Back to news

February 22, 2024 | International, Aerospace

Turkey’s fifth-generation fighter plane takes off for maiden flight

The country aspires to own the entire value chain for making advanced combat aircraft.

https://www.defensenews.com/global/europe/2024/02/21/turkeys-fifth-generation-fighter-plane-takes-off-for-maiden-flight/

On the same subject

  • Contract Awards by US Department of Defense - October 11, 2019

    October 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 11, 2019

    NAVY Electric Boat Corp., Groton, Connecticut, is awarded a $434,370,635 contract for lead yard support and development studies and design efforts related to Virginia class submarines. Work will be performed in Groton, Connecticut (94.1%); Newport News, Virginia (4.8%); and Newport and Quonset, Rhode Island (combined 1.1%), and is expected to be complete by September 2020. The contract provides lead yard support for Virginia class submarines that will maintain, update and support the Virginia class design and related drawings and data for each Virginia class submarine, including technology insertion, throughout its construction and post-shakedown availability period. The contractor will also provide all engineering and related lead yard support necessary for direct maintenance and support of Virginia class ship specifications. In addition, the contract provides development studies and design efforts related to the Virginia class submarine design and design improvements; preliminary and detail component and system design; integration of system engineering, design engineering, test engineering, logistics engineering and production engineering. The contractor will continue development studies and design efforts related to components and systems to accomplish research and development tasks, and prototypes and engineering development models required to fully evaluate new technologies to be inserted in succeeding Virginia class submarines. Fiscal 2014, 2016, 2017, 2018 and 2019 shipbuilding and conversion (SCN) (Navy); and fiscal 2019 research, development, test and engineering (RDT&E) (Navy) funding in the amount of $68,321,021 will be obligated at time of award. Fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $4,050,000; and fiscal 2019 research, development, test and engineering (Navy) funds in the amount of $7,341,250 will expire at the end of the current fiscal year — fiscal 2018 SCN (38.8%); fiscal 2017 SCN (34.9%); fiscal 2019 RDT&E (10.7%); fiscal 2014 SCN (7.1%); fiscal 2019 SCN (5%); fiscal 2016 SCN (3.4%). This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-2120). Space Ground Systems Solutions LLC, West Melbourne, Florida, awarded a $17,082,880 cost-plus-fixed-fee contract modification to overall ceiling for previously awarded contract (N00173-15-D-2015) for spacecraft engineering, software, research and development services to the Naval Center for Space Technology (NCST). Specifically, the indefinite-delivery/indefinite-quantity (IDIQ) provides support for software engineering development, maintenance, enhancement and configuration management support for all components contained within the Neptune™ software suite under the direction of the NRL Configuration Control Board, and the VMOC™ software framework under the direction of the VMOC™ program management and software engineering teams. Funding will be obligated for each task order and no funds are obligated on the base IDIQ contract. Work will be performed in Washington, District of Columbia (50%); and West Melbourne, Florida (50%), and is expected to be completed by March 2020. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $9,066,270 modification (P00013) to a previously awarded firm-fixed-price contract (N00019-17-C-0081). This modification exercises an option to procure three spare AE1107C engines in support of the V-22 Osprey program for the government of Japan. Work will be performed in Indianapolis, Indiana, and is expected to be completed in November 2020. Foreign military sales funds in the amount of $9,066,270 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Northrop Grumman Systems Corp., Huntsville, Alabama, was awarded a $60,619,031 modification (P00185) to contract W31P4Q-08-C-0418 for engineering, logistics, integration, test and evaluation, and program management activities. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $5,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded an $8,309,050 cost-plus-fixed-fee contract to incorporate a requirement to stabilize the legacy nitroglycerin area facility at Radford Army Ammunition Plant. One bid was solicited with one bid received. Work will be performed in Radford, Virginia, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $8,309,050 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0021). DEFENSE LOGISTICS AGENCY Northrop Grumman Systems Corp., El Segundo, California, has been awarded a maximum $24,299,972 firm-fixed-priced delivery order (SPRPA1-19-F-LT31) against a five-year basic ordering agreement (SPRPA1-15-G-001Z) for rudders in support of the F/A-18 aircraft platform. 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 seven-year contract with no option periods. Location of performance is California, with an Aug. 31, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2026 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Belleville Shoe Co.,* Belleville, Illinois, has been awarded a maximum $12,524,036 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Air Force temperate weather, Coyote boots. This was a competitive acquisition with two responses received. This is a one-year base contract with three one-year option periods. Location of performance is Illinois, with an Oct. 10, 2020, performance completion date. Using customer is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1208). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1988088/source/GovDelivery/

  • BAE Systems to provide critical Mk 45 upgrade to Australian Navy frigates

    January 9, 2024 | International, Aerospace

    BAE Systems to provide critical Mk 45 upgrade to Australian Navy frigates

    The upgrade modifies existing Mk 45 systems to eliminate obsolescence issues and extend the life of the gun system.

  • Contract Awards by US Department of Defense - April 27, 2020

    April 28, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - April 27, 2020

    ARMY H&L Contracting LLC, Bay Shore, New York, was awarded a $113,747,342 firm-fixed-price contract for reduction of storm damages from coastal erosion and flooding through storm protective reinforced dune, beach berm and dune construction. Bids were solicited via the internet with eight received. Work will be performed in Rockaway, New York, with an estimated completion date of April 26, 2024. Fiscal 2014 civil construction funds in the amount of $113,747,342 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-C-0015). Capco LLC,* Grand Junction, Colorado, was awarded a $33,600,571 firm-fixed-price contract for 40 mm M320 and 40 mm M320A1 grenade launchers. 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 April 26, 2025. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-F-0377). Columbia Helicopters, Aurora, Oregon, was awarded a $9,900,000 firm-fixed-price contract to procure overhaul/repair of helicopter rotor heads. 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 March 30, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0370). Columbia Helicopters, Aurora, Oregon, was awarded an $8,150,000 firm-fixed-price contract to procure overhaul/repair of helicopter rotor heads. 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 Nov. 30, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0369). Applied Aquatic Management Inc.,* Bartow, Florida, was awarded a $7,000,000 firm-fixed-price contract to provide vegetation management, environmental restoration and protection, vegetation/geographic information systems mapping and aerial photographs on various projects and properties within boundaries of the South Atlantic Division, U.S. Army Corps of Engineers. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of April 26, 2025. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-D-0003). NAVY Environmental Chemical Corp., Burlingame, California, is awarded a $58,398,023 modification under firm-fixed-price task order (N62470-19-F-9101) to allot the second increment, which provides for the construction of the master time clocks and operations facility at the Naval Observatory. Work will be performed in Washington, District of Columbia, and provides for the construction of new master time clocks and an operations facility. Work will include construction of Building 51, demolition of Building 82, upgrade of Building 83 electrical components, renovation of Building 78, rehabilitation of existing Building 6 and 7 foundations, walls and piers, Pepco 13.2kV (electric power company name and service voltage) work inside and outside of the fence line at the Naval Observatory fence line to include Verizon fiber work. Work is expected to be complete by September 2024. The total contract amount after allotting these funds will be $90,696,992. Fiscal 2020 military construction, (Navy) contract funds in the amount of $58,393,023 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N62470-18-D-8025). Vigor Marine LLC, Portland, Oregon, is awarded a $20,880,790 firm, fixed-price contract (N32205-20-C-4005) for an 87-calendar day shipyard availability for the overhaul dry-docking availability of the USNS Guadalupe (T-AO 200). The $20,880,790 consists of the amounts listed in the following areas: Category “A” work item costs, additional government requirement, other direct costs and the general and administrative costs. Work will be performed in Portland, Oregon. Work will include the furnishing of general services, shipboard access, clean and gas free tank voids and cofferdams, preservation of aft ballast and cargo tanks as well as the flight deck, overhaul repairs to main engine turbochargers and HP air compressor, davit arms and falls removal, cleaning and painting of hull freeboard and underwater hull, steel replacement and underway replenishment systems repairs. Work is expected to be complete by July 2020. The contract includes options which, if exercised, would bring the total contract value to $22,186,509. Funds will be obligated on April 24, 2020. Contract funds in the amount of $20,880,790, excluding options, are obligated for fiscal 2020 using working capital (Navy) funds. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded April 24, 2020) Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $10,100,000 cost-plus-award-fee delivery order against previously awarded basic ordering agreement N00024-16-G-2303 to provide program management, advanced planning, engineering, design, material procurement/kitting, liaison, scheduling, participation in planning conferences and design reviews in support of the post shakedown availability for DDG-119 (guided missile destroyers). Work will be performed in Pascagoula, Mississippi (75%); and Norfolk, Virginia (25%), and is expected to be complete by August 2021. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $10,100,000 will be obligated at time of delivery order and will not 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), with only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding, Conversion and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. (Awarded April 24, 2020) PrimeTech International Inc.,* North Kansas City, Missouri, is awarded a $9,322,851 firm-fixed-price, cost reimbursable General Services Administration (GSA) task order for integrated logistics distribution support. Work will be performed in Albany, Georgia. Work is expected to be complete by May 2021. If all options are exercised, work will continue through November 2021. This contract includes options which, if exercised, would bring the cumulative value of this contract to $14,355,112. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $9,322,851 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via the GSA eBuy website, with seven proposals received. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-20-F-4101). Bell Boeing Joint Program Office, Amarillo, Texas, is awarded an $8,126,000 modification (16) to a cost-plus-fixed-fee order (0073) against a previously issued basic ordering agreement (N00019-12-G-0006). This modification adds non-recurring baseline performance rig test efforts in support of the Improved Inlet Solution/Engine Air Particle Separator preliminary design on MV-22 and CV-22 Tiltrotor aircraft. Work will be performed in Indianapolis, Indiana (57%); Fort Worth, Texas (34%); Ridley Park, Pennsylvania (8%); and Jackson, Mississippi (1%), and is expected to be complete by April 2021. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $1,862,344; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,241,562 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Imagine Milling Technologies LLC, Fullerton, California, has been awarded a maximum $40,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is California, with an April 26, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0035). DEFENSE INFORMATION SYSTEMS AGENCY AT&T Corp., Columbia, Maryland, was awarded a firm-fixed-price contract modification to exercise Option Year Four for the Northstar Long-Haul Telecommunications Network and associated transmission circuits for an ultra-high frequency/line of sight communications system network. The face value of this action is $12,312,149, funded by fiscal 2020 operations and maintenance funds. The total cumulative face value of the contract is $68,464,912. The place of performance will be at various sites geographically dispersed across the continental U.S. The period of performance for this action is May 1, 2020, to April 30, 2021. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-16-C-0001, P00014). AIR FORCE Boeing Aerospace Operations Inc., St. Louis, Missouri, has been awarded an $8,733,007 firm-fixed-price task order FA8134-20-F-5701 against basic contract FA8106-16-D-0004 for crew rest modification efforts on the Air Force C-32 fleet. Work will be performed at Joint Base Andrews, Maryland, and is expected to be completed by Feb. 28, 2022. Fiscal 2019 and 2020 aircraft procurement funds in the amount of $8,733,007 will be obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Sierra Nevada Corp., Sparks, Nevada, has been awarded an $8,161,843 cost-plus-fixed-fee contract for an Intent-Defined Adaptive Software (IDAS) Prototype. This contract provides for a software engineering performance baseline for measuring IDAS improvement over the current software by attempting challenges with existing tools and techniques and measuring the learning curve required for traditional developers to adopt emerging IDAS capabilities. Work will be performed in Herndon, Virginia, and is expected to be completed by April 27, 2024. This award is the result of a competitive acquisition and 20 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $737,596 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0518). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2167014/source/GovDelivery/

All news