Back to news

July 8, 2024 | International, Land

New Commander for Canadian Joint Operations Command

Today, Lieutenant-General Steve Boivin assumed leadership of the Canadian Joint Operations Command (CJOC) from Commander Vice-Admiral Bob Auchterlonie. The Chief of the Defence Staff (CDS), General Wayne Eyre, presided over the morning ceremony, which took place at His Majesty’s Canadian Ship Carleton in Ottawa.

https://www.canada.ca/en/department-national-defence/news/2024/07/new-commander-for-canadian-joint-operations-command.html

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/

  • Northrop Grumman and Ultra Demonstrate Unmanned Anti-submarine Warfare Capability

    February 5, 2021 | International, Naval

    Northrop Grumman and Ultra Demonstrate Unmanned Anti-submarine Warfare Capability

    Northrop Grumman Corporation and UK-based Ultra Maritime equipped a modified, manned Bell 407 (acting as an MQ-8C Fire Scout surrogate) platform with Ultra sonobuoys, receiver and processor to complete an unmanned aircraft systems (UAS) anti-submarine warfare (ASW) capability demonstration. This successful demonstration of the UAS ASW mission on October 29 was the first time a vertical takeoff surrogate unmanned aerial system (VTUAS) had been used to conduct a large area multistatic acoustic search. The mission payload and effects were controlled from the ground with the resultant ASW picture disseminated to locations across the globe. “Adding an ASW capability to Fire Scout's existing multi-mission capabilities would further enhance this highly-versatile platform,” said Dan Redman, Fire Scout maritime mission expansion lead, Northrop Grumman. “This ASW capability would offer commanders flexibility to employ not only UAS systems in this particular ASW role, but also utilize the increased availability of crewed aircraft more incisively against an expanded mission set. This would increase the total available effect of the manned/unmanned teamed force mix.” By jointly developing and demonstrating UAS ASW capabilities, initially on an MQ-8C Fire Scout manned surrogate as part of an industry-led initiative, the two companies are combining their world-leading expertise and experience with the aim of bringing unique ASW solutions to global customers. While the U.S. Navy has not yet identified a clear requirement for UAS ASW capability, it has shown interest in the development and continues to support and monitor progress. “Operating prototype hardware in a high-pressure real-world environment can be challenging,” said Thomas Link, president of Ultra Maritime. “Our partnership will bring an innovative and leading ASW capability into operation, combining both manned and unmanned ASW systems that will help defend our warfighters and provide increased capability to our forces.” The MQ-8C Fire Scout can fly missions in excess of 12 hours, providing commanders an unrivaled level of layered multi-source/sensor intelligence, surveillance, reconnaissance (ISR) and command and control/comms relay capabilities over land and sea. When operating in a manned-unmanned teaming concept, Fire Scout enables commanders to employ manned assets in a more focused manner, allowing them to exploit hybrid manned/unmanned teaming opportunities. https://www.uasvision.com/2021/02/04/northrop-grumman-and-ultra-demonstrate-unmanned-anti-submarine-warfare-capability/

  • Pentagon seeks commercial tech for hypersonic test vehicle

    September 2, 2022 | International, Aerospace

    Pentagon seeks commercial tech for hypersonic test vehicle

    DIU is seeking proposals from commercial industry for a hypersonic test aircraft to help alleviate the strain on DoD testing infrastracture.

All news