Back to news

January 27, 2021 | International, Land

NATO customer awards Rheinmetall multimillion-euro contract for artillery ammunition and propelling charges

January 25, 2021 - A NATO customer has awarded Rheinmetall an order for modern artillery ammunition.

The Group's South African subsidiary, Rheinmetall Denel Munition (Pty) Ltd., will supply several thousand conventional and extended-range artillery shells of the Assegai family (Base Bleed and V-LAP) as well as M92 Assegai tactical modular charges.

Delivery commenced in December 2020 and is to be complete by May 2021. The order is worth around €25 million.

Manufactured by Rheinmetall Denel Munition, the tactical modular charges of the Assegai Series are intended to propel artillery shells from 155mm gun systems. The charge system is fine-tuned to the customer's specific weapon systems and artillery shells for maximum effectiveness.

Their modular design simplifies logistics and makes handling in self-propelled artillery systems easier. They also offer other advantages: Assegai charges reduce barrel wear (RDM's Barrel Wear Reducer/BWR) and produce lower muzzle flash (RDM's Muzzle Flash Reducer/MFR); the former results in longer barrel life, the latter makes the artillery system harder for the enemy to detect.

“Thanks to our current product portfolio and new products in the development pipeline, we want to offer customers the full range of possibilities for indirect fire support and maintain our lead in artillery ammunition technology. This applies especially to our new developments in artillery projectiles, which we aim to meet our goal of attaining ranges of over 155 kilometres with. In addition, Rheinmetall Denel Munition is eager to support the troops with our new uni-modular charges, which achieve better performance and simplify the logistics, especially in gun systems with automatic loading,” says Jan-Patrick Helmsen, Rheinmetall Denel Munition's CEO.

Rheinmetall and its South African unit Rheinmetall Denel Munition possess proven expertise in advanced indirect fire systems.

At a test fire event held at the Alkantpan test range in South Africa in 2019, Rheinmetall and Rheinmetall Denel Munition achieved several new range records for indirect artillery fire with various guns, attaining maximum ranges of up to 76 kilometres. This display of technological achievement and capability sparked the interest of artillery users across the globe.

Rheinmetall Denel Munition has embarked on a phased development approach, including the continuous improvement in range capability of artillery ammunition. The range demonstration showed the potential of the first phase and reinforces Rheinmetall Denel Munition's goal of meeting a user-specified range requirement of more than 155 km.

About Rheinmetall Denel Munition

The South African company Rheinmetall Denel Munition (Pty) Ltd is a cutting-edge maker of ammunition and explosive products, supplying military and civil users in numerous countries around the globe. Rheinmetall Denel Munition is a joint venture co-owned by Rheinmetall (51%) and Denel SOC Ltd of South Africa (49%).

RHEINMETALL AG
Corporate Sector Defence
Press and Information
Oliver Hoffmann
Rheinmetall Platz 1
40476 Düsseldorf
Germany
Phone: +49 211 473-4748
Fax: +49 211 473-4157

View source version on Rheinmetall Denel Munition (Pty) Ltd: https://www.rheinmetall.com/en/rheinmetall_ag/press/news/latest_news/index_22656.php

On the same subject

  • Contract Awards by US Department of Defense - November 29, 2019

    December 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 29, 2019

    DEFENSE LOGISTICS AGENCY Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $218,749,892 modification (P00006) exercising the first one-year option period of a one-year base contract (SPRPA1-20-F-CD01) with four one-year option periods for performance based logistics and engineering support for the V-22 platform. This is a firm-fixed-price requirements contract. Locations of performance are Texas and Pennsylvania, with a Nov. 30, 2020, performance completion date. Using customers are Navy, Air Force, Marine Corps and Foreign Military Sales to Japan. Type of appropriation is fiscal 2020 through 2021 Air Force, U.S. Special Operations Command, Navy and FMS appropriated funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. NAVY Raytheon Integrated Defense Systems, San Diego, California, is awarded a $74,726,993 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for design agent engineering services for networks and network user systems on operational landing platform/dock (LPD)-17 class amphibious transport dock ships. Work will be performed in San Diego, California (80%); Norfolk, Virginia (15%); Mayport, Florida (5%) and is expected to be complete by December 2024. Fiscal 2020 operations and maintenance, (Navy) funding in the amount of $689,680 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c) (1), only one responsible source and no other supplies or services will satisfy agency requirements, as implemented by Part 6.302-1 of the Federal Acquisition Regulation. This contract was issued on a sole-source basis to Raytheon Integrated Defense Services. This requirement is for design agent engineering and technical services for the overall management, development, testing, troubleshooting, repair, configuration, maintenance and fleet sustainment of fielded networks and associated network user systems/clients on operational LPD 17-class amphibious transport dock ships. These services are in support of Naval Surface Warfare Center, Philadelphia Division, Code 52, which is responsible for the lifecycle in-service engineering agent support of mission critical interior communications data networks. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-0001). W.R. Systems, Fairfax, Virginia, is awarded a modification to a previously awarded (N65236-19-D-8001) indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price task orders, performance based contract. This single award contract (SAC) is currently in its first year with a Feb. 15, 2020, contract expiration date. This modification increases the basic contract estimated ceiling by $61,999,996, and changes the cumulative estimated value of the contract from $49,999,995, to $111,999,992. This SAC is for position, navigation and timing and geospatial information services support to naval ships and shore facilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2020. This SAC was previously procured competitively by full and open competition via the Naval Information Warfare Systems Command e-commerce central website and the Federal Business Opportunities website. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) and only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Center, Charleston, South Carolina, is the contracting activity. General Dynamics/Electric Boat, Groton, Connecticut (N66604-20-D-D001); Huntington Ingalls/Newport News Shipbuilding, Newport News, Virginia (N66604-20-D-D002); and Oceaneering International Inc., Chesapeake, Virginia (N66604-20-D-D003) are being awarded a $49,921,536 indefinite-delivery/indefinite-quantity (ID/IQ) multiple-award contract to fabricate submarine safety/Level 1 (SUBSAFE/L1) hardware, and provide technical and engineering services. For these base ID/IQ five-year contracts, funding will not be obligated at time of award; the $1,000 minimum guarantee will be executed on each awardee's initial task order. Work will be performed at the contractors' locations and minimally at government locations, and is expected to be completed by November 2024. This multiple-award contract was competitively procured with three acceptable offers received via the Federal Business Opportunities website. This requirement is to provide SUBSAFE/L1 (or related) hardware, systems engineering, technical analyses, mechanical and electrical design, manufacturing, installation, test and evaluation, maintenance and repair services required to support existing and future fleet programs. In accordance with 10 U.S. Code 2304(c)(1), only a limited number of responsible sources and no other supplies or services will satisfy the needs of the agency. This tasking was limited to those activities qualified to perform SUBSAFE work per the Naval Sea Systems Command Notice 5000, fiscal 2019 Navy working capital funds. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity. Washington State Community College District #3, Bremerton, Washington, is awarded a not-to-exceed $18,000,000 five-year indefinite-delivery/indefinite-quantity contract for educational services in support of the apprenticeship, helper and after-hours program, which pays for tuition, lab fees, math fees, tutoring services and assessment fees in an effort to provide customers with quality, timely and cost efficient maintenance, modernization, and technical and logistics support by maintaining a highly trained and skilled workforce. These services are in support of Puget Sound Naval Shipyard and Intermediate Facility in Bremerton, Washington. This contract does not include options. Work will be performed in Bremerton, Washington, and is expected to be complete by December 2024. No funding will be obligated at the time of award. In accordance with Federal Acquisition Regulations Part 15, this was a competitive procurement with one offer received via the Federal Business Opportunities website. Operations and maintenance (Navy) funding will be obligated at the task order level prior to each semester. This is a commercial service contract that was competed in accordance with Federal Acquisition Regulation Part 15. Only one proposal by the incumbent was received. The Puget Sound Naval Shipyard, Bremerton, Washington, is the contracting activity (N4523A20D1300). ARMY General Dynamics Mission Systems, Taunton, Massachusetts, was awarded a $9,164,584 cost-plus-fixed-fee contract to procure contractor field service representative support services for the warfighter. One bid was solicited with one bid received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Nov. 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $6,363,737 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-F-0004). AIR FORCE Tunista Services LLC, Honolulu, Hawaii, has been awarded a $7,362,228 firm-fixed-priced contract modification (P00006) to previously awarded contract FA4855-18-C-0001 for continuation of operations, maintenance and support services at Melrose Air Force Range. The contract modification provides for the exercise of option year two procured under the basic contract. Work will be performed at Melrose, New Mexico, and work is expected to be completed by Nov. 30, 2020. The total cumulative face value of the contract is $22,676,639. Fiscal 2020 operations and maintenance funds in the amount of $7,362,228 are being obligated at the time of award. The 27th Special Operations Contracting Squadron, Cannon Air Force Base, New Mexico, is the contracting activity. https://www.defense.gov/Newsroom/Contracts/Contract/Article/2029052/source/GovDelivery/

  • Britain to restart competition for fleet solid support ships, but who’s allowed to bid?

    May 8, 2020 | International, Naval

    Britain to restart competition for fleet solid support ships, but who’s allowed to bid?

    By: Andrew Chuter LONDON — Britain is set to restart a competition later this year to build up to three large logistics ships to support deployment of the Royal Navy's new aircraft carrier fleet, having suspended the procurement effort last year. Ministry of Defence officials are refusing to give an exact date for the restart, despite Defence Secretary Ben Wallace recently telling the parliamentary Defence Committee that he thought it would take place in September. “It will be, I think, in September, but I can correct that if I am wrong. We are hopefully going to reissue the competition sooner rather than later,” he told lawmakers. A Defence Committee spokeswomen said the panel is still waiting on a concrete date from the MoD. “Following the session with the secretary of state for defense, Ben Wallace, the committee wrote to the department asking for clarification on a number of issues, including the timing of the Fleet Solid Support program. The committee has not yet heard back from the Ministry of Defence,” she said. The competition to build up to three 40,000-ton vessels in a requirement known locally as the Fleet Solid Support program was expected to have been worth as much as £1.5 billion (U.S. $1.9 billion) at the time the competition was unexpectedly terminated Nov. 5. The MoD said at the time that it took the action due to a failure to find a value-for-money solution in negotiations with shipbuilders. In his evidence to the committee, Wallace described the program as “ effectively delinquent.” The warships, which will be operated by the Royal Navy's logistics supplier, the Royal Fleet Auxiliary, are a key element of Britain's plan to replace aging Fort-class ships with modern support ships to supply ammunition, dry stores and spares to aircraft carrier strike groups and other maritime task groups. The program had been mired in controversy since the Conservative government opted to open the design to international competition, rather that adopt a “Buy British” policy. The move caused an outcry from politicians, industry and unions who believed naval logistics vessels should be included in the list of warships, like frigates and destroyers, that are off limits to foreign shipbuilders. Ministers and procurement officials argued they had no choice but to follow European Union competition rules, which say logistics ships are not warships and are therefore subject to regulations requiring open competition. Critics pointed out that other European Union member states have previously blocked foreign bids for similar ships. Industry executives suspected the the cash-strapped MoD was running an open competition to keep the procurement cost to a minimum, following in the example of its purchase of four new fleet oilers for the Royal Fleet Auxiliary built by South Korea's Daewoo Shipbuilding and Marine Engineering. The U.K. has now left the European Union but is in a transitory period where trade rules still apply. That period is currently set to end Dec. 31. The MoD declined to answer Defense News' question on whether the new competition will be held under EU rules, or whether the U.K. will exempt itself from the rule, opening up the possibility for a British-only bid. Defence Procurement Minister James Heappey told Parliament this year that the MoD is reviewing the procurement strategy, the requirements and the schedule ahead of the competition restart. MoD officials said this week that the review is still underway. Defense consultant Howard Wheeldon of Wheeldon Strategic Advisory said with the new coronavirus taking its toll on the country's economy, there should be no question that the procurement is limited to local business. “Having pulled the plug on the original plan, and with potential new U.K. players back in the fray, such as Harland and Wolff, the MoD would risk a very damaging backlash if it tried to do another foreign deal — and rightly so,” he said. “Buying on the basis of lowest cost is rarely the right solution for defense equipment procurement. The new world order that I see emerging elsewhere allows freedom to put national interests first. Thus for the U.K., the right decision on future solid support ships is that these vessels should be British-designed and -built.” What about the original competition? The MoD brought the original competition to a close on the eve of the Conservative government calling a general election for Dec. 12, 2019. Campaigners took that as a sign the government was moving toward a “Buy British” policy. Their position was reinforced last autumn when the MoD published an updated, independent review of the nation's national shipbuilding strategy, which advocated for a policy change that would see logistics ships and other types of vessels added to the list warships closed to foreign bids. The review, conducted by former shipbuilding chief executive John Parker, said Britain was not currently adopting “the right strategic approach” in allowing ships like the fleet solid support vessels to be built overseas. By the time the MoD suspended the competition, two of the five short-listed bidders remained: Navantia of Spain; and Team UK, a consortium of BAE Systems, Babcock International, Cammell Laird and Rolls-Royce. A BAE Systems spokesperson told Defense News on Wednesday that the company is waiting for the MoD to show its hand on the procurement process, and in the meantime remains focused on its commitment to build Type 26 frigates for the Royal Navy. “We are engaged with our U.K. partners and await guidance from the MoD on next steps in the procurement process for the Fleet Solid Support program. We have a long-term commitment to shipbuilding in the U.K. with continuity of production in Glasgow through into the 2030s, and we are focused on delivering our existing commitments,” the spokesperson said. https://www.defensenews.com/naval/2020/05/07/britain-to-restart-competition-for-fleet-solid-support-ships-but-whos-allowed-to-bid/

  • Hungary's defence procurement agency hacked, government says

    November 14, 2024 | International, Land

    Hungary's defence procurement agency hacked, government says

All news