Back to news

July 29, 2024 | International, Land

Rheinmetall manufactures 81mm mortar ammunition for the Swiss armed forces

The total value of the order is in the mid double-digit million euro range.

https://www.epicos.com/article/855205/rheinmetall-manufactures-81mm-mortar-ammunition-swiss-armed-forces

On the same subject

  • Contract Awards by US Department of Defense - June 09, 2020

    June 10, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 09, 2020

    NAVY APTIM Federal Services LLC, Alexandria, Virginia, is awarded a $129,174,167 firm-fixed-price contract for the dismantlement and disposal of the Surface Ship Support Barge, a radiologically controlled Navy support facility. Work will be performed in Mobile, Alabama (65%); Norfolk, Virginia (25%); and Andrews, Texas (10%). This contract will accomplish engineering planning efforts, dismantlement, transport and disposal of the Surface Ship Support Barge. Work is expected to be complete by June 2023. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $129,174,167 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via Beta.Sam.gov website and one offer was received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-4139). Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $70,165,869 cost-plus-incentive-fee and cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-5103 to exercise Option Year Two in support of Aegis development and test sites operations and maintenance. This contract combines purchases for the Navy (73.4%); and the governments of Japan, Republic of Korea and Norway (26.6%), under the Foreign Military Sales (FMS) program. Work will be performed in Moorestown, New Jersey. This option exercise is for the continued technical engineering, configuration management, associated equipment/supplies, quality assurance, information assurance and other operations and maintenance efforts required for the Aegis development and test sites. This contract modification will provide continuing site maintenance and planned improvements of the sites for Aegis combat system and Aegis weapon system upgrades to the U.S. Ship Ticonderoga CG-47 and U.S. Ship Arleigh Burke DDG-51 through the completion of Advanced Capability Build 20 and Technology Insertion 16, in addition to Aegis ballistic missile defense and FMS requirements. Work is expected to be complete by June 2021. Fiscal 2016 shipbuilding and conversion (Navy) funds; FMS Japan, Republic of Korea and Norway funds; 2020 research, development, test and evaluation (Navy) funds; 2020 research, development, test and evaluation funds; 2020 operations and maintenance funds; and fiscal 2020 other procurement (Navy) funds in the amount of $24,220,069 will be obligated at time of award. Funding in the amount of $1,886,754 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. PAE Applied Technologies LLC, Fort Worth, Texas, is awarded a $38,556,254 modification (P00100) to previously awarded cost reimbursable, cost-plus-fixed-fee contract N00421-14-C-0038. This modification exercises an option to extend services and adds hours in support of range engineering, and operations and maintenance for the Atlantic Test Range and Atlantic Targets and Marine Operations. Work will be performed in Patuxent River, Maryland, and is expected to be complete by December 2020. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $1,933,227; fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,577,000; fiscal 2020 research, development, test and evaluation (Defense-wide) funds in the amount of $982,810; fiscal 2019 research, development, test and evaluation (Defense-wide) funds in the amount of $110,000; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $55,000 will be obligated at the time of award, $3,620,227 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Nagamine Okawa Engineers Inc.,* Honolulu, Hawaii, is awarded $30,000,000 for an indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $30,000,000 for architect-engineer services and other projects at various Navy, Marine Corps and other government facilities within the Naval Facilities Engineering Command (NAVFAC), Hawaii, area of operations. All work on this contract will be performed in, but not limited to Hawaii (95%); and other South Pacific Islands (5%). The work to be performed will provide for architect-engineer services for structural projects with associated multi-discipline architect-engineer support services. The type of design and engineering services expected to be performed under this contract are primarily for request for proposal (RFP) documentation for design-bid-build structural projects with associated multi-discipline, architect-engineering support services for new construction, alteration, repair and installation of mechanical systems and associated facilities. Other design and engineering services may include, but are not limited to, design-build RFP documentation, engineering investigations/concept studies, functional analysis concept development/charrettes and post construction award services. Work is expected to be complete by June 2025. The term of the contract is not to exceed 60 months. No task orders are being issued at this time. Fiscal 2020 operations and maintenance (Navy)(O&M, N) contract funds for the minimum guarantee 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 funded primarily with O&M, N funds. This contract was competitively procured via the Beta.Sam.gov website and two proposals were received. The NAVFAC, Honolulu, Hawaii, is the contracting activity (N62478-20-D-5038). Archer Western Federal JV, Chicago, Illinois, is awarded $26,515,000 for firm-fixed-price task order N69450-20-F-0702 under a multiple award construction contract for the Targeting and Surveillance System facility, Naval Air Station, Jacksonville, Florida. Work will be performed in Jacksonville, Florida, and provides for construction of a new +/- 49,000 square foot Targeting And Surveillance System facility that will accommodate avionics workload, personnel and equipment for the Joint Strike Fighter program. The facility includes areas for engineering and administrative personnel. Work is expected to be complete by November 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $26,515,000 are obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0907). General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded a $17,694,948 modification to previously awarded cost-plus award fee and cost-plus-incentive-fee contract N00024-16-C-4306 for the U.S. Ship Harry S Truman (CVN-75) fiscal 2020 extended continuous incremental availability. Work will be performed in Portsmouth, Virginia. An extended continuous incremental availability (ECIA) includes the planning and execution of depot-level maintenance, alterations and modifications that will update and improve the ship's military and technical capabilities. The fiscal 2020 U.S. Ship Harry S. Truman ECIA is comprised of 117 total work items. The nuclear aircraft carrier's (CVN) private sector maintenance addresses the maintenance, repair and modernization efforts for CVN 68 Class home, ported-in and visiting the Hampton Roads, Virginia, area, as well as for selected non-nuclear propulsion plant repairs while coordinating with the Naval Supervising Activity, Norfolk Naval Shipyard (NNSY), to properly integrate their efforts with nuclear propulsion plant work conducted by NNSY. Work is expected to be complete by January 2021. Fiscal 2020 operations and maintenance (Navy); and fiscal 2020 other procurement (Navy) funding in the amount of $16,468,117 will be obligated at time of award, and funding in the amount of $17,694,948 will expire at the end of the current fiscal year. The Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the administrative contracting activity (N00024-16-C-4306). DEFENSE LOGISTICS AGENCY I-Solutions Direct Inc., doing business as I-Solutions Group, Fort Washington, Pennsylvania, has been awarded a maximum $84,000,000 firm-fixed-price contract for commercial metal products. 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 an 18-month bridge contract with no option periods. Locations of performance are Pennsylvania, Arkansas, Colorado, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Michigan, Minnesota, Missouri, Nebraska, New Mexico, North Dakota, Oklahoma, South Dakota, Texas and Wisconsin, with a Dec. 8, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E5-20-D-0006). Mechanix Wear, Inc.,* Valencia, California, has been awarded a maximum $7,415,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Army combat-capacitive gloves. This was a competitive acquisition with six responses received. This is a one-year base contract with three one-year option periods. Locations of performance are California and Rhode Island, with a June 8, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1209). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY SA Photonics Inc.,* Los Gatos, California, has been awarded a $16,361,123 cost-plus-fixed-fee contract for the Blackjack Track A (Payload) Phases 2 and 3 program. Work will be performed in Los Gatos, California (89%); and Redwood City, California (11%), with an estimated completion date of March 2021. Fiscal 2020 research and development funds in the amount of $16,130,000 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original broad agency announcement, HR001118S0032. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001120C0095). DEFENSE HEALTH AGENCY Kreative Technologies LLC, Fairfax, Virginia, was awarded a firm-fixed-price contract in the amount of $9,996,142 for enterprise information management (EIM) support. This contract provides non-personal services for operations, sustainment and engineering support of work-flows and capabilities utilizing agile methodology that will incorporate a more efficient and streamlined process to identify, develop and deploy system updates resulting in improved user experience, system performance and system availability. The contractor will also provide system administration and user support associated with software operation and maintenance, provide Tier III application and system support remotely, and provide "tiger team" on-site support as needed. The contract scope also includes the EIM sustainment and updates of non-production environments. The contract has a period of performance for 12 months and a transition out period for three months. The contract was awarded through the Small Business Administration 8(a) Business Development Program. The place of performance is Falls Church, Virginia. The Defense Health Agency, Enterprise Medical Services Contracting Division, Joint Base San Antonio, Texas, is the contracting activity (HT001520F0024). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2213629/source/GovDelivery/

  • The Drop in Ransomware Attacks in 2024 and What it Means

    April 8, 2024 | International, Security

    The Drop in Ransomware Attacks in 2024 and What it Means

    Q1 2024 had 22% less ransomware attacks than Q4 2023. Why is that and is it a trend that will continue?

  • Contract Awards by US Department of Defense - August 8, 2019

    August 9, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 8, 2019

    AIR FORCE Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8606-19-D-0029); Nightline Inc., Mountain City, Tennessee (FA8606-19-D-0036); Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8606-19-D-0039); Federal Resources, Stevensville, Maryland (FA8606-19-D-0032); Sera Star LLC, Carrollton, Texas (FA8606-19-D-0038); Hurricane Aerospace Solutions, Pompano Beach, Florida (FA8606-19-D-0033); Baker and Associates Inc., Centerville, Ohio (FA8606-19-D-0030); Mountain Horse Solutions, Colorado Springs, Colorado (FA8606-19-D-0035); Rapid Response Defense Systems Inc., Irvine, California (FA8606-19-D-0037); Capewell Aerial Systems LLC, Meadows of Dan, Virginia (FA8606-19-D-0031); and Life Support International Inc., Langhorne, Pennsylvania (FA8606-19-D-0034), have been awarded a contract with a ceiling of $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for commercial aircrew items. This contract is a commercial item contract vehicle, designed to rapidly equip aircrew with non-stock listed, commercial items including: uniforms, cold weather clothing systems, visual augmentation equipment, personal protective equipment, helmets, body armor, tactical carriers, individual equipment, lighting, survival equipment, air crew support equipment, communication equipment, tactical equipment, load bearing equipment, lethality support items, boots, gloves, eye protection, egress equipment, aerial insertion equipment, search & rescue equipment, personnel recovery equipment, medical equipment, power management, hydration, electronics test equipment, ancillary services and testing. Work will be performed, as indicated, by contractor in the list above and is expected to be completed by Aug. 8, 2029. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2018 and other procurement funds in the amount of $11,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $369,000,000 ceiling increase modification (P00013) to previously awarded contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems world-wide for both foreign and domestic government agencies to include radars, telemetry and optical instrumentation tracking systems. This increase is to support range instrumentation sustainment and obsolescence management requirements. Work will be completed at the program's 28 worldwide participating ranges and is expected to be completed by Dec. 31, 2020. Fiscal 2019 operational and maintenance funds will be used, and no funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity. ARMY JE Dunn, Kansas City, Missouri, was awarded a $295,974,160 firm-fixed-price contract for design-build construction to replace the hospital at Fort Leonard Wood, Missouri. Bids were solicited via the internet with four received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Oct. 31, 2023. Fiscal 2018 military construction funds in the amount of $79,235,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4011). HydroGeoLogic Inc.,* Reston, Virginia, was awarded a $95,000,000 cost-plus-fixed-fee contract for hazardous, toxic and radioactive waste remediation activities at the Formerly Utilized Sites Remedial Action Program St. Louis sites. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 7, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0011). Massman Construction, Leawood, Kansas, was awarded an $8,414,000 firm-fixed-price contract for lock and dam gate anchorage. Bids were solicited via the internet with five received. Work will be performed in Clarksville, Missouri, with an estimated completion date of Aug. 7, 2020. Fiscal 2010 civil operations and maintenance funds in the amount of $8,414,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-C-0009). U.S. TRANSPORTATION COMMAND Columbia Helicopters Inc. Aurora, Oregon, has been awarded an option year modification to contract HTC711-17-D-R018 in the estimated amount of $224,394,412. This modification, P00008, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $670,327,669 from an estimated $445,933,257. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. CHI Aviation Inc., Howell, Michigan, has been awarded an option year modification to contract HTC711-17-D-R017 in the estimated amount of $149,819,159. This modification, P00009, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $460,456,492 from an estimated $310,637,333. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Berry Aviation Inc., San Marcos, Texas, has been awarded option year modification to contract HTC711-16-D-R021 in an estimated amount of $29,848,000. This modification, P00006, provides fixed wing passenger, cargo, combined passenger and cargo, aeromedical evacuation, and short take-off and landing air transportation services within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $117,746,500 from an estimated $87,898,500. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $108,987,777 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide engineering and technical services in support of the Integrated Battlespace Simulation and Test Department, Naval Air Warfare Center, Aircraft Division 5.4.3 Simulation Division laboratories. These laboratories support activities that include research and development of requirements for aviation systems, supporting system development, providing developmental and operational flight test support, and providing life-cycle operational support to include system enhancement, procedure refinement and accident investigations. Work will be performed in Patuxent River, Maryland, (78%); and Lexington Park, Maryland (22%), and is expected to be completed in August 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 via an electronic request for proposal as a small business set-aside; one offer was received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0074). ZITEC Inc.,** Niceville, Florida, is awarded a $25,110,110 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides up to 672 alternate mission equipment mobility ready storage systems; two first article units, and 670 production systems for the Navy and Marine Corps. Work will be performed in Niceville, Florida, and is expected to be completed in August 2025. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $71,969 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a Service-Disabled Veteran-Owned Small Business set-aside; three offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0242). APTIM Federal Services LLC, Alexandria, Virginia, is awarded $15,248,090 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N39430-15-D-1632) to clean, inspect, repair and inspect repairs to mined-in-place military petroleum storage tanks (Red Hill Tanks 4 and 13). After award of this modification, the total cumulative contract value will be $30,112,525. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by December 2021. Fiscal 2016 working capital funds (Navy) in the amount of $15,248,090 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California, is awarded $14,749,825 for cost-plus-award-fee modification to task order N62742-18-F-0126 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-1800) for investigation and remediation of releases, and groundwater protection and evaluation for Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam. Work will be performed in Hawaii, and is expected to be completed by January 2021. Working capital funds (Defense) in the amount of $14,749,825 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY North American Rescue LLC, Greer, South Carolina, has been awarded a maximum $41,742,284 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This is a one-year base contract with nine one-year option periods. To date, this is the 13th contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is South Carolina, with an Aug. 10, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0005). Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded a $24,946,260 modification (P00008) to a 50‐year contract (SP0600‐18‐C‐8325) with no option periods for the ownership, operation and maintenance of the electric utility systems at Fort Jackson, South Carolina. This is a fixed‐price with economic‐price‐adjustment contract. Locations of performance are South Carolina and Virginia, with a May 1, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Jackson, South Carolina. Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-19-D-7519; $15,881,084); Constellation New Energy-Gas Division LLC, Louisville, Kentucky (SPE604-19-D-7520; $10,742,319); and CenterPoint Energy Services Inc., Houston, Texas (SPE604-19-D-7521; $10,738,786), have each been awarded a fixed‐price with economic‐price-adjustment requirements contract under solicitation SPE604-19-R-0405 for pipeline quality direct supply natural gas. This was a competitive acquisition with seven offers received. They are two-year base contracts with a six‐month option period. Locations of performance are Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, Ohio, and New York, with a Sept. 30, 2021, performance completion date. Using customers are Army, Navy, Air Force, and federal civilian agencies. No money is obligated at the time of award; however, customers are solely responsible to fund these requirements contracts. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1929800/source/GovDelivery/

All news