Back to news

March 17, 2023 | International, Other Defence

L'Union europénne se dote d'une stratégie spatiale pour la défense

La Commission et le service européen d'action extérieure ont dévoilé leur première feuille de route pour assumer plus de responsabilité en matière de sécurité dans l'espace. Une loi européenne sur l'espace est promise pour 2024.

https://www.lemonde.fr/international/article/2023/03/16/l-ue-se-dote-d-une-strategie-spatiale-pour-la-defense_6165714_3210.html

On the same subject

  • Contract Awards by US Department of Defense - October 29, 2018

    October 30, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 29, 2018

    DEFENSE LOGISTICS AGENCY Atlantic Diving Supply Inc., doing business as ADS,* Virginia Beach, Virginia (SPE8EH-19-D-0001); W.S. Darley & Co.,* Itasca, Illinois (SPE8EH-19-D-0002); Unifire Inc.,* Spokane, Washington (SPE8EH-19-D-0003); Mallory Safety and Supply,* Longview, Washington (SPE8EH-19-D-0004); Federal Resources Supply Co.,* Stevensville, Maryland (SPE8EH-19-D-0005); and L.N. Curtis & Sons,* Oakland, California (SPE8EH-19-D-0006), are sharing a maximum $78,000,000 bridge contract under solicitation SPM8EH-12-R-0009 for fire and emergency services equipment. These are firm-fixed-price, indefinite-delivery/indefinite-quantity, 120-day bridge contracts. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are California, Illinois, Maryland, Virginia, and Washington, with a Feb. 27, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal year 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Califon Systems LLC,** Dallas, Georgia, has been awarded a maximum $20,000,000 firm-fixed-price contract for medical equipment, maintenance of medical equipment, and/or spare parts for medical equipment. This is a five-year contract with no option periods. This was a competitive acquisition with 59 responses received. Location of performance is Georgia, with an Oct. 28, 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 Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0003). General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $14,334,060 firm-fixed-price contract for distribution boxes. This is a one-year contract with one one-year option. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Michigan and Florida, with a Jan. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0009). Honeywell International Inc., Torrance, California, has been awarded a maximum $10,028,200 firm-fixed-price delivery order (SPRPA1-19-F-LH07) against a five-year basic ordering agreement (SPRPA1-14-G-001Y) for heat exchangers. This is a two-year, six-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is California, with an April 29, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. ARMY The Boeing Co., Mesa, Arizona, was awarded a $46,051,155 modification (P00097) to contract W58RGZ-15-C-0017 to complete negotiations on, and take delivery of, undelivered items as well as continue investments in both supply chain management performance and reliability improvements. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of April 30, 2019. Fiscal 2019 Army working capital funds in the amount of $46,051,155 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY JLL-Midnight Sun IFMS, LLC,* Kotzebue, Alaska, is awarded a $30,408,548 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Jacksonville and outlying areas. The work to be performed provides for base operations support services to include facility investment, other (training pools), utilities management, electrical, wastewater, steam, water, compressed air, base support vehicles and equipment, environmental, and other related services. The maximum dollar value including the base period and seven option years is $236,917,489. Work will be performed in Jacksonville, Florida (99 percent); and outlying areas (1 percent), and is expected to be completed by December 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy and Marine Corps Reserve); fiscal 2019 Navy working capital funds; fiscal 2019 Defense Health Program; and fiscal 2019 family housing operations and maintenance (Navy) contract funds in the amount of $24,099,510 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1750). Reid Middleton Inc.,* San Diego, California, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for structural engineering services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for preparation of fully designed plans and specifications for design-bid-build construction projects; preparation of request for proposal packages for design-build projects; structural and/or seismic investigations, studies, evaluations and recommendations for upgrades to existing facilities; anti-terrorism design related to analysis of blast effects and design to prevent progressive collapse; innovative structural system design; technical reviews of government-prepared designs and design-build packages; post construction award services; cost estimating; and coordination of various technical disciplines. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent); Arizona (5 percent); Nevada (5 percent); Colorado (1 percent); New Mexico (1 percent); and Utah (1 percent), and is expected to be completed by October 2023. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy and Marine Corps). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2414). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY HRL Laboratories LLC, Malibu, California, was awarded a $9,155,987 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency (DARPA) millimeter-wave GaN maturation project. Work will be performed in Malibu, California (97 percent); and Huntington Beach, California (3 percent), with an expected completion date of April 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $1,208,000 are being obligated at time of award. This contract was a competitive acquisition off the Microsystems Technology Office office-wide broad agency announcement HR001116S0001, with 138 offers received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-19-C-0006). *Small Business **Veteran-owned small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1675408//

  • The US Navy’s FFG(X) could be awarded sooner than expected

    March 2, 2020 | International, Naval

    The US Navy’s FFG(X) could be awarded sooner than expected

    By: David B. Larter WASHINGTON – The U..S Navy's next-generation frigate could be awarded within the next few months, earlier than expected, the service's top civilian said Friday. Acting Secretary of the Navy Thomas Modly told conservative radio talk show host Hugh Hewitt that he had tasked Assistant Secretary of the Navy for Research, Development and Acquisition James Geurts to look at accelerating the award of the first ship, which was slated for this fall. “The plan was to try and do it in the latter part of this year,” Modly told Hewitt. “I've asked [Geurts] to try and accelerate that earlier, and he's looking into the possibilities for doing that. “But obviously, you know, we have acquisition rules, and we want to make sure that we do this in the proper way.” The competition has narrowed to bids from Huntington Ingalls Industries; a team of Navantia and General Dynamics Bath Iron Works; Fincantieri; and Austal USA. Navantia is offering a version of its F-100 design, which is in use by the Spanish Navy; Austal is submitting a version of its trimaran littoral combat ship; Fincantieri is offering its FREMM design; and Huntington Ingalls is believed to be offering an up-gunned version of its national security cutter. Lockheed Martin's version of the FFG(X), an up-gunned, twin-screw variant of its Freedom-class LCS, was pulled from the competition in May. The FFG(X) is supposed to be a small, multimission ship with a modified version of Raytheon's SPY-6 radar destined for the Flight III Arleigh Burke-class destroyer, Lockheed Martin's Aegis Combat System, as well as some point defense systems and 32 vertical launch cells for about half the cost of a destroyer. The first ship ordered in 2020 is expected to cost $1.28 billion, according to budget documents, with the next ship in 2021 dropping to $1.05 billion. The Navy expects it to take six years to complete design and construction of the first ship, which should be finished in 2026. Once construction begins, planners anticipate it will take 48 months to build. The second frigate is expected to be ordered in April 2021, and from there it should be delivered about five and a half years after the award date. That means that the first ship should be delivered to the fleet in July of 2026, and the second about three months later. https://www.defensenews.com/naval/2020/02/28/the-us-navys-ffgx-could-be-awarded-sooner-than-expected

  • Contract Awards by US Department of Defense - December 10, 2019

    December 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 10, 2019

    DEFENSE INFORMATION SYSTEMS AGENCY Leidos Inc., Reston, Virginia, was awarded a competitive single award, indefinite-delivery/indefinite-quantity contract with a ceiling of $6,520,000,000 that includes a mix of fixed price and cost contract type pricing arrangements for Global Solutions Management – Operations (GSM-O) II, which provides support services for the operation, defense, and sustainment of the Department of Defense Information Network/Defense Information System Network. The place of performance is predominantly within the continental U.S. (CONUS); however, support services are also required at multiple locations outside CONUS. Proposals were solicited via the Federal Business Opportunities website (www.fbo.gov), now known as beta.SAM.gov website. The solicitation (HC1028-18-R-0024) was issued as a full and open competitive action. Three proposals were received. The period of performance includes a base period of five years (Jan. 1, 2020 – Dec. 31, 2025), with two two-year option periods, and one one-year option period, for a total period of 10 years (Jan. 1, 2020 – Dec. 31, 2030). The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-20-D-0001). AIR FORCE Computers Sites Inc., Denver, Colorado (P00008, FA8217-16-D-0002); Eaton, Raleigh, North Carolina (P0006, FA8217-16-D-0003); and AllCom Global, Lake St. Louis, Missouri (P00008, FA8217-16-D-0004), have been awarded an estimated maximum increase modification of $197,000,000 for power converting and continuation interfacing equipment. This modification provides for the installation of uninterruptable power supply systems across every major command. Work will be performed at Air Force bases throughout all major commands and is expected to be completed by Dec. 10, 2021. The estimated maximum value for each contract is being increased from $99,990,500 to $197,984,500, for fiscal years 2016-2021. Other procurement funds are being used and no funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity. The Boeing Co., El Segundo, California, has been awarded a $21,260,075 modification (P00036) to previously awarded contract FA8819-15-C-0007 to exercise Option 5 for Space Based Space Surveillance Block 10 sustainment. This modification provides for the exercise of an option for the sustainment and required development necessary for Air Force operations and maintenance of the Space Based Space Surveillance System and Red Local Area Network. This effort includes systems engineering, operations, operations support, and contractor logistics support. Work will be performed at El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed by June 20, 2022. The total cumulative face value of the contract is $129,825,811. Fiscal 2020 operations and maintenance funds in the amount of $2,000,000 are being obligated at the time of award. The Space and Missile Systems Center, Special Programs Directorate, Los Angeles Air Force Base, California, is the contracting activity. Raytheon Co., Aurora, Colorado, has been awarded a $13,543,046, bilaterally negotiated contract modification (P00310) to previously awarded contract FA8807-10-C-0001 to modify the technical baseline to fulfill the requirements of four requests for changes (RFC). The contract modification is for implementation of four RFCs (312, 343, 345, and 393) to the technical baseline. Work will be performed at Aurora, Colorado, and is expected to be completed by June 30, 2021. The total cumulative face value of the contract is $3,308,389,602. No additional funds are being obligated at the time of award as the contract is incrementally funded. The U.S. Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. ARMY Accenture Federal Services, Arlington, Virginia, was awarded a $75,820,763 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for unified enterprise resource planning capability support services. Bids were solicited via the internet with four received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Dec. 9, 2025. Fiscal 2020 Army working capital funds in the amount of $4,858,861 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-C-0005). Rigid Constructors LLC,* Opelousas, Louisiana, was awarded a $9,986,105 firm-fixed-price contract for excavation, placement of material for the construction of earthen retention dikes, installation of settlement plates, surveying, clearing, grubbing, steel culvert installation, painting and metalwork fabrication. Bids were solicited via the internet with eight received. Work will be performed in Calcasieu, Louisiana, with an estimated completion date of Dec. 5, 2020. Fiscal 2020 civil construction funds in the amount of $9,986,105 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0006). DEFENSE LOGISTICS AGENCY Raytheon Co., El Segundo, California, has been awarded a maximum $45,085,238 firm-fixed-priced delivery order (SPRPA1-20-F-C301) against a five-year basic ordering agreement (SPRPA1-17-G-C301) for APG-79 Radar System spare parts. 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 California, with a Dec. 30, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a maximum $19,483,754 cost-plus-fixed-fee, bridge contract for automated tank gauging, independent alarm system and overfill protection equipment maintenance. 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 19-month base contract with one three-month option period. Locations of performance are the 48 contiguous states, with a July 12, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-20-C-0004). National Industries for the Blind, Alexandria, Virginia, has been awarded a maximum $12,063,451 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for multiple sizes of innerspring mattresses. This is a mandatory procurement contract. This is a one-year base contract with two one-year option periods. Locations of performance are North Carolina and Virginia, with a Nov. 4, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B074). Atlantic Diving Supply Inc., doing business as ADS Inc., Virginia Beach, Virginia, has been awarded a maximum $7,426,101 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 16 responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with a Dec. 9, 2024, performance completion 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 (SPE2DE-20-D-0009). NAVY Moonlite Construction,* Corona, California, is awarded a maximum $20,000,000 indefinite-delivery/indefinite-quantity contract for painting and wall coverings construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma and San Diego and Marine Corps Air Station, Miramar, California. Work will be performed in San Diego, California. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0001). Windamir Development Inc., McDonough, Georgia, is awarded a $10,082,338 firm-fixed-price task order which provides for exercise of the first and second options for pier refurbishment of Pier XRay North and XRay South at Joint Base Charleston. After award of these options, the total cumulative contract value will be $17,048,056. Work will be performed in Charleston, South Carolina, and the option period is from December 2019 to July 2021. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $10,082,338 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-F-0875). The Boeing Co., St. Louis, Missouri, is awarded a $9,475,825 firm-fixed-price delivery order (N00019-20-F-0283) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides Harpoon/SLAM-ER missile system and Harpoon launch systems follow-on integrated logistics and engineering services support for the Navy and various Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (91.89%); St. Louis, Missouri (5.47%); and Yorktown, Virginia (2.64%), and is expected to be completed in February 2022. Fiscal 2020 operations and maintenance (Navy); and FMS funds in the amount of $9,475,825 will be obligated at time of award, $2,464,306 of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($2,464,306; 26%); and FMS customers ($7,011,519; 74%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2037058/source/GovDelivery/

All news