Back to news

July 10, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - July 09, 2020

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $56,100,000 not-to-exceed, undefinitized contract modification (P00018) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0010. This modification provides systems integration engineering support and procures long lead material to ensure the ASQ-239 electronic warfare/countermeasures production capability remains on track to meet Lot 17 deliveries. This modification provides for the continuation of Block 4 electronic warfare development without creating a gap in engineering resources in support of the Navy, Air Force and non-Department of Defense (DOD) participants. Work will be performed in Nashua, New Hampshire (85%); and Fort Worth, Texas (15%), and is expected to be completed by December 2020. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,986,000; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $6,986,000; and non-DOD participant funds in the amount of $3,026,680, 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.

Liberty JV,* Yuma, Arizona, is awarded a $40,000,000 maximum amount, indefinite-delivery/indefinite-quantity architect-engineering contract for environmental restoration projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). No task orders are being issued at this time. Work will be performed at various government installations within the NAVFAC AOR including, but not limited to, Washington (75%); Alaska (22%); Idaho (1%); Montana (1%); and Oregon (1%). The work to be performed provides for environmental restoration services under the Defense Department's Environmental Restoration Program, which includes the Installation Restoration Program and Munitions Response Program, complies with the Comprehensive Environmental Response, Compensation and Liability Act, and supports the Navy and Marine Corps base realignment and closure effort and similarly complex local and state environmental investigations. The term of the contract is not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $1,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by environmental restoration (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. The Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-20-D-5006).

Jacobs-EwingCole JV, Pasadena, California, is awarded a $29,944,543 firm-fixed-price task order (N62473-20-F-4714) under an indefinite-delivery/indefinite-quantity contract for post-award design services (PADS) and post-construction award services (PCAS) to support multiple construction projects related to the fiscal 2020 and 2021 military construction (MILCON) earthquake recovery and repair program at Naval Air Weapons Station (NAWS), China Lake, California. The task order also contains one unexercised option, which if exercised, will increase cumulative task order value to $36,456,778. Work will be performed in Ridgecrest, California. The work to be performed provides for PADS and PCAS for various fiscal 2020 and 2021 MILCON and repair projects; 18 MILCON projects; and 25 repair projects will be constructed at NAWS China Lake as a part of the earthquake recovery program. The contractor will provide architect-engineer services to address any post-award design and construction related issues for the MILCON and repair projects. The contractor will also provide assistance to the government during the development of responses and requests for information from the contractors performing the construction effort for the projects. Work is expected to be completed by April 2024. Fiscal 2020 MILCON (Navy) contract funds in the amount of $29,944,543 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801).

Salient CRGT Inc., Fairfax, Virginia, is awarded a $21,984,298 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award contract to provide support with program management, program planning and execution, Joint Staff actions process training, Actions Division customer service help desk services, strategic planning and analysis assistance, correspondence management and communications and editorial functions in support of the Joint Staff Actions Division. The contract will include a 60-month base ordering period, with no option period. Work will be performed in Arlington, Virginia (85%); Fairfax, Virginia (10%); and Suffolk, Virginia (5%). The ordering period will be completed by July 2025. Fiscal 2020 operations and maintenance (O&M) (Defense-wide) (DW) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and will expire at the end of the current fiscal year. Subsequent task orders will be funded with the appropriate fiscal year O&M, DW funds. This contract was competitively procured with the solicitation posted through Navy Electronic Commerce Online and beta.SAM.gov website and 15 offers were received. The Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-D-Z023).

Lockheed Martin, Baltimore, Maryland, is awarded a $16,345,048 firm-fixed-price contract for the refurbishment of rocket motors and thrust vector control used on vertical launch assemblies for anti-submarine rocket assisted torpedoes. If the option is exercised, the work will be completed by July 2023, bringing the total value of the contract to $30,630,048. Work will be performed in Baltimore, Maryland (44%); Dulles, Virginia (29%); and Owego, New York (27%). The base period of this contract is expected to be completed by October 2022. Weapons procurement funds (Navy) in the full amount of $16,345,048 will be obligated at time of award and will expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) and one offer was received. The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-20-C-K045).

DEFENSE LOGISTICS AGENCY

AM General LLC, South Bend, Indiana, has been awarded a maximum $44,095,015 firm-fixed-price requirements contract for High Mobility Multi-Purpose Wheeled Vehicle diesel engines with containers. 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 Indiana, with a July 8, 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-0118).

Marlex Pharmaceuticals Inc., New Castle, Delaware, has been awarded a maximum $9,274,712 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Delaware, with a July 8, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0008).

ARMY

VS2 LLC, Alexandria, Virginia, was awarded a $36,672,648 cost-plus-fixed-fee contract for logistics support services (maintenance, supply and transportation) at Fort Benning, Georgia. Bids were solicited via the internet with nine received. Work will be performed in Chattahoochee, Georgia, with an estimated completion date of July 8, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $2,077,440 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0305).

Manson Construction Co., Seattle, Washington, was awarded an $8,330,800 firm-fixed-price contract for dredge work in the Mississippi River. Bids were solicited via the internet with three received. Work will be performed in Venice, Louisiana, with an estimated completion date of Oct. 30, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $8,330,800 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0030).

DEFENSE INTELLIGENCE AGENCY

IT Concepts Inc., Vienna, Virginia, was awarded a $26,308,755 labor-hour contract (HHM402-20-C-0038) to develop, update, sustain, operate and enhance a software tool capability to be used by members of the acquisition, requirements, operational and intelligence communities to support and aid in the identification of intelligence requirements, management of priorities, planning and production of intelligence products, enterprise data analytics, communication and other associated processes. Work will be conducted in Vienna and Charlottesville, Virginia, with an expected completion date of June 2025. Fiscal 2020 operations and management funds in the amount of $1,023,586 are being obligated at time of award. This contract was awarded through an 8(a) set-aside and five offers were received. The Virginia Contracting Activity, Washington, D.C., is the contracting activity.

AIR FORCE

Innovative Scientific Solutions Inc., Dayton, Ohio, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity modification (P00005) to contract FA8650-13-D-2343 for advanced propulsion concepts and cycles research and development. Work will be performed in Dayton, Ohio, and is expected to be completed June 18, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,750,000 are being obligated at the time of award under task order FA8650-17-F-2009. Total cumulative face value of the contract is not-to-exceed $64,560,000. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Ball Aerospace & Technologies Corp., Beavercreek, Ohio, has been awarded a $7,687,489 cost-plus-fixed-fee contract for Infrared Radiation Effects Laboratory (IRREL) operation and improvements program. The objective of this effort is to provide radiometric and radiation characterizations of focal plane arrays (FPAs) and associated devices. The effort includes developing innovative techniques to advance the state of the art in the characterization of infrared and visible FPAs and associated devices. These innovative techniques include the development of characterization and analytical techniques, test hardware and operational and test procedures that advance the experimental capabilities of the IRREL. Work will be performed in Albuquerque, New Mexico, and is expected to be completed Oct. 10, 2025. This award is the result of a competitive acquisition with one offer received. Fiscal 2020 research, development, test and evaluation funds in the amount of $150,000 are being obligated at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-20-C-0015).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2269384/source/GovDelivery/

On the same subject

  • GM Defense shows off updated Infantry Squad Vehicle

    November 1, 2021 | International, Land

    GM Defense shows off updated Infantry Squad Vehicle

    GM Defense's ISV is electric and can power the vehicle, as well as drones and sensors.

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

    November 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

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

    NAVY Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $1,207,968,973 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides sustainment support of the V-22 AE1107C engine at various V-22 aircraft production, test and operating sites. Sustainment support includes program management, integrated logistics support, sustaining engineering, maintenance, repair, reliability improvements, configuration management and site support. Work will be performed in Indianapolis, Indiana, and various locations within and outside the continental U.S., and is expected to be completed in February 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0004). BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4416); Continental Maritime of San Diego, San Diego, California (N00024-16-D-4417); and General Dynamics, NASSCO, San Diego, California (N00024-16-D-4418), are being awarded a $299,342,235 ceiling increase to the maximum potential cumulative total of orders for all firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contracts to $838,522,014 for complex emergent and continuous maintenance and Chief of Naval Operations availabilities on surface combatants (DDG and CG) class ships. Each contractor shall furnish the facilities and human resources capable of completing complex emergent and continuous maintenance, repair, modernization and Chief of Naval Operations availabilities on surface ships assigned to or visiting the port of San Diego, California. These three companies will have the opportunity to offer on individual delivery orders. Work will be performed in San Diego, California, and is expected to be complete by March 2021. No funding is being obligated through this contract modification. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co., Marlborough, Massachusetts, is awarded $209,636,983 for a ceiling-priced, indefinite-delivery, performance-based logistics requirements contract for the repair, upgrade or replacement of 361 NIINs within two of the 13 major subsystems of the Aegis Weapon System: the MK99 fire control system and the Army Navy Joint Electronics Type Designation Systems Water/Surface Ship Radar Surveillance and Control (AN-SPY-i) Transmitter Group. Work will be performed in Chesapeake, Virginia (70%); and Marlborough, Massachusetts (30%). This contract includes a five-year base period with no options. Work is expected to be completed by November 2024. Annual working capital funds (Navy) in the amount of $34,290,659 will be issued for delivery order (N00383-20-F-0W80) that will be awarded concurrently with the contract and will initially be obligated at the time of award as an undefinitized contract action with a commitment of $11,430,220 for a year's period of performance. Funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 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 (N00383-20-D-W801). Huntington Ingalls Industries, Newport News Shipbuilding Inc., Newport News, Virginia, is awarded a $15,029,055 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-2116 for the purchase of additional Ford (CVN 78) Class shore based spares in support of the Ford Class. Work will be performed in Santa Fe Springs, California (99%); and Newport News, Virginia (1%), and is expected to be completed by May 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $15,029,055 will be obligated at time of award and will not expire at the end of the current fiscal year. The design and construction of a nuclear powered aircraft carrier requires highly technical and specialized knowledge of the ship's mission, design, systems and nuclear reactor plants. Huntington Ingalls Industries, Newport News Shipbuilding Inc. (HII-NNS) is the nation's only designer and builder of nuclear powered aircraft carriers. HII-NNS has developed a unique capability encompassing all aspects of aircraft carrier design, construction, modernization, repair and technical and engineering support which, because of its uniqueness, cannot be acquired elsewhere. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Integral Aerospace LLC, Santa Ana, California, is awarded a $9,292,108 modification (P00003) to a previously awarded firm-fixed-price contract (N00019-18-C-1036). This modification exercises an option to manufacture, test and deliver 72 FPU012/A 480 gallon external fuel tanks in support of the F/A-18E/F aircraft. Work will be performed in Santa Ana, California, and is expected to be completed in May 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $9,292,108 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. AAR Aircraft Services Inc., Indianapolis, Indiana, is awarded an $8,457,049 firm-fixed-price, time and materials delivery order (N00019-20-F-0337) against a previously awarded, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0111). This delivery order provides depot level maintenance and repair of four P-8A Poseidon aircraft in support of the Navy. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2020. Fiscal 2020 operation and maintenance (Navy) funds in the amount of $8,457,049 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. ARMY Endeavor Robotics Inc., Chelmsford, Massachusetts, was awarded a $109,044,937 hybrid (cost plus-fixed-fee and firm-fixed-price) contract for procurement of up to 350 Common Robotic System - Heavy systems, refurbishment of systems associated spare parts, test support, user training support and logistics development. Two bids were solicited with two bids received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 12, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-D-0017). Teichert-Odin JV,* Sacramento, California, was awarded a $49,283,800 firm-fixed-price contract for a levee improvement construction. Bids were solicited via the internet with three received. Work will be performed in Sacramento, California, with an estimated completion date of July 2, 2022. Fiscal 2019 non-federal sponsor, civil construction funds in the amount of $49,283,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0002). Bauer Foundation Group, Odessa, Florida, was awarded a $32,301,199 firm-fixed-price contract for construction of a deep soil-cement cutoff wall. Bids were solicited via the internet with four received. Work will be performed in East St. Louis, Illinois, with an estimated completion date of Nov. 15, 2021. Fiscal 2020 civil works, operations and maintenance funds in the amount of $32,301,199 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Illinois, is the contracting activity (W912P9-20-C-0002). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $32,256,984 modification (P00092) 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 May 31, 2020. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles; and operation and maintenance, Army funds in the amount of $32,256,984 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $21,791,160 modification (P00275) to contract W56HZV-15-C-0095 for contractor support, labor hours, material and travel for the Marine Corps' efforts for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2020. Fiscal 2020 procurement, Marine Corps funds in the amount of $21,791,160 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. AIR FORCE Raytheon Co. Missile Systems Division, Tucson, Arizona, has been awarded an $18,569,662 modification (P00003) exercising the first option year of three options to previously awarded FA8675-19-C-0004 for fiscal 2020 High-speed Anti-Radiation Missile (HARM) Targeting System (HTS) Contractor Logistics Support (CLS) services. The contract modification is for HTS POD CLS depot repairs and sustainment activities. Work will be performed at Tucson, Arizona, and is expected to be completed by Nov. 30, 2020. The total cumulative face value of the contract is $37,260,817. Fiscal 2020 operations and maintenance funds in the amount of $18,569,662 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Sonalysts Inc., Waterford, Connecticut, has being awarded a $9,071,850 cost-plus-fixed-fee modification (P00010) to the previously awarded FA8806-19-C-0002 for the Standard Space Trainer (SST) Space-Based Infrared System (SBIRS) Mission-Specific Vendor Plug-in (MSVP) Continuation Development and Option for Geosynchronous Earth Orbit (GEO) 5 and 6. This modification provides for the development of the training system supporting SIBRS operations under the management of the Space Training Acquisition Office. Work will be performed in Waterford, Connecticut, and is expected to be completed by Nov. 15, 2021. Total cumulative face value of the contract is $44,281,437. Fiscal 2019 research and development funds in the amount of $6,041,416 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. General Electric Research, Niskayuna, New York, has been awarded a $7,147,058 cost-reimbursable contract for the Materials Architecture and Characterization for Hypersonics (MACH) effort. This contract provides for the design and experimental validation of a transpiration cooling system to reduce heating at the leading edge and control part temperature in line with material capability. Work will be performed at Niskayuna, New York, and is expected to be complete by April 8, 2022. This award is the result of a competitive acquisition and 24 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $924,218 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-7011). DEFENSE LOGISTICS AGENCY Design West Technologies Inc.,** Tustin, California, has been awarded a maximum $7,472,100 firm-fixed-price contract for miscellaneous artillery fuze setters. This was a competitive small business set-aside acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is California, with a Nov. 14, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0018). *Small Business **Small Disadvantaged Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2017225/source/GovDelivery/

  • Missile MBDA Sea Venom : les tirs de qualif. sont achevés

    November 27, 2020 | International, Naval

    Missile MBDA Sea Venom : les tirs de qualif. sont achevés

    Il y a une dizaine de jours, les équipes de MBDA ont réalisé le dernier tir de qualification du missile antinavire Sea Venom/ANL sur le site d'essai DGA de l'Ile du Levant. Le missile Sea Venom/ANL qualifié Réalisé le 17 novembre dernier, cet ultime tir de qualification du missile Sea Venom/ANL de MBDA avait pour but de valider les performances du missile en termes "de discrimination de cible en environnement naval dense et complexe". "Les essais précédents avaient permis de tester le domaine de séparation et de tir, le vol rasant à basse altitude, ainsi que les modes d'engagement du missile, tels que l'accrochage après tir (LOAL), l'accrochage avant tir (LOBL), l'opérateur dans la boucle ou encore la sélection du point d'impact", rappelle MBDA. Premiers essais sur hélicoptère Lynx Les premiers essais avaient commencé en 2017 sur un hélicoptère Lynx Mk 8 de la Royal Navy. Des essais d'embarquement et de largage du Sea Venom/ANL. Puis en avril 2018, avait suivi un tir depuis un hélicoptère Airbus Panther "avec vol du missile à très basse altitude et accrochage de la cible en milieu de course ». "La conduite de ce tir anti-navires a permis de mettre en lumière la capacité du missile à naviguer « au raz de l'eau (sea-skiming) et le bon fonctionnement de la liaison de données entre le missile et l'hélicoptère », avait alors précisé le Ministère des Armées. Puis, en fin d'année 2018, s'était déroulé un nouveau tir d'essai qui avait permis "de confirmer la capacité d'accrochage avant tir du Sea Venom-ANL, l'opérateur utilisant les images provenant de l'autodirecteur à infrarouge du missile pour désigner la cible avant le tir". L'essai s'est déroulé au centre d'essai de l'Ile du Levant depuis un hélicoptère d'essai Dauphin de la DGA. Premier tir de qualif. en février dernier Le premier tir de qualification du missile sur l'Ile du Levant au centre d'essais de missiles de la Direction générale de l'armement (DGA) a été effectué en février 2020. "Le missile a été tiré depuis un hélicoptère Dauphin de DGA Essais en vol progressant à une altitude proche de la hauteur minimale nécessaire au lancement du missile, ce dernier atteignant sa vitesse de croisière alors qu'il effectuait un vol rasant (sea-skimming). Pendant la dernière phase du vol, l'opérateur a utilisé les images provenant de l'autodirecteur à infrarouge –transmises par la liaison de données- du missile pour ajuster le point d'accrochage sur la cible. Le missile a ensuite suivi le point désigné jusqu'à atteindre la cible avec une précision extrême", indiquait alors MBDA. Le missile antinavire Sea Venom/ANL, qui équipera bientôt les hélicoptères Wildcat AW159 de la Royal Navy et H160M Guépard de la Marine Nationale, est un programme en coopération réalisé dans le cadre du traité de Lancaster House, conclu entre la France et le Royaume-Uni, il y a eu dix ans ce mois-ci. Le Sea Venom/ANL est également le premier programme à bénéficier pleinement des centres d'excellence franco-britanniques spécialisés dans les technologies des missiles, qui ont été mis en place par le traité de Lancaster House. https://www.air-cosmos.com/article/missile-mbda-sea-venom-les-tirs-de-qualif-sont-achevs-23912

All news