Back to news

November 3, 2021 | International, Aerospace

La marine américaine précise ses attentes sur le successeur du F/A-18 Super Hornet

Contrairement à l'US Air Force, le F-35 n'a pas vocation à constituer l'épine dorsale de l'aviation embarquée de l'US Navy étant donné que celle-ci n'en a commandé 273 exemplaires auprès de Lockheed-Martin. Aussi, elle s'appuie essentiellement sur le F/A-18 Super H

http://www.opex360.com/2021/11/01/la-marine-americaine-precise-ses-attentes-sur-le-successeur-du-f-a-18-super-hornet/

On the same subject

  • Oshkosh wins contract to modernize US Army’s heavy tactical vehicles

    April 1, 2020 | International, Land

    Oshkosh wins contract to modernize US Army’s heavy tactical vehicles

    By: Jen Judson WASHINGTON — Oshkosh Defense has won a $346 million award to modernize the U.S. Army's fleet of heavy tactical vehicles, according to a March 30 company statement. The company will recapitalize Heavy Expanded Mobility Tactical Trucks (HEMTT) and Palletized Load System (PLS) trucks with updated technology and safety features. Under the contract, Oshkosh will also build new PLS trailers. Upgrading heavy tactical trucks aligns with the service's need to support operations across multiple domains against near-peer adversaries. “Whether they're hauling rocket launchers and missile defense systems, or transporting mission-critical equipment, the HEMTT and the PLS will continue to be an integral part of the U.S. Army and U.S. Army Reserve heavy vehicle fleets for years to come,” said Pat Williams, the company's vice president and general manager of U.S. Army and Marine Corps programs. “As the military pivots its focus to near-peer adversaries, they can be confident that the [family of heavy tactical vehicles] fleet will continue to serve as a key enabler for combat missions.” Oshkosh has already recapitalized more than 13,700 HEMTTs and 3,400 PLS for the U.S. military since 1995. The company supplies tactical vehicles across the services, including heavy, medium and light. Oshkosh has long held lucrative contracts to supply the services and foreign partners with medium tactical vehicles; it had won a contract to provide a new variant of the vehicle but has yet to begin delivering to the Army. Navistar Defense recently sued the Army over its continued purchase of Oshkosh's family of tactical vehicles without competition, but the U.S. Court of Federal Claims ruled in favor of the service and Oshkosh. Oshkosh also provides the Joint Light Tactical Vehicle to the Army, Marine Corps and Air Force. The vehicle reached full operational capability last year after overcoming some design issues. The future is unclear for the Oshkosh-manufactured JLTV as the Army looks to compete for future lots of the vehicle, according to the service's fiscal 2021 five-year budget plan. https://www.defensenews.com/land/2020/03/31/oshkosh-wins-contract-to-modernize-armys-heavy-tactical-vehicles/

  • Contract Awards by US Department of Defense - June 05, 2020

    June 8, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 05, 2020

    NAVY General Electric Co. GE Aviation, Lynn, Massachusetts, is awarded a $180,599,648 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures commercial depot level services for the repair and overhaul of T700-GE-401/401C turbo shaft engines, cold section modules and power turbine modules for the Navy H-60 Seahawk helicopter as well as the Marine Corps H-1 Cobra and Bell UH-1 Huey aircraft. Work will be performed in Wingsfield, Kansas, and is expected to be complete by June 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 Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0115). Vigor Marine LLC, Portland, Oregon, is awarded a $56,450,644 firm-fixed-price contract for a 210-calendar day split shipyard availability for the regular overhaul and dry docking of the hospital ship U.S. Naval Ship Mercy (T-AH 19). Work will be performed in Portland, Oregon, and is expected to be complete by August 2021. This contract includes one base period and 17 options and, if exercised, will bring the cumulative value to $61,201,329. Fiscal 2020 and 2021 working capital funds (Navy) are obligated in the amount of $56,450,644 and will not expire at the end of the fiscal year. This contract was competitively procured. Proposals were solicited via the Government Point of Entry website, and one offer was received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205). Systems Engineering Associates Corp. (SEA CORP),* Middletown, Rhode Island, is awarded a $26,643,618 cost-plus-fixed-fee and cost-only contract for services to develop, upgrade and apply the Extensible Markup Language Test Data Analysis Tool (XTDAS). Work will be performed in Middletown, Rhode Island (55%); Newport, Rhode Island (25%); Port Canaveral, Florida (5%); Andros Island, Bahamas (5%); other contractor labs and facilities (5%); and on-board platforms and ranges (5%), and is expected to be complete by June 2025. This contract was not competitively procured in accordance with 10 U.S. Code 2304(b)(2) because the Systems Engineering Associates Corp. developed the XTDAS under the Small Business Innovative Research (SBIR) program and its continued performance constitutes an SBIR Phase III contract. Per the Small Business Administration SBIR policy directive, to the greatest extent practicable, agencies shall issue Phase III awards relating to technology, including sole-source awards, to the SBIR awardee (in this instance SEA CORP) that developed the technology. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $314,977 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-20-D-L000). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $12,355,663 firm-fixed-price modification to previously awarded contract M67400-18-F-0065 to exercise Option Year Two for analytics support for III Marine Expeditionary Force and Marine Corps Installations Pacific (MCIPAC). Work will be performed in Okinawa, Japan, and is expected to be complete by July 2021. Fiscal 2020 operations and maintenance (Marine Corps) funding in the amount of $12,355,663 will be obligated at the time of award and will expire at the end of the current fiscal year. The MCIPAC Regional Contracting Office, Marine Corps Base Camp Butler, Okinawa, Japan, is the contracting activity. Northrop Grumman Systems Corp., Apopka, Florida, is awarded a $7,289,968 modification to firm-fixed-price, supply job order N00164-17-F-J272 under basic ordering agreement N00164-17-G-JQ08 for the procurement of 56 single-color diode-pumped laser designators. Work will be performed in Apopka, Florida. This procurement of 56 laser designators will support the Common Sensor Payload Program's Multi-spectral Targeting System (MTS) Family of Electro-optic Infrared (EO/IR) Sensors. Work is expected be complete by June 2022. Fiscal 2020 operations and maintenance (Army) funding in the amount of $7,289,968 will be obligated at the time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this job order was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements. The laser designators are in support of the MTS EO/IR sensor, which has been deployed on Army Gray Eagle aircraft to facilitate and enable the delivery of laser-guided munitions. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity. DEFENSE LOGISTICS AGENCY Janz Corp.,* Reynoldsburg, Ohio, has been awarded a maximum $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surgical lasers, tables and their related accessories. This was a competitive acquisition with 105 responses received. This is a five-year contract with no option periods. Location of performance is Ohio, with a June 4, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0010). Outdoor Venture Corp.,* Stearns, Kentucky, has been awarded a maximum $9,696,612 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for military standard Temper tents. This was a competitive acquisition with two responses received. This is a one-year base contract with four, one-year option periods. Location of performance is Kentucky, with a June 2, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1249). Blind Industries and Services of Maryland,** Baltimore, Maryland, has been awarded a maximum $8,750,000 firm-fixed-price, indefinite-quantity contract for face covers. This is a one-year contract with no option periods. This was a sole-source acquisition using authority granted by the expanded AbilityOne procurement list, make-to-order notice dated April 9, 2020. Location of performance is Maryland, with a June 4, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B089). AIR FORCE Trident Systems Inc.,* Fairfax, Virginia, has been awarded a $35,000,000 maximum ordering amount, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and firm-fixed-price orders for Secure Collaborative Technology (SCTECH) software and hardware. This contract provides for the research, adaptation, enhancement and transition of critical Small Business Innovative Research (SBIR) technologies to provide new capabilities which are secure and provide access between multiple levels of security domains and bridge between different chat protocols. This effort will result in the delivery of several software releases to the SCTECH user community, to include computer software, technical documentation, hardware, installation and maintenance of the current systems located at existing customer sites. Work will be performed in Fairfax, Virginia; and Morrisville, North Carolina, and is expected to be completed June 5, 2025. This award is the result of a sole-source acquisition under the SBIR program. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-D-0600). Work Services Corp., Wichita Falls, Texas, has been awarded a $20,537,296 firm-fixed-price modification (P00010) to contract FA3020-18-C-0013 for food services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed June 30, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,104,410 are being obligated at the time of award. The total cumulative face value of the contract is $57,366,955. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity (FA3020-18-C-0013). General Electric Co., Cincinnati, Ohio, has been awarded a $20,000,000 cost-plus-fixed-fee modification (P00053) to contract FA8626-16-2138 for COVID-19 industrial base support. The contract modification is for the execution of an out-of-scope modification with a new statement of work and justification and approval to issue an undefinitized contract action, which is being used to preserve an at risk industrial base impacted by the COVID-19 pandemic. Work will be performed in Cincinnati, Ohio, and is expected to be completed Jan. 31, 2021. Fiscal 2020 Defense Production Act Title III funds in the amount of $15,868,844 are being obligated at the time of award. Total cumulative face value of the contract is $1,449,920,786. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Northrop Grumman Systems Corp., Clearfield, Utah, has awarded a ceiling $11,345,659 firm-fixed-price modification (P00022) to contract SPE4AX-19-D-9404 for left-hand and right-hand wing tips for the T-38 weapon system. Work will be performed in Stockton, California, and is expected to be completed July 2027. Fiscal 2020 working capital funds in the amount of $2,624,384 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity. ARMY Novavax Inc.,* Gaithersburg, Maryland, was awarded a $21,952,384 cost-no-fee contract for the development and production of the Novavax nanoparticle vaccine against COVID-19. Bids were solicited via the internet with one received. Work will be performed in Gaithersburg, Maryland, with an estimated completion date of June 3, 2021. Fiscal 2020 Defense Health Agency Coronavirus Aid, Relief and Economic Security Act funds in the amount of $21,952,384 were obligated at the time of award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0077). (Awarded June 4, 2020) Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $21,703,157 modification (P00063) to contract W58RGZ-17-C-0014 for logistics support services for government-owned fixed wing fleet performing special electronic mission aircraft missions. Work will be performed in Herndon, Virginia, with an estimated completion date of Aug. 31, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $21,703,157 were obligated at the time of award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Science Applications International Corp., Reston, Virginia, was awarded a $10,693,344 modification (000182) to contract W31P4Q-18-A-0011 for converged infrastructure engineering support; technical modeling support, containerized weapon system mission data analysis and engineering support; implementation support; and precision fires manager engineering and analysis. Work will be performed at Shaw Air Force Base, South Carolina, with an estimated completion date of June 4, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $10,693,344 were obligated at the time of award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ocean Construction Services Inc.,* Virginia Beach, Virginia, was awarded a $9,492,405 firm-fixed-price contract for road repairs at Arlington National Cemetery. Bids were solicited via the internet with 11 received. Work will be performed in Arlington, Virginia, with an estimated completion date of Oct. 5, 2021. Fiscal 2020 cemeterial expenses (Army) funds in the amount of $9,492,405 were obligated at the time of award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-0019). *Small Business **Mandatory Source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2210304/source/GovDelivery/

  • Contract Awards by US Department of Defense - March 09, 2020

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

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

    AIR FORCE Digitized Schematic Solutions LLC, Warren, Michigan, has been awarded a $260,000,000 indefinite-delivery/indefinite-quantity contract for technical data support services. This contract provides for the sustainment of Air Force Materiel Command technical data by standardizing roles, processes and methodology. Work will be performed at Robins Air Force Base, Georgia; Hill Air Force Base, Utah; Tinker Air Force Base, Oklahoma; and Peterson Air Force Base, Colorado. Work is expected to be complete by March 2025. This award is the result of a competitive acquisition and 11 offers were received. Fiscal 2020 funds in the amount of $2,000 are being obligated at time of award. Air Force Sustainment Center, Robins Enterprise Contracting, Warner Robins, Georgia, is the contracting activity (FA8530-20-D-0002). The New Jersey Department of Human Services, Trenton, New Jersey, has been awarded a $57,806,700 firm-fixed-price contract for food service. This contract provides for full food service to the dining facilities on the Dix area of Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. Work will be performed at JB MDL, New Jersey, and is expected to be complete by April 30, 2021. This award was the result of a competitive acquisition and the award was made under the priority afforded under the Randolph-Sheppard Act. Fiscal 2020 operations and maintenance and overseas contingency funds will be obligated by individual task orders. The 87th Contracting Squadron, JB MDL, New Jersey, is the contracting activity (FA4484-20-D-0011). C. W. Roberts Contracting Inc., Tallahassee, Florida, has been awarded a not-to-exceed $49,000,000 indefinite-delivery/indefinite-quantity contract. This contract provides for resurfacing, painting, removing, replacing/reinstallation, modifying, full depth reconstruction and new full depth construction of pavements (e.g. airfield, roadways, parking lots, sidewalks, etc.); ramp-downs; foundation walls and footings; curbing; parking bumpers; and traffic control devices. Work will be performed at Eglin Air Force Base, Florida; and Duke Field, Florida, and is expected to be complete by March 31, 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2020 operations and maintenance funds in the amount of $1,000 are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-20-D-0003). Valiant Global Defense Services Inc., doing business as Valiant Integrated Services, San Diego, California, has been awarded a $30,000,000 indefinite-delivery/indefinite-quantity contract for research and development. This contract provides for the research, development, testing and evaluation of joint and coalition requirements for tools and technologies that allow for joint and combined planning and data interchange with U.S. coalition partners in multiple theaters of operation to maximize interoperability and mission effectiveness when combatting chemical, biological, radiological and nuclear threats. Work will be performed at Wright-Patterson Air Force Base, Ohio, Camp H.M. Smith, Hawaii; and the Undersea Warfare Development Center, San Diego, California, and is expected to be complete by Sept. 6, 2027. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,577,055 are being obligated on the initial task order; and fiscal 2020 research, development, test and evaluation funds in the amount of $1,734,995 are being obligated on the second task order, at the time of award. Air Force Research Laboratory, Wright Research Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-D-6058). Raytheon Corp., Marlborough, Massachusetts, has been awarded a $26,148,084 modification (P00092), to previously awarded contract FA8705-14-C-0001. This modification provides for delta pricing B-Tables for added and deleted work for contract line item numbers 0004, 0005 and 0006 for Global Aircrew Strategic Network Terminal. Work will be performed in Largo, Florida, and is expected to be complete by October 2021. Fiscal 2019 procurement funds in the amount of $16,533,066 are being obligated at the time of award. This modification brings the total cumulative value of the contract to $366,523,499. Air Force Material Command, Hanscom Air Force Base, Massachusetts, is the contracting activity. ARMY The Boeing Co., Mesa, Arizona, was awarded a $191,858,915 cost-no-fee, cost-plus-fixed-fee, firm-fixed-price contract for post-production support services and warehouse management services for the United Kingdom AH-64E Apache helicopter fleet of 50 aircraft and three Longbow crew trainers. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2020 Foreign Military Sales (United Kingdom) funds in the amount of $191,858,915 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-C-0014). Manhattan Construction Co., Arlington, Virginia, was awarded an $85,407,155 firm-fixed-price contract for construction of a new four-story, 201,000 square-foot general instruction building to support the U.S. Army War College. Bids were solicited via the internet with six received. Work will be performed in Carlisle Barracks, Pennsylvania, with an estimated completion date of March 29, 2023. Fiscal 2020 military construction, Army funds in the amount of $85,407,155 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0007). NAVY Lockheed Martin Corp. and Lockheed Martin Aeronautics Co., Fort Worth, Texas, are awarded a not-to-exceed $173,164,400 modification to a previously awarded, fixed-price-incentive-firm-target advance acquisition contract (N00019-20-C-0009). Work will be performed in Fort Worth, Texas (30%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); Cameri, Italy (5%); and Baltimore, Maryland (5%). This modification procures long lead materials, parts, components and support necessary to maintain on-time production and delivery of Lot 15 F-35 aircraft for the Navy, Marine Corps and government of Italy. Work is expected to be complete by December 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $53,064,400; and non-Department of Defense participant funds in the amount of $120,100,000 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. Lockheed Martin Corp. Rotary and Mission Systems, Baltimore, Maryland, is awarded a $25,449,876 firm-fixed-price contract for Launch Sequencer (LSEQ) Mark (MK) 5 Mod production in support of the Vertical Launch System (VLS). The LSEQs are used in support of the VLS, which provides area and self-defense, anti-air warfare capabilities, counter-air and land attack cruise missile defense and surface and subsurface warfare capabilities. This contract involves Foreign Military Sales (FMS) to South Korea and Finland. Work will be performed in Oldsmar, Florida, and is expected to be completed by March 2021. This contract will provide for the manufacture, assembly, test and delivery of VLS LSEQ MK 5 Mod 2, Part Number 7104340-29. This contract includes options, which if exercised, will bring the cumulative value of this contract to $74,415,030. If all options are exercised, work will continue through March 2022. Fiscal 2017 and 2018 shipbuilding and conversion (Navy); fiscal 2020 procurement defense wide (Navy); and fiscal 2020 FMS funding in the amount of $25,449,876 will be obligated at time of 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 offers received. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-C-0004). Lockheed Martin Corp., Baltimore, Maryland, is awarded a $22,436,852 letter contract for the integration, demonstration, testing and operation of the Layered Laser Defense (LLD) weapon system prototype onboard a Navy littoral combat ship while that vessel is underway. Work will be performed in Moorestown, New Jersey (30%); Baltimore, Maryland (25%); Sunnyvale, California (12%); Woodinville, Washington (10%); Manassas, Virginia (5%); Dallas, Texas (15%); San Diego, California (2%); and Santa Cruz, California (1%). Key areas of work to be performed include development of a prototype structure and enclosure to protect the LLD from ships motion and maritime environment in a mission module format; system integration and test with government-furnished equipment; platform integration and system operational verification and test; systems engineering; test planning; data collection and analysis support; and operational demonstration. Work is expected to be complete by July 2021. The total cumulative value of this contract is $22,436,852. The base period is $22,436,852 and no options are proposed. The action will be incrementally funded with an initial obligation of $11,218,426 utilizing fiscal 2019 research, development, and test and evaluation (Defense-wide) funds will expire at the end of the current fiscal year. This contract was competitively procured under N00014-20-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-1003). DEFENSE INFORMATION SYSTEMS AGENCY General Dynamics Information Technology, Fairfax, Virginia, was awarded a firm-fixed-price task order, HC1013-20-F-0073, to support the Air Force Air Defense Communication Services (ADCS). The face value of this action is $7,171,537, funded by fiscal 2020 operations and maintenance funds. The total cumulative value of the order is $14,486,526. This task order was awarded under the competitively awarded, single-award blanket purchase agreement (HC1013-15-A-0004) against General Services Administration's Information Technology Schedule 70 contract for ADCS. The place of performance is throughout the continental U.S., as well as Alaska, Hawaii and Guam. The period of performance for this action is April 1, 2020, to March 31, 2021. There are two, six-month option periods from April 1, 2021, to March 31, 2022. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. https://www.defense.gov/Newsroom/Contracts/Contract/Article/2106160/source/GovDelivery/

All news