Back to news

October 31, 2023 | International, Land

New NASAMS cooperative arrangement established between Norway, RTX and KONGSBERG

The agreement, which was signed at the Norwegian ambassador’s residence in Washington DC in October, will lay the foundation to further enhance NASAMS’ already robust and combat-proven air defence capabilities. 

https://www.epicos.com/article/778797/new-nasams-cooperative-arrangement-established-between-norway-rtx-and-kongsberg

On the same subject

  • Alabama company wins contract for Navy and Coast Guard boats

    October 5, 2021 | International, Naval

    Alabama company wins contract for Navy and Coast Guard boats

    A Gulf coast Alabama company just signed an $8 million dollar contract to design and build boats for the Navy and Coast Guard. Options could sweeten that deal to almost $52 million.

  • How did the two offerings competing to be the US Army’s future engine measure up?

    June 10, 2019 | International, Aerospace

    How did the two offerings competing to be the US Army’s future engine measure up?

    By: Jen Judson WASHINGTON — Cost appears to have played a major role in the Army's decision to pick GE Aviation's T901 engine for its future helicopter engine, based on a look at documents laying out the service's post-award analysis, obtained by Defense News. Yet, other factors not shown could have also contributed to the Army's choice, which the Government Accountability Office upheld following a protest from losing team Advanced Turbine Engine Company (ATEC) — a partnership between Honeywell and Pratt & Whitney. The GAO is expected to release a redacted version of its decision next week, which could shed more light on how the Army decided to move forward with GE. While the cost of GE'S engine seems to have been a deciding factor, the document outlining the service's criteria to determine a winning engine design to move into the engineering and manufacturing development phase states that “all non-cost/price factors when combined are significantly more important than cost/price factor.” According to that chart, the Army said it would primarily measure the engine submissions against its engine design and development, followed by cost/price, followed by life-cycle costs and then small business participation in order of importance. The Army assessed ATEC's and GE's technical risk as good and gave ATEC a risk rating of low while it gave GE a risk rating of moderate when considering engineering design and development for each offering. Both GE and ATEC had moderate risk ratings when it came to engine design and performance. And while GE received a technical risk rating of moderate for component design and systems test and evaluation, ATEC received low risk ratings for both. Almost all other technology risk assessments and risk ratings were the same for both engine offerings. GE scored “outstanding” in platform integration capabilities. Based off the chart, it appears ATEC won, so its likely the documents are not an exhaustive representation of how the Army decided to move forward with GE. While both ATEC and GE offered prices within the Army's requirements, GE came in 30 percent lower in cost. And according to Brig. Gen. Thomas Todd, the program executive officer for aviation, in an interview with Defense News in April, GE was also working on trying to shrink the timeline within the EMD phase by roughly a year. But, in ATEC's view, the charts show it had offered the best value product to the Army. ATEC's president, Craig Madden, told Defense News that the company took the Army's selection criteria laid out in the request for proposals seriously across the board from engineering design and development factors to cost to even small business participation, where it scored higher than GE in the analysis chart. “We did come in higher in cost but this was considered a best value evaluation and not lowest price, technically acceptable,” Madden said. “I think low price is good for a plastic canteen or a bayonet, it's not good for a highly technical turbine engine.” And despite coming in at a higher cost, Jerry Wheeler, ATEC's vice president said, the up front cost in the EMD phase will be higher but the delta would shrink when considering life-cycle costs of both engine offerings. Both ATEC and GE received good technical ratings and were given risk ratings of low. When just going by the chart, GE's four moderate risk ratings in key categories means “they could have disruption in schedule, increased cost and degradation of performance,” Madden said. He added ATEC was also focused on lowering risk, so that, although the Army offered incentives to finish the EMD phase earlier than 66 months, ATEC presented a plan to complete at 66 months with a plan to look at acceleration wherever possible. ATEC is now pushing to be a part of the EMD phase, essentially extending the competition, so that more data on engines can be garnered. The Army had periodically weighed keeping the EMD phase competitive with two vendors, but ultimately chose to downselect to one. For GE, the Army made the right decision and had enough data to do so. “The U.S. Army competitively selected GE's T901 engine over ATEC T900 engine after more than 12 years of development,” David Wilson told Defense News in a statement. “Those 12 years included the Advanced Affordable Turbine Engine (AATE) program, during which both companies ran tow full engine tests,” he said. Additionally, both companies executed a 24-month technology maturation and risk reduction contract where GE self-funded and successfully completed and tested a third engine, a full-sized T901 prototype engine, with successful tests on all components, Wilson said. “We've done three full-engine tests and provided an unprecedented amount of test data to the Army for them to determine which engine was the best to move forward with in EMD,” he added. Funding a second engine through EMD would cost more than twice as much and delay critical Army modernization by at least two years, Wilson argued. https://www.defensenews.com/land/2019/06/07/how-did-the-two-offerings-competing-to-be-the-us-armys-future-engine-measure-up/

  • Contract Awards by US Department of Defense - January 06, 2020

    January 7, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 06, 2020

    ARMY Adams Communication & Engineering Technology Inc.,* Reston, Virginia (W15P7T-20-D-0001); Advanced Technology Systems Co.,* McLean, Virginia (W15P7T-20--D0003); The Boeing Co., Ridley Park, Pennsylvania (W15P7T-20-D-0004); CopaSat LLC,* Tampa, Florida (W15P7T-20-D-0005); GATR Technologies Inc., Huntsville, Alabama (W15P7T-20-D-0006); DataPath Inc., Duluth, Georgia (W15P7T-20-D-0007); Envistacom LLC, Atlanta, Georgia (W15P7T-20-D-0008); Fairwinds Technologies LLC,* Annapolis, Maryland (W15P7T-20-D-0009); General Dynamics One Source LLC, Fairfax, Virginia (W15P7T-20-D-0010); Globecomm Systems Inc., Hauppauge, New York (W15P7T-20-D-0011); Kratos Technology & Training Solutions Inc., San Diego, California (W15P7T-20-D-0012); NewSat North America LLC, Indian Harbour Beach, Florida (W15P7T-20-D-0013); Nexagen Network Inc.,* Morganville, New Jersey (W15P7T-20-D-0014); PAE National Security Solutions LLC, Fredericksburg, Virginia (W15P7T-20-D-0015); Quantum Research International Inc., Huntsville, Alabama (W15P7T-20-D-0016); Serco Inc., Herndon, Virginia (W15P7T-20-D-0017); STS International Inc.,* Berkeley Springs, West Virginia (W15P7T-20-D-0018); Telecommunication Systems Inc., Annapolis, Maryland (W15P7T-20-D-0019); TMC Design Corp.,* Las Cruces, New Mexico (W15P7T-20-D-0020); Trace Systems Inc.,* Vienna, Virginia (W15P7T-20-D-0021); Tribalco LLC, Bethesda, Maryland (W15P7T-20-D-0022); and Ultisat Inc., Gaithersburg, Maryland (W15P7T-20-D-0023), will compete for each order of the $5,100,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for the Global Tactical Advanced Communication Systems (GTACS II) and services. Bids were solicited via the internet with 24 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 5, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. IOEI-EQM JV,* San Diego, California, was awarded a $35,000,000 fixed-price level-of-effort contract to provide emergency, immediate or rapid-response environmental remediation services at contaminated sites. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 11, 2022. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0020). Young's General Contracting Inc.,* Poplar Bluff, Missouri, was awarded a $9,199,326 firm-fixed-price contract for flood rehabilitation of the Clear Creek-Platte River Right Bank Levee System. Bids were solicited via the internet with four received. Work will be performed in Omaha, Nebraska, with an estimated completion date of Sept. 7, 2020. Fiscal 2020 civil construction funds in the amount of $9,199,326 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0007). Manson Construction Co., Seattle, Washington, was awarded an $8,396,000 firm-fixed-price contract for dredging of the Mississippi River. Bids were solicited via the internet with two received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Oct. 12, 2020. Fiscal 2020 operations and maintenance-Recovery Act and civil works funds in the amount of $8,396,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0010). Indtai Inc., Vienna, Virginia, was awarded a $7,640,269 modification (P00016) to contract W9124J-17-C-0018 to deliver adult education programs and services. Work will be performed at Fort Sam Houston, Texas, with an estimated completion date of July 27, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,640,269 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity. NAVY Ace Electronics Defense Systems LLC,* Aberdeen Proving Ground, Maryland, is awarded a $64,405,123 single-award, indefinite-delivery/indefinite-quantity contract with firm-fixed-price delivery orders for the production and delivery of manufacturing kits, spare parts and first article testing for the hardware component refresh of the Tactical Tomahawk Weapons Control System (AN/SWG-5(V)6). The AN/SWG-5(V)6 upgrade offers new offensive capabilities to upgraded ships in support of the Maritime Strike Tomahawk, addresses obsolescence risks and improves the operability and maintainability of the system hardware. This single-award, indefinite-delivery/indefinite-quantity contract has a five-year ordering period, which, if all line item quantities are ordered, would bring the cumulative value of this contract to $64,405,123, with an ordering period to January 2025. Work will be performed in Aberdeen Proving Ground, Maryland, and is expected to be complete by January 2025. Fiscal 2019 other procurement (Navy) funding in the amount of $259,118 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 one proposal received. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-D-0002). Engineered Coil Co., doing business as DRS Marlo Coil, High Ridge, Missouri, is awarded an $11,007,314 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for up to 103 modular refrigeration systems in support of Naval Surface Warfare Center, Philadelphia Division (NSWCPD). The supplies under this contract cover the Air Conditioning Refrigeration and Thermal Management Control System Branch (Code 411) and the Auxiliary Machinery Systems Division (Code 41) of the NSWCPD. These supplies are in support of CVN 68, CVN 69, CVN 74, CVN 75 and CVN 77. Work will be performed in High Ridge, Missouri, and is expected to be complete by December 2023. Fiscal 2020 shipbuilding and conversion (Navy) funding for $2,212,490 will be obligated at time of award via an individual task order and will not expire at the end of the current fiscal year. In accordance with Section 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). NSWCPD, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-0002). DEFENSE LOGISTICS AGENCY Conmed Corp., Utica, New York, has been awarded a maximum $36,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 102 responses received. This is a five-year contract with no option periods. Location of performance is New York, with a Dec. 29, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0027). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2051251/source/GovDelivery/

All news