Back to news

May 12, 2024 | International, Aerospace

Who are Israel’s main weapons suppliers and who has halted exports?

On the same subject

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

    May 14, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    NAVY C.E.R. Inc.,* Baltimore, Maryland (N40080-19-D-0011); Repaintex Co.,* Leesburg, Virginia (N40080-19-D-0012); Veterans Construction Coalition LLC,* Norfolk, Virginia (N40080-19-D-0013); Belt Built-CFM JV,* Crofton, Maryland (N40080-19-D-0014); G-W Management Services LLC,* Rockville, Maryland (N40080-19-D-0015); EGI-HSU JV LLC,* Gaithersburg, Maryland (N40080-19-D-0016); Desbuild Inc.,* Hyattsville, Maryland (N40080-19-D-0017); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-19-D-0018); Tidewater Inc.,* Elkridge, Maryland (N40080-19-D-0019); and Donley Construction LLC,* Aberdeen, Maryland (N40080-19-D-0020), are awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of operations (AO). The maximum dollar value including the base period and one option year for all 10 contracts combined is $240,000,000. C.E.R. Inc. is being awarded the initial task order at $4,338,999 for the renovation of Rooms A143A through 162, Building 209 at Naval Research Laboratory, Washington, District of Columbia. Work for this task order is expected to be completed by December 2020. All work on this contract will be performed primarily within the NAVFAC Washington AO to include Washington, District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term of the contract is not to exceed 60 months, with an expected completion date of May 2024. Fiscal 2019 supervision, inspection, and overhead; and fiscal 2019 Navy working capital funds (NWCF) in the amount of $4,338,999 are obligated on this award, of which $10,000 will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and NWCF. This contract was competitively procured via the Navy Electronic Commerce Online website, with 50 proposals received. These 10 contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $139,808,430 for modification P00009 to a previously awarded, fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-16-D-1002). This modification increases the ceiling of the contract to procure up to 12,000 additional Precision Laser Guidance Sets for the Laser Joint Direct Attack Munition. Work will be performed in Fort Worth, Texas (68.23 percent); Cincinnati, Ohio (10.1 percent); St. Louis, Missouri (9.38 percent); Odessa, Missouri (4.37 percent); Simpsonville, South Carolina (4.03 percent); Minneapolis, Minnesota (1.68 percent); and various locations within the continental U.S. (2.21 percent), and is expected to be completed in April 2020. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Applied Research Laboratory, University of Hawaii, Menoa, Hawaii, is awarded a maximum value $77,209,225 five-year, sole source, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, task order contract for research, development, engineering, and test and evaluation for programs throughout the Department of Defense. Running concurrently with the maximum ceiling announcement is an initial delivery order of $777,710. Work will be performed in Manoa, Hawaii, and is expected to be complete by May 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of a $777,710 will be obligated at initial delivery order and will not expire at the end of the current fiscal year. This contract is awarded pursuant to 10 U.S. Code 2304 (c) (3), as implemented in Federal Acquisition Regulation 6.302-3; industrial mobilization; engineering, developmental, or research capability; or expert services. Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-6400). BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $32,324,635 firm-fixed-price contract for the execution of the medium auxiliary repair floating drydock (non-self-propelled) ARCO (ARDM 5) fiscal 2019 docking service craft overhaul availability. This availability will include a combination of maintenance, modernization and repair of the ARCO. This is a seven-month availability and was competed on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of maintenance, repair and modernization. Work will be performed in San Diego, California, and is expected to be completed by March 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,324,635 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to solicitation N5523618R0011. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-19-C-0007). R. Stresau Laboratory Inc., Spooner, Wisconsin, is awarded a $19,982,892 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for MK18 MOD0 electric blasting caps and MK20 MOD2 electric squibs in support of the Navy, Army, Air Force, and Special Operations Command. The MK18 MOD0 electric blasting cap is initiated by an electric source such as a blasting machine or battery and is used in multiple explosives. The MK20 MOD2 electric squib is a stand-alone device used to ignite smokeless powder and pyrotechnic compositions used in electric demolition operations. Work will be performed in Spooner, Wisconsin, and is expected to be completed by April 2024. Fiscal 2018 and Fiscal 2019 procurement of ammunition (Air Force, Army, Navy, and Marine Corps) funding in the amount of $3,048,863 will be obligated at the 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 Surface Warfare Center, Crane Division, Crane, Indiana is the contracting activity (N00164-19-D-JR66). AIR FORCE UES Inc., Dayton, Ohio (FA8650-19-D-2904); and University of Dayton Research Institute, Dayton, Ohio (FA8650-19-D-2905), have been awarded a not-to-exceed $99,000,000 indefinite-delivery/indefinite-quantity contract for scientific research. This contract provides for scientific exploration for the discovery and/or advancement of power, energy, thermal, integration and control (PETIC) technologies in order to develop enabling materials, processes, devices, modeling and simulation for advanced high performance military weapon systems and emerging applications. Work will be performed at the Air Force Research Laboratory Wright Research Site, Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 21, 2024. This contract is the result of a competitive acquisition and two offers were received. Fiscal 2019 research and development funds in the amount of $4,341,500 are being obligated on task orders at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the DEFENSE LOGISTICS AGENCY Raytheon Co., McKinney, Texas, has been awarded a maximum $36,739,122 firm-fixed-price delivery order (SPRPA1-19-F-CB04) against a five-year basic ordering agreement (SPRPA1-19-G-CB01) with no option periods for aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. Location of performance is Texas, with a Sept. 30, 2022, performance completion date. Using customer is Navy. Type of appropriation is fiscal 2019 through 2022 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Serco Inc., Reston, Virginia, has been awarded a maximum $21,113,749 modification (P00011) exercising the second one-year option period of a one-year base contract (SP3300-17-C-5003) with four one-year option periods for chemical management services. This is a firm-fixed-price contract with cost-reimbursement and cost-plus-fixed-fee line items. Locations of performance are Virginia, North Carolina, Florida, and California with a May 15, 2020, performance completion date. Using customer is Defense Logistics Agency Aviation. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. United Technologies Corp., doing business as Pratt & Whitney Military Engines Division, East Hartford, Connecticut, has been awarded a maximum $9,048,256 firm-fixed price contract for TF-33 aircraft engine first stage turbine blades. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, six-month contract with no option periods. Location of performance is Connecticut, with an Oct. 29, 2021, 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, Oklahoma City, Oklahoma (SPRTA1-19-F-0249). Safety Kleen Systems Inc., Richardson, Texas, has been awarded a maximum $8,334,836 firm-fixed-price, indefinite-quantity contract for engine lubricating oil. This was a competitive acquisition with one offer received. This is a one-year base contract with four one-year option periods. Locations of performance are Louisiana and California, with a May 12, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-19-D-0023). DEFENSE INFORMATION SYSTEMS AGENCY DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a sole-source, firm-fixed-price delivery order (HC1084-19-F-0145) with a face value and approximate total contract value of $28,600,000, under contract NNG15SC08B on the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement contract vehicle for additional Army installation kits and spares in support of the Army Program Executive Office Command, Control, and Communications-Tactical Project Manager, Mission Command. This action is funded by fiscal 2019 procurement funds. Performance is throughout the continental U.S. The contract period of performance is 12 months. The DISA/Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. ARMY Stanton Engineering Services LLC,* Columbia, Missouri, was awarded a $9,000,000 firm-fixed-price contract for architect and engineering fire protection support services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 13, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0026). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1846374/source/GovDelivery/

  • Army signs $87 million deal for latest tank killer

    October 16, 2020 | International, Land, Security

    Army signs $87 million deal for latest tank killer

    Mike Glenn The Army signed an $87 million deal with Saab to arm its soldiers with the latest version of the Swedish manufacturing company's powerful 84mm bunker-busting, Carl-Gustaf anti-tank weapon. The seven-year contract calls for Saab to provide an indefinite number of the shoulder-fired weapons, designated as M3E1, to the military. They will be used by the Army, Marine Corps and elements of U.S. Special Operations Command, company officials said. “The lightweight and effective recoilless rifle ensures readiness on the modern battlefield with multi-role capabilities through a wide array of munitions,” Erik Smith, president and CEO of Saab in the U.S., said in a statement. The latest version of the Carl-Gustaf is 28 percent lighter than its predecessor. The system has been popular with U.S. troops as a combined anti-tank, anti-personnel weapon system since it was first fielded in the late 1980s. The Army decided it would acquire the latest version in 2018. https://www.washingtontimes.com/news/2020/oct/15/army-signs-87-million-deal-latest-tank-killer/

  • US Air Force awards ABMS contracts to another 24 vendors

    November 6, 2020 | International, Aerospace

    US Air Force awards ABMS contracts to another 24 vendors

    Andrew Eversden WASHINGTON — The U.S. Air Force has awarded 24 companies new contracts for its Advanced Battle Management System, according to a Nov. 4 contract announcement from the Pentagon. The contracts, which have a ceiling of $950 million each, will help the Air Force build out ABMS, its platform behind the Joint All-Domain Command and Control concept, which seeks to connect sensors to shooters across domains. The contracts have a performance period of five years with a $1,000 minimum. Under the contracts, the companies will “compete for future efforts associated with the maturation, demonstration and proliferation of capability across platforms and domains, leveraging open systems design, modern software and algorithm development in order to enable Joint All Domain Command and Control,” the contract announcement reads. The 24 companies are Altamira Technologies Corp., Amergint Technologies Inc., Carahsoft Technology Corp., Geosite Inc., Lyteworx Automation Systems LLC, MarkLogic Corp., Rebellion Defense Inc., Rhombus Power Inc., Soar Technology Inc., Vidrovr Inc, Advanced Simulation Research Inc., Borsight Inc., Datanchor Inc., Digital Mobilizations Inc., EFW Inc., F9 Teams Inc., Hewlett Packard Enterprise Co., Infinity Labs LLC, Radiant Mission Solutions Inc. Microsoft Corp., Ortman Consulting LLC, Peraton Inc., R2 Space Inc. and Sierra Nevada Corp. “This creative contract strategy is needed to support the agile and fast-paced nature of this program. These Indefinite Delivery/Indefinite Quantity (IDIQ) contracts provide each vendor the opportunity to receive anywhere from $1,000 to $950 million total over the next five years for work in up to seven different ABMS product categories,” Air Force spokesperson Capt. Clay Lancaster said in a statement. 70 companies have now received ABMS contracts. The Air Force awarded two other rounds of awards in the last few months, with 28 companies receiving identical awards in late May and 18 more getting added in July. The awards steam from a Broad Agency Announcement the service released in February. “This ID/IQ is part of a multi-prong innovative ABMS ‘contract lattice' strategy to enable an agile DevOps approach to software and hardware development — to include four month onramps with Combatant Commanders — that is necessary to deliver needed capabilities to the warfighter faster and more effectively in support of the National Defense Strategy,” Lancaster said. After the last round of awards, Lancaster told C4ISRNET that the awards were meant to establish a line of companies that can respond to future ABMS solicitations. He added that after awards are made to vendors, the service will have more technical discussions with the vendors before releasing more “focused” solicitations that will be open to vendors who received IDIQ contracts. Vendors will then respond to the solicitations with their proposals and task orders will be awarded. “These contracts provide for the development and operation of systems as a unified force across all domains (air, land, sea, space, cyber and electromagnetic spectrum) in an open architecture family of systems that enables capabilities via multiple integrated platforms,” the contract announcement reads. The Air Force has requested $3.3 billion in funding for ABMS, so it's unlikely the $950 million ceilings on the contracts would be reached. The announcement doesn't list specifically what capabilities each company will provide. Initial deliver orders will be funded with fiscal 2020 research, development, test and evaluation funds. Work is expected to be completed in May 2025. The third round of contract announcements are another step forward on the services' march toward joint warfighting. The Army and Air Force recently agreed to collaborate over the next two years to develop what they are calling Combined Joint All-Domain Command and Control. Next year, the Army plans to integrate ABMS into its Project Convergence, the Army's effort to connect sensors to shooters. https://www.c4isrnet.com/battlefield-tech/it-networks/2020/11/05/us-air-force-awards-abms-contracts-to-another-24-vendors

All news