockheed Martin Space, Littleton, Colorado, is awarded a maximum amount $405,770,000 un-priced letter contract modification PH0006 to a previously awarded and announced un-priced letter contract (N00030-19-C-0025) for the design, development, build and integration of large diameter rocket motors, associated missile body flight articles, and related support equipment for Army Intermediate Range Conventional Prompt Strike Weapon System flight test demonstrations. Work will be performed at Littleton, Colorado, with an expected completion date of Jan. 1, 2024. Fiscal 2019 research, development, test, and evaluation funds in the amount of $33,000,000 are being obligated on this award, which will not expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida (N69450-19-D-0917); The Clement Group,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build and design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command Southeast area of operations in north Florida/south Georgia. The maximum dollar value for the five-year ordering period for all seven contracts combined is $195,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition and repair work) including aviation and aircraft facilities; marine facilities; barracks and personnel housing facilities; administrative facilities; warehouses and supply facilities; training facilities; personnel support and service facilities, and security level facilities. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. Windamir Development Inc. is awarded the initial task order at $10,576,432 for P643 Reserve Training Building at Fort Benning. Work for this task order is expected to be completed by September 2021. All work on this contract will be performed in Florida (50%); and Georgia (50%). The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 military construction (MILCON); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,582,432 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 40 proposals received. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Marietta, Georgia, is awarded $16,465,887 for modification P00005 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0014). This modification increases the ceiling of the contract to procure consumable parts and material, technical publications and engineering services in support of the C/KC-130J aircraft. Work will be performed in Marietta, Georgia (84.5%); Miramar, California (2.5%); Cherry Point, North Carolina (2.5%); Elizabeth City, North Carolina (2.5%); Fort Worth, Texas (2.5%); Abdullah Al-Mubarak Air Base, Kuwait (2.5%); Iwakuni, Japan (2.5%); and Greenville, South Carolina (0.5%), and is expected to be completed in December 2019. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Hydroid Inc., Pocasset, Massachusetts, is awarded a $15,826,493 indefinite-delivery/indefinite-quantity contract for engineering support and training services for the MK 18 Family of Systems– Unmanned Underwater Vehicle systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $84,024,996. Work will be performed in Pocasset, Massachusetts, and is expected to be complete by August 2020. If options are exercised, work will continue through August 2024. No funds are being obligated at this time. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-D-0010). King Nutronics Corp.,* Woodland Hills, California, is awarded an $11,865,150 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for precision pressure standard systems to support the Naval Air Systems Command, Metrology and Calibration Program. The Naval Air Systems Command, Metrology and Calibration Program provides support to Navy depot level and intermediate calibration laboratories. The precision pressure standards systems provide the Naval Air Systems Command, Metrology and Calibration Program with the capability of providing inter-service calibration workload for the Air Force and Marine Corps. The precision pressure standards systems are used at intermediate level calibration laboratories afloat and ashore, as well as the depot level calibration laboratories to verify the accuracy and precision of test instruments such as dial pressure gauges and digital pressure measurement devices. Work will be performed in Woodland Hills, California, and is expected to be completed by August 2024. Fiscal 2019 aircraft procurement (Navy) funding in the amount of $263,670 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements as implemented by Federal Acquisition Regulation 6.302-1. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0003). Raytheon Co., Keyport, Washington, is awarded $11,738,000 for firm-fixed-priced undefinitized delivery order N00024-19-F-6308 under indefinite-delivery/indefinite-quantity contract N61331-17-D-0001for deploy and retrieve systems in support of the AN/AQS-20 program. The highly specialized equipment under this contract will deploy, tow and retrieve the AN/AQS-20 sonar in support of mine hunting operations. The AN/AQS-20 is an advanced mine hunting sonar for the Littoral Combat Ship's Mine Countermeasures Mission package. Work will be performed in Keyport, Washington (90%); and Portsmouth, Rhode Island (10%), and is expected to be complete by October 2020. Fiscal 2019 other-procurement (Navy) funds in the amount of $5,751,620 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1): only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY ECS Federal LLC, Fairfax, Virginia, was awarded a $78,725,114 modification (P00003) to contract W911QX-18-C-0037 for machine learning and computer vision engineering. Work will be performed in Fairfax, Virginia, with an estimated completion date of July 16, 2022. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $35,847,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Hyman Brickle & Son,* doing business as Northwest Woolen Mills, Woonsocket, Rhode Island, has been awarded a maximum of $8,198,835 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Locations of performance are Rhode Island, Massachusetts, and North Carolina, with an Aug. 5, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1180). Raytheon Co., Marlborough, Massachusetts, has been awarded a maximum $7,756,450 firm-fixed-price contract for multiple radio equipment components. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-time procurement contract with no option periods. Locations of performance are Virginia and Massachusetts, with a Nov. 17, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-19-F-DK0Q). CORRECTION: The $49,019,871 contract announced on Aug. 1, 2019, for Sysco Raleigh LLC, Selma, North Carolina (SPE300-19-D-3230), included an incorrect award date. The correct award date is Aug. 2, 2019. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

  • Contract Awards by US Department of Defense - August 5, 2019

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

    Contract Awards by US Department of Defense - August 5, 2019

    DEFENSE INTELLIGENCE AGENCY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (HHM402-19-D-0005); Bluehawk LLC,* West Palm Beach, Florida (HHM402-19-D-0008); Booz Allen Hamilton Inc., McLean, Virginia (HHM402-19-D-0007); CACI Inc. – Federal, Arlington, Virginia (HHM402-19-D-0015); Calhoun International LLC,* Tampa, Florida (HHM402-19-D-0009); Celestar Corp.,* Tampa, Florida (HHM402-19-D-0010); CSRA LLC, Falls Church, Virginia (HHM402-19-D-0016); Edge Analytic Solutions LLC,* McLean, Virginia (HHM402-19-D-0012); Fulcrum IT Services LLC, Centerville, Virginia (HHM402-19-D-0017); Invictus International Consulting LLC,* Alexandria, Virginia (HHM402-19-D-0013); Leidos Inc., Reston, Virginia (HHM402-19-D-0018); Mission Essential Personnel LLC, New Albany, Ohio (HHM402-19-D-0019); Preting LLC,* Alexandria, Virginia (HHM402-19-D-0014); SOS International LLC, Reston, Virginia (HHM402-19-D-0020); The Buffalo Group LLC, Reston, Virginia (HHM402-19-D-0021); and Vencore/Perspecta, Chantilly, Virginia (HHM402-19-D-0022), were awarded a five-year base plus five one-year option indefinite-delivery/indefinite-quantity (ID/IQ), multiple-award contract called Solutions for Intelligence Analysis 3 (SIA 3) with a combined ceiling value of $17,100,000,000. This contract will provide worldwide coverage, support and assistance to the Defense Intelligence Agency by delivering timely, objective and cogent military intelligence to warfighters, defense planners and defense and national security policy makers, all vital to the security of the U.S. Work will be performed at contractor facilities and at government facilities in multiple locations in the continental U.S. and overseas with a start date of Aug. 5, 2019, and an estimated completion date of Aug. 4, 2029. The SIA 3 contract was awarded through a full and open solicitation and 29 offers were received. Six of the 16 awardees are small businesses. Each company will receive a $1,000 minimum guarantee. Task orders (TO) will be issued competitively under this ID/IQ, which will allow for the following TO contract types: firm-fixed-price, cost-plus-incentive-fee, cost-plus-award-fee and time-and-material. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. ARMY ZGF-Leo A. Daly JV, Omaha, Nebraska, was awarded a $130,000,000 firm-fixed-price contract for engineering, architectural, renovation, construction of new specialty care building, construction of a new parking garage, upgrades to utility and energy plant, demolition of buildings, development and evaluation of alternatives, design, and support during construction. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-D-0002). AECOM Technical Services Inc., Los Angeles, California (W9128F-19-D-0009); Burns & McDonnel, Kansas, Missouri (W9128F-19-D-0007); Jacobs Engineering Group Inc., St. Louis, Missouri (W9128F-19-D-0010); and HDR Engineering Inc., Omaha, Nebraska (W9128F-19-D-0008), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineer services, preparation of studies, analysis and design. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. Tetra Tech Inc., Marlborough, Massachusetts, was awarded a $45,000,000 firm-fixed-price Foreign Military Sales (Saudi Arabia) contract for architect-engineer design, quality control, master planning, planning and programming documentation, transportation, force protection, construction phase services and subject matter expert support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2024. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-19-D-0013). Messer Construction Co., Cincinnati, Ohio, was awarded a $28,968,000 firm-fixed-price contract for construction of a maintenance hangar, maintenance hangar area, general purpose shop area, corrosion control area and avionics shop area. Bids were solicited via the internet with four received. Work will be performed in Louisville, Tennessee, with an estimated completion date of Aug. 15, 2021. Fiscal 2019 military construction funds in the amount of $28,968,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Tennessee, is the contracting activity (W912L7-19-C-7001). HDR Engineering Inc., Omaha, Nebraska, was awarded a $20,000,000 firm-fixed-price contract for architect, engineering and design services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 6, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4010). Missouri Department of Social Services, Jefferson City, Missouri, was awarded a $16,675,000 modification (P00005) to contract W911S7-18-C-0011 for full food service. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Feb. 5, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,000,000 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity. Science Applications International, Reston, Virginia, was awarded a $16,498,835 modification (0001 44) to contract W31P4Q-18-A-0011 for systems engineering support. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 31, 2020. Fiscal 2019 Foreign Military Sales; and operations and maintenance, Army funds in the amount of $16,498,835 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. SourceAmerica, Vienna, Virginia, was awarded a $9,998,043 firm-fixed-price contract for manufacturing and development of the Army Green Service Uniform. One bid was solicited with one bid received. Work will be performed in Vienna, Virginia, with an estimated completion date of Aug. 4, 2020. Fiscal 2019 research, development, test and evaluation; and military personnel, Army funds in the amount of $9,998,043 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-C-0063). Integrated Environmental Solutions Inc.,* Crestwood, Illinois, was awarded a $9,737,430 firm-fixed-price contract to stabilize the existing crib structure for the Chicago Lock's North Pier. Bids were solicited via the internet with three received. Work will be performed in Chicago, Illinois, with an estimated completion date of May 31, 2021. Fiscal 2017, 2018 and 2019 civil construction funds in the amount of $9,737,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-19-C-0009). NAVY ShadowObjects LLC, Leonardtown, Maryland, is awarded a $34,060,886 cost-plus-fixed-fee, labor hour, cost-reimbursable indefinite-delivery, indefinite-quantity contract. This contract provides support services to include acquisition management, acquisition planning, acquisition execution and administration, program management, systems engineering, process automation and financial management in support of the Naval Air Systems Command Logistics and Industrial Operations group; Commander, Fleet Readiness Centers, Corporate Business Office and other Department of Defense commands and activities. Work will be performed in Patuxent River, Maryland (74%); and Lexington Park, Maryland (26%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; six offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0073). The Boeing Co., Seattle, Washington, is awarded $32,078,298 for modification P00149 to a previously awarded fixed-price-incentive-firm-target, firm-fixed-price, cost-plus-fixed-fee contract (N00019-14-C-0067). This modification provides for the performance of damage tolerance analysis on the P-8A aircraft to determine the damage tolerance rating. Additionally, this modification will provide non-destructive inspections for structural components on the P-8A aircraft. Work will be performed in Seattle, Washington (74%); St. Louis, Missouri (21%); and Huntsville, Alabama (5%), and is expected to be completed in March 2023. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $32,078,298 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Harris Corp., RF Communications, Rochester, New York, is awarded an $18,739,106 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of and repair of various radios and associated communications equipment for the Tactical Air Control Party – Modernization (TACP-M) program. This action supports the Air Force TACP-M program's Air Support Operations Center Gateway Systems, Gateway Lite Systems, Stryker Systems, Mobile Communication Systems and Dismounted Systems. The Harris Corp. radios are hardware that provide tactical communications in a man-pack portable kit that is designed to be packed into a bag or case that can be easily carried or worn by the user. Each of the radios has unique properties. The Harris Corp. radios and related equipment have proven interoperability within the existing TACP-M architecture. Work will be performed in Rochester, New York, and is expected to be complete by December 2024. Fiscal 2019 operations and maintenance (Air Force) funding in the amount of $120,080 is obligated at contract award and will expire at the end of the current fiscal year. This sole-source contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-JV38). The Raytheon Co., Indianapolis, Indiana, is awarded $17,486,136 for modification P00002 to a previously awarded firm-fixed-price contract (N00019-19-C-0056) to procure 72 LAU-115 D/A missile launchers; 16 LAU-116 B/A missile launchers left hand; and 32 LAU-116 B/A missile launchers right hand. Work will be performed in Indianapolis, Indiana, and is expected to be completed in February 2023. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $17,486,136 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The University of Southern California (USC), Los Angeles, California, is awarded a $9,338,631 cooperative research agreement to research development of an artificial intelligence system that acquires machine common sense through observation from images, video and text by absorbing knowledge from both manually created sources and by human guidance. This research seeks capabilities that can enable artificial intelligence agents to support search and rescue efforts, autonomous vehicle navigation in unfamiliar terrain and machines that can adapt to unforeseen circumstances. This is a four-year contract with no options. Work will be performed at USC in Los Angeles, California, and is expected to be completed Aug. 4, 2023. Research, development, test and evaluation (Defense Advanced Research Projects Agency) funds in the amount of $1,018,876 will be obligated at the time of award. This agreement was competitively procured via a broad agency announcement and publication on the Federal Business Opportunities website, with 23 proposals received and nine selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-2-4032). Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is awarded $8,611,774 for cost-plus-fixed-fee modification P00037 under previously awarded contract N66604-15-C-086C on a sole-source basis to provide additional engineering services. The modification includes 35,000 hours and other direct costs associated with system and shipboard integration, required system changes and support of government led testing and training. Under this modification, Raytheon will provide the required services and deliverables to achieve weight reduction of the Escort Mission Module (EMM) towed systems and associated dry-end components in support of Littoral Combat Ship Anti-Submarine Warfare Mission Package. Raytheon is responsible for fabrication, test and delivery of the EMM components. Work will be performed at various contractor site and Department of Defense facilities in Portsmouth, Rhode Island (90%); Ft. Pierce, Florida (5%); and San Diego, California (5%), and is expected to be complete in December 2021. Fiscal 2019 and 2018 research, development, test and evaluation (Navy) funding in the amount of $2,053,121 will be obligated at award, and will not expire at the end of the fiscal year. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity. U.S. TRANSPORTATION COMMAND Harley Marine Services Inc., Seattle, Washington, has been awarded a firm fixed-price contract, HTC711-19-C-W002, in the estimated amount of $19,819,032. The contract provides transportation of Department of Defense-owned fuel and marine diesel by tug and barge to the Defense Logistics Agency. Work will be performed in all ordered U.S. ports and points on the Atlantic and Gulf Coast and their connecting waterways, inland waterways, coastal waterways, rivers and tributaries. The contract base period of performance is from Nov. 1, 2019, to Oct. 31, 2020. Fiscal 2020 defense working capital funds will be obligated at the start of performance. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Raytheon Co., Goleta, California, was awarded a modification to exercise an option totaling $8,263,421 to previously awarded contract HR0011-19-C-0010 for a Defense Advanced Research Projects Agency research project. The modification brings the total cumulative face value of the contract from $4,334,736 to $12,598,157. Work will be performed in Goleta, California; Waltham, Massachusetts; Irvine, California; Oxnard, California; and Joplin, Missouri, with an expected completion date of Nov. 4, 2020. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $6,723,915 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1926294/source/GovDelivery/

  • Hacker Community to Take on DARPA Hardware Defenses at DEF CON 2019

    5 août 2019 | Local, Sécurité

    Hacker Community to Take on DARPA Hardware Defenses at DEF CON 2019

    This month, DARPA will bring a demonstration version of a secure voting ballot box equipped with hardware defenses in development on the System Security Integrated Through Hardware and Firmware (SSITH) program to the DEF CON 2019 Voting Machine Hacking Village (Voting Village). The SSITH program is developing methodologies and design tools that enable the use of hardware advances to protect systems against software exploitation of hardware vulnerabilities. To evaluate progress on the program, DARPA is incorporating the secure processors researchers are developing into a secure voting ballot box and turning the system loose for public assessment by thousands of hackers and DEF CON community members. Many of today's hardware defenses cover very specific instances or vulnerabilities, leaving much open to attack or compromise. Instead of tackling individual instances, SSITH researchers are building defenses that address classes of vulnerabilities. In particular, SSITH is tackling seven vulnerabilities classes identified by the NIST Common Weakness Enumeration Specification (CWE), which span exploitation of permissions and privilege in the system architectures, memory errors, information leakage, and code injection. “There are a whole set of cyber vulnerabilities that happen in electronic systems that are at their core due to hardware vulnerabilities – or vulnerabilities that hardware could block,” said Dr. Linton Salmon, the program manager leading SSITH. “Current efforts to provide electronic security largely rely on robust software development and integration, utilizing an endless cycle of developing and deploying patches to the software firewall without addressing the underlying hardware vulnerability. The basic concept around SSITH is to make hardware a more significant participant in cybersecurity, rather than relegating system security only to software.” Under the SSITH program, researchers are exploring a number of different design approaches that go well beyond patching. These include using metadata tagging to detect unauthorized system access; employing formal methods to reason about integrated circuit systems and guarantee the accuracy of security characteristics; and combining hardware performance counters (HPCs) with machine learning to detect attacks and establish protective fences within the hardware. One team from the University of Michigan is developing a novel security approach that changes the unspecified semantics of a system every 50 milliseconds. Currently, attackers continuously probe a system to locate these undefined sections and, over time, are able to create a system map to identify possible hacks. By changing the construct every 50 milliseconds, attackers do not have enough time to find those weaknesses or develop an accurate representation of the system as a whole. To evaluate the hardware security concepts in development on the SSITH program, DARPA – working with Galois – is pursuing a voting system evaluation effort to provide a demonstration system that facilitates open challenges. The program elected to use a voting system as its demonstration platform to provide researchers with an accessible application that can be evaluated in an open forum. Further, the topic of election system security has become an increasingly critical area of concern for the hacker and security community, as well as the United States more broadly. “DARPA focuses on creating technologies to enhance national defense, and election system security falls within that remit. Eroding trust in the election process is a threat to the very fabric of our democracy,” noted Salmon. While protecting democracy is a critical national defense issue, SSITH is not trying to solve all issues with election system security nor is it working to provide a specific solution to use during elections. “We expect the voting booth demonstrator to provide tools, concepts, and ideas that the election enterprise can use to increase security, however, our true aim is to improve security for all electronic systems. This includes election equipment, but also defense systems, commercial devices, and beyond,” said Salmon. During DEF CON 2019, the SSITH voting system demonstrator will consist of a set of RISC-V processors that the research teams will modify to include their SSITH security features. These processors will be mounted on field programmable gate arrays (FPGAs) and incorporated into a secure ballot box. Hackers will have access to the system via an Ethernet port as well as a USB port, through which they can load software or other attacks to challenge the SSITH hardware. Since SSITH's research is still in the early stages, only two prototype versions of the 15 processors in development will be available for evaluation. “At this year's Voting Village, hackers may find issues with the processors and quite frankly we would consider that a success. We want to be transparent about the technologies we are creating and find any problems in these venues before the technology is placed in another venue where a compromise could be more dangerous,” said Salmon. Following DEF CON 2019, the voting system evaluation effort will go on a university roadshow where additional cybersecurity experts will have an opportunity to further analyze and hack the technology. In 2020, DARPA plans to return to DEF CON with an entire voting system, which will incorporate fixes to the issues discovered during the previous year's evaluation efforts. The 2020 demonstrator will use the STAR-Vote system architecture, which is a documented, open source architecture that includes a system of microprocessors for the voting booth, ballot box, and other components. It also includes a verifiable paper ballot, providing both digital and physical representations of the votes cast within the booth. “While the 2020 demonstrator will provide a better representation of the full attack surface, the exercise will not result in a deployable voting system. To aid in the advancement of secure election equipment as well as electronic systems more broadly, the hardware design approaches and techniques developed during the SSITH program will be made available to the community as open-source items,” concluded Salmon. https://www.darpa.mil/news-events/2019-08-01

  • Contract Awards by US Department of Defense - August 2, 2019

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

    Contract Awards by US Department of Defense - August 2, 2019

    AIR FORCE HEBCO Inc., Oklahoma City, Oklahoma, has been awarded an $80,000,000 indefinite-delivery/indefinite-quantity contract for A-10 technical order sustainment. This contract provides for 10 years of non-personal technical services in support of technical order sustainment activities by providing technically accurate and up-to-date digital technical data. Work will be performed at Oklahoma City, Oklahoma; and Clearfield, Utah, and is expected to be complete by Aug. 1, 2030. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $445,739 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8202-19-D-0003). The Boeing Co., Seattle, Washington, has been awarded a not-to-exceed $55,500,000 undefinitized contract action modification (P00177) to the previously awarded, FA8625-11-C-6600, for KC-46 engineering, manufacturing and development contract. This modification is for the system level hardware and software critical design review of the boom telescope actuator redesign. Work will be performed at Seattle, Washington, and is expected to be completed February 2021. Fiscal 2018 research and development funds in the amount of $20,845,672 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Rockwell Collins Simulation & Training Solutions, Cedar Rapids, Iowa, has been awarded a $40,219,702 indefinite-delivery/indefinite-quantity contract for E-8 Aircrew Training Device sustainment. This contract provides for contractor logistics support and training system support center operations of the Joint Surveillance Target Attack Radar System Aircrew Training Device. Work will be performed at Robins Air Force Base, Georgia; and Sterling, Virginia, and is expected to be complete by Aug. 3, 2029. This award is the result of a sole-source acquisition. Fiscal 2019 Air National Guard operations and maintenance funds in the amount of $3,556,865 are being obligated on the first delivery order at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8529-19-D-0001). Raytheon Co. Space and Airborne Systems, McKinney, Texas, has been awarded a $23,817,657 contract for two prototype High Energy Laser Weapon Systems (HELWS). This award provides for outside continental U.S. (OCONUS) field assessment for purposes of experimentation including, but is not limited to, 12 months of in-field operation by Air Force personnel against unmanned aerial systems threats. Work will be performed OCONUS and is expected to be completed by Nov. 1, 2020. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $23,817,657 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8650-19-9-9326). DEFENSE LOGISTICS AGENCY C&C Produce Inc.,* North Kansas City, Missouri, has been awarded a maximum $48,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a 36-month contract with no option periods. Locations of performance are Kansas and Missouri, with a July 30, 2022, performance completion date. Using customers are Army, Air Force, and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-P345). ARMY NTVI Enterprises LLC,* Falls Church, Virginia (W9127S-19-D-6001); Global Engineering & Construction LLC,* Renton, Washington (W9127S-19-D-6002); KJS Support Services JV LLC,* Fort Worth, Texas (W9127S-19-D-6003); and Royce Construction Services LLC,* Reston, Virginia (W9127S-19-D-6000), will compete for each order of the $45,000,000 firm-fixed-price contract for mechanical infrastructure repair services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 1, 2022. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity. American Ordnance, Middletown, Iowa, was awarded a $43,351,782 modification (0003 28) to contract W52P1J-16-D-0050 for M795 155mm projectile load assemble and pack. Work will be performed in Middletown, Iowa, with an estimated completion date of Dec. 31, 2022. Fiscal 2017, 2018 and 2019 procurement of ammunition, Army funds in the amount of $43,351,782 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY HGSNet LLC, Vienna, Virginia, was awarded a Direct 8(a), firm-fixed-price contract, HC1084-19-C-0006, for development, deployment and sustainment (DD&S) services. These services include requirements analysis, software engineering, systems integration and interoperability, data engineering and management, test, deployment, and development, security and operations (DevSecOps), cloud, infrastructure engineering and transitioning systems to operations in support of the National Background Investigations System. The place of performance will be at the contractor's location in Vienna, Virginia. The contract ceiling is $21,932,725 funded by fiscal 2019 research, development, testing and evaluation funds; and operations and maintenance funds. The proposal was solicited via email to HGSNet LLC. The period of performance consists of one one-year base period and one six-month option period. The period of performance for the base year is Aug. 5, 2019, through Aug. 4, 2020, and the option period follows through to Feb. 5, 2021. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity. Kapili Services LLC, Orlando, Florida, was awarded a Direct 8(a), firm-fixed-price contract, HC1084-19-C-0005, for system engineering and technical assistance (SETA) support services. The face value of this action is $18,095,364 funded by fiscal 2019 operations and maintenance funds. The total cumulative value of the contract is $18,095,364. Performance will be at the contractor's facility located in Orlando, Florida. The proposal was solicited via email to Kapili Services LLC. The period of performance consists of one one-year base period and two one-year options. The period of performance is for the base year is Aug. 5, 2019, through Aug. 4, 2020, and the option years follow consecutively through Aug. 4, 2022. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. NAVY The Boeing Co., St. Louis, Missouri, is awarded $8,905,835 for modification P00023 to a previously awarded cost-plus-fixed-fee contract, N00019-16-C-0032, to continue software development efforts for calendar year 2019 in support of the Next Generation Jammer. Work will be performed in St. Louis, Missouri, and is expected to be completed in December 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $8,905,835 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. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1924880/source/GovDelivery/

  • Contract Awards by US Department of Defense - Aug 1, 2019

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

    Contract Awards by US Department of Defense - Aug 1, 2019

    DEFENSE LOGISTICS AGENCY Tesoro Refining and Marketing Co., San Antonio, Texas (SPE602-19-D-0506, $348,692,953); BP Products North America Inc., Chicago, Illinois (SPE602-19-D-0514, $315,599,804); Par Hawaii Refining LLC, Houston, Texas (SPE602-19-D-0510, $271,274,321); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-19-D-0504, $260,554,844); Equillon Enterprises LLC, doing business as Shell Oil Products, Houston, Texas (SPE602-19-D-0509, $228,126,037); BP West Coast Products LLC, Blaine, Washington (SPE602-19-D-0512, $157,502,370); U.S. Oil and Refining Co., Tacoma, Washington (SPE602-19-D-0513, $156,746,055); Petro Star Inc.,* Anchorage, Alaska (SPE600-19-D-0505, $110,836,555); Phillips 66 Co., Houston, Texas (SPE602-19-D-0515, $58,246,377); Epic Aviation LLC, Salem, Oregon (SPE602-19-D-0508, $38,905,276); and Sinclair Oil Corp.,* doing business as Sinclair, Salt Lake City, Utah, (SPE602-19-D-0507, $38,197,366), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-19-R-0703 for various types of fuel. These were competitive acquisitions with 21 offers received. They are one-year contracts with a 30-day carryover. Locations of performance are Texas, Illinois, Washington, Alaska, Oregon, Utah, and the Rocky Mountain Region of the continental U.S., with an Oct. 30, 2020, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Petro Star Inc.,* Anchorage, Alaska, has been awarded a maximum $52,630,968 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for JA1 jet fuel. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with a 30-day carryover. Location of performance is Alaska, with an Oct. 30, 2020, performance completion date. Using customer is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0517). Sysco Raleigh LLC, Selma, North Carolina, has been awarded a maximum $49,019,871 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 286-day contract with no option periods. Location of performance is North Carolina, with a May 16, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3230). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $27,537,300 firm-fixed-price requirements contract for pneumatic tire wheel assemblies. 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. Locations of performance are Wisconsin and New Jersey, with a July 29, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0130). (Awarded July 30, 2019) U.S. TRANSPORTATION COMMAND Crowley Logistics Inc., Jacksonville, Florida, has been awarded a contract modification, P00009, on contract HTC711-17-D-R003 in the estimated amount of $328,000,000. This modification provides continued surface transportation coordination services for the movement of freight within the continental U.S. and Canada under the Department of Defense Freight Transportation Services program to the Defense Logistics Agency and Defense Contract Management Agency. Work will be performed in the continental U.S. and in Canada. The period of performance is from Aug. 1, 2019, to July 31, 2020. Fiscal 2019 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract from $110,285,829 to $438,285,829. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. AIR FORCE Raytheon Co., Woburn, Massachusetts, has been awarded a $36,250,251, firm-fixed-price contract modification (P00014) to previously awarded contract FA8730-17-C-0010 for the Qatar Early Warning Radar (QEWR). This modification is for procurement and storage of obsolescent spares in support of QEWR sustainment. The modification brings the total cumulative face value of the contract to $1,094,776,076. Work will be performed in Woburn, Massachusetts, and is expected to be completed by August 2023. This modification involves 100% foreign military sales to the country of Qatar. Foreign Military Sales funds in the amount of $36,250,251 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Summers Concrete Contracting Inc., Hahira, Georgia, has been awarded a ceiling $25,000,000 indefinite-delivery/indefinite-quantity contract for repair airfield pavements. This contract provides for repair or alteration of airport runways and taxiways construction requirements. Work will be performed at Moody Air Force Base, Valdosta, Georgia; and Sebring, Florida, and is expected to be completed by July 31, 2024. This award is the result of a competitive acquisition with three offers received. No funds are being obligated at the time of award. The 23d Contracting Squadron, Moody Air Force Base, Georgia, is the contracting activity (FA4830-19-D-A001). Verdis-Takisaki JV, Coeur d'Alene, Idaho (FA4620-19-D-A007); National Native American Construction Inc., Coeur d'Alene, Idaho (FA4620-19-D-A010); Global-Northcon JV, Hayden, Idaho (FA4620-19-D-A011); and Imperial Construction NW LLC, Wapato, Washington (FA4620-19-D-A012), have been awarded a combined, not-to-exceed $23,000,000 indefinite-quantity multiple award task order contract for design-build construction efforts. Work will be performed at Fairchild Air Force Base, Washington, and is to be expected to be complete by July 31, 2024. These awards are the result of a competitive acquisition and eight offers were received. Fiscal 2019 operation and maintenance funds in the amount of $500 are being obligated to each company at the time of award. The 92d Contracting Squadron, Fairchild Air Force Base, Washington, is the contracting activity. L3 Technologies Inc., Link Training & Simulation Division, Arlington, Texas, has been awarded a $10,411,380 cost-plus-fixed-fee contract task order modification (P00011) to the previously awarded FA8621-19-6251 task order for F-16 aircraft simulator training program services. This contract modification will provide aircraft concurrency requirements for the M7.3 Operation Flight Plan to deliver medium and high-fidelity simulation capability to train pilots for the F-16 aircraft platform. The modification brings the total cumulative face value of the contract to $28,440,800. Work will be performed at Arlington, Texas, and is expected to be completed by March 31, 2021. Fiscal 2019 research and development funds in the amount of $800,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contract activity. University of Dayton Research Institute, College Park, Dayton, Ohio, has been awarded a $9,800,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides enhancement and improvement to the non-destructive evaluation capabilities for aerospace structures and components. This contract promotes discovery and provides increased accuracy, precision, reliability and optimization of the material state awareness of aerospace materials. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 3, 2026. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $304,000 will be obligated at the time of award via task order 0001. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5230). ARMY Kinder Brothers Excavating Inc.,* Dexter, Missouri (W912EQ-19-D-0009); SYTE Corp.,* Chicago, Illinois (W912EQ-19-D-0007); Randy Kinder Excavating Inc.,* Dexter, Missouri (W912EQ-19-D-0008); and C&M Contractors Inc.,* Doniphan, Missouri (W912EQ-19-D-0006), will compete for each order of the $50,000,000 firm-fixed-price contract for all plant, labor, materials and equipment for construction of relief wells, repairs to existing relief wells and construction of earthen berms. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity. Sehlke Consulting LLC,* Arlington, Virginia, was awarded a $9,999,500 order-dependent contract for financial management support services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 9, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-A-0001). P&S Construction Inc.,* North Chelmsford, Massachusetts, was awarded a $9,457,700 firm-fixed-price contract for construction of a small arms range at Westover Air Reserve Base, Massachusetts. Bids were solicited via the internet with two received. Work will be performed in Westover, Massachusetts, with an estimated completion date of Dec. 9, 2020. Fiscal 2016, 2017 and 2018 military construction funds in the amount of $9,457,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0020). Nisou LGC JV LLC,* Detroit, Michigan, was awarded an $8,945,520 firm-fixed-price contract for construction of the aerial port facility at Grissom Air Reserve Base, Indiana. Bids were solicited via the internet with two received. Work will be performed in Grissom, Indiana, with an estimated completion date of Oct. 12, 2020. Fiscal 2015, 2017 and 2019 military construction funds in the amount of $8,945,520 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0026). Navistar Defense LLC, Lisle, Illinois, was awarded a $7,766,045 firm-fixed-price contract for 4x4 cargo trucks, 6x6 general transport truck, 6x6 30 ton recovery wrecker and medium tactical vehicles general transport truck spares. Bids were solicited via the internet with one received. Work will be performed in Lisle, Illinois, with an estimated completion date of Sept. 27, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,766,045 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0455). NAVY Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded $18,849,765 for cost-plus award-fee order N62786-19-F-0055 against the previously awarded basic ordering agreement N00024-15-G-2303 to provide engineering and management services for LCS-15 post shakedown availability. Lockheed Martin will provide support of the following: 62,462 man-hours level of effort; and to provide the work specification, pre-fabrication and material. Work will be performed in Moorestown, New Jersey (37%); Mayport, Florida (35%); Hampton, Virginia (14%); and Washington, District of Colombia (14%), and is expected to be complete by January 2021. Fiscal 2013 and 2019 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $13,631,677 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, Bath, Maine, is the contracting activity. BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is awarded an $8,411,293 cost-plus-fixed-fee delivery order for MK38 Gun Weapon System Repair Program support. This contract action is for labor, material and services required to support the Gun Weapon System Repair Program in pre/post testing, removal/installation, refurbishment, fleet technical assistance, maintenance, training and fleet modernization of MK 38 machine gun system. Work will be performed in Norfolk, Virginia (29%); San Diego, California (27%); Yokosuka, Japan (16%); Manama, Bahrain (7%); Rota Spain (7%); Everett, Washington (4%); Tacoma, Washington (4%); Pearl Harbor, Hawaii (4%); and Pascagoula, Mississippi (2%), and is expected to be complete by September 2021. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 weapons procurement (Navy and Coast Guard) in the amount of $1,050,000 will be obligated at the time of award, and $750,000 will expire at the end of the current fiscal year. This delivery order was solicited as a sole source under basic ordering agreement N00174-18-G-0001 in accordance with 10 U.S. Code 2304(c)(1). The Naval Surface Warfare Center, Indian Head, Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-F-0420). Leidos Innovations Corp, Gaithersburg, Maryland, is awarded an $8,208,133 performance-based, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Micro-processor En-route Automated Radar Tracking System (MEARTS). The contract is for the acquisition of hardware, software, logistics and on-call help desk support for MEARTS. The contract includes a single five-year ordering period and one six-month option to extend services in accordance with Federal Acquisition Regulations (FAR) Clause 52.217-8. The option period, if exercised, would bring the cumulative value of this contract to an estimated $8,737,303. Work will be performed in Charleston, South Carolina, and is expected to be completed by January 2025. An order utilizing fiscal 2019 operations and maintenance (Navy) funds in the amount of $605,690 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This requirement was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) only one Responsible Source FAR Subpart 6.302-1). Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-19-D-1001). EFW Inc., Fort Worth, Texas, is awarded $7,228,544 for firm-fixed-price delivery order N68335-19-F-0006 against a previously issued basic ordering agreement (N00019-17-G-0014). This delivery order procures 15 Fast Characterization Tools, 15 Helmet Kit Modification Fixtures, 15 Ready Room Testers and 20 Night Vision Goggle Modification Kits for the V-22 Color Helmet Mounted Display System. In addition, this delivery order provides drawing packages and the upgrade of five Fast Characterization Tools. Work will be performed in Haifa, Israel (70%); and Fort Worth, Texas (30%), and is expected to be completed in October 2020. Fiscal 2017 aircraft procurement (Air Force); and fiscal 2019 procurement defense-wide funds in the amount of $7,228,544 will be obligated at time of award, $3,496,053 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. DEFENSE INTELLIGENCE AGENCY CoSolutions EIS JV LLC,* Sterling, Virginia, was awarded a labor hour contract (HMM402-19-F-0098) with an estimated total value of $10,000,148 to support intelligence training in Europe. Work will be performed at the Regional Joint Intelligence Training Facility at RAF Molesworth, United Kingdom; Patch Barracks, Stuttgart, Germany; and, on a temporary duty basis, at other locations in Europe and within the continental U.S. The expected completion date is July 31, 2024, if all options are exercised. Fiscal 2019 operations and maintenance funds in the amount of $1,713,015 are being obligated at time of award. This contract was solicited through a small business set aside and one offer was received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1923647/source/GovDelivery/

  • Department of Defense Selected Acquisition Reports (SARs) - December 2018

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

    Department of Defense Selected Acquisition Reports (SARs) - December 2018

    The Department of Defense (DoD) has released details on major defense acquisition program cost, schedule, and performance changes since the December 2018 reporting period. This information is based on the comprehensive annual Selected Acquisition Reports (SARs) for the first quarter of FY 2019, as updated by the President's Fiscal Year (FY) 2020 budget submitted to Congress on March 11, 2019. SARs summarize the latest estimates of cost, schedule, and performance status. These reports are prepared annually in conjunction with submission of the President's Budget. Subsequent quarterly exception reports are required only for those programs experiencing unit cost increases of at least 15 percent or schedule delays of at least six months. Quarterly SARs are also submitted for initial reports, final reports, and for programs that are rebaselined at major milestone decisions. The total program acquisition cost estimates provided in the SARs include research and development, procurement, military construction, and acquisition-related operations and maintenance. These totals reflect actual costs to date as well as future anticipated costs. All estimates are shown in fully inflated then-year dollars. The prior current estimate of program acquisition costs for programs covered by SARs for the reporting period for December 2017 (83 programs) was $1,917,840 million. The current estimate for December 2018 (87 programs) is $2,018,684 million. Quantity changes account for the majority of the $101,000 million increase (+$51,000 million), in addition to scope changes (+$18,000 million) and revised indices (+$11,500 million). 16 of the 20 programs with quantity changes are either equal to or underrunning their current baseline costs, as well as 60 of the 84* SARs reporting Unit Cost this SAR cycle overall. To view the full news release and SAR Summary Tables, click here. https://dod.defense.gov/News/News-Releases/News-Release-View/Article/1923492/department-of-defense-selected-acquisition-reports-sars-december-2018/source/GovDelivery/

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.