May 6, 2022 | International, Aerospace
July 16, 2019 | International, Aerospace
Thales has performed firing trials for the Future Anti Surface Guided Weapon (Light) (FASGW[L]) programme for the British Royal Navy.
Conducted at Royal Artillery Air Defence Range at Manorbier in Pembrokeshire, the trials are part of the FASGW(L) programme's integration testing phase.
The programme includes testing of all parts of the FASGW(L) weapon system, including Thales' lightweight multirole missile (LMM), the launcher system and all key equipment of the Royal Navy's Agusta Westland AW159 Wildcat helicopter.
In June 2014, Thales won a contract to develop, qualify and integrate the FASGW(L) system for the Navy's Wildcat helicopter.
The system consists of a five-barrel launcher and a laser guidance system.
Set to enter service in 2020, LMM is a precision strike missile capable of being fired from a variety of land, sea and airborne tactical platforms.
The missile will be called Martlet in the Royal Navy. It is designed to defeat mobile maritime threats such as small ships and inshore attack craft.
LMM will offer improved protection for Royal Navy personnel and important sea assets, such as the Queen Elizabeth Carrier.
During trials, Thales fired six LMMs at a small boat target at sea at a distance of 4.5km.
The missiles feature telemetry software to facilitate collection of test data.
Information will be used to analyse the performance of the Thales-designed launcher, the guidance system and missile.
In a statement, Thales said: “The FASGW(L) system accurately guided all missiles to the targets and provided extensive data on the excellent performance of all elements of the ground set-up and inflight performance of the missile.
“The successful achievement of the ground firings is a major milestone and key to progressing to future testing including air firing trials later in 2019 and culminating in qualification and verification in 2020.”
The Royal Navy is also fielding Sea Venom/ANL helicopter-launched anti-ship missile to address its FASGW(H) requirements.
MBDA is delivering the Sea Venom/ANL missile under a contract jointly awarded by the UK and France.
https://www.naval-technology.com/news/thales-tests-fasgwl-weapon-system-for-royal-navy/
May 6, 2022 | International, Aerospace
July 15, 2024 | International, Aerospace
Developed for the French defence procurement agency (DGA), the first version of the SYRACUSE IV ground segment entered service at the end of 2023
March 20, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
NAVY Lockheed Martin Space, Titusville, Florida, is awarded a $601,332,075 fixed-price-incentive, cost-plus-incentive-fee and cost-plus-fixed-fee modification (P00005) to exercise options under a previously awarded and announced contract N00030-19-C-0100 for the submarine-launched ballistic missile (model) Trident II D5 production and deployed systems support. Work will be performed in Magna, Utah (33.5%); Sunnyvale, California (13.7%); Denver, Colorado (10.6%); Cape Canaveral, Florida (6.9%); Titusville, Florida (4.7%); Orange, Virginia (4.4%); Kings Bay, Georgia (3.4%); Kingsport, Tennessee (3.4%); Pittsfield, Massachusetts (3.3%); El Segundo, California (2.4%); Lancaster, Pennsylvania (2.2%); Inglewood, California (1.6%); Clearwater, Florida (1.3%); and other various locations (less than 1% each, 8.6% total). Work is expected to be complete by September 2024. Fiscal 2020 weapons procurement (Navy) funds in the amount of $499,278,762; United Kingdom funds in the amount of $93,325,301; and incremental fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $500,000 are obligated on this award, none of which will expire at the end of the current fiscal year. This contract was awarded on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California (N62470-19-D-8022); Aptim Federal Services LLC, Alexandria, Virginia (N62470-19-D-8023); CH2M Hill Constructors Inc., Englewood, Colorado (N62470-19-D-8024); Environmental Chemical Corp., Burlingame, California (N62470-19-D-8025); Fluor Intercontinental Inc., Greensville, South Carolina (N62470-19-D-8026); and Perini Management Services Inc., Framingham, Massachusetts (N62470-19-D-8027), are awarded an $85,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects. Work will be predominately construction, worldwide and is expected to be complete by March 2024. The work to be performed provides for the Navy on behalf of the Navy, Department of Defense and other federal agencies. The construction and related engineering services will respond to natural disasters, humanitarian assistance, conflict and various projects with similar characteristics. The contractor may be required to provide initial base operating support services in support of the construction effort, which will be incidental to construction efforts. After award of this modification, the total cumulative contract value will be $1,060,000,000. The term of the contract is not to exceed 60 months. No funds will be obligated at time of award; funds will be obligated on subsequent modifications for work on existing individual task orders. Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity. Environmental Chemical Corp., Burlingame, California, is awarded a $9,788,756 firm-fixed-price task order modification (N62470-20-F-9001) under the global contingency construction, multiple award contract for the exercise of Option One, which provides for the design, fabrication, transportation and installation of a waterside obstacle system at Mina Salman, Naval Support Activity (NSA) Bahrain. Work will be performed at Mina Salman, NSA Bahrain, and is expected to be complete by August 2020. The total task order amount after exercise of this option will be $14,772,620. The task order also contains three unexercised options, which if exercised will increase the cumulative task order value to $16,427,558. Fiscal 2020 other procurement (Navy) funds in the amount of $9,788,756 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Europe Africa Central is the contracting activity (N62470-19-D-8025). KOAM Engineering Systems Inc., San Diego, California, is awarded a $9,711,022 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract. All work will be performed in San Diego, California, at government facilities (50%) and contractors' facilities (50%). The work provides for systems engineering integration, engineering analysis, installation, testing and evaluation, fleet troubleshooting, configuration management, integrated logistics support, deploying group systems integration testing and combat systems ship qualification trials of tactical data link systems. The period of performance of the base award is from March 19, 2020, to March 18, 2021. If all options are exercised, the period of performance would extend through March 18, 2027. This one-year contract includes six one-year options, which will bring the potential value of this contact to an estimated $71,051,742 if exercised. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); research, development, test and evaluation (Navy); Foreign Military Sales; and funding from other government agencies such as the Air Force on fiscal year spending plans. This contract was competitively procured as a small business set-aside solicitation by a request for proposal N66001-19-R-0044, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command's e-Commerce website. Four proposals were received and one was selected for the award. Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-20-D-0044). Innovative Defense Technologies LLC, Arlington, Virginia, is awarded an $8,067,432 cost-plus-fixed-fee contract modification to previously awarded contract N00024-20-C-6116 to exercise and fund options for Navy engineering services, required material and travel. Work will be performed in Fall River, Massachusetts, and is expected to be complete by December 2020. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $3,300,000 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 Navy Yard, Washington, District of Columbia, is the contracting activity. General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $7,307,480 cost-plus-fixed-fee modification to exercise Options 5 through 9 to previously awarded contract N00024-09-C-2104 for planning and execution of U.S. ship South Dakota (SSN 790) guaranty. Work will be performed in Groton, Connecticut, and is expected to be complete by December 2020. Electric Boat Corp. will perform planning and execution efforts and material procurement in preparation to accomplish work on the U.S. ship South Dakota (model SSN 790) during its guaranty period. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $7,307,480 will be obligated at award and will not expire at the end of the current fiscal year. These exercised options will bring the total cost-plus-fixed-fee award to $16,889,161. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. AIR FORCE AECOM International Inc., Neu-Isenburg, Germany (FA5641‐20‐D‐0003); Arcadis, London, United Kingdom (FA5641‐20‐D‐0004); Cardno GS Inc., Charlottesville, Virginia (FA5641‐20‐D‐0005); Jacobs Government Services Co., Arlington, Virginia (FA5641‐20‐D‐0006); Tetra Tech Inc., Pasadena, California (FA5641‐20‐D‐0007); and Wood Environment and Infrastructure Solutions Inc., Blue Bell, Pennsylvania (FA5641‐20‐D‐0008), have been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for environmental services and environmental construction. This contract provides a broad range of environmental services including operations and maintenance activities associated with environmental programs, environmental construction, repair and demolition work including remediation, restoration and abatement on real property in support of the Department of Defense environmental mission. Work will be performed at various installations within the U.S. European Command and U.S. Africa Command areas of operation and is expected to be completed by June 14, 2031. This contract is the result of a competitive acquisition and six offers were received. Fiscal 2020 operations and maintenance funds in the amount of $2,500 are being obligated for each awardee at the time of the award. The 764th Enterprise Sourcing Squadron, Ramstein Air Base, Germany, is the contracting activity. ARMY Lagan Construction LLC, Woodbridge, Virginia, was awarded a $29,716,940 firm-fixed-price contract for the design, build repair and replacement of runways and overruns. Bids were solicited via the internet with three received. Work will be performed at Westover Air Reserve Base, Massachusetts, with an estimated completion date of July 9, 2021. Fiscal 2020 operations and maintenance, Defense funds in the amount of $29,716,940 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0010). AECOM Management Services Inc., Germantown, Maryland, was awarded a $22,497,260 modification (P00005) to contract W58RGZ-19-F-0301 for repair or recap efforts of aircraft structures, engines, transmissions, blades, and components for various rotary wing aircraft. Work will be performed in Corpus Christi, Texas, with an estimated completion date of March 31, 2022. Fiscal 2020 Army working capital funds in the amount of $22,497,260 were obligated at the time of the award. U.S. Army Contracting Command, Red Stone Arsenal, Alabama, is the contracting activity. CHC/SJH JV LLC, Miami, Florida, was awarded a $21,481,049 firm-fixed price contract for long-term riprap repair of the Walter F. George Dam. Bids were solicited via the internet with five received. Work will be performed at Fort Rucker, Alabama, with an estimated completion date of Sept. 10, 2021. Fiscal 2019 civil works funds in the amount of $21,481,049 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0011). AECOM Management Services Inc., Germantown, Maryland, was awarded a $12,177,497 modification (P00003) to contract W58RGZ19-F-0304 to support the Aircraft and Aircraft Components Production Directorate, including facilities maintenance, supply logistics and administrative duties. Work will be performed in Corpus Christi, Texas, with an estimated completion date of March 31, 2022. Fiscal 2020 Army working capital funds in the amount of $12,177,497 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Federal Prison Industries,** doing business as UNICOR, Washington, District of Columbia, has been awarded a maximum $12,720,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Army physical fitness uniform jackets. This is a one-year base contract with two one-year option periods. Locations of performance are Florida and Washington, District of Columbia, with a March 18, 2021, performance completion 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-F055). UPDATE: Kohler Co., Sheboygan, Wisconsin (SPE8EC-20-D-0056), has been added as an awardee to the multiple award contract for commercial portable power equipment, issued against solicitation SPE8EC-17-R-0010 and announced Dec. 10, 2018. (Awarded March 18, 2020) *Small business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2118872/source/GovDelivery/