Back to news

November 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - Novembre 20, 2020

U.S. TRANSPORTATION COMMAND

Four additional companies -- Alaska Airlines, Seattle, Washington (HTC711-21-D-CC01); Hawaiian Airlines Inc., Honolulu, Hawaii (HTC711-21-D-CC02); Jet Blue Airways, Long Island City, New York (HTC711-21-D-CC03); and Swift Air LLC, Greensboro, North Carolina (HTC711-21-D-CC04) -- have been awarded firm-fixed-price contracts under the Domestic Airlift Charter Services, Federal Aviation Administration Part 121, indefinite-delivery/indefinite-quantity, fixed-price contract, at estimated program value of $697,000,000. These funds were obligated on individual task orders issued among 16 contracts. The program initially began in October 2018. The contracts provide domestic air cargo and passenger charter services. Services shall be provided for the Department of Defense and other federal government agencies. Work will be performed within the continental U.S., all U.S. territories, Mexico, Canada, and the Caribbean Islands. Period of performance is from Nov. 20, 2020, to Sept. 30, 2023. Ordering is decentralized and will be determined at the task order level. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sysco-Central Alabama, Calera, Alabama, has been awarded a maximum $136,226,979 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a four-year contract with no option periods. Location of performance is Alabama, with a Nov. 23, 2024, ordering period end date. Using customers are Air Force, Army, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3311).

SupplyCore Inc., Rockford, Illinois, has been awarded a maximum $92,000,000 firm-fixed-price contract for supply, storage and distribution of water purification systems. This was a competitive acquisition with two responses received. This is a four-year base contract with one one-year option period. Location of performance is Illinois, with a Nov. 19, 2024, performance completion date. Using services are Army and Marine Corps. Type of appropriation is fiscal 2021 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-21-D-0016).

Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $7,788,263 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1213) with four one-year option periods for men's broadfall trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are New York and North Carolina, with a Nov. 24, 2021, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

PAE Applied Technologies LLC, Fort Worth, Texas, has been awarded a ceiling $98,000,000 indefinite-delivery/indefinite-quantity contract for U.S. Air forces in Europe – Air Forces Africa (USAFE-AFAFRICA) electronic warfare operations training and infrastructure maintenance services. This contract provides electronic warfare aircrew tactics evaluation, electronic warfare combat training, operation and maintenance of equipment and electronic warfare range infrastructure maintenance for USAFE-AFAFRICA. Work will be performed at various locations in Germany, the United Kingdom and Italy. The basic contract has a five-year ordering period ending Nov. 19, 2025. This award is result of a competitive acquisition and three offers were received. Fiscal 2021 operation and maintenance funds in the amount of $8,091,999 will be obligated via the first task order, which will be awarded immediately after the basic contract, and is expected to be completed Jan. 31, 2026. The 764th Enterprise Sourcing Squadron, Ramstein Air Base, Germany, is the contracting activity (FA5641-21-D-0001).

ViaSat Inc., Carlsbad, California, has been awarded a $50,800,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for development on prototype space systems. The contractor will provide studies, design, manufacturing, integration, performance qualification, network space segment elements, launch, flight and demonstration of prototype space systems. This also includes the development, integration and demonstration with ground terminals in conjunction with the government Ground Segment to reduce risk and assess performance and functionality for future protected service. It includes the associated program management, system engineering, certification, integration, test and evaluation and configuration management. Work will be performed in Carlsbad, California, and is expected to be completed Feb. 20, 2026. This award is the result of a competitive acquisition with one offer received. Fiscal 2020 and fiscal 2021 research, development, test and evaluation funds in the amount of $737,646 are being obligated to the first task order at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-21-D-0029; task order: FA9453-21-F-0001).

NAVY

Kellogg Brown and Root Services Inc., Houston, Texas, was awarded a $64,827,880 indefinite-delivery/indefinite-quantity modification for the exercise of Option Three for base operating support services at Camp Lemonnier, Djibouti; Chabelley Airfield, Djibouti; and Camp Simba, Kenya. The work to be performed provides for all management and administration, security, fire and emergency, air operations, ordnance, material management and supply, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities, base support vehicles and equipment, morale, welfare and recreation support, galley, unaccompanied housing, custodial, grounds maintenance and landscaping and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $263,190,457. Work will be performed in Djibouti City, Djibouti (89%); Manda Bay, Kenya (8%); and Chabelley, Djibouti (3%). This option period is from November 2020 to November 2021. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (O&M) (Navy); fiscal 2021 O&M (Air Force); and fiscal 2021 O&M (National Security Agency) contract funds in the amount of $61,043,871 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command, Europe Africa Central, Naples, Italy, is the contracting activity (N62470-17-D-4012). (Awarded Nov. 19, 2020)

BAE Systems Technology Solutions & Services Inc., doing business as BAE Systems, Rockville, Maryland, is awarded a $16,506,245 firm-fixed-price contract modification (P00012) under previously awarded contract N00604-19-C-4001 to exercise Option Year Two for the operation and maintenance of Navy communication, electronic and computer systems. The contract included a 12-month base period and four one-year option periods. The exercise of this option will bring the estimated value of the contract to $46,060,784 and if all options are exercised, it will bring the total value to $80,115,425. Work will be performed in Oahu, Hawaii (94%); and Geraldton, Australia (6%). Work will begin December 2020 and is expected to be completed by November 2021; if all options are exercised, work will be completed by November 2023. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $4,048,611 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was solicited on a full and open, unrestricted basis with two offers received. Naval Supply Systems Command, Fleet Logistics Center, Pearl Harbor Regional Contracting Department, Pearl Harbor, Hawaii, is the contracting activity.

EMR Inc.,* Niceville, Florida, is awarded firm-fixed-price task order N69450-21-F-1409 at $13,968,592 under a multiple award construction contract for the munition storage area utilities project at Barksdale Air Force Base, Louisiana. The work to be performed includes civil and electrical disciplines. The civil work includes the replacement of the water distribution mains within the munitions storage area. The electrical work includes the replacement of all existing underground primary conductors with the exception of the existing underground emergency circuit. Work will be performed in Bossier City, Louisiana, and is expected to be completed by November 2022. Fiscal 2021 operation and maintenance (Air Force) contract funds in the amount of $13,986,592 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1318).

Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $10,713,544 firm-fixed-price modification to previously awarded contract N00024-17-C-6311 to procure two additional Surface-to-Surface Missile Modules (SSMM) for integration into the Littoral Combat Ship framework. The SSMM fires a Longbow Hellfire missile that will be added to the surface warfare mission module aboard the Littoral Combat Ship. Work will be performed in Huntsville, Alabama (80%); Bethpage, New York (18%); and Hollywood, Maryland (2%), and is expected to be completed by November 2022. Fiscal 2021 other procurement (Navy) (82%); and fiscal 2020 other procurement (Navy) (18%) funding in the amount of $10,713,544 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Iridium Satellite LLC, Tempe, Arizona, is awarded a $9,667,301 cost-plus-fixed-fee option to support commercial satellite-based network services for the Department of Defense in the areas of satellite, ground node, user equipment/terminal software and hardware development, integration and testing. Work will be performed in in McLean, Virginia (50%); and Tempe, Arizona (50%), and is expected to be complete in November 2021. This contract includes a base year and options which, if exercised, would bring the cumulative value of this contract to $45,807,778. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $100,000 will be obligated at time of the option exercise and will not expire at the end of the current fiscal year. This contract was solicited on a sole-source basis via a synopsis posted in Federal Business Opportunities website 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 Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-17-C-0001).

Vigor Marine Shipyard LLC, Portland, Oregon, is awarded an $8,562,943 firm-fixed-price contract (N32205-21-C-4117) for a 50-calendar day shipyard availability for the mid-term availability on the USNS Matthew Perry (T-AKE 9). The contract includes options, which if exercised, would bring the total contract value to $8,821,718. Work will be performed in Portland, Oregon, and is expected to be completed by March 8, 2021. Contract funds in the amount of $8,562,943 are obligated in fiscal 2021 using working capital funds (Navy). This contract was competitively procured with proposals solicited via the beta.sam.gov website and two offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity.

ARMY

Amentum Services Inc., Germantown, Maryland, was awarded a $7,819,920 modification (000280) to contract W52P1J-12-G-0028 for logistics support services for Army prepositioned stocks. Work will be performed in Mannheim, Germany, with an estimated completion date of Nov. 21, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $7,819,920 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2423533/source/GovDelivery/

On the same subject

  • Army awards contract to build new TNT production facility in Kentucky

    November 12, 2024 | International, Land

    Army awards contract to build new TNT production facility in Kentucky

    The U.S. has picked a location to restart its TNT production domestically as it races to ramp up 155mm production.

  • Contract Awards by US Department of Defense - March 20, 2019

    March 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 20, 2019

    NAVY The Boeing Co., St. Louis, Missouri, is awarded a ceiling priced $4,040,458,297 modification to convert a previously awarded advanced acquisition contract (N00019-18-C-1046) to a fixed-price-incentive-firm-target multi-year contract. The target price for this multi-year contract is $4,001,410,000. This modification provides for the full-rate production and delivery of 78 F/A-18 aircraft, specifically 61 F/A-18E and 17 F/A-18F aircraft for fiscal years 2018 through 2021. Work will be performed in El Segundo, California (61 percent); Hazelwood, Missouri (9 percent); Longueuil, Quebec, Canada (2 percent); Torrance, California (2 percent); Bloomington, Minnesota (2 percent); Ajax, Ontario, Canada (2 percent); Vandalia, Ohio (1 percent); Fort Worth, Texas (1 percent); Irvine, California (1 percent); Palm Bay, Florida (1 percent); Santa Clarita, California (1 percent); Grand Rapids, Michigan (1 percent); Greenlawn, New York (1 percent); Endicott, New York (1 percent); Marion, Virginia (1 percent); and various locations within the continental U.S. (13 percent). Work is expected to be completed in April 2024. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $1,557,334,000 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. American Systems Corp., Chantilly, Virginia (M67854-19-D-7870); Calibre Systems Inc., Alexandria, Virginia (M67854-19-D-7871); Corps Solutions, Stafford, Virginia (M67854-19-D-7872); Obsidian Solutions Group,* Fredericksburg, Virginia (M67854-19-D-7873); Science Applications International Corp., Reston, Virginia (M67854-19-D-7874); Solutions Through Innovative Technologies Inc., Fairborn, Ohio (M67854-19-D-7875); and Valiant Global Defense Services Inc., San Diego, California (M67854-19-D-7876), are awarded a multiple award, indefinite-delivery/indefinite-quantity contract with firm-fixed-pricing arrangements for the procurement of Marine Air-Ground Task Force (MAGTF) Training Systems Support (MTSS), with a combined maximum ceiling amount of $245,000,000. MTSS provides pre-deployment training to the Marine Corps Operating Forces within a joint and combined environment to improve warfighting skills. Training includes realistic computer-based simulation training; command, control, computers, communications, intelligence, surveillance, and reconnaissance training; combined arms staff trainer training; MAGTF tactical warfare simulation; and Deployable Virtual Training Environment. Work will be performed at Quantico, Virginia (55 percent); Camp Lejeune, North Carolina (15 percent); Camp Pendleton, California (10 percent); Twentynine Palms, California (10 percent); and Okinawa, Japan (10 percent), and is expected to be completed by March 19, 2029. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued. The companies will compete for task orders under the terms and conditions of the awarded contract. This contract was competitively procured via the Federal Business Opportunities website, with seven offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Merrill Technologies Group,* Saginaw, Michigan (N68335-19-D-0038); and Precision Custom Components LLC,* York, Pennsylvania (N68335-19-D-0039), are each being awarded indefinite-delivery/indefinite-quantity contracts. These contracts provide for the delivery of various components in support of the aircraft launch and recovery and support equipment programs, to include critical safety item/critical application item. The estimated aggregate ceiling for all contracts is $42,240,000, with the companies having an opportunity to compete for individual orders. Work will be performed at contractor facilities in Merrill, Michigan; and York, Pennsylvania, and is expected to be completed in March 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured via a 100 percent small business set-aside electronic request for proposals; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, is awarded $37,496,252 for modification P00002 to firm-fixed-price delivery order N0001918F0478 against a previously issued basic ordering agreement (N00019-15-G-0026). This modification provides for the procurement and delivery of seven MR-TCDL B-Kits, one Mission Avionics Systems Trainer B-Kit, and associated A- and B-Kit spares for the MR-TCDL upgrade to the E-6B Mercury aircraft. Work will be performed in Salt Lake City, Utah (73 percent); San Diego, California (25 percent); and Boston, Massachusetts (2 percent), and is expected to be completed in October 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $37,496,252 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. Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $27,510,334 cost-plus-incentive-fee modification to previously-awarded contract N00024-09-C-6247 for the procurement of fiscal 2019 electronic warfare AN/BLQ-10 kits and spares to support program requirements. Work will be performed in Syracuse, New York (99 percent); and Manassas, Virginia (1 percent), and is expected to be completed by October 2022. Fiscal 2019 other procurement (Navy) funding in the amount of $27,510,334 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. MEB General Contractors Inc., Chesapeake, Virginia, is awarded a $20,334,000 firm-fixed-price contract for consolidated fuel facilities at Shaw Air Force Base, South Carolina. The work to be performed provides for the construction of a new 6400 sq. ft. petroleum, oils, and lubricants operations facility with privately-owned vehicle parking for 60 vehicles; a new 2400 gallons per minute (gpm) Type III pump house facility and control room; four new 600 gpm high speed truck fillstands; a new reinforced concrete parking area for 20 fuel refueler trucks; piping modifications to the three existing aboveground storage tanks; new interconnecting piping; spill containment provision; a cathodic protection system; and supporting site work and utilities for the new facilities. Work will be performed in Sumter, South Carolina, and is expected to be completed by March 2021. Fiscal 2018 military construction (Defense Logistics Agency) contract funds in the amount of $20,334,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-1304). Air Cruisers Co. LLC, Wall Township, New Jersey, is awarded an $8,026,673 long-term contract for repair of five various life raft inflatables in support of the Multi-Place Life Rafts System for use on various aircraft. The contract will include a three-year contract with two one-year option periods which if exercised, the total value of the contract is estimated to be $13,754,049. Work will be performed in Liberty, Mississippi. Work is expected to be completed by March 2022; if all options are exercised, work will be completed by March 2024. No funds are obligated at the time of award. Annual working capital funds (Navy) will be obligated as individual task orders are issued. Funds will not expire at the end of the current fiscal year. This contract was a sole-source, non-competitive requirement pursuant to the authority set forth in 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-UC01). ARMY American Mechanical Inc.,* Fairbanks, Alaska (W911KB-19-D-0012); Brice Civil Constructors Inc.,* Anchorage, Alaska (W911KB-19-D-0013); Central Environmental Inc.,* Anchorage, Alaska (W911KB-19-D-0014); Derian/OCC JV,* Anchorage, Alaska (W911KB-19-D-0015); and Patrick Mechanical LLC,* Fairbanks, Alaska (W911KB-19-D-0016 ), will compete for each order of the $200,000,000 firm-fixed-price contract for design, construct and repair of utilidor/utility systems. 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 March 18, 2024. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity. Applied Visual Technology Inc.,* Orlando, Florida, was awarded a $10,153,464 modification (P00005) to contract W900KK-18-D-0019 for systems engineering and software support. Work locations and funding will be determined with each order, with an estimated completion date of March 19, 2020. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity. AIR FORCE Company Deloitte Consulting LLP, Arlington, Virginia, has been awarded a $39,933,653 firm-fixed-price contract for technical and programmatic expertise and recommendations. This contract provides for force optimization analysis support to HQ Air Combat Command. Work will take place at Joint Base Langley-Eustis, Virginia, and is expected to be completed by June 15, 2022. This contract is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,949,388 are being obligated at the time of award. Headquarters Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-F-A024). (Awarded March 19, 2019) DEFENSE LOGISTICS AGENCY Freeman Holdings of Louisiana LLC, doing business as Million Air Lake Charles,* Lake Charles, Louisiana, has been awarded a minimum $18,832,439 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with a six-month option period. Location of performance is Louisiana, 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 (SPE607-19-D-0008). M&M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $13,781,250 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy Working Uniform blouses and Army Combat Uniform coats. This was a competitive acquisition with six responses received. This is an 18-month base contract with three one-year option periods. Location of performance is Puerto Rico, with a March 19, 2021, estimated performance completion date. Using military services are Navy and Army. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1145). Eaton Aeroquip LLC, Jackson, Michigan, has been awarded a maximum $8,992,216 firm-fixed-price contract for hoses, assemblies and other related parts. This was a competitive acquisition with one offer received. This is a three-year contract with two one-year option periods. Location of performance is Michigan, with a March 20, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0016). *Small business **Woman-owned small business in historically underutilized business zones https://dod.defense.gov/News/Contracts/Contract-View/Article/1790554/

  • HENSOLDT modernizes German Airforce IFF systems

    May 29, 2020 | International, Aerospace

    HENSOLDT modernizes German Airforce IFF systems

    Taufkirchen/Germany, May 28, 2020 – As part of the modernization of all NATO's IFF identification systems (IFF = Identification-friend-or-foe) to the new "Mode 5" standard, sensor solution provider HENSOLDT is equipping the Air Force's 90 Tornado fighter aircraft with its Mode 5-capable LTR 400 transponder. An initial order for the delivery of 42 devices worth several million euros has been placed by Panavia Aircraft GmbH - the industrial consortium for the development of the Tornado; the conversion of over one hundred further platforms of the German Armed Forces is planned. As early as October 2019, the additional qualifications required for the LTR 400 transponder system to be installed on the German Tornado at equipment level were successfully completed and the relevant documents handed over to Airbus Defence and Space (ADS). Subsequently, during the test flights carried out by ADS in Manching at the end of 2019, the performance requirements for the IFF system as specified by the responsible military technical service (WTD-61) were verified The IFF technology is of central importance for all military operations. Based on automated electronic signals, it ensures that the armed forces can recognize friends who respond with the correct signal when contacted and identify potentially hostile vehicles who do not. All NATO countries are mandated to migrate to the new Mode 5 standard IFF, which uses advanced cryptographic techniques to secure systems against electronic interference from the enemy. This is important when armed forces operate together, as ensuring that crews of land, air and naval forces can reliably identify their allies is one of the most important ways of preventing so-called "friendly fire" incidents. The LTR 400 transponder is qualified for all flying platforms of the German Air Force and Army and is in use on all Airbus military helicopters. About HENSOLDT HENSOLDT is a pioneer of technology and innovation in the field of defence and security electronics. Based in Taufkirchen near Munich, the company is a German Champion with strategic leadership positions in the field of sensor solutions for defence and non-defence applications. HENSOLDT develops new products to combat a wide range of threats based on innovative approaches to data management, robotics and cyber security. With approximately 5,500 employees, HENSOLDT generated revenues of 1.14 billion euros in 2019. www.hensoldt.net Press contact Lothar Belz Tel.: +49 (0)731.392.3681 lothar.belz@hensoldt.net View source version on HENSOLDT: https://www.hensoldt.net/news/hensoldt-modernizes-german-airforce-iff-systems/

All news