Back to news

July 10, 2020 | International, Naval

Saab Receives Order for Torpedo 62 Life Extension

uly 9, 2020 - Saab has received a first order from the Swedish Defence Materiel Administration (FMV) for the life extension of the heavyweight torpedo system.

The order value is approximately 485 MSEK and deliveries will take place during 2020-2024.

The order is part of a life extension programme for the heavyweight torpedo and mainly comprises a review of the system, modifications and enhancements. The order also includes preparations for upcoming stages of the life extension programme.

“We are proud to continue to support and strengthen the capability of the Swedish navy. This order ensures future development of the heavyweight torpedo, with the possibility for the Torpedo 62 to remain in operation with the Swedish Navy until the mid-2040,” says Görgen Johansson, head of Saab's business area Dynamics.

Torpedo 62 is a heavyweight torpedo system for surface and underwater targets. Torpedo 62 is equipped with an advanced propulsion system with high capacity and long endurance, combined with an advanced target seeker, developed for the Swedish Navy's operational area.

For further information, please contact:
Saab Press Centre,
+46 (0)734 180 018,
presscentre@saabgroup.com
www.saabgroup.com
Twitter: @Saab

Saab serves the global market with world-leading products, services and solutions within military defence and civil security. Saab has operations and employees on all continents around the world. Through innovative, collaborative and pragmatic thinking, Saab develops, adopts and improves new technology to meet customers' changing needs.

View source version on Saab: https://saabgroup.com/media/news-press/news/2020-07/saab-receives-order-for-torpedo-62-life-extension/

On the same subject

  • Contract Awards by US Department of Defense - November 18, 2019

    November 19, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 18, 2019

    NAVY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $104,775,349 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract will provide engineering and technical services to support production, lifetime support engineering and in-service engineering for the radio communication system/command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems aboard Navy surface combatants and at associated shore sites. The shipboard efforts are focused primarily on Coast Guard 47 Class and Destroyer, Guided Missile 51 Class AEGIS ships but will be applied to all Navy ships, to include Coast Guard ships, subsurface vessels and non-combatants in support of the Ship and Air Integration Warfare Division, Naval Air Warfare Center Webster Outlying Field. Work will be performed in San Diego, California (30%); Patuxent River, Maryland (30%); Norfolk, Virginia (25%); Mayport, Florida (7%); St. Inigoes, Maryland (5%); and various locations within the continental U.S. (3%), and is expected to be completed in April 2025. 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; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0004). CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown, and Root Services Inc., Arlington, Virginia (N62470-13-D-6021); and URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022), are awarded a $92,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects. The work to be performed provides for the Navy, the Navy on behalf of the Department of Defense, and the Navy on behalf of other federal agencies when authorized, an immediate response for construction services. The construction and related engineering services would respond to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. Work will be performed worldwide. After award of this modification, the total cumulative contract value will be $1,058,000,000. The term of the contract is not to exceed 71 months with a completion date of May 2019. No funds will be obligated at time of award. Funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. CACI Inc. - Federal, Chantilly, Virginia, is awarded a $41,514,235 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the Automated Data Capture System (ADCS) application and support services to U.S. Navy Fleet Readiness Centers at organization and depot level activities. The ADCS application captures data and information associated with integrated maintenance concept inspection results for all Navy and Marine Corps aircraft as well as inspection and configuration management of applicable aircraft engines. Work will be performed in Chantilly, Virginia (85%); Jacksonville, Florida (10%); North Island, California (3%); and Cherry Point, North Carolina (2%), 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 not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0005). Vigor Marine LLC, Portland, Oregon (N3220520C2048), is awarded a $19,963,709 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Matthew Perry (T-AKE 9). The contract includes options, which, if exercised, would bring the total contract value to $20,217,869. Work will be performed in Portland, Oregon, and is expected to be completed by March 16, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $19,963,709 are obligated at the time of the award and none of which will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and one offer was received. The Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220520C2048). Turner Construction Co., New York, New York, is awarded a $17,500,000 modification for the negotiated changes to the firm-fixed-price construction contract for the Academic Center for Cyber Security Studies at the U.S. Naval Academy. After award of this modification, the total cumulative contract value will be $133,042,235. The work to be performed provides for all management, supervision, labor hours, training, equipment, materials, bonding, and insurance necessary for construction and commissioning of the Academic Center for Cyber Security Studies in accordance with Department of Defense unified facilities criteria. Work will be performed in Annapolis, Maryland, with a contract completion date of May 22, 2020. Fiscal 2017 military construction (Navy) in the amount of $17,500,000 will be obligated via award of modification number A00035. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-0156). Hamilton Sundstrand Corp., Rockford, Illinois, is awarded a $10,075,122 modification (P00003) to a previously awarded firm-fixed-price contract (N00019-19-C-0006). This modification exercises an option to procure non-recurring engineering and equipment for system integration lab activities in support of the V-22 aircraft Constant Frequency Generator Control Unit design improvement effort for the Navy, Air Force and the government of Japan. Work will be performed in Rockford, Illinois (96%); Patuxent River, Maryland (2%); and various locations within the continental U.S. (2%), and is expected to be completed in October 2021. Fiscal 2020 research, development, test and evaluation (Navy and Air Force); and Foreign Military Sales funds in the amount of $10,075,122 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($7,073,336; 70%); Air Force ($1,742,396; 17%); and the government of Japan ($1,259,390; 13%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Canadian Commercial Corp., Ontario, Canada, is awarded a $9,895,077 firm-fixed-price delivery order (N0017420F0039) under previously-awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0002 for the Mk 200 Mod 0 propelling charge. This delivery order combines purchases for the Navy (62%); and the government of Australia (38%) under the Foreign Military Sales program. Work will be performed by General Dynamics Ordnance and Tactical Systems in Quebec, Canada, and is expected to be completed by November 2021. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funding in the amount of $3,986,575; Foreign Military Sales (Australia) funding in the amount of $3,771,900; and fiscal 2019 procurement of ammunition (Navy and Marine Corps) funding in the amount of $2,136,602 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. ARMY Dyncorp International LLC, Fort Worth, Texas, was awarded a $21,564,568 modification (P00259) to Foreign Military Sales (Sweden) contract W58RGZ-13-C-0040 for the aviation field maintenance services and operations. Bids were solicited via the internet with three received. Work will be performed in Afghanistan, Germany, Sweden, Honduras, Egypt, Iraq and South Korea, with an estimated completion date of Dec. 31, 2019. Fiscal 2010, 2019 and 2020 Foreign Military Sales, aircraft procurement and operations and maintenance, Army funds in the combined amount of $21,564,568 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Janssen Pharmaceuticals, Titusville, New Jersey, has been awarded a maximum $12,013,872 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This is a one-year base contract with nine one-year option periods. Location of performance is New Jersey, with a Dec. 14, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0001). AIR FORCE iCAMR Inc., Kissimmee, Florida, has been awarded a $7,585,850 cost-type contract with no fee for research and development. The Trusted Semiconductor Manufacturing Pilot Project involves developing a Secure Digital Twin for Semiconductors manufacturing methodology by applying block-chain trust and assurance security concepts and "digital twin" manufacturing concepts to the semiconductor manufacturing process. While the focus of this project is on security aspects, the "digital twin" concept provides the framework on which the security and provenance data will be collected and analyzed. Work will be performed at Kissimmee, Florida, and is expected to be complete by Sept. 22, 2022. This award is the result of a broad agency announcement and one offer was received. Fiscal 2019 research and development funds in the amount of $7,585,850 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-1911). https://www.defense.gov/Newsroom/Contracts/Contract/Article/2019820/source/GovDelivery/

  • Pence outlines plan to create U.S. Space Force by 2020

    August 9, 2018 | International, Aerospace

    Pence outlines plan to create U.S. Space Force by 2020

    Proposal to create new military service requires approval from Congress Faced with growing competition and threats from Russia and China, the White House on Thursday said it will create the U.S. Space Force as a sixth, separate military service by 2020. Vice-President Mike Pence told a Pentagon audience that the plan fulfils President Donald Trump's vow to ensure America's dominance in space — a domain that was once peaceful and uncontested that has now become crowded and adversarial. "Now the time has come to write the next great chapter in the history of our armed forces, to prepare for the next battlefield where America's best and bravest will be called to deter and defeat a new generation of threats to our people, to our nation," said Pence. "The time has come to establish the United States Space Force." Trump marked Pence's announcement with a tweet. Trump has called for a "separate but equal" space force, a complicated and expensive move that requires congressional approval. On Thursday, Pence said the administration will work with Congress on the plan and outline a budget next year. Defence Secretary Jim Mattis has endorsed steps to reorganize the military's space war-fighting forces and create a new command, but has previously opposed launching an expensive, new service. A new branch of the military would require layers of bureaucracy, military and civilian leaders, uniforms, equipment and an expansive support structure. Full article: https://www.cbc.ca/news/world/pence-trump-us-space-force-plan-1.4779217

  • Contract Awards by US Department of Defense - November 28, 2018

    November 29, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 28, 2018

    AIR FORCE Sierra Nevada Corp., Centennial, Colorado, has been awarded a $329,076,750 undefinitized contract action (UCA) for 12 A-29 aircraft for the Nigerian Air Force. The total not-to-exceed amount of the UCA is approved at $344,727,439 to include a Forward Looking Infrared System for six of the aircraft. This piece is projected to be funded soon after UCA award. In addition to the 12 aircraft, this contract provides for ground training devices, mission planning systems, mission debrief systems, spares, ground support equipment, alternate mission equipment, contiguous U.S. interim contractor support, outside of continental U.S. (OCONUS) contractor logistic support, and five field service representatives for OCONUS support for three years. Work will be performed in Jacksonville, Florida, and is expected to be completed May 2024. Foreign military sales funds in the amount of $220,167,735 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8637-19-C-6009). Honeywell International Inc., Tempe, Arizona, has been awarded a $32,114,856 face-value, bilateral modification (P00145) to contract FA8208-07-C-0001 for secondary power systems support for ground start carts, C-130, B-2, F-15, B-1 and FMS and other services for F-15, C-130 and ground start carts. The contract modification extends the period of performance by three months. Work will be performed in Tempe, Arizona, and is expected to be completed by Feb. 28, 2019. This modification involves foreign military sales to Republic of Korea, Egypt, Saudi Arabia, Israel, Bahrain, Japan, Mexico, Taiwan, Jordan, Australia, NATO, Argentina, Kuwait and Pakistan. Fiscal 2019 working capital funds are being obligated at the time of modification. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity. AGTeck Inc., Cocoa, Florida (FA8232-19-D-0007); Aero-Glen International LLC, DFW International Airport, Texas (FA8232-19-D-0008); Borsight Inc., Ogden, Utah (FA8232-19-D-0009); Cherokee Nation Aerospace and Defense LLC, Pryor, Oklahoma (FA8232-19-D-0010); and TFAB Defense Systems LLC, Madison, Alabama (FA8232-19-D-0011) have been awarded a $20,000,000 total firm-fixed-priced, multiple-award, indefinite-delivery/indefinite-quantity contract for F-16 bracket parts and kKit assemblies. This contract provides for low cost and rapid delivery of diverse bracket parts and kits for the F-16 fleet to include all block aircraft. Work will be performed at Cocoa, Florida; DFW International Airport, Texas; Ogden, Utah; Pryor, Oklahoma; and Madison, Alabama, and is expected to be completed by Nov. 30, 2023. This award is the result of a competitive acquisition. Fiscal 2017 Air National Guard funds in the amount of $79,883.75 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity. ARMY Communications and Power Industries LLC, Palo Alto, California, was awarded a $24,780,643 firm-fixed-price Foreign Military Sales (Bahrain, Egypt, Japan, Republic of Korea, Saudi Arabia, Singapore, Spain, Taiwan, Turkey, and United Arab Emirates) contract to acquire Klystron Tubes spares to support the Homing All the Way Killer missile system. One bid was solicited with one received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 27, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0008). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $20,103,984 modification (P00113) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicle fielding. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2019. Fiscal 2017 and 2018 other procurement, Army funds in the amount of $20,103,984 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Trace Systems Inc., Vienna, Virginia, was awarded an $11,857,548 modification (P00006) to contract W91RUS-17-C-0044 for information technology engineering and logistics support services. Work will be performed in Camp Arifjan, Kuwait; Camp As Sayliyah, Qatar; and Bagram Airfield, Afghanistan, with an estimated completion date of Nov. 30, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $11,857,548 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. NAVY Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded $20,512,216 formodification P00056 to increase the ceiling of a previously awarded fixed-price incentive contract (N00019-09-D-0008) for additional Joint Performance Based Logistics support for the Marine Corps MV-22 and the Air Force and Special Forces Operations Command CV-22 aircraft. Work will be performed in Fort Worth, Texas (46.6 percent); Philadelphia, Pennsylvania (41.4 percent); Fort Walton Beach, Florida 6.1 percent); Oklahoma City, Oklahoma (4.3 percent); and St. Louis, Missouri (1.6 percent), and is expected to be completed in January 2019. No funding will be obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $14,976,124 for cost, cost-plus-fixed-fee, firm-fixed-price task order N0001919F2578 against a previously awarded indefinite-delivery/indefinite quantity contract (N00019-16-D-1000). This task order provides for security, project engineering, sustainment engineering, integrated logistics support, material support, program support and training for the VH-3D/VH-60N executive helicopter special progressive aircraft rework. Work will be performed in Stratford, Connecticut (88 percent); and Quantico, Virginia (12 percent), and is expected to be completed in November 2019. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $14,976,124 will be obligated at time of award; all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Advanced Alliant Solutions Joint Venture Team, Fairfax, Virginia, is awarded $8,806,234 for modification P00014 to a previously awarded cost-plus-fixed-fee contract (N00421-16-C-0068) to exercise an option for information assurance services in support of the Naval Air Warfare Center Aircraft Division's Information Technology/Cyber Security Department. Work will be performed in Patuxent River, Maryland (99 percent); and Lakehurst, New Jersey (1 percent), and is expected to be completed in November 2019. Fiscal 2019 working capital funds (Navy) in the amount of $4,035,039 will be obligated at time of award, none 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. Q.B.S. Inc.,* Alliance, Ohio, is awarded $8,422,000 for firm-fixed-price task order N4008519F4222 under a previously awarded firm-fixed-price multiple award construction contract (N40085-17-D-5040) for the replacement of a concrete batch plant located in Building 20 at the Philadelphia Navy Yard. This requirement includes the procurement, design, and installation of four new 45-cubic-foot cement mixers with sand and cement delivery systems and various structural components, spare parts, technical documentation, training, and the demolition and removal/disposal of the existing cement plant. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by November 2019. Fiscal 2019 research, development, test and evaluation, (Navy) contract funds in the amount of $8,422,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded an $8,217,493 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-16-D-0303) to exercise option three for custodial services at the U.S. Naval Academy Complex, Annapolis. The work to be performed provides for custodial services such as trash removal, cleaning, vacuuming, floor cleaning and scrubbing, re-lamping, specialized cleaning of the John Paul Jones Crypt, and basketball floor installation and removal. After award of this option, the total cumulative contract value will be $32,956,636. Work will be performed in Annapolis, Maryland, and work is expected to be completed November 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $8,217,493 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. DEFENSE LOGISTICS AGENCY LVI, Pendergrass, Georgia, has been awarded a $7,532,249 modification (P00030) exercising the third one-year option period of a three-year base contract (SPM1C1-14-C-0002) with four one-year option periods for warehousing, storage, logistics and distribution functions. This is a fixed-price with economic-price-adjustment contract. Location of performance is Georgia, with a Dec. 1, 2019, performance completion date. Using customers are Army and Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $7,064,050 modification (P00001) exercising the one-year option period of a one-year base contract (SPRDL1-19-C-0009) with one one-year option period for distribution boxes. This is firm-fixed-price contract. This was a sole source acquisition using justification 10 U.S.C. 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Michigan and Florida, with a May 29, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1700404/source/GovDelivery/

All news