Back to news

September 7, 2018 | International, Aerospace, Naval, Land, C4ISR

Réglementation ITAR : la France veut réduire sa dépendance aux Etats-Unis

Par Michel Cabirol

La France a lancé un plan pour réduire les dépendances de l'industrie d'armement aux composants américains qui entrent dans la fabrication de certains programmes français.

La France veut réduire sa dépendance aux composants américains dans la Défense afin de ne pas gêner l'exportation de ses programmes, a déclaré jeudi la ministre des Armées Florence Parly. La France doit actuellement demander aux Etats-Unis la levée d'interdictions sur certains composants. "Nous avons besoin progressivement de nous désensibiliser par rapport à un certain nombre de composants américains, ce qui ne veut pas dire nécessairement pouvoir se désensibiliser complètement", a-t-elle expliqué lors d'une rencontre avec l'Association des journalistes professionnels de l'aéronautique et de l'espace (AJPAE). La France a d'ailleurs lancé un plan pour réduire les dépendances par rapport à ces composants américains.

"Je ne donnerai pas d'exemple précis mais nous avons été confrontés, dans des échanges liés à des prospects exportations, à des difficultés. Et nous savons bien que ces difficultés sont liées en apparence à des questionnements stratégiques et en réalité souvent à des problèmes de concurrence commerciale. Il ne faut pas en être dupes", a-t-elle expliqué.

Si un système d'armes contient au moins un composant américain sous le régime de la réglementation américaine ITAR, les Etats-Unis ont le pouvoir d'en interdire la vente à l'export à un pays tiers. Ainsi, ils ont récemment bloqué la vente de missile de croisière Scalp, qui devait armer le Rafale, à l'Egypte et au Qatar. En 2013, Washington avait déjà refusé une demande de réexportation de la France aux Emirats Arabes Unis de composants "made in USA" nécessaires à la fabrication de deux satellites espions français (Airbus et Thales). La visite de François Hollande aux États-Unis en février 2014 avait permis de régler positivement ce dossier. Lors de son audition en juillet dernier à l'Assemblée nationale, Florence Parly avait reconnu que "nous sommes à la merci des Américains quand nos matériels sont concernés".

"Avons-nous les moyens d'être totalement indépendants des composants américains ? Je ne le crois pas. Cherchons-nous à améliorer la situation ? La réponse est oui", avait-elle déjà assuré en juillet.

La France travaille notamment à désensibiliser les futurs programmes d'armement. Ainsi Florence Parly a affirmé que cette moindre dépendance serait cruciale pour la viabilité du futur programme d'avion de combat (SCAF). Cela passe pour Paris et Berlin d'avoir la capacité d'exporter ce futur système d'armes. Elle a estimé que les industriels devaient prendre en compte ce dossier en lançant des investissements en matière de recherche et de technologie pour être en mesure de fabriquer un composant analogue qui échapperait au dispositif ITAR. "Certains industriels l'ont compris", a-t-elle précisé. C'est le cas du missilier MBDA dans le cadre du développement du futur missile air-air MICA-NG. Ce programme, qui sera opérationnel en 2025, est développé en prenant en compte la contrainte ITAR. Ils seront ITAR Free, assure-t-on à La Tribune.

Florence Parly a également rappelé la dépendance de la France pour les drone MALE Reaper. "Pour armer les Reaper, il faut une autorisation du Congrès américain. Est-ce satisfaisant ? Non. Mais aujourd'hui on n'a pas le choix", a-t-elle expliqué, faisant référence aux drones achetés aux Etats-Unis depuis 2013. Pour autant, l'armement des Reaper ne signifie pas que la France armera le futur drone MALE de reconnaissance et de surveillance en préparation pour 2025. "Dans les spécifications, il sera possible de l'armer, ce qui ne signifie pas qu'aujourd'hui la décision est prise sur la question de savoir s'il sera en définitive armé", a-t-elle souligné.

https://www.latribune.fr/entreprises-finance/industrie/aeronautique-defense/reglementation-itar-la-france-veut-reduire-sa-dependance-aux-composants-americains-789612.html

On the same subject

  • Contract Awards by US Department of Defense - November 21, 2018

    November 23, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 21, 2018

    NAVY Stratascor LLC, Virginia Beach, Virginia, is awarded a $210,000,000 indefinite-delivery/indefinite-quantity, fixed-price contract for command, control, communications, and computer system afloat operations and sustainment support for capabilities aboard the Military Sealift Command (MSC) fleet of ships, and the MSC network operations centers. This contract includes a five-year ordering period. Work will be performed in Norfolk, Virginia, and is scheduled to commence Jan. 1, 2018, and is expected to be completed Dec. 31, 2023. Navy working capital funds and U.S. Transportation Command working capital funds in the amount of $500,000 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with five offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519D1000). Thales Defense and Security Inc., Clarksburg, Maryland, is awarded a not-to-exceed $13,999,410 for undefinitized contract action delivery order N00383-19-F-AQ00 under previously awarded basic ordering agreement N00383-17-G-AQ01 for repair of 58 dome sonars in support of the H-60 airborne low frequency sonar system. Work will be performed in Clarksburg, Maryland (50 percent); and Brest, France (50 percent). Work is expected to be completed by November 2020. Working capital funds (Navy) in the amount of $10,499,557 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. PAE Applied Technologies LLC, Arlington, Virginia, is awarded a $12,473,525 cost modification to previously-awarded contract N66604-05-C-1277 for Hurricane Matthew repairs to the Atlantic Undersea Test and Evaluation Center (AUTEC). AUTEC is the Navy's large-area, deep-water, undersea test and evaluation range. Underwater research, testing and evaluation of anti-submarine weapons, sonar tracking and communications are the predominant activities conducted at AUTEC. This modification increases the total value of the contract to $800,549,247. Work will be performed on Andros Island, Commonwealth of the Bahamas, and is expected to be completed by September 2019. No funding will be obligated at time of award, as work has been incrementally funded with fiscal 2017 research, development, test and evaluation (Navy) funding. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity. Offshore Service Vessels LLC, Cut Off, Louisiana, is awarded a $10,493,750 firm-fixed-price contract with reimbursable elements for the West Coast Naval Special Warfare submarine support vessel MV Alyssa Chouest. This vessel will be utilized to launch and recover submersibles, divers and small craft. This contract includes a 12-month base period, three 12-month option periods, and one 11-month option period. If all options are exercised this would bring the cumulative value of the contract to $54,238,356. Work will be performed in Pearl Harbor, Hawaii, and at sea, and is expected to be completed July 9, 2020. If all options are exercised, work will continue through June 8, 2024. Fiscal 2019 Navy working capital funds in the amount of $2,415,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured with 50 plus proposals solicited via the Federal Business Opportunities website, with six offers received. The Navy's Military Sealift Command Norfolk, Virginia, is the contracting activity (N3220519C3518). URS Group Inc., Morrisville, North Carolina, is awarded a $10,010,000 modification on a firm-fixed-price task order under a previously awarded multiple award construction contract (N62470-13-D-6022) for phase one of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity Panama City. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean-up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to the hurricane. After award of this modification, the total task order value will be $21,510,000. Work will be performed in Panama City, Florida, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,010,000 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. DEFENSE LOGISTICS AGENCY Noble Supply and Logistics, Rockland, Massachusetts, has been awarded a maximum $75,000,000 indefinite-delivery/indefinite-quantity, 192-day bridge contract for maintenance, repair, and operations support in the Central Command Area of Responsibility. This was a sole-source acquisition using justification using 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Bahrain, Egypt, Iran, Iraq, Jordan, Kuwait, Lebanon, Oman, Qatar, Saudi Arabia, Syria, the United Arab Emirates, Yemen, Afghanistan, Kazakhstan, Kyrgyzstan, Pakistan, Tajikistan, Turkmenistan, and Uzbekistan, with a June 1, 2019, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and other federal civilian agencies. Type of appropriate is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E319D0002). AIR FORCE CACI NSS Inc., Colorado Springs, Colorado, has been awarded a $63,267,131 fixed-price-incentive firm-target modification (P00068) to contract FA8823-16-C-OOOC for support of Consolidated Air Force Satellite Control Network (AFSCN) modification, maintenance and operations. The modification exercises the second option period effective Nov. 22, 2018. This contract provides for continued operations and maintenance at AFSCN mission locations, AFSCN factory compatibility testing and phase-in sustainment activities for same systems. Work will be performed at tracking stations in Diego Garcia, British Indian Ocean Territory; U.S. Territory of Guam; Ka'ena Point, Hawaii; New Boston Air Force Station, New Hampshire; Thule AFB, Greenland; Vandenberg AFB, California; Bordon and Hants, United Kingdom; and Eastern Cape Canaveral Air Force Station, Florida. Work is expected to be completed by May 21, 2024. Fiscal 2019 operations maintenance funds in the amount of $40,267,131 are being obligated at the time of award. Total cumulative face value of the contract is $165,067,247. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting Activity. Lockheed Martin Space Systems Co., Littleton, Colorado, has been awarded a $16,113,613 definitization (P000012) to previously undefinitized contract FA8204-18-C-0009 (P00005) to implement security classification guide changes. Work will be performed in Littleton, Colorado, and is expected to be completed by Dec. 3, 2020. Fiscal 2018 research and development (3600) funds in the amount of $50,215 is being obligated at the time of award. Air Force Nuclear Weapon Center, Hill Air Force Base, Utah, is the contracting activity. The Boeing Co., El Segundo, California, has been awarded a $13,965,639 modification (P00110) for the Wideband Global Satellite (WGS) communication system, mitigation and anti-jam effort and additional strings. This effort will provide the WGS system with increased resilience. Work will be performed in El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed by Feb. 28, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $13,965,639 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-10-C-0001). CORRECTION: The $489,924,430 contract (FA8620-18-C-1000 PZ0004) announced on Nov. 19, 2018, to Northrop Grumman Aerospace Systems, San Diego, California, for the Japan Global Hawk Program was actually awarded on Nov. 20, 2018. ARMY Guyco Inc., Lampasas, Texas, was awarded a $57,538,500 firm-fixed-price contract to revitalize and renovate barracks. Bids were solicited via the internet with three received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Feb. 21, 2021. Fiscal 2019 operations and maintenance (Army) funds in the amount of $57,538,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0008). Canadian Commercial Corp., Ottawa, Ontario, Canada, was awarded an $18,742,500 firm-fixed-price contract for the procurement of strip stock and ground side and wheel side rubber materials. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 22, 2021. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W911RQ-19-D-0018). AMG JV, Leesburg, Virginia,* was awarded a $9,820,000 firm-fixed-price contract for renovation of an administration building. Bids were solicited via the internet with nine received. Work will be performed in Arlington, Virginia, with an estimated completion date of Aug. 12, 2020. Fiscal 2019 operations and maintenance (Army) funds in the amount of $9,820,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0005). U.S. SPECIAL OPERATIONS COMMAND Insitu Inc., Bingen, Washington, was awarded a maximum $18,000,000 modification (P00018) for an existing non-competitive, single award, indefinite-delivery/indefinite-quantity contract (H92222-16-D-0031) for mid-endurance unmanned aircraft systems (MEUAS 1.5B) intelligence, surveillance, and reconnaissance (ISR) services. An increase of $18,000,000 to a ceiling of $250,000,000 prevents a gap in ISR services until all task orders are transitioned to the current competitive MEUAS III contracts. Fiscal 2019 operations and maintenance funds in the amount of $18,000,000 are available for obligation as needed. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1696664/source/GovDelivery/

  • German Police Disrupt DDoS-for-Hire Platform dstat[.]cc; Suspects Arrested

    November 4, 2024 | International, Land, C4ISR

    German Police Disrupt DDoS-for-Hire Platform dstat[.]cc; Suspects Arrested

    German authorities disrupt dstat[.]cc, a DDoS-for-hire platform; two suspects arrested amid crackdown.

  • Contract Awards by US Department of Defense - November 08, 2019

    November 8, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 08, 2019

    DEFENSE LOGISTICS AGENCY Cardinal Health 200 LLC, Waukegan, Illinois, has been awarded a maximum $2,250,000,000 modification (P00023) exercising the first 30-month option period of a 30-month base contract (SPE2DV-17-D-0001) with three 30-month option periods for worldwide ordering and distribution of consumable, commercial, brand name and generic medical surgical supplies. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Alabama, Alaska, Arizona, California, Colorado, Florida, Georgia, Hawaii, Illinois, Indiana, Iowa, Kentucky, Louisiana, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, Nebraska, New Jersey, New Mexico, New York, North Carolina, Ohio, Oklahoma, Oregon, Pennsylvania, Tennessee, Texas, Utah, Virginia and Washington, with a June 6, 2022, performance completion date. Using customers are Air Force, Army, Navy, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Owens and Minor Distribution Inc., Mechanicsville, Virginia, has been awarded a maximum $1,125,000,000 modification (P00018) exercising the first 30-month option period of a 30-month base contract (SPE2DV-17-D-0002) with three 30-month option periods for worldwide ordering and distribution of consumable, commercial, brand name and generic medical surgical supplies. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Alabama, Alaska, Arizona, California, Colorado, Florida, Georgia, Hawaii, Illinois, Indiana, Iowa, Kentucky, Louisiana, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, Nebraska, New Jersey, New Mexico, New York, North Carolina, Ohio, Oklahoma, Oregon, Pennsylvania, Tennessee, Texas, Utah, Virginia and Washington, with a June 6, 2022, performance completion date. Using customers are Air Force, Army, Navy, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, has been awarded a maximum $24,942,879, firm-fixed-price contract for receiver transmitters. This was a sole-source acquisition using justification 10 U.S.C. 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year, two-month contract with no option periods. Location of performance is Rhode Island, with a Jan. 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-F-LY00). Mayfield Dairy Farms LLC, Marietta, Georgia, has been awarded a maximum $19,057,500 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for milk and dairy products. This was a competitive acquisition with one response received. This is a 36-month contract with no option periods. Location of performance is Georgia, with a Nov. 19, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D V350). Peck and Hale LLC, W. Sayville, New York, has been awarded a maximum $13,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of spare parts in support of the MK-2551 A/U grounding kit. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is New York, with a Nov. 6, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0009). NAVY Ameresco Select Inc., Framingham, Massachusetts, is awarded firm-fixed-price task order (N3943020F9904) at $170,993,668, under a multiple award, indefinite-delivery/indefinite-quantity, energy savings performance contract at Portsmouth Naval Shipyard. The work to be performed provides for the construction, operations, and maintenance of energy conservations to improve energy efficiency and reliability, which includes compressed air upgrades, motor and pump replacements, micro-grid for energy security, power plant improvements and steam traps. Work will be performed at Portsmouth Naval Shipyard, Kittery, Maine, and is expected to be completed in 23 years and four months by January 2044. No funds will be obligated with this award, as private financing obtained by the contractor will be used for the 28-month construction/implementation phase of the project. Two proposals were received for this task order. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency and Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-09GO29029). J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $109,433,818 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for development of simulation systems and software to support training activities as well as acquisition development and lifecycle support for the Integrated Battlespace Simulation and Test Department, Naval Air Warfare Center Aircraft Division 5.4.3, Simulation Division. Work will be performed in Lexington Park, Maryland (75%); and Patuxent River, Maryland (25%), and is expected to be completed in November 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured, as a small business set-aside, via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0008). Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded a $68,189,550 cost-plus-fixed-fee, firm-fixed-price order (N0001920F0315) against a previously issued basic ordering agreement (N00019-17-G-0002). This order provides non-recurring and recurring engineering associated with the development, qualification test, integration, airworthiness substantiation, flight test demonstration and validation/verification of the government of Japan unique configuration into MV-22B Block C aircraft and the MV-22 Containerized Flight Training Device. This effort also includes logistics and training efforts, to include post-delivery reach-back support, aircraft preservation and de-preservation, storage, aircraft transit support as well as the remaining unique kits and installs in support of the government of Japan. Work will be performed in Ridley Park, Pennsylvania (50.8%); Fort Worth, Texas (27.2%); Hyogo, Japan (6.9%); Chantilly, Virginia (6.7%); Huntsville, Alabama (2.2%); Olathe, Kansas (0.8%); Red Oak, Texas (0.7%); Bangalore, Indiana (0.6%); various locations within the continental U.S. (3%); and various locations outside the continental U.S. (1.1%), and is expected to be completed in August 2024. Foreign Military Sales funds for $68,189,550 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. KBR Diego Garcia LLC, Houston, Texas, is awarded a $60,635,283 modification for the exercise of the option two under an indefinite-delivery/indefinite-quantity contract for base operations support services at U.S. Navy Support Facility Diego Garcia. After award of this option, the total cumulative contract value will be $178,629,215. The work to be performed provides for general management and administration services; command and staff (information technology services, information technology support and management, telephone services, telecommunication services, antenna maintenance); public safety (fire protection and emergency services); air operations (ground electronics, airfield facilities, and passenger terminal and cargo handling); port operations; supply (supply services and petroleum, oil and lubricant management and operations, and ship's store service activities); morale, welfare and recreation support; galley; bachelor quarters; facilities support (facility management, facility investment sustainment, restoration and modernization, custodial, pest control, integrated solid waste management, grounds maintenance, and pavement clearance); utilities (electrical, compressed gases, wastewater, steam, hot water and demineralized water, and potable water); base support vehicles and equipment; and environmental to provide integrated base operating services. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy and Air Force); and fiscal 2020 non-appropriated funds in the amount of $42,168,950 for recurring work will be obligated on individual task orders issued during the option period, of which $42,168,950 will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Far East, Yokosuka, Japan, is the contracting activity (N62742-17-D-3600). Lockheed Martin Corp., Rotary and Mission Systems, Syracuse, New York, is awarded a $13,968,568 cost-plus-fixed-fee and cost-only modification to previously-awarded contract N00024-18-C-5300 to exercise options for AN/SLQ-32(V)6 design agent engineering services and travel. This option exercise is for engineering services and travel for the AN/SLQ-32(V)6 design agent contract under the Surface Electronic Warfare Improvement Program (SEWIP). SEWIP is an evolutionary acquisition and incremental development program. AN/SLQ-32(V)6 upgrades the existing AN/SLQ-32(V) electronic warfare system by incorporating SEWIP Block 1B3 and SEWIP Block 2 systems. Work will be performed in Syracuse, New York, and is expected to be completed by September 2020. Fiscal 2020 operation and maintenance (Navy); and fiscal 2020 other procurement (Navy) funding for $3,017,000 will be obligated at time of award, and $617,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Vigor Marine LLC, Portland, Oregon, is awarded a $7,706,240 firm, fixed-price contract (N3220520C4004) for a 50-calendar day shipyard availability for the mid-term availability of the USNS Yukon (T-AO 202). The $7,706,240 consists of the amounts listed in the following areas: Category “A” work item cost, additional government requirement, other direct costs, and the general and administrative costs. Work will include furnish general services, shipboard access and security, clean and gas free tanks, voids, cofferdams and spaces, tank deck overhead preservation, window regasketing and repair, aft mooring station overhead preservation, deck preservation, tie down replacement, pump room bilge preservation, miscellaneous steel replacement, tank preservation, house preservation, bridge, 06 level, radio air handler overhaul, accommodation vent system cleaning, highling cargo winch and motor, and winch refurbishment. The contract includes options, which, if exercised, would bring the total contract value to $8,825,852. Funds will be obligated Nov. 7, 2019. Contract completion will be Feb. 24, 2020. Work will be performed in Portland, Oregon, and is expected to begin Jan. 6, 2020. Contract funds for $7,706,240 excluding options, are obligated for fiscal 20 using (Navy) working capital funds. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website and two offers were received. The U.S. Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220520C4004). Raytheon Co., Marlborough, Massachusetts, is awarded a $7,590,539 firm-fixed-price modification to a previously awarded contract N00024-14-C-5315 to procure provisioned item spares for the Air and Missile Defense Radar (AMDR) program and radar suite controller low-rate initial production. This modification will provide provisioned item spares for combat systems engineering development site power equipment and development back-end processing equipment group to support AMDR and radar suite controller low-rate initial production. Work will be performed in Cerritos, California (91%); and Marlborough, Massachusetts (9%), and is expected to be completed by June 2020. Fiscal 2018 shipbuilding and conversion (Navy) funding for $7,590,539 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY Weeks Marine Inc., Covington, Louisiana, was awarded a $151,305,750 firm-fixed-price contract for Savannah Harbor expansion project, maintenance and dredging. Bids were solicited via the internet with four received. Work will be performed in Savannah, Georgia, with an estimated completion date of Feb. 1, 2022. Fiscal 2020 civil construction, operations and maintenance funds in the amount of $151,305,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-C-5001). CDO Technologies Inc.,* Dayton, Ohio (W52P1J-20-D-0001); and Lowry Holding Company Inc.,* (W52P1J-20-D-0002) will compete for each order of the $48,100,712 firm-fixed-price contract for Automatic Identification Technology data communications, hardware, software, documentation, incidental services, technical engineering services, training and warranty. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 10, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $13,800,336 firm-fixed-price contract for Tybee Island shore protection project. Bids were solicited via the internet with two received. Work will be performed in Savannah, Georgia, with an estimated completion date of Feb. 16, 2020. Fiscal 2018 and 2020 river and harbor contributed; and civil construction funds in the amount of $13,800,336 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-C-5002). AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $22,482,383 contract for Laser Small Diameter Bomb all up rounds and warhead shipping containers. This contract provides 522 all up rounds and 131 warhead shipping containers for use by U.S. Special Operations Detachment 1. Work will be performed at St. Louis, Missouri, and is expected to be complete by Feb. 8, 2021. This award is the result of a sole source delivery order. Fiscal 2020 procurement funds in the amount of $21,533,816; and fiscal 2019 research, development, test, and evaluation funds in the amount of $948,567 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-19-F-1005). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2011830/source/GovDelivery/

All news