Showing posts with label DOD CONTRACTS. Show all posts
Showing posts with label DOD CONTRACTS. Show all posts

Thursday, January 30, 2014

GSA, DOD REPORT ON ACQUISITION AND CYBERSECURITY ALIGNMENT

FROM:  GENERAL SERVICES ADMINISTRATION 
GSA and DoD Announce Acquisition Cybersecurity and Resilience Recommendations

Washington, DC --- The U.S. General Services Administration (GSA) Administrator Dan Tangherlini, and the Secretary of Defense, Chuck Hagel, today announced six planned reforms to improve the cybersecurity and resilience of the Federal Acquisition System.

The jointly issued Department of Defense (DoD) and GSA report,  Improving Cybersecurity and Resilience through Acquisition, was submitted to the President in accordance with Section 8(e) of Executive Order (EO) 13636.

Recommended Reforms

The report provides a path forward to aligning Federal cybersecurity risk management and acquisition processes.  It provides strategic recommendations for addressing relevant issues, suggests how challenges might be resolved, and identifies important considerations for the implementation of the recommendations.
The six recommended reforms are the following:

Institute baseline cybersecurity requirements as a condition of contract award for appropriate acquisitions
Include cybersecurity in acquisition trainings
Develop common cybersecurity definitions for federal acquisitions
Institute a federal acquisition cyber risk management strategy
Include a requirement to purchase from original equipment manufacturers, their authorized resellers, or other trusted sources
Increase government accountability for cyber risk management
The report is one component of the government-wide implementation of EO 13636 and Presidential Policy Directive (PPD) 21, and was prepared by a working group comprised of subject matter experts selected from across the Federal government.

The working group benefitted from a high level of engagement from public and private sector stakeholders, and the report provides realistic recommendations that will improve the cybersecurity and resilience of the nation when implemented.

DoD and GSA are committed to implementing the recommendations through integration with the numerous ongoing related activities like supply chain threat assessments and anti-counterfeiting.

The agencies will use a structured approach, with continued dedication to stakeholder engagement, and develop a repeatable process to address cyber risks in the development, acquisition, sustainment, and disposal lifecycles for all Federal procurements.  The implementation will also harmonize the recommendations with existing risk management processes under Federal Information Security Management Act and OMB guidance.


GSA Administrator Dan Tangherlini weighs in:
“The ultimate goal of the recommendations is to strengthen the federal government’s cybersecurity by improving management of the people, processes, and technology affected by the Federal Acquisition System. GSA and the Department of Defense will use continue to engage stakeholders to develop a repeatable process to address cyber risks in the development, acquisition, sustainment, and disposal lifecycles for all Federal procurements.”

A request for public comment on the draft implementation plan will be published in the Federal Register next month.


Friday, November 8, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 8, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY

Hydroid Inc., Pocasset, Mass., is being awarded a $26,231,287 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering services, repair and training support for the Navy’s MK18 unmanned underwater vehicle family of systems.  The contract includes a one-year base period with four one-year options.  Work will be performed in Pocasset, Mass., and is expected to be completed by September 2018.  Other procurement, Navy funding in the amount of $546,000 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity (N00174-14-D-0001).

CACI Technologies Inc., Chantilly, Va., is being awarded a $14,162,860 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-6309) for professional support services in support of the Expeditionary Warfare Program Office.  The contract will provide professional support services in the areas of:  program analysis, development, control, and monitoring support, administration, communication and human resources; business, finance and cost estimating; technical and engineering support; information technology; and life cycle support in the Washington Navy Yard office location.  This contract modification will be incrementally funded.  Work will be performed in Washington, D.C. (63 percent); San Diego, Calif. (19 percent); Indian Head, Md. (13 percent), and  Norfolk, Va. (5 percent), and is expected to complete by March 2014.  Fiscal 2014 operations and maintenance, Navy and fiscal 2013 research, development, test and evaluation contract funds in the amount of $2,124,000 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, D.C., is the contracting activity.

Friday, July 19, 2013

U.S. MILITARY CONTRACTS AWARDED FOR JULY 19, 2013

FROM:  U.S. DEPARTMENT OF DEFENSE
FOR RELEASE AT
5 p.m. ET No. 526-13
July 19, 2013
Contracts
Army
            Dell Federal Systems LP, Round Rock, Texas, (W91QUZ-07-D-0006); International Business Machine Corp., Bethesda, Md., (W91QUZ-07-D-0007); Unicom Government Inc., Herndon, Va., (W91QUZ-07-D-0008); CDW Government LLC, Vernon Hills, Ill., (W91QUZ-07-D-0009); Iron Bow Technologies LLC, Chantilly, Va., (W91QUZ-07-D-0010); and World Wide Technology Inc., Maryland Heights, Mo., (W91QUZ-07-D-0011); were awarded a firm-fixed-price, multiple-award, task-order contract with a maximum value of $494,000,000 for the hardware, software and related integration services in support of the Information Technology Enterprise Solution-2.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with 18 bids received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

            Thales -- Raytheon Systems Company LLC, Fullerton, Calif., was awarded a firm-fixed-price, multi-year contract with a maximum value of $83,500,000 for spare parts, components and repairs for various radar systems.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-C104).

            Bosh Global Services, Newport News, Va., was awarded a firm-fixed-price, multi-year, option-filled contract with a maximum value of $60,000,000 for small unmanned aircraft systems training, logistics support and technical management services.  Work will be performed in Huntsville, Ala.  Fiscal 2013 operations and maintenance funds in the amount of $5,000 are being obligated on this award.  The bid was solicited through the Internet, with seven bids received.  The Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-13-D-0097).

            FSA + JKC Joint Venture One LLC, Tampa, Fla., was awarded a firm-fixed-price contract with a maximum value of $53,822,000 for the renovation of Scott Barracks at the U.S. Military Academy in West Point, N.Y.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The bid was solicited through the Internet, with six bids received.  The Army Contracting Command, West Point, N.Y., is the contracting activity (W911SD-13-C-0007).

            Greenway Enterprises Inc., Helena, Mont., was awarded a firm-fixed-price, task-order contract with a maximum value of $49,000,000 for construction projects for western states, primarily in Utah, Colorado, Nevada and New Mexico.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with two bids received.  The Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-D-0023).

            Northrop Grumman, Rolling Meadows, Ill., was awarded a cost-plus-fixed-fee, multi-year contract with a maximum value of $17,225,000 for the procurement of repair and calibration of secondary items in support of the integrated family of test equipment.  Fiscal 2013 procurement funds in the amount of $200,000 are being obligated on this award.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-D-0038).

            GPS Source Inc., Pueblo West, Colo., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a maximum value of $16,613,430 for the procurement of defense advanced global positioning system receiver distributed devices.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with two bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-C116).

Navy
            Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $9,552,979 cost-plus-fixed-fee contract to provide security hardware, associated software, equipment installation, system test, accreditation, certification and delivery of nuclear weapon security system equipment at U.S. Navy Installations.  This contract contains options, which if exercised, will bring the contract value to $10,917,152.  Work will be performed in Sunnyvale, Calif. (34.2 percent); Kings Bay, Ga. (28.49 percent); Silverdale, Wash. (12.17 percent); Cape Canaveral Air Force Station, Fla. (11.62 percent); Pittsfield, Mass. (9.3 percent); Honolulu, Hawaii (4.22 percent).  Work is expected to be completed Oct. 30, 2015.  If all the options are exercised, work will continue through March 31, 2016.  Fiscal 2013 Other Procurement, Navy, Fiscal 2013 Operations & Maintenance, Navy, and Research, Development, Test & Evaluation contract funds in the amount of $9,552,979 will be obligated at the time of award.  Contract funds in the amount of $484,750 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-6 and 10 U.S.C. 2304(c)(1).  The Navy's Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-13-C-0043).

            General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $7,526,038 cost-plus-award-fee modification to the previously awarded task order under a Basic Ordering Agreement (N00024-09-G-2301 ER09) to provide engineering and management services for advance planning and design in support of the post-shakedown availability for the USS Independence (LCS 2).  Bath Iron Works will provide design, planning, and material support services for the vessel.  Efforts will include program management, advance planning, engineering, design, material kitting, liaison, and scheduling.  Work will be performed in Bath, Maine (55 percent), and San Diego, Calif. (45 percent), and is expected to be completed by March 2014.  Fiscal 2013 Research, Development, Test & Evaluation and Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $7,526,038 will be obligated at the time of award.  Funding in the amount of $602,083 will expire at the end of the current fiscal year.  The Basic Ordering Agreement was awarded on a sole-source basis pursuant to 10 U.S.C. 2304 (c)(1).  The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.


Search This Blog

Translate

White House.gov Press Office Feed