Back to news

January 24, 2023 | International, Aerospace

Greece builds first locally made combat drone

The Grypas will serve as a multipurpose system equipped for combat assignments.

https://www.c4isrnet.com/unmanned/2023/01/24/greece-builds-first-locally-made-combat-drone/

On the same subject

  • Vers une commande massive de F-16 Block 70/72 par le Pentagone ? Lockheed perd... et gagne

    February 8, 2021 | International, Aerospace

    Vers une commande massive de F-16 Block 70/72 par le Pentagone ? Lockheed perd... et gagne

    Yannick Genty-Boudry Alors que le Pentagone n'a eu de cesse d'expliquer que les avions de 4e génération étaient dépassés, il semble que ceux-ci n'ont pas dit leur dernier mot. A l'instar du F-15EX qui a effectué son premier vol le 2 février 2021, le F-16 dans sa nouvelle version Block 70/72, attire de nouveau l'œil des aviateurs américains. LE F-35 DANS L'IMPASSE Plus de 47 ans après son premier vol (2 février 1974) le F-16, qui équipe plus de 29 forces aériennes dans le monde et a été produit à plus de 4588 appareils, pourrait connaitre une nouvelle carrière au sein de l'US Air Force. Et ce plus de 16 ans après la livraison du dernier appareil. En effet, son remplaçant programmé, le F-35 accumule les échecs et les retards, avec 871 défaillances selon les auditeurs du Pentagone. Une situation qui provoque l'explosion des coûts d'exploitation, au point que l'US Air Force envisagerait de réduire sa commande à 1050 appareils au lieu des 1765 prévus. EN ATTENDANT LE NGAD Aussi pour ne pas pénaliser son ordre de bataille, les Américains sont en quête de solutions palliatives au F-35. A savoir des aéronefs fiables, aux coûts maitrisés et à l'architecture ouverte en attendant l'arrivée à partir de 2040-50 de l'avion de 6e génération, le NGAD (Next Generation Air Dominance), qui vient d'effectuer ses premiers essais. C'est la même logique qui a présidé au programme F-15EX dans le domaine de la supériorité aérienne, pour suppléer au faible nombre de F-22 en service. SOLUTION SUR ETAGERE Et il s'avère que Lockheed et ses équipementiers General Dynamics et Northrop poussent progressivement le Pentagone vers l'acquisition d'une nouvelle version F-16 Block 70/72, destinée à l'origine aux marchés exports (neuf et modernisation), au moment où le budget 2021 prévoit une enveloppe de 56,9 G$ pour l'acquisition d'avions de combat. D'ailleurs les marchés anticipent d'ores et déjà la hausse du titre des industriels concernés. Produit depuis novembre 2019 à Greenville, et après plusieurs succès commerciaux (Taiwan, Bahrein ...), le F-16 Block 70/72 intègre plusieurs technologies directement empruntées aux appareils de cinquième génération. Comme le radar AESA APG-83 SABR (dérivé de l'APG-77 du F-22, et de l'APG-81 du F-35) qui équipe également les B1-B modernisés, et les F/A-18C des Marines basés à Miramar. Mais il dispose également de nouvelles aérostructures à la furtivité accrue (réservoirs conformes), d'un nouveau système de guerre électronique apte au combat collaboratif, et d'une avionique offrant des fonctionnalités de fusion de données (radar, pod de désignation) pour l'attaque au sol, avec le Center Pedestal Display (CPD). Cette version qui permettrait donc d'intégrer des capacités de 5e génération sur des appareils de 4e génération, à l'image du prochain standard F4 du Rafale de Dassault, intéresse de plus en plus l'état-major américain, en quête d'un aéronef omni rôle capable de soutenir efficacement et à bas couts les forces américaines alors que Russes et surtout Chinois se sont engagés dans une stratégie d'attaque par saturation et de systèmes de contre furtivité, pour déborder les F-22 et les F-35. https://www.air-cosmos.com/article/vers-une-commande-massive-de-f-16-block-70-72-par-le-pentagone-lockheed-perd-et-gagne-24173

  • The Finnish Defence Forces purchase pilot training services from Patria

    January 11, 2019 | International, Aerospace

    The Finnish Defence Forces purchase pilot training services from Patria

    Patria and the Finnish Defence Forces have signed an agreement on preliminary and basic pilot training services. The contract with Patria Aviation Oy covers in addition to pilot training, maintenance of aircraft necessary during training. The contract is related to the development programme concerning air defence and to the development of pilot training. The training will focus on the Vinka and Grob aircraft used in basic pilot training. Further information: Jyrki Myyryläinen, VP, Training, p.+358 40 869 3315, jyrki.myyrylainen@patria.fi https://www.patria.fi/en/media/news/finnish-defence-forces-purchase-pilot-training-services-patria

  • Contract Awards by US Department of Defense - September 24, 2019

    September 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 24, 2019

    ARMY Globe Tech LLC, Plymouth, Michigan,* was awarded a $132,473,932 firm-fixed-price contract for Explosive Hazard Pre-detonation roller system and ancillary support parts. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0101). TRAX International Corp., Las Vegas, Nevada, was awarded a $90,080,397 modification (P00025) to contract W9124R-18-C-0001 for non-personal test support services. Work will be performed in Yuma, Arizona; and Fort Greely, Arkansas, with an estimated completion date of Sept. 30, 2020. U.S. Army Mission and Installation Contracting Command, Yuma, Arizona, is the contracting activity. ACC Construction Company Inc., Augusta, Georgia, was awarded a $28,917,160 firm-fixed-price contract for construction of a consolidated mission complex. Bids were solicited via the internet with three received. Work will be performed in Warner Robins, Georgia, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 military construction funds in the amount of $28,917,160 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0042). Honeywell International Inc., Phoenix, Arizona, was awarded a $21,227,814 firm-fixed-price Foreign Military Sales (Kuwait and Saudi Arabia) contract for engine parts for the Advanced Gas Turbine-1500 tank engine rebuild. One bid was solicited with one bid received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Feb. 28, 2022. Fiscal 2019 firm-fixed-price funds in the amount of $21,227,814 were obligated at the time of the award. U.S. Property and Fiscal Office, Topeka, Kansas, is the contracting activity (W912JC-19-C-5716). HDT Expeditionary System Inc., Solon, Ohio, was awarded a $14,236,369 firm-fixed-price contract for new production, resets, and independent demands for the F-100 Environmental Control Unit. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0109). M1 Services LLC, Denton, Texas, was awarded a $13,875,215 modification (P00040) to contract W9124G17C0104 for aviation maintenance. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Jan. 15, 2028. Fiscal 2019 operations and maintenance, Army funds in the amount of $13,875,215 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Rucker, Alabama, is the contracting activity. Sevenson-USA Environmental JV,* Niagara Falls, New York, was awarded a $12,035,237 cost-plus-fixed-fee contract for environmental remediation construction, investigation, production piping and cleanup of environmental contamination. Bids were solicited via the internet with four received. Work will be performed in De Soto, Kansas, with an estimated completion date of Sept. 23, 2024. Fiscal 2019 Defense Environment Restoration Account, and Base Realignment and Closure funds in the amount of $12,035,237 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-3003). BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,987,920 modification (P00111) to contract W56HZV-15-C-0099 for systems technical support, 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 San Jose, California; and Sterling Heights, Michigan, with an estimated completion date of Sept. 24, 2020. Fiscal 2017 and 2019 procurement defense wide funds in the amount of $10,987,920 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Jacobs Ewing Cole JV, Pasadena, California, was awarded a $9,900,000 firm-fixed-price for architect and engineering services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0010). Ashford International LLC,* Killen, Texas, was awarded a $9,548,666 firm-fixed-price contract for renovation of Building 26041. Bids were solicited via the internet with one received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Sept. 23, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,548,666 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0038). Bhate Environmental Associates Inc., Birmingham, Alabama, was awarded an $8,829,287 firm-fixed-price contract for demolition services, abatement and removal of asbestos containing materials and other regulated materials, disconnect and capping of utilities, complete removal of utilities, disposal of all debris materials and restoration of the site to a specified condition. Nine bids were solicited with five bids received. Work will be performed in Panama City, Florida, with an estimated completion date of Feb. 25, 2021. Fiscal 2010 Air Force funds in the amount of $8,829,287 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-F-1248). Roen Salvage Co.,* Sturgeon Bay, Wisconsin, was awarded an $8,433,900 firm-fixed-price contract for pier repair. Bids were solicited via the internet with six received. Work will be performed in Duluth, Minnesota, with an estimated completion date of July 1, 2021. Fiscal 2019 civil works; and operations and maintenance funds in the amount of $8,433,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-19-C-0020). Seneca Construction Management LLC,* Killen, Texas, was awarded an $8,230,000 firm-fixed-price contract for renovation of Building 44012. Bids were solicited via the internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Sept. 23, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,230,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0039). Ashridge Inc.,* St. Stephen, South Carolina, was awarded a $7,395,279 firm-fixed-price contract for Eagle Island disposal area improvements. Bids were solicited via the internet with two received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of March 25, 2021. Fiscal 2019 civil construction; and rivers and harbors contributed and advanced funds in the amount of $7,395,279 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0034). NAVY Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels and Daniels Construction Co. Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce and Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are being awarded a $67,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. After award of this modification, the total maximum dollar value for all six contracts combined will be $249,000,000. The work to be performed provides for general construction services including, but not limited to, new construction, demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure, and may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by December 2020. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance, (Marine Corps); and military construction funds. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia (N61331-19-D-0010); L-3 Unidyne Inc., Norfolk, Virginia (N61331-19-D-0011); and Atlantic Diving Supply Inc., Virginia Beach, Virginia (N61331-19-D-0012), are awarded a combined $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award supply contract for the provision of hardware, materials, and supplies to support the expeditionary warfare, maritime, littoral and mine warfare programs. The companies will compete for individual delivery orders. Work will be conducted in various Navy ship homeports, and is expected to be completed in September 2020. If all options are exercised, work will continue through September 2024. At the time of award, Booz Allen Hamilton is awarded a delivery order for $224,228; L-3 Unidyne is awarded $10,000; and Atlantic Diving Supply Inc. is awarded a delivery order for $159,714 and a delivery order for $316,757. Fiscal 2017 other procurement, (Navy) funding in the amount of $476,471 (67%); 2019 operation and maintenance, (Navy) funding in the amount of $183,529 (26%); and Navy working capital funding in the amount of $50,699 (7%), will be obligated at the time of award, and funding in the amount of $183,529 will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity. Sauer Inc., Jacksonville, Florida, is awarded a $46,672,691 firm-fixed-price contract for design-build renovation of Building X132 for Military Sealift Command consolidation at Naval Station Norfolk. The contract also contains three planned modifications, which if exercised, would increase cumulative contract value to $61,869,188. The work to be performed provides for the design and construction for a comprehensive renovation of Building X132. The project purpose is to consolidate the administrative spaces of Military Sealift Command. The administrative spaces include open office, closed offices, classrooms, conference rooms, meeting rooms, break rooms, a secure enclave, two new security entrance vestibules, and two new stairwells. Four new passenger elevators and one new freight elevator will be provided, using three of the existing elevator shafts. The planned modifications, provides for the furniture fixtures and equipment, audio visual, and electronic security system. Work will be performed in Norfolk, Virginia, and is expected to be completed by March 2022. Fiscal 2019 Navy working capital fund, contract funds in the amount of $46,672,691 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9263). Ocean Ships Inc., Houston, Texas, was awarded a $47,539,641 modification under a previously awarded firm-fixed-price contract (N3220517C3100) to fund the second one-year option period for the operation and maintenance of six Oceanographic Survey ships and USNS Waters (T-AGS 45). This contract includes a 12-month base period, four 12-month option periods, and one six-month option period, which if exercised, would bring the cumulative value of this contract to $176,193,231. Work will be performed at sea, starting Oct. 1, 2019, and is expected to be completed, if all options are exercised, by Sept. 30, 2022. Fiscal 2020 operations and maintenance funds in the amount of $47,539,641 are being obligated and will expire at the end of the fiscal year. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 23, 2019) Huntington Ingalls Inc., Newport News, Virginia, is awarded a $38,000,000 cost-plus-fixed-fee, firm-fixed-price modification to a previously awarded contract (N00024-16-C-4316) to continue performance of the repair, maintenance, upgrades, and modernization efforts on the USS Helena (SSN 725) dry-docking selected restricted availability. The contracted requirements include advance and new work efforts necessary to repair, and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled availability. Work will be performed in Newport News, Virginia, and is expected to be complete in January 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $38,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity. Woodward HRT Inc., Santa Clarita, California, is awarded $20,612,550 for delivery order N00383-19-F-NM0K under previously awarded basic ordering agreement N00383-18-G-NM01 for the repair of 402 hydraulic drive units in support of the V-22 aircraft. Work will be performed in Santa Clarita, California, and will be completed by November 2020 with no option periods. Fiscal 2019 working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. Funds in the full amount of $20,612,550 will be obligated at the time of award. One company was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Huntington Ingalls Industries, Newport News, Virginia, was awarded a $20,000,000 cost-plus-fixed-fee modification to previously-awarded contract N00024-15-C-4301 to continue performance of the repair, maintenance, upgrade and modernization efforts for the USS Columbus (SSN 762) engineered overhaul. The contracted requirements include the continuance of execution and new work efforts arising from the availability work package and additional required work discovered during the inspection of shipboard components. This work is necessary to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled maintenance availability. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $20,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity. (Awarded Sept. 23, 2019) Huntington Ingalls Industries, Newport News, Virginia, is awarded a $20,000,000 cost-plus-fixed-fee modification to previously-awarded contract N00024-15-C-4301 to continue performance of the repair, maintenance, upgrade and modernization efforts for the USS Columbus (SSN 762) engineered overhaul. The contracted requirements include the continuance of execution and new work efforts arising from the availability work package and additional required work discovered during the inspection of shipboard components. This work is necessary to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled maintenance availability. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $20,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity. Mercury Defense Systems Inc., Cypress, California, is awarded a $13,720,509 firm-fixed-price delivery order (N6833519F0285) against a previously issued basic ordering agreement (N00019-17-G-0017). This order is for 27 Type II advanced digital radio frequency memories hardware and software for the Navy, Air Force, National Guard and Reserve components. Work will be performed in Cypress, California (72%); and West Caldwell, New Jersey (28%), and is expected to be completed in June 2021. Fiscal 2018 research, development test evaluation (Air Force); 2019 missile procurement and aircraft procurement (Air Force); 2019 National Guard and Reserve Equipment (Defense); and 2019 working capital funds (Defense) funds will be obligated at time of award, $5,589,837 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($8,130,672; 59%); National Guard and Reserve ($5,081,670; 37%); and Department of Defense ($508,167; 4%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Sealift Inc., Oyster Bay, New York, is awarded a $10,090,017 modification under a previously awarded firm, fixed-price contract (N32205165C3501) to fund the fourth one-year option period. The option will continue to provide one U.S. flagged vessel, M/V SSG Edward A. Carter Jr. (T-AK 4544), for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes); and for military readiness for the Department of the Army. The vessel is capable of deployment to worldwide locations. The current contract includes a five-month firm period of the performance, four one-year option periods and one five-month option period. Work will be performed worldwide and is expected to be completed by Sept. 30, 2020. The option will be funded by fiscal 2020 working capital funds. Military Sealift Command, Norfolk, Virginia, is the contracting activity. Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N55236-18-D-0001); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N55236-18-D-0002); Epsilon Systems Solutions Inc.,* National City, California (N55236-18-D-0003); Tecnico Corp.,* Chesapeake, Virginia (N55236-18-D-0004); Southcoast Welding & MFG LLC,* Chula Vista, California (N55236-18-D-0005); Bay City Marine Inc.,* National City, California (N55236-18-D-0006); Pacific Ship Repair & Fab Inc.,* San Diego, California (N55236-18-D-0007), and Miller Marine Inc.,* San Diego, California (N55236-18-D-0008), are awarded a combined $7,092,147 firm-fixed-price contract modifications to exercise Option Year Two of their respective previously-awarded indefinite-delivery/indefinite-quantity multiple-award contracts to provide depot level repairs, interior and exterior preservation, barge modernization upgrades, dockside and dry dock services for Navy barges in the Pacific Southwest (San Diego) California area. Each contractor shall furnish the facilities and human resources capable of completing berthing and messing barge repair and maintenance services for barges assigned to or visiting the port of San Diego, California. Each contractor will compete for each delivery order when a requirement is identified. Work is expected to be completed by October 2020. No funding is being obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. DEFENSE LOGISTICS AGENCY Atlantic Diving Supply Inc., doing business as ADS, Virginia Beach, Virginia, has been awarded a maximum $30,000,000 indefinite-delivery/indefinite-quantity bridge contract for facility maintenance, repair, and operations supplies and related incidental services. 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 11-month contract with no option periods. Location of performance is Southwest Africa, with an Aug. 26, 2020, performance completion date. Using customers are U.S. forces in U.S. Africa Command. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-19-D-0003). Golden State Medical Supply, Camarillo, California, has been awarded a maximum $9,500,000 firm-fixed-price requirements contract for Ziprasidone HCL capsules. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Locations of performance are California and Canada, with a Sept. 23, 2020, performance completion date. Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services, and Federal Bureau of Prisons. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-19-D-0081). Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $8,586,758 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Type I and II flame resistant pants. This was a competitive acquisition with two offers received. This is one-year base contract with four one-year option periods. Location of performance is Puerto Rico, with a Sept. 24, 2024, performance completion date. Using customer is the U.S. Forest Service. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1195). Alamo Strategic Manufacturing,* San Antonio, Texas, has been awarded a maximum $7,329,798 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Intermediate Cold Flyers Gloves. This was a competitive acquisition with four responses received. This is a one-year base contract with three one-year option periods. Locations of performance are Massachusetts and Texas, with a Sept. 23, 2023, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1194). TRC Government Services LLC, Tulsa, Oklahoma, has been awarded a maximum $7,063,200 firm‐fixed‐price contract for contractor-owned, contractor-operated optimization for retail/bulk fuel services. This was a competitive acquisition with three offers received. This is a four‐year base contract with two five‐year option periods, a four year, six month option period, and an option to extend, not to exceed six months. Locations of performance are Oklahoma and Texas, with a Sept. 24, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603‐19‐C‐5011). Noble Sales Co. Inc., doing business as Noble Supply and Logistics, Rockland, Massachusetts, has been awarded a maximum $7,000,000 indefinite-delivery/indefinite-quantity bridge contract for facility maintenance, repair, and operations supplies and related incidental services. 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 11-month contract with no option periods. Location of performance is Southeast Africa, with an Aug. 26, 2020, performance completion date. Using customers are U.S. forces in U.S. Africa Command. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-19-D-0002). AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $22,656,895 modification (P00027) to previously awarded contract FA8621-15-C-6397 for F-15C and F-15E Mission Training Center. The contract modification is for implementation of Suite 9.1/Eagle Passive Active Warning Survivability System (EPAWSS) into F-15C and F-15E MTCs to update F-15 MTCs with Suite 9.1 and add EPAWSS capabilities to the F-15E MTC simulators. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home Air Force Base, Idaho; Nellis Air Force Base, Nevada; Royal Air Force Lakenheath, United Kingdom; and Kadena Air Base, Japan, and is expected to be completed by Sept. 23, 2021. The total cumulative face value of the contract is $$255,261,067. Fiscal 2019 operations and maintenance funds in the amount of $22,656,895 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. DEFENSE COMMISSARY AGENCY Southeastern Paper Group, Spartanburg, South Carolina, is being awarded a firm-fixed-price with economic price adjustment modification (P00026) to exercise the third option period to previously awarded contract HDEC05-16-D-0002. This modification provides miscellaneous operating supplies and paper bags for multiple commissary stores in the continental U.S., Puerto Rico, and the Pacific Theater. The award amount is estimated at $13,056,618 for the option period. Actual obligations using defense working capital funds will occur upon issuance of delivery orders during the period of performance. The contract third option period will begin Nov. 1, 2019, through Oct. 31, 2020. Defense Commissary Agency, Fort Lee, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1970213/source/GovDelivery/

All news