Back to news

October 29, 2023 | International, Aerospace, C4ISR

Turkey F-16 sale not a done deal, even with Sweden’s NATO bid on track

At least two key U.S. lawmakers have not committed to greenlighting the Turkey F-16 sale, citing concerns beyond Sweden's NATO accession.

https://www.defensenews.com/congress/2023/10/27/turkey-f-16-sale-not-a-done-deal-even-with-swedens-nato-bid-on-track/

On the same subject

  • Contract Awards by US Department of Defense - September 13, 2019

    September 16, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 13, 2019

    ARMY Raytheon Co., McKinney, Texas, was awarded a $427,298,588 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for procurement of Common Sensor Payload systems, spare parts and engineering and system support services. One bid was were solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 12, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0005). Honeywell International Inc., Phoenix, Arizona, was awarded a $46,965,295 firm-fixed-price contract for overhaul and repair of the T55-GA-714A engine. Bids were solicited via the internet with one received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Sept. 30, 2020. Fiscal 2010 Army working capital funds in the amount of $46,965,295 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0051). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $24,397,228 modification (P00261) to contract W56HZV-15-C-0095 to provide total package fielding for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $24,397,228 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Great Lakes Dredge and Dock Co. LLC, Oak Brook, Illinois, was awarded a $15,577,450 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Saint Marys, Georgia, with an estimated completion date of April 15, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,580,450 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0029). Pontchartrain Partners LLC,* New Orleans, Louisiana, was awarded a $9,956,700 firm-fixed-price contract for mobilization and demobilization, clearing and grubbing, stripping, containment dike construction, interior and semi-compacted berm construction, demolition and construction of drop-outlet structure, turfing, and as-built drawings. Bids were solicited via the internet with two received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 civil construction funds in the amount of $9,956,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0016). PAF Electrical Inc., Portland, Oregon, was awarded a $7,393,100 firm-fixed-price contract for the delivery of four generator step up power transformers and accessories to Fort Randall power plant in Pickstown, South Dakota. Bids were solicited via the internet with eight received. Work will be performed in Pickstown, South Dakota, with an estimated completion date of Dec. 31, 2023. Fiscal 2019 civil construction funds in the amount of $7,393,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0035). DEFENSE LOGISTICS AGENCY Philips Healthcare Informatics Inc., Pleasanton, California, has been awarded a maximum $400,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for digital imaging network picture archiving communications system products and maintenance. This was a competitive acquisition with ten offers received. This is the seventh contract competitively awarded under the open solicitation, SPE2D1-15-R-0004. This is a five-year base contract with one five-year option period. Locations of performance are California, and other areas located within and outside the continental U.S., with a Sept. 12, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0036). Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $92,000,000 firm-fixed-price, 15-month bridge contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Hawaii, Guam and New Jersey, with a Dec. 14, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D0015). AJ Wholesale Produce Inc.,* Sheboygan, Wisconsin, has been awarded a maximum $48,600,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a 54-month contract with no option periods. Locations of performance are Michigan and Wisconsin, with a March 9, 2024, performance completion date. Using customers are Department of Agriculture schools and Reservations. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-S734). Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded a minimum $42,838,512 firm-fixed-price, indefinite-quantity contract for the manufacture of B-2 hot trailing edge production units. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a four-year base contract with one five-year option period. Locations of performance are Oklahoma, Ohio, Missouri, and California, with an Oct. 1, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-19-D-0001). Moog Inc., Elma, New York, has been awarded a maximum $41,773,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation cylinder assemblies. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is New York, with a Sept. 1, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0121). Raytheon Co., Andover, Massachusetts, has been awarded a maximum $23,774,837 firm-fixed-price contract for traveling wave tubes. 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 a one-time procurement contract with no option periods. Location of performance is Massachusetts, with a Jan. 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-C-0061). AIR FORCE ITility LLC, Herndon, Virginia (FA5641-19-DA-006); ValidaTek Inc., McLean, Virginia (FA5641-19-DA-007); and CAE USA Mission Solutions Inc., Tampa, Florida (FA5641-19-DA-008), have been awarded a $95,000,000 indefinite-delivery/indefinite-quantity contract for advisory and assistance services. This contract provides for technical and analytical services to support and improve policy development, decision making, management, administration, and systems operation. Work will be performed primarily at Headquarters U.S. Air Forces in Europe (USAFE), USAFE bases, USAFE geographically separated units, U.S. European Command, U.S. Africa Command, and U.S. Army in Europe, including Installation Management Command and is expected to be completed by Sept. 12, 2026. This contract is the result of a competitive acquisition and eleven offers received. Fiscal 2019 operation and maintenance funds in the amount of $2,500 are being obligated for each awardee at the time of the award. The 764th Specialized Contracting Squadron, Ramstein Air Base, Germany, is the contracting activity. Rand and Jones Enterprises Co., Inc., Buffalo, New York, has been awarded a $9,500,000 indefinite-delivery/indefinite-quantity contract for a Simplified Acquisition of Base Engineering Requirements (SABER) contract for completion of minor, non-complex construction projects requiring minimum design. This contract consists of a number of general construction disciplines including, but not limited to, plumbing, masonry, electrical, mechanical, carpentry, architectural, painting and HVAC. Work will be performed at Rome, Newport and Stockbridge, New York, and is expected to be completed by Sept. 12, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research and development funds will be used and no funds are being obligated at the time of the award. The Air Force Research Laboratory Specialized Acquisition & Operational Contracting Branch, Rome, New York, is the contracting activity. NAVY Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $57,462,554 cost-plus-fixed-fee modification to a previously awarded contract N00024-17-C-6327 to exercise options for engineering support services for the Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare Increment One Block One (I1B1) Systems full-rate production in support of the Expeditionary Warfare program office. This option exercise is for Engineering Support Services for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) to introduce new technologies; address diminishing material and depot repairs to keep JCREW systems viable for future production; and maintain operational readiness for the field. Work will be performed in San Diego, California, and is expected to be complete by September 2020. Fiscal 2019 research, development, test, and evaluation funding in the amount of $2,971,124; and 2019 other procurement (Navy) funding in the amount of $1,406,871 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. American Petroleum Tankers LLC, Blue Bell, Pennsylvania, is awarded a $31,548,000 modification under a previously awarded firm-fixed-price contract N62387-15-C-5405 to fund the fourth one-year option period. The option will continue to provide one U.S. flagged Jones Act tanker (M/T Empire State), for the transportation of petroleum product in support of the Defense Logistics Agency–Energy in accordance with the terms of the charter. The vessel is capable of deployment to worldwide locations. The current contract includes a one-year firm period of performance, three one-year option periods and one 11-month final option period. Work will be performed worldwide, and is expected to be completed by Aug. 20, 2020. The option will be funded by transportation working capital funds for fiscal 2019 and 2020. Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N62387-15-C-5405). University of Washington, Seattle, Washington, is awarded an $11,882,737 cost-plus-fixed-fee contract, which includes one unexercised option task valued at $792,524, for the statement of work, "Backbone Components of an Arctic Mobile Observing System: seagliders, floats, SA and C2." Work will be performed in Seattle, Washington, and is expected to be completed September 2024. Fiscal 2019 research, development, test, and evaluation (Navy) funds for $1,839,015 will be obligated at time of award, none of which will expire at end of current fiscal year. This contract was competitively procured under N00014-19-S-B001, entitled "Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology." Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-2076). DEFENSE INFORMATION SYSTEMS AGENCY Iridium Government Services LLC., Tempe, Arizona, was awarded a non-competitive, firm-fixed price contract on Sept. 13, 2019, for unlimited access to Iridium's global commercial satellite network for enhanced mobile satellite airtime communication services. The original solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S. Code 2304(c)(1), only one responsible source and no other type of supplies or services would satisfy agency requirements. The face value of this action is $16,666,666 funded by fiscal 2019 defense working capital funds. The total cumulative face value of the contract is $738,500,000. Performance will be at the contractor's facility. The period of performance is seven years, from Sept. 15, 2019, through Sept. 14, 2026. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-19-C-0006). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Exquadrum Inc., Adelanto, California, has been awarded a $9,810,053 cost-plus-fixed-fee modification (P00003) exercising the option period on previously awarded HR0011-18-C-0138 for a Defense Advanced Research Projects Agency research program. Fiscal 2019 research and development funds in the amount of $2,400,000 are being obligated at the time of award. Work will be performed in Adelanto, California (58%); and Huntsville, Alabama (42%), with an estimated completion date of August 2020. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. U.S. TRANSPORTATION COMMAND JAR Assets LLC, Mandeville, Louisiana, has been awarded a contract modification, P00026, on contract HTC711-16-C-W001 in the estimated amount of $8,869,099. This modification provides continued transportation of bulk jet fuel and marine diesel fuel by tug and barge for the Defense Logistics Agency. Work will be performed at ports and points along the inland waterways and Gulf Coast locations in the Gulf Region. The option period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 defense working capital funds will be obligated at the start of performance. This modification brings the total cumulative estimated face value of the contract from $35,011,884 to $43,880,983. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1960562/source/GovDelivery/

  • Contract Awards by US Department of Defense - February 14, 2020

    February 15, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 14, 2020

    ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $407,335,834 modification (P00291) to contract W56HZV-15-C-0095 to procure Joint Light Tactical Vehicles and associated kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2022. Fiscal 2018 and 2020 other procurement, Army; procurement, U. S. Marine Corps; and Foreign Military Sales (Lithuania and Slovenia) funds in the amount of $407,335,834 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Maloney Odin JV,* Novato, California, was awarded a $48,064,247 firm-fixed-price contract to degrade and reconstruct two miles of levee to support Sacramento River East Levee construction of both deep mix method and slurry trench cutoff walls. Bids were solicited via the internet with two received. Work will be performed in Sacramento, California, with an estimated completion date of Dec. 15, 2020. Fiscal 2020 civil construction funds in the amount of $48,064,247 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0004). General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a $26,869,595 cost-plus-fixed-fee contract to procure Year 11 system engineering and program management services for product manager tactical network, systems, and equipment. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Jan. 22, 2021. Fiscal 2020 other procurement, Army, funds in the amount of $26,869,595 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-F-0005). Cray Inc., Seattle, Washington, was awarded a $25,480,000 firm-fixed-price contract for Department Of Defense high-performance computing modernization programs. Bids were solicited via the internet with three received. Work will be performed at Wright-Patterson Air Force Base, Ohio, with an estimated completion date of Aug. 13, 2025. Fiscal 2020 other procurement, Army, funds in the amount of $25,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0147). Cybernet Systems Corp.,* Ann Arbor, Michigan, was awarded a $22,367,890 firm-fixed-price contract for ongoing development, manufacture, delivery, set-up and integration of up to 25 new and existing automated tactical ammunition classification systems and spent brass sorter units. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 13, 2025. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0012). DEFENSE INFORMATION SYSTEMS AGENCY Hewlett Packard Enterprise Co., San Jose, California (HC1084-20-D-0003), was awarded a competitive, single award, indefinite delivery/indefinite quantity, firm-fixed-price contract with a ceiling of $61,825,294 for integrated processor capacity services – X-86 (IPCS-X) for Defense Information Systems Agency (DISA), Operations Center. The place of performance will be at DISA data centers or future DISA or DISA-approved locations where DISA assumes an operational responsibility for support of Missions Partner service requirements. The solicitation, HC1082-18-R-0022, was posted on Federal Business Opportunities website (www.fbo.gov), now known as beta.SAM.gov website (www.beta.sam.gov). The solicitation was issued as a competitive action and four proposals were received. The period of performance (PoP) consists of a five-year base period and five one-year option periods for a total contract life cycle of ten years. The base period of performance is Feb. 14, 2020, through Feb. 13, 2025, and the option years follow consecutively through Feb. 13, 2030. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0003). NAVY BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $24,569,851 cost-plus-award-fee contract for the accomplishment of post-shakedown-availability (PSA) for one Freedom-variant Littoral Combat Ship (LCS), with options for the accomplishment of PSAs for up to seven additional Freedom-variant LCSs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $203,886,801. The PSA is accomplished within a period of approximately 16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Mayport, Florida, and is expected to be completed by March 2021. If all options are exercised, work will continue through November 2025. Fiscal 2020 shipbuilding and conversion (Navy) funding for $7,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-2320). The Syncon LLC,* Chesapeake, Virginia, is awarded a $23,242,171 firm-fixed-price contract for the construction of Commander Undersea Surveillance intelligence, surveillance and reconnaissance operations expansion located at Naval Air Station Oceana. This contract also included three planned modifications. The work to be performed provides for the construction of a new addition attached to the current facility. The new addition will be constructed of a structural steel frame, concrete slab, and a modified bitumen roof system. The existing building will be reconfigured to compliment the expanded spaces to meet mission requirements. Site improvements include but are not limited to demolition of the existing warehouse. The site will be reconfigured to accommodate 330 parking spaces, a new access road, a new loading dock, landscaping, flagpoles, site furnishings, dumpster relocation, exterior signage, free mitigation and storm water management. Work will be performed at Virginia Beach, Virginia, and is expected to be completed by March 2022. Fiscal 2018 military construction, Navy contract funds for $23,242,171 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 four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8503). Jacobs Ewingcole JV, Pasadena, California, is awarded a task order N62473-20-F-4323 at $15,865,000 under an indefinite-delivery/indefinite-quantity contract for design-build construction packages at Naval Air Weapons Station (NAWS), China Lake. The work to be performed provides design and engineering services for design-build request for proposals for various fiscal 2021 military construction (MILCON) projects impacted by last year's earthquakes onboard NAWS China Lake. Work will be performed in Ridgecrest, California, and is expected to be completed by November 2020. Fiscal 2020 MILCON, (Navy) contract funds for $7,932,500 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801). Lockheed Martin Space, Titusville, Florida, is awarded a $13,860,565 cost-plus-fixed-fee modification (P00004) to exercise options under a previously awarded and announced contract (N00030-19-C-0100) for Trident II (D5) missile production and deployed systems support. Work will be performed in Cape Canaveral, Florida (62.3%); Sunnyvale, California (35.9%); and other various locations (less than 1% each; 1.8% total). Work is expected to be completed Sept. 30, 2024. Fiscal 2020 weapons procurement (Navy) funds for $13,860,565 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was awarded to the contractor 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. PrimeTech International Inc.,* North Kansas City, Missouri, is awarded a $12,746,631 firm-fixed-price, time-and-materials six-month bridge contract for logistics services to manage, support and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed September 2020. Fiscal 2020 overseas contingency operations funds for $12,583,974; and operations and maintenance funds (Marine Corps) for $161,658 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-20-P-2001). EPS Corp., Tinton Falls, New Jersey, is awarded an $8,531,520 modification to exercise an option to a previously awarded hybrid cost-plus-fixed-fee and firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00174-17-D-0026) for technical expertise in the development and testing of underwater weapons and underwater weapons systems components. This requirement is to develop an underwater weapons system acquisition/procurement program that provides underwater weapons systems (including authentic foreign mines) for research, development test and evaluation of underwater weapons systems and mine countermeasures systems. Work will be performed in Tinton Falls, New Jersey (95%); Montenegro (2%); Bulgaria (2%); and Italy (1%), and is expected to be completed by February 2021. No funding is being obligated at time of award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Sysco Seattle, Inc., Kent, Washington, has been awarded a maximum $7,150,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution for Department of Defense support of Navy customers in the Seattle, Washington/Puget Sound Region. 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 63-day bridge contract with no option periods. Location of performance is Washington, with an April 18, 2020, performance completion date. Using military service is the Navy.Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3263). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2085466/source/GovDelivery/

  • US Army picks 5 innovators to help increase its howitzer firing rate

    April 20, 2021 | International, Land

    US Army picks 5 innovators to help increase its howitzer firing rate

    The Army has picked five innovative small businesses to help improve the rate of fire in artillery systems as it continues to work on an internally funded and developed autoloader for its future Extended Range Cannon Artillery system.

All news