7 mars 2022 | International, Aérospatial, Sécurité

Aéronautique-défense-sécurité : brutal retour en force du secteur

Sur fond de guerre, les valeurs militaires retrouvent l’intérêt des investisseurs.

https://www.lerevenu.com/bourse/aeronautique-defense-securite-brutal-retour-en-force-du-secteur

Sur le même sujet

  • Contract Awards by US Department of Defense - February 07, 2020

    10 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - February 07, 2020

    AIR FORCE Honeywell Inc., Clearwater, Florida, has been awarded an indefinite-delivery/indefinite-quantity contract with estimated ceiling of $3,517,000,000 for Embedded GPS Inertial Navigation System Modernization (EGI/EGI-M) follow-on production and sustainment. This contract provides production, sustainment and engineering technical services in support of the EGI/EGI-M system. Work will be performed in Clearwater, Florida, and is expected to be completed by Dec. 31, 2035. This contract will allow foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2020 procurement funds in the amount of $1,635,018 are being obligated for the first order of EGIs for the F-15 aircraft. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8576-20-D-0001). Engility Corp., Andover, Massachusetts, has been awarded a $655,000,000 firm-fixed-price, cost reimbursable indefinite-delivery/indefinite-quantity contract for services supporting the Space and Missile Systems Center Development Corps Innovation & Prototype Operations at Kirtland Air Force Base, New Mexico. This contract provides engineering, development, integration, and sustainment services supporting the current Ground System Enterprise throughout its evolution, including the transition to and buildout of Enterprise Ground Services. Work will be performed at Kirtland Air Force Base, New Mexico; and Schriever Air Force Base, Colorado, and is expected to be complete by July 2, 2027. This award is the result of a competitive acquisition with five proposals received. The Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity (FA8818-20-D-0009). Highlight Technologies LLC, Fairfax, Virginia, has been awarded a $7,708,136 hybrid firm-fixed-price, time and materials modification (P00004) to previously-awarded contract FA8730-19-F-0176 for the Kessel Run Enterprise Services Software Environment for Kessel Run Experimentation Labs. This modification provides the software environment management services for the Kessel Run Experimentation Labs and brings the total cumulative face value of the contract to $14,502,143. Work will be performed in Boston, Massachusetts, and is expected to be complete by Aug. 14, 2020. Fiscal 2020 operations and maintenance funds in the amount of $2,483,737 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $347,714,510 modification to a previously-awarded fixed-price-incentive-firm-target advance acquisition contract (N00019-20-C-0009). This modification procures long lead materials, parts, components and support necessary to maintain on-time production and delivery of 43 lot 15 F-35 aircraft for non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (30%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); Nagoya, Japan (5%); and Baltimore, Maryland (5%), and is expected to be completed in December 2023. Non-DoD participant funds in the amount of $204,964,510; and FMS funds in the amount of $142,750,000, 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. WSP USA Inc., Federal Way, Washington, is awarded a $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for waterfront projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operations. Initial task order is being awarded at $5,900,965 for multi-mission dry dock alternatives feasibility and engineering study in support of environmental impact statement development, Naval Base Kitsap and Puget Sound Naval Shipyard. The work to be performed provides for an interdisciplinary team to furnish engineering and design services for waterfront projects at various locations predominantly serviced by NAVFAC NW. The design and engineering services will require expertise in architectural, mechanical, electrical, civil, structural, geotechnical, corrosion control, coastal, naval architect, fire protection, survey, cost and environmental disciplines as it pertains to Department of Defense facilities and systems. Work for this task order is expected to be completed by March 2021. All work on this contract will be performed in Washington state (90%); Alaska (1%); Idaho (1%); Iowa (1%); Minnesota (1%); Montana (1%); Nebraska (1%); Oregon (1%); North Dakota (1%); South Dakota (1%); and Wyoming (1%). The term of the contract is not to exceed 60 months with an expected completion date of January 2025. Fiscal 2020 operations and maintenance, Navy (O&M,N) contract funds in the amount of $5,900,965 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the Federal Business Opportunities website with four proposals received. NAVFAC NW, Silverdale, Washington, is the contracting activity (N44255-20-D-0001). Electric Boat Corp., Groton, Connecticut, is awarded a $38,204,181 cost-plus-fixed-fee modification to a previously-awarded contract N00024-12-C-2115 to exercise options to procure onboard repair parts for Virginia class attack submarines Pre Commissioning Unit (PCU) Arkansas (SSN 800) and PCU Utah (SSN 801). Work will be performed in Groton, Connecticut, and is expected to be completed by February 2023 for PCU Arkansas and August 2023 for PCU Utah. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $9,797,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole-source award is 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. BAE Systems Platforms & Services, Minneapolis, Minnesota, is awarded a $19,187,652 fixed-price-incentive (firm target) modification to previously-awarded contract N00024-15-C-4103 for long lead time materials in support of the Virginia class attack submarines (SSN 804) and (SSN 805) propulsor components. This modification provides the required long lead time materials needed for the fixed components in support of the SSN 804 and SSN 805 Virginia class submarine propulsor. Work will be performed in Louisville, Kentucky (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by February 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $19,187,652 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 Bay, Pennsylvania, is awarded $15,792,900 for a firm-fixed-price modification with reimbursable elements to a previously-awarded contract N32205-17-C-3502. This modification provides for the second one-year option for one U.S.-flagged vessel in support of the Department of Defense Logistics Agency Energy aboard the Motor Vessel Evergreen State. Work will be performed worldwide, and is expected to be completed, if all options are exercised by Jan. 8, 2023. This contract includes a one-year firm period of performance, three one-year option periods and one 11-month option period. Working capital funds (Navy) in the amount of $10,140,250 for fiscal 2020; and $5,652,650 for fiscal 2021, are obligated and will not expire. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $12,941,188 firm-fixed-price delivery order under previously-awarded basic ordering agreement N00024-19-G-5107 for shipboard and shore-based spare parts. This order covers installation and checkout, coordinated shipboard allowance list and coordinated shore-based material/maintenance allowance list spares. Work will be performed in Andover, Massachusetts (86%); Marlborough, Massachusetts (9%); and Chesapeake, Virginia (5%), and is expected to be completed by March 2022. This contract involves foreign military sales to the Republic of Korea (51%); and government of Japan (49%). Foreign Military Sales funding in the amount of $12,941,188 will be obligated at the time of award. This order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1), this order was not competitively procured (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-F-5108). POWER Engineers Inc., Hailey, Idaho, is awarded a $10,493,283 firm-fixed-price task order N62742-20-F-0306 modification P00003 under an indefinite-delivery/indefinite-quantity contract for various electrical engineering projects and related services at various locations in the Naval Facilities Engineering Command (NAVFAC) Pacific area of operations. The work to be performed provides design and engineering services to prepare a design-bid-build construction package consisting of full plans, specifications, detailed cost estimate and other services as required to construct a new multi-story operations center to replace Building 112. Also included are two new single-story warehouses at U. S. Naval Computer and Telecommunications Station Finegayan and at United States Naval Base Guam (U.S. NBG); an underground pathway and ducting to support a 23-mile 288-strand fiber optic cable between Andersen Air Force Base and U.S. NBG. Work will be performed in Dededo, Guam, and is expected to be completed by November 2020. Fiscal 2019 military construction (planning and design) contract funds in the amount of $10,493,283 are obligated on this award and will not expire at the end of the current fiscal year. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-16-D-0002). CORRECTION: A contract action announced on Feb. 6, 2020, to Electric Boat Corp., Groton, Connecticut, for $7,598,226 should have identified a definitized contract action to previously-awarded contract N00024-16-C-2111, not “undefinitized.” All other information in the announcement is correct. ARMY L3 Technologies Inc., Muskegon, Michigan, was awarded a $59,056,763 contract for 235 eHydro-Mechanically Propelled Operational Reliability [THOR] II Transmission 800s in a mix of both new and remanufactured configurations. Bids were solicited via the internet with one received. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2021. Fiscal 2020 Army working capital funds in the amount of $59,037,500 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-15-C-0119). EA-SCF JV,* Hunt Valley, Maryland, was awarded a $45,000,000 firm-fixed-price contract for environmental services at Fort Belvoir. 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 Feb. 6, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0014). Dyncorp International LLC, Fort Worth, Texas, was awarded an $11,361,712 modification (P00028) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed at Fort Campbell, Kentucky; Fort Bragg, North Carolina; Bangor, Maine; and Kuwait, with an estimated completion date of Sept. 30, 2020. Fiscal 2020 aircraft procurement, Army; and operations and maintenance, Army funds in the amount of $11,361,712 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity. Escal Institute of Advanced Technologies Inc., North Bethesda, Maryland, was awarded a $9,258,000 modification (P00001) to contract W911S0-19-D-0009 to provide industry standard, nationally recognized training and certifications to verify and validate student proficiency in cybersecurity roles as defined in the Joint Cyberspace Training and Certification Standards Concept of Operations. 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 Feb. 5, 2021. Fort Gordon, Georgia, is the contracting activity. DEFENSE LOGISTICS AGENCY Otis Products Inc.,* Lyons Falls, New York, has been awarded a maximum $33,688,736 firm-fixed-price contract for gun cleaning kits. This was a competitive acquisition with two offers received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with a Feb. 6, 2023, performance completion date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0076). UPDATE: Atlantic Diving Supply Inc., doing businesses as ADS Inc., Virginia Beach, Virginia (SPE8EC-20-D-0051), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0010 announced May 31, 2017. UPDATE: Truck Country of Wisconsin Inc., De Forest, Wisconsin (SPE8EC-20-D-0053), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0008 announced April 20, 2017. UPDATE: Wright & Wright Machinery Co., Inc.,** Monticello, Kentucky (SPE8EC-20-D-0054), has been added as an awardee to the multiple-award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016. *Small business **Veteran-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2078385/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 26, 2021

    27 janvier 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 26, 2021

    NAVY BAE Systems Information and Electronic Systems, Nashua, New Hampshire, is awarded an $81,348,624 firm-fixed-price modification (P00005) to previously awarded contract N00019-19-C-0001. This modification exercises an option to procure 1,512 radio frequency countermeasures for Lot 12 of F-35 Joint Strike Fighter aircraft in support of non-U.S. Department of Defense participants, Foreign Military Sales (FMS) customers and for the Navy. Work will be performed in Nashua, New Hampshire (74%); Landenberg, Pennsylvania (7%); Topsfield, Massachusetts (2.5%); Industry, California (1.6%); Hamilton, New Jersey (1.5%); Carson, California (1.3%); Dover, New Hampshire (1.1%); Londonderry, New Hampshire (1%); Chartley, Massachusetts (1%); and various locations within the continental U.S. (9%), and is expected to be completed in March 2024. Fiscal 2021 procurement of ammunition (Navy and Marine Corps) funds in the amount of $27,761,832; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $26,040,168; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $15,925,392; and FMS funds in the amount of $11,621,232 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $64,121,341 modification (P00013) to firm-fixed-price order N00019-20-F-0571 against previously issued basic ordering agreement N00019-19-G-0008. This modification exercises options for the procurement of Digital Channelized Receiver/Techniques Generator and Tuner Insertion program technology to upgrade F-35 Joint Strike Fighter aircraft with Digital Tuner Insertion Program electronic warfare racks and high efficiency low voltage power supply. These upgrades will enable for future upgrades to Lot 15 Block 4 configuration, including Technical Refresh Three for the Air Force and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2025. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $57,865,601; and non-DOD participant funds in the amount of $6,255,740 will be obligated at the 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. Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $19,950,844 modification to previously awarded firm-fixed-price contract N00039-16-C-0050 to produce, test and deliver fully integrated Navy Multiband Terminals (NMT). NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. The total cumulative face value of the contract is $557,882,121. Work will be performed at Largo, Florida (54%); South Deerfield, Massachusetts (25%); Stow, Massachusetts (13%); and Marlborough, Massachusetts (8%), with an expected completion date of May 2022. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $19,950,844 will be obligated at the time of award and will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Jacobs Government Services Co., Alexandria, Virginia, is awarded a $15,000,000 firm-fixed-price modification to exercise an option under previously awarded contract N40080-17-D-0018 for architectural/engineering design services within the Naval Facilities Engineering Systems Command, Washington, D.C., area of responsibility. Award of this option brings the total cumulative contract value to $90,000,000. Work will be performed at various administrative facilities located within, but not limited to, Maryland; Washington, District of Columbia; and Virginia, and is expected to be completed by December 2021. No funds will be obligated at time of award. Task orders under this award will be primarily funded by fiscal 2021 operation and maintenance (Navy); fiscal 2021 operation and maintenance (Marine Corps); and fiscal 2021 Navy working capital funds. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity. Laurel Technologies Partnership, Johnstown, Pennsylvania, is awarded an $11,044,416 firm-fixed-price modification to previously awarded contract N63394-20-C-0008 to exercise options for Programmable Power Supply MK 179 Mod 0 production units in support of the Vertical Launch System (VLS). This option exercise is for the manufacture, assembly, test and delivery of additional production units of the VLS Programmable Power Supply MK 179 Mod 0. The VLS provides area and self-defense, anti-air warfare capabilities, counter-air and land attack cruise missile defense and surface and subsurface warfare capabilities. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by March 2022. Fiscal 2021 defense-wide procurement funding in the amount of $11,044,416 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. AIR FORCE Sierra Nevada Corp., Sparks, Nevada, has been awarded a $29,791,307 firm-fixed-price and cost-reimbursement-no-fee order modification (P00002) to contract FA8509-20-F-0014 for the MC-130J Airborne Mission Networking program low rate initial production. This order provides for the procurement of production kits, spares and weapon system trainer support. Work will be performed in Centennial, Colorado, and is expected to be completed Jan. 19, 2023. Fiscal 2021 U.S. Southern Command other procurement funds in the amount of $5,522,844; fiscal 2021 Air Force other procurement funds in the amount of $6,564,225; fiscal 2020 Air Force other procurement funds in the amount of $6,937,237; and fiscal 2019 other procurement funds in the amount of $10,767,001, are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Collins Aerospace, Cedar Rapids, Iowa, has been awarded an estimated $27,000,000 firm-fixed-price contract for KC-135 Aero-I satellite communications replacement. This contract provides to identify, develop, integrate and test a commercial off the shelf Iridium Satellite Communication system to replace the current C/KC-135 International Marine/Maritime Satellite system. Work will be performed in Cedar Rapids, Iowa; and Tinker Air Force Base, Oklahoma, and is expected to be completed July 31, 2026. This contract involves optional Foreign Military Sales to Turkey and France. This award is the result of a competitive acquisition and seven offers received. Fiscal 2020 aircraft procurement funds in the amount of $3,800,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8105-21-D-0002). AAR Allen Service Inc., doing business as AAR Aircraft Component, Garden City, New York, has been awarded a $9,188,386 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-16 accessory drive gearbox (ADG) and jet fuel starter (JFS) repairs. This contract provides for the repair of both ADG and JFS, which are utilized in the secondary power system of the F-16 C/D aircraft. Work will be performed in Garden City, New York, and is expected to be completed by Jan. 26, 2026. This award is the result of a competitive acquisition and three offers were received. Defense working capital funds, a no year appropriation, in the amount of $1,498,440 are being obligated on the initial order. The Air Force Material Command, Hill Air Force Base, Utah, is the contracting activity (FA8251-21-D-0005). DEFENSE LOGISTICS AGENCY Genesis Vision,* doing business as Rochester Optical, Rochester, New York, has been awarded a maximum $29,700,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for optical lenses. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with a Jan. 25, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0015). ARMY Sikorsky Aircraft Cor., Stratford, Connecticut, was awarded a $26,009,930 modification (P00165) to contract W58RGZ-17-C-0009 to exercise an option for two Army Black Hawk Exchange and Sales Team UH-60M aircraft. Work will be performed in Stratford, Connecticut, with an estimated completion date of Nov. 30, 2021. Fiscal 2021 aircraft procurement (Army) funds in the amount of $26,009,930 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AITC-Five Domains JV LLC, Winter Springs, Florida, was awarded a $19,803,618 firm-fixed-price contract to provide train, advise, assist and mentor services for the Kingdom of Saudi Arabia. Bids were solicited via the internet with one received. Work will be performed in Riyadh, Saudi Arabia, with an estimated completion date of Aug. 31, 2022. Fiscal 2021 Foreign Military Sales (Saudi Arabia) funds in the amount of $19,803,618 were obligated at the time of the award. The U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-21-C-0009). Perspecta Enterprise Solutions LLC, Herndon, Virginia, was awarded a $15,304,502 firm-fixed-price contract for an eight-month bridge to continue support to integrate, sustain, modernize and protect the information technology (IT) architecture, infrastructure and associated IT services of Human Resource Command. Bids were solicited via the internet with one received. Work will be performed in Fort Knox, Kentucky, with an estimated completion date of June 26, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $7,427,207 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J21C2001). Eastman Aggregate Enterprises LLC, Lake Worth, Florida, was awarded a $14,040,069 firm-fixed-price contract for the Beach Erosion Control and Hurricane Protection Project beach renourishment. Bids were solicited via the internet with eight received. Work will be performed in Sunny Isles Beach, Florida, with an estimated completion date of Jan. 27, 2022. Fiscal 2018 civil construction funds in the amount of $14,040,069 were obligated at the time of the award. The U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-21-C-0006). Poseidon Barge Ltd., Berne, Indiana, was awarded an $8,379,000 modification (P00002) to contract W912BU-19-P-0051 for the purchase of and modification to the structure of pontoons. Work will be performed in Berne, Indiana, with an estimated completion date of May 26, 2022. Fiscal 2019 revolving funds in the amount of $8,379,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2483503/source/GovDelivery/

  • E-2D Hawkeye : venir moderniser les moyens de la Marine Nationale

    2 décembre 2020 | International, Aérospatial, Naval

    E-2D Hawkeye : venir moderniser les moyens de la Marine Nationale

    La DGA a annoncé une commande de trois avions de guet aérien embarqué E-2D Hawkeye à destination de la Marine Nationale. Ils viendront embarquer sur le PANG. Foreign Military Sale. Le Ministère des Armées a rapporté le 20 novembre que la Marine serait prochainement dotée d'avions de guet aérien embarqué E-2D Hawkeye, en remplacement des E-2C actuellement en service. Ce contrat, qui prend la forme d'une FMS, a été formalisé le 4 novembre entre les armées françaises et le gouvernement américain. Prévu depuis plusieurs années, cette commande était inscrite au sein de la LPM 2019-2025 et fait suite à une longue réflexion menée par la Marine nationale, accompagnée par la DGA. Les premières livraisons sont attendues dès 2028. Le retrait du service des E-2C sera corrélé à l'arrivée des E-2D. Moderniser la flotte. Les E-2D Hawkeye, de Northrop Grumman, viendront moderniser la flotte d'aéronefs de la Marine nationale et permettront de remplacer les E-2C Kawkeye, actuellement en service. De par les développements technologiques apportés par ce nouvel appareil, le MinArm parle de « saut de génération ». « Son radar à antenne active, son cockpit et ses liaisons de données sont notamment améliorées et il peut également être ravitaillé en vol », souligne ainsi le Ministère des Armées. Les E-2D seront dotés du radar AN/APY-9 à antenne électronique active, une technologie permettant d'accroître les capacités de détection de l'appareil. Par ailleurs, afin de procéder à une évaluation de la situation maritime, les E-2D emporteront un calculateur, directement développé en France par le SIAé. Enfin, la Marine nationale nous précise que « le système de communication est entièrement modernisé, ainsi que le système de pilotage avec glass-cockpit ». Porte-avions. Tout comme les E-2C qu'ils viendront remplacer, les E-2D Hawkeye seront opérés par la flottille 4F, depuis la base aéronautique navale de Lann-Bihoué. Et tout comme leurs prédécesseurs ils pourront être embarqués sur le porte-avions Charles de Gaulle ainsi que sur le PANG (porte-avions de nouvelle génération). Les travaux d'intégration ont débuté dans ce sens. « Leurs caractéristiques sont d'ores et déjà prises en compte dans la conception du futur porte-avions français. Ils seront donc nativement compatibles », nous explique la Marine, interrogée à ce sujet. MCO. Outre l'acquisition des trois E-2D Hawkeye, la FMS passée avec le gouvernement américain et Northrop Grumman comprend un volet soutien. L'industriel américain sera ainsi en charge de la maintenance des appareils sur les deux premières années. Par la suite, la DMAé prendra le relai et notifiera un nouveau contrat de soutien. Le SIAé s'occupera alors de la cellule et des équipements depuis Cuers et des moteurs depuis Bordeaux. Le montant total du contrat s'élève à 1,850 Md€. Il inclut ainsi « l'acquisition des trois E-2D Francisés, un système d'entraînement et un système de soutien, ainsi que le soutien sur deux années », nous détaille la Marine. https://www.air-cosmos.com/article/e-2d-hawkeye-venir-moderniser-les-moyens-de-la-marine-nationale-23924

Toutes les nouvelles