Back to news

January 8, 2020 | International, Aerospace

Ce qui a changé entre l’échec du Gripen et aujourd'hui

Avions de combat : Le PS, les Verts et le GSsA lancent ce mercredi le référendum contre l'achat de nouveaux jets. Ils étaient parvenus à couler le Gripen en 2014. La situation de départ est cette fois-ci différente.

Ce 18 mai 2014, les bouchons de champagne avaient sauté au stamm de la gauche, à quelques pas de la gare de Berne. Au terme d'une campagne acharnée qui a même fait ensuite l'objet d'un documentaire, «La bataille du Gripen», de Frédéric Gonseth, 53,8% des votants avaient refusé d'acheter 22 avions de combat Gripen pour une somme de 3,126 milliards de francs. Tous les cantons romands avaient dit non.

Cette année, potentiellement en septembre, les citoyens suisses devraient à nouveau se prononcer sur l'achat d'avions de combat. Le Parti socialiste, le Parti écologiste et le Groupe pour une Suisse sans armée (GSsA) lancent le référendum ce mercredi contre l'arrêté de planification qui prévoit d'investir 6 milliards de francs pour acheter de nouveaux jets. Les fronts sont les mêmes qu'en 2014, mais le contexte a changé.

Un vote sur le principe et pas sur un type d'avion

En 2014, le choix d'acheter le Gripen E, modèle en cours de développement, avait suscité la critique et la méfiance. Les détracteurs de ce jet parlaient d'avions de papier. Des membres des forces aériennes s'étaient aussi étonnés, en coulisses, du choix du jet suédois, alors que d'autres avions avaient obtenu de meilleures notes lors de l'évaluation. L'analyse Vox qui avait décortiqué le scrutin avait ainsi montré que 13% des votants avaient mis un non dans l'urne par rejet du Gripen. Cette fois-ci, les Suisses n'auront plus à se prononcer sur un type d'avion. Une seule question leur sera posée: acceptez-vous de payer 6 milliards de francs pour acheter de nouveaux avions de combat? Le Conseil fédéral ne sélectionnera le modèle qu'après le scrutin, sur la base des évaluations conduites par ArmaSuisse. A noter que dans tous les cas, la Suisse n'achètera pas le Gripen: le constructeur Saab a renoncé dès lors qu'il a été écarté des essais en vol et au sol qui ont eu lieu l'an dernier sur la base militaire de Payerne. Il reste ainsi quatre jets en course: le Rafale de Dassault, l'Eurofighter d'Airbus, le Super Hornet de Boeing et le F-35 de Lockheed Martin (voir vidéos de présentation dans l'encadré).

Viola Amherd à la place d'Ueli Maurer

Gaffes en série, couacs de communication, allusions malheureuses: la campagne de 2014 avait été cauchemardesque pour le ministre de la Défense de l'époque, Ueli Maurer (UDC). Six pour cent des votants avaient déclaré, lors de l'analyse Vox, avoir dit non en raison de cette campagne cacophonique. Les électeurs du centre, qui se reconnaissent dans des partis traditionnellement acquis à l'armée, avaient joué un rôle déterminant. Aujourd'hui, c'est une centriste, Viola Amherd, qui est à la manoeuvre. La conseillère fédérale PDC met un accent particulier sur la transparence dans les achats de l'armée. Elle a aussi souhaité amener une caution à la fois scientifique et militaire à ce dossier. Elle a ainsi invité l'astronaute Claude Nicollier à rendre un second avis sur le rapport Air2030. La popularité et l'image de la Haut-Valaisanne joueront un rôle lors de la campagne.

De nouveaux avions sinon rien?

En 2014, le Gripen ne devait remplacer que la flotte des F-5. Les 32 F/A 18 devaient être remplacés dans un second temps. Aujourd'hui, les 30 avions de combat F/A-18 restants sont vieillissants. Il est prévu de prolonger leur durée de vie jusqu'en 2030. Ainsi, la gauche ne pourra pas déployer avec autant d'impact l'un de ses arguments clés de 2014: on peut dire non au Gripen, il reste des avions pour l'armée. A l'époque, selon l'analyse Vox, 24% des détracteurs du Gripen se disaient en effet partisans d'une armée forte, mais ils estimaient aussi que l'achat de ce jet n'était pas une nécessité vitale. Le message sera différent lors de la future campagne. Viola Ahmerd et ses alliés pourront marquer des points en affirmant que le scrutin déterminera la survie des forces aériennes. Fondamentalement, les référendaires ne contestent cela dit pas la nécessité d'avoir des avions mais uniquement pour faire la police du ciel. Ils estiment qu'on peut acheter moins et à un meilleur prix. Leur capacité de convaincre avec cet argument s'annonce déterminante.

Des mesures compensatoires plus basses

C'est une autre différence par rapport au vote de 2014. Les affaires compensatoires - ces contre-prestations exigées de la part du constructeur - se monteront à 60% du prix d'achat des avions. Pour le Gripen, c'était 100%. Sur ce point, la ministre Viola Amherd, critique face aux surcoûts engendrés par ces compensations, s'est imposée au parlement. Les entreprises romandes qui craignaient de ne pas voir la couleur des affaires compensatoires si elles étaient réduites à 60% se disent néanmoins satisfaites: les collaborations seront possibles au-delà du secteur de la sécurité. Elles s'étendront à onze autres domaines, dont celui des machines, de l'électronique ou encore de l'horlogerie.

https://www.24heures.ch/suisse/change-echec-gripen-aujourdhui/story/22057626

On the same subject

  • Contract Awards by US Department of Defense - July 06, 2020

    July 7, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 06, 2020

    DEFENSE LOGISTICS AGENCY Raytheon Co., Andover, Massachusetts, has been awarded a $6,000,000,000 modification (P00102) to six-year base contract SPRBL1-15-D-0017 with one four-year option period, to add an additional year of performance and increase funding for depot-level repairables and consumable spare parts, as well as repair and engineering services for multiple weapon systems. This modification increases the contract ceiling from $2,000,000,000 to $8,000,000,000. 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 an indefinite-delivery/indefinite-quantity contract with both fixed-price and cost elements. Location of performance is Massachusetts, with a Sept. 27, 2021, ordering period end date. Using customer is the Department of Defense. Type of appropriation is fiscal 2020 through 2021 Army working capital funds and other procurement funds as necessary. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland. Federal Prison Industries,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $14,220,050 modification (P00006) exercising the second one-year option period of one-year base contract SPE1C1-18-D-1069 with two one-year option periods for physical fitness uniform trunks. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Washington, D.C.; Minnesota; Colorado; Louisiana; Kentucky; and New Jersey, with a July 11, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Melton Sales & Service,* Columbus, New Jersey, has been awarded a maximum $10,093,553 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for transfer transmissions. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Location of performance is New Jersey, with a July 6, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0117). Bridgestone Americas Tire Operations LLC, doing business as GCR Tire Service, Phoenix, Arizona, has been awarded a maximum $8,709,450 firm-fixed-price requirements contract for M870 series low bed semitrailer wheel pneumatic tires. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is Arizona, with a July 5, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0096). NAVY Vigor Marine LLC, Portland, Oregon, is awarded a $133,406,869 firm-fixed-price contract to prepare for and accomplish repair and alteration requirements for USS McCampbell (DDG 85) chief of naval operations scheduled depot maintenance availability. This contract includes options which, if exercised, will bring the cumulative value of this contract to $155,621,173. Work will be performed in Portland, Oregon. USS McCampbell will receive comprehensive modernization for DDG 51 class ships to ensure a mission relevant service life. These improvements will include hull, mechanical and electrical technology insertion; as well as provide critical warfighting improvements, such as upgraded machinery control system, integrated bridge and navigation system (to include physical throttles); advanced galley upgrade; wireless communications and digital video surveillance system upgrade; upgrade to a fiber optic local area network backbone; AEGIS baseline 9 upgrade (that includes updated guns weapons system); enhanced Vertical Launching System; multi-mission signal processor; and Ballistic Missile Defense 5.0 upgrade. Work is expected to be completed by November 2021. Fiscal 2020 operation and maintenance (Navy); and fiscal 2020 other procurement (Navy) funding in the amount of $154,319,412 will be obligated at time of award. Funds in the amount of $21,166,210 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(3), this contract was not competitively procured. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-20-D-0550). Cubic Defense Applications Inc., Orlando, Florida, is awarded a $99,100,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract supports the Surface Training Immersive Gaming and Simulations effort and provides for the development, delivery and total life cycle support of a new virtual environment training system. Work will be performed in Orlando, Florida. Life cycle support of the new training systems includes updates, maintenance, upgrades and modifications to surface ship trainers and associated courseware to maintain fleet operational readiness. This system will be one of the pillars under the overall Surface Training Advanced Virtual Environment Program. Work is expected to be completed by July 2025. No funds will be obligated at the time of award, but will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and six offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0018). Jacobs/B&M JV, Pasadena, California, is awarded a $99,000,000 maximum amount, indefinite-delivery/indefinite-quantity, architect-engineer contract for architect-engineer services. This includes the design, engineering, specification writing, cost estimating and related services at various locations under the cognizance of then Naval Facilities Engineering Command (NAVFAC) Pacific. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and other government facilities within the NAVFAC Pacific area of operations, including but not limited to, Guam and the Commonwealth of the Northern Marianas Islands (75%); Australia (15%); Hawaii (5%); and Diego Garcia (5%). The work to be performed provides for the preparation of region/Facilities Engineering Command team; DD Form 1391 project documentation; engineering studies; specifications utilizing the Department of Defense SpecsIntact program; cost estimates utilizing the micro-computer aided cost estimating system (second generation); design and engineering services for functional analysis and concept development; request for proposal (RFP) documentation for design-build projects; and RFP documentation, plans and specifications for design-bid-build projects. The term of the contract is not to exceed 60 months and is expected to be completed by July 2025. Fiscal 2018 military construction (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (planning and design). This contract was competitively procured via the Navy Electronic Commerce Online website and two proposals were received. The NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-D-0002). HDR Environmental, Operations and Construction Inc., Englewood, Colorado, is awarded a $75,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract to conduct marine species monitoring services and implement components of the Navy's Integrated Comprehensive Monitoring Program. No task orders are being issued at this time. The primary geographic area covered by this contract encompasses the Naval Facilities Engineering Command (NAVFAC) Atlantic and Pacific areas of operations. Additionally, tasks associated with this contract may be assigned anywhere in the world. The work to be performed will obtain services for performance of marine resources monitoring and program management in support of Navy environmental compliance and reporting requirements. Services may include, but are not limited to, literature review and data searches; aerial, shipboard, and/or underwater visual surveys; passive acoustic monitoring; assessments to determine potential impacts from military activities; behavioral studies and controlled exposure experiments; biopsy sampling; tagging and tracking; analysis of data and technical assistance to ensure legal compliance; preparation of necessary reports, consultation packages and permit applications; and management and coordination of complex projects with other Federal agencies, institutions and organizations spanning a wide range of geographic locations. The term of the contract is not to exceed 60 months with an expected completion date of July 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the beta.SAM.gov website, and two proposals were received. The NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0016). Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $34,749,670 modification (P00011) to previously-awarded fixed-price-incentive-firm contract N00019-18-C-1068. This modification provides for the production and delivery of 58 additional Lot 20 AIM-9X Block II all up round tactical missiles (29 for the Navy and 29 for the Air Force); an additional 61 Block II Captive Air Training Missiles (one for the Navy and 60 for the Air Force); an additional 35 all up round containers (12 for the Navy and 23 for the Air Force); and one lot of spares assets for the governments of Finland, Israel, the Netherlands, Norway, Singapore, Turkey and Poland. Work will be performed in Tucson, Arizona (31%); Andover, Massachusetts (10%); Keyser, West Virginia (9%); Santa Clarita, California (8%); Hillsboro, Oregon (5%); Ottawa, Ontario, Canada (5%); Goleta, California (4%); Cheshire, Connecticut (4%); Heilbronn, Germany (3%); Simsbury, Connecticut (2%); San Jose, California (2%); Valencia, California (2%); Anaheim, California (2%); Cajon, California (2%); Cincinnati, Ohio (1%); Anniston, Alabama (1%); San Diego, California (1%); Chatsworth, California (1%); Amesbury, Massachusetts (1%); Claremont, California (1%); Sumner, Washington (1%); and various locations within the continental U.S. (4%), and is expected to be completed by July 2023. Fiscal 2020 missile procurement (Air Force) funds in the amount of $23,081,565; fiscal 2020 weapons procurement (Navy) funds in the amount of $11,021,806; fiscal 2019 missile procurement (Air Force) funds in the amount of $135,020; fiscal 2019 weapons procurement (Navy) funds in the amount of $40,506; fiscal 2018 missile procurement (Air Force) funds in the amount of $40,506; fiscal 2018 weapons procurement (Navy) funds in the amount of $13,502; and Foreign Military Sales funds in the amount of $416,765 will be obligated at the time of award, $54,008 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Avian-Precise Co.,* Lexington Park, Maryland, is awarded a $19,700,000 modification (P00006) to previously-awarded cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract N00421-18-D-0016. This modification provides sustainment engineering, training and tools in support of the Naval Air Systems Command engineering group. Work will be performed in Patuxent River, Maryland (91%); and Jacksonville, Florida (9%), and is expected to be completed by April 2023. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Signal Systems Corp.,* Millersville, Maryland, is awarded a $13,467,258 cost-plus-fixed-fee order (N68335-20-F-0324) against previously-issued basic ordering agreement N68335-20-G-1062. This order provides for advanced Small Business Innovation Research (SBIR) products for airborne anti-submarine warfare (ASW) and undersea warfare continued research and development efforts under SBIR Topic N04-007, "Continuous Active Sonar Signal Processing;" Topic N093-168, "Target Localization Using Multi-Static Sonar with Drifting Sonobuoys;" and Topic N101-005, "Spread Spectrum Techniques for Sonar Ping Technology." Work will be performed in Millersville, Maryland (83%); and Lexington Park, Maryland (17%). The applications to be further developed include acoustic ASW sensors and systems; telemetry and recording systems; signal and data processing; algorithm development; mathematical modeling; system and application prototyping; active and passive display enhancements; information assurance, anti-tampering and cybersecurity concepts; and techniques and analysis to predict the performance of the associated ASW systems. Work is expected to be completed by July 2025. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $683,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,805,321 not to exceed, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for materials and engineering services required to develop and integrate technological improvements for the DDG-51 hull; mechanical and electrical machinery control systems (MCS); Littoral Combat Ship (LCS) Freedom class MCS; and Landing Helicopter Dock/A (LHD/A) MCS installed onboard current Navy ships in support of Naval Surface Warfare Center, Philadelphia Division. Work will be performed in Orlando, Florida (65%); the remaining (35%) will be performed in Baltimore, Maryland; Philadelphia, Pennsylvania; San Diego, California; Norfolk, Virginia; and Mayport, Florida, as determined by the individual task orders. The services under this contract will support the development, implementation, execution and life cycle sustainment of shipboard MCS for LCS class, LHD/A class and DDG class surface ship machinery control equipment and systems, as well as serve the Logistics Management Branch of the Naval Surface Warfare Center, Philadelphia Division. This statement of work requests highly specialized services that only Lockheed Martin can support. As such, Lockheed Martin has developed proprietary test scripts and test equipment to provide for delivery and support of MCS systems and components. Work is expected to be completed by July 2026. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $500 ($500 minimum guarantee for contract) will be obligated at time of award via an individual task order and will not expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured; there was one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-0009). ARMY General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $10,260,921 modification (P00110) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of March 31, 2022. Fiscal 2020 Foreign Military Sales (Taiwan) funds in the amount of $10,260,921 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. *Small Business **Mandatory Sour https://www.defense.gov/Newsroom/Contracts/Contract/Article/2261436/source/GovDelivery/

  • Canada to bolster Latvian NATO deployment with 15 Leopard 2 tanks

    June 16, 2023 | International, Land

    Canada to bolster Latvian NATO deployment with 15 Leopard 2 tanks

    Canada will bolster its force in Latvia with the deployment of 15 Leopard 2A4M tanks as part of NATO efforts to build a combat-capable brigade in a country that borders with Russia, the defence minister said on Friday.

  • Contract Awards by US Department of Defense - March 27, 2019

    March 29, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 27, 2019

    ARMY Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $1,135,410,156 modification (P00010) to Foreign Military Sales (Poland, Bahrain and Romania) contract W31P4Q-18-C-0049 for Guided Multiple Launch Rocket systems full rate production. One bid was solicited with one bid received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Aug. 31, 2021. Fiscal 2017, 2018 and 2019 foreign military sales; and other procurement, Army funds in the combined amount of $1,082,536,179 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $113,806,534 firm-fixed-price contract for computing services. Bids were solicited via the internet with three received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of March 28, 2024. Fiscal 2019 other procurement, Army funds in the amount of $16,062,071 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-F-0028). General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $58,911,077 modification (P00019) to contract W52P1J-17-C-0024 to procure 120mm M1002 new production cartridges and 120mm M865 recap cartridges for 120mm tank training ammunition. Work will be performed in St. Petersburg, Florida, with an estimated completion date of Oct. 12, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $58,911,077 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Northrup Grumman Innovation Systems, Plymouth, Minnesota, was awarded a $36,815,048 modification (P00011) to contract W52P1J-17-C-0025 to procure 120mm tank training ammunition M1002 new production cartridges and 120mm tank training ammunition M865 recapitalized cartridges. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Oct. 31, 2020. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $36,815,048 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Odyssey International Inc.,* Mesa, Arizona, was awarded a $19,832,000 firm-fixed-price contract for construction of a replacement air traffic control tower and base operations complex. Bids were solicited via the internet with five received. Work will be performed in Seymour Johnson Air Force Base, North Carolina, with an estimated completion date of Sept. 27, 2020. Fiscal 2016 and 2019 military construction funds in the amount of $19,832,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3005). Professional Contract Services Inc., Austin, Texas, was awarded a $17,285,295 modification (P00017) to contract W91151-16-D-0101 for full food and dining facility attendant support services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2020. U.S. Army Mission Installation Contracting Command, Fort Hood, Texas, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $15,580,588 modification (P00159) to contract W56HZV-15-C-0095 to incorporate Engineering Change Proposal OSKW8215R1 low velocity aerial delivery A1 transmission support plate, mid-power pack, and mounts, rails and mid-power pack into the baseline configuration of the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army; procurement Marine Corps; research, development, test and evaluation; Navy procurement; and Air Force procurement funds in the amount of $15,580,588 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. CACI-ISS Inc., Chantilly, Virginia, was awarded a $15,000,000 modification (P00012) to contract W52P1J-17-C-0029 to provide planning, analytical, operational and technical services. Work will be performed in Arlington, Virginia, with an estimated completion date of March 26, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $9,323,130 modification (P00097) to contract W56HZV-15-C-0099 for systems technical support and sustainment systems technical support services, consisting of engineering, logistics, and fielding support for the Bradley Fighting Vehicle family of vehicles, the Multiple Launch Rocket System Carrier, and the M113 Armored Personnel Carrier family of vehicles. Work will be performed in Killeen, Texas; and El Paso, Texas, with an estimated completion date of July, 8, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,323,130 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. NAVY CGI Federal Inc., Fairfax, Virginia, is awarded a $222,875,514 firm-fixed-price, fixed-price incentive firm target, firm-fixed-price level of effort, cost-plus-fixed-fee and cost reimbursement contract (N00039-19-C-0004) to provide Electronic Procurement System (ePS), a contract writing system to the Department of the Navy with standardized, comprehensive, end-to-end contract management of services, supplies, construction and grants. ePS will provide the flexibility to interface with Navy, Department of Defense and federal electronic systems as needed to meet the requirements of all stakeholders, and as defined in statutes, regulations and approved business practices. Work will be performed in Washington, District of Columbia, and is expected to be completed in March 2029. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $7,859,946 will be obligated at time of award, with $3,962,974 of the fiscal 2018 funds expiring at the end of the current fiscal year. The contract was competitively procured via Space and Naval Warfare Systems Command e-Commerce and Federal Business Opportunities websites, with six offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. Environmental Chemical Corp., Burlingame, California, is awarded a $121,682,327 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for the hurricane recovery efforts at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed includes roof repairs, internal and external building repairs, and civil repairs. After award of this modification, the total cumulative contract value will be $144,008,671. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $121,682,327 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N62470-13-D-6020). Raytheon Space and Airborne Systems, El Segundo, California, is awarded a $57,980,007 long-term requirements contract for repair of 25 weapon repairable assemblies for the APG-79 active electronically scanned array radar system used on the F/A-18 aircraft. The contract includes a three-year base period with two one-year options, which, if exercised, would bring the total value of the contract to an estimated $98,637,530 based on estimated quantities. Work will be performed in Forest, Mississippi, and work is expected to be completed by March 2022; if all options are exercised, work will be completed by March 2024. No funds will be obligated at the time of award. Working capital funds (Navy) will be obligated as individual orders are issued. Funds will not expire at the end of the current fiscal year. This contract was a sole-sourced, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UP01). Cardno TEC-Leidos LLC JV, Charlottesville, Virginia, is awarded a $50,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity architect-engineering contract for services to support the Tactical Training Theater Assessment and Planning program, and it is intended to ensure the sustainability of Navy training ranges and operating areas to support warfighter readiness around the world. The contract requires the services of environmental engineering and military operations specialists, and the use of engineering and biological sciences and principles and methods of engineering analysis. Work under this contract will be performed in the geographic regions of the Naval Facilities Engineering Command (NAVFAC) Atlantic's area of responsibility (AOR) and the adjacent waters of the Atlantic and Pacific Oceans, including the continental U.S., the Caribbean, Europe, and North Africa. Work will be primarily performed within NAVFAC Atlantic's AOR, which includes, but is not limited to, Virginia (50 percent); California (20 percent); Florida (20 percent); and Washington (10 percent). Work may also be added and performed anywhere outside of NAVFAC Atlantic's AOR, as required by the government, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,000 for the minimum guarantee are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4009). The Boeing Co., Huntington Beach, California, is awarded a $46,700,000 fixed-priced-incentive modification to previously awarded contract N00024-17-C-6307 for the Orca Extra Large Unmanned Undersea Vehicle (XLUUV) program. The Feb. 13, 2019, contract announcement for the XLUUV program occurred while source selection was ongoing, and therefore the specific contract award amount was considered source selection sensitive information and was not made public. This contract modification award completes the XLUUV competition and brings the total awarded amount for five XLUUVs and associated support elements to $274,400,000. Work will be performed in Huntington Beach, California (29 percent); Virginia Beach, Virginia (27 percent); Waukesha, Wisconsin (8 percent); East Aurora, New York (7 percent); Concord, Massachusetts (7 percent); Camden, New Jersey (5 percent); Smithfield, Pennsylvania (4 percent); Attleboro, Massachusetts (3 percent); City of Industry, California (3 percent); El Cajon, California (3 percent); Fairfield, New Jersey (2 percent); Ontario, California (1 percent); and Farmingdale, New York (1 percent), and is expected to be completed by December 2022. Fiscal 2019 research, development, test, and evaluation (Navy) funds in the amount of $9,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Starwin Industries Inc.,* Dayton, Ohio (N00164-19-D-WS21); Garrity Tool Co. LLC,* Indianapolis, Indiana (N00164-19-D-WS33); Loughmiller Machine, Tool & Design Inc.,* Loogootee, Indiana (N00164-19-D-WS34); D-J Engineering Inc.,* Augusta, Kansas (N00164-19-D-WS35); MSP Aviation Inc.,* Bloomington, Indiana (N00164-19-D-WS36); and Integrity Defense Services Inc.,* Springville, Indiana (N00164-19-D-WS37); and Middletown Composites Inc.,* Berea, Kentucky (N00164-19-D-WS38), are each awarded a combined aggregate not-to-exceed $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract with a five-year ordering period to procure machined parts or composite components in support of build-to-print machine shop requirements for supplies related to EA-6B, EA-18G and P-8A aircraft components, as well as various other related platforms. These seven small businesses will have the opportunity to propose on individual delivery orders throughout the five-year ordering period of the indefinite-delivery/indefinite-quantity contracts. Work will be performed at each of the contractors' facilities per delivery order and is expected to be completed in April 2024. Percentage breakdown of work is to be determined. Navy Working Capital Funding in the amount of $10,000 will be obligated concurrently to each awardee upon award of the initial delivery orders and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with eight offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40080-17-D-0008); Edifice LLC.,* Beltsville, Maryland (N40080-17-D-0009); Hascon LLC.,* Columbia, Maryland (N40080-17-D-0010); Pinnacle Construction and Development Group Inc.,* Cleveland, Ohio (N40080-17-D-0011); Reilly Construction Inc.,* Chantilly, Virginia (N40080-17-D-0012); and Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-17-D-0013), are awarded a combined $10,000,000 firm-fixed-price modification to previously awarded indefinite contract to exercise Option Two for construction projects for general and administrative facilities located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). After award of this option, the total cumulative contract value will be $122,000,000. Work will be performed at various administrative facilities within the NAVFAC Washington AOR, including but not limited to, Maryland, Washington, District of Columbia, and Virginia, and is expected to be completed by March 2020. Task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy and Marine Corps); and fiscal 2019 Navy working capital funds. NAVFAC Washington, Washington, District of Columbia, is the contracting activity. Blue Rock Structures Inc.,* Pollocksville, North Carolina, is awarded a $9,207,530 firm-fixed-price task order N4008519F5128 under a previously awarded multiple award construction contract (N40085-16-D-6300) for interior and exterior repairs to building AS515 at Marine Corps Base, Camp Lejeune, North Carolina. The work provides new architectural finishes, new electrical system, new telecommunication system, new plumbing, new HVAC system, new membrane roof, and incidental-related work. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by May 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $9,207,530 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Peraton Inc., Annapolis, Maryland, is awarded an $8,543,905 firm-fixed-price, cost-plus-fixed-fee modification to previously-awarded indefinite-delivery/indefinite-quantity contract N00174-11-D-0002 to extend the ordering period and exercise Option Year VIII for the procurement and support of the Transmitting Set, Countermeasures AN/PLT-4 to support explosive ordnance disposal personnel. The AN/PLT-4 is a man-portable system in support of the Joint Service Explosive Ordnance Disposal (JSEOD) Counter-Radio-Controlled Improvised Explosive Device Electronic Warfare program. Work will be performed in Annapolis, Maryland, and is expected to be completed by March 2020. No funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. AIR FORCE L-3 Technologies, Greenville, Texas, has been awarded a not-to-exceed $142,000,000 cost-plus-fixed-fee undefinitized contract action for the procurement of Group B material and the Ground System Integration Lab. Work will be performed in Greenville, Texas, and is expected to be complete by Dec. 31, 2023. This contract involves 100 percent foreign military sales. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $69,580,000 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-16-G-3027/FA8620-19-F-4872). Vectrus Systems Corp., Maxwell Air Force Base, Alabama, has been awarded a $23,609,858 fixed-price incentive modification (P00050) to previously awarded contract FA3002-17-C-0009 for base operations support. This modification provides for the exercise of Option Two. Work will be performed at Maxwell-Gunter Air Force Base, Alabama, and is expected to be complete by March 31, 2020. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value to $86,319,044. The 42nd Contracting Squadron, Montgomery, Alabama, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, has been awarded an $18,578,053 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for J85 engine maintenance. This contract provides for managing the full cycle of production by planning, scheduling, directing, and controlling all maintenance on jet engines and support equipment, as well as monitoring serviceable base stock levels and target serviceable requirements of each customer. Work will be performed at Laughlin Air Force Base, Texas, and is expected to be complete by Sept. 30, 2020. This award is the result of a sole-source acquisition. The Air Force Installation Contracting Agency, 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-D-A004). BlueForce Inc., Hampton, Virginia, has been awarded a $12,325,425 firm-fixed-price task order for the Royal Saudi Air Force English Language Training outside the continental U.S. program. Work will be performed at King Abdul Aziz Air Base, Saudi Arabia, and is expected to be complete by Jan. 3, 2024. This contract involves 100 percent foreign military sales to the Kingdom of Saudi Arabia. This award is the result of a competitive acquisition and four offers were received. Foreign Military Sales funds in the full amount are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio Randolph, Texas, is the contracting activity (FA3002-19-F-A045). L-3 Communications, Greenville, Texas, has been awarded an $11,465,007 cost-plus-fixed-fee contract for the procurement of Ground System Development and Integration. Work will be performed in Greenville, Texas, and is expected to be complete by Nov. 30, 2022. This contract involves 100 percent foreign military sales. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the full amount are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-16-G-3027/FA8620-19-F-4836). CAE USA Inc., Tampa, Florida, has been awarded a $7,245,585 firm-fixed-price modification (P00144) to previously awarded contract FA8223-10-C-0013 for support of the KC-135 Aircrew Training System. This modification provides for collective bargaining agreement wage adjustments resulting from Fair Labor Standards Act and Service Contract Act, and brings the total cumulative face value of the contract to $464,618,081. Work will be performed at Altus Air Force Base, Oklahoma; Grissom Air Reserve Base, Indiana; MacDill AFB, Florida; Pittsburgh Air National Guard Base, Pennsylvania; Rickenbacker ANGB, Ohio; Scott AFB, Illinois; Fairchild AFB, Washington; Milwaukee ANGB, Wisconsin; March AFB, California; and Hickam AFB, Hawaii. Work is expected to be complete by Dec. 31, 2019. Fiscal 2019 operations and maintenance funds in the amount of $7,245,585 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Leading Technology Composites Inc., Wichita, Kansas, was awarded a $50,000,000 ceiling increase to an indefinite-delivery/indefinite-quantity, firm-fixed-price contract (H92222-14-D-0061-P00005) in support of U.S. Special Operations Command (USSOCOM) for the purchase of SOF Personal Equipment Advance Requirements Tactical Standalone (SPEAR) and Modular Supplemental Armor Protection (MASP) ballistic plates. The estimated total contract value is $175,000,000. No money was obligated at the time of award. The work will be performed in Wichita, Kansas, and is expected to be completed by Nov. 27, 2020. This contract was awarded in accordance with Federal Acquisition Regulation Authority (FAR) 6.302-1, “Other than Full and Open Competition, Only one Responsible Source”. USSOCOM, Tampa, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY GTA Containers Inc.,* South Bend, Indiana (SPE8EG-19-D-0105); Apex Pinnacle, Corp.,* Binghamton, New York (SPE8EG-19-D-0106); MPC Containment Systems LLC,* Chicago, Illinois (SPE8EG-19-D-0107); Avon Engineered Fabrications (AEF),* Picayune, Mississippi (SPE8EG-19-D-0108); and North American Fuel Tank,* Mansfield, Texas (SPE8EG-19-D-0109), are sharing a maximum $47,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EG-18-R-0008 for tank fabrication berm liners. This was a competitive acquisition with seven offers received. These are one-year base contracts with four one-year option periods. Locations of performance are Indiana, New York, Illinois, Mississippi, and Texas with a March 26, 2024, performance completion date. Using military services are Navy and Air Force. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Meridian Airport Authority, doing business as Meridian Aviation, Meridian, Mississippi, has been awarded a maximum $18,062,977 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with one response received. This is a 46-month contract with one six-month option period. Location of performance is Mississippi, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-1-D-0029). DEFENSE INFORMATION SYSTEMS AGENCY General Dynamics Information Technology, Fairfax, Virginia, was awarded a firm-fixed-price contract modification on March 27, 2019, to exercise Option Year Four of task order HC1013-15-A-0004-0001. This task order was previously awarded under the competitive blanket purchase agreement against General Services Administration's Information Technology Schedule 70 contract for Air Force Air Defense Communications Services. The face value of this action is $7,200,000, funded by fiscal 2019 operations and maintenance funds. The total cumulative value of the order is $21,367,054. Performance is throughout the continental U.S., as well as Alaska, Hawaii and Guam. The period of performance for this action is April 1, 2019, to March 31, 2020. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-15-A-0004-0001 23). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1797925/

All news