24 septembre 2021 | International, Naval

Affaire des sous-marins australiens : Florence Parly et Pierre-Eric Pommellet s’expriment dans la presse

DÉFENSE

Affaire des sous-marins australiens : Florence Parly et Pierre-Eric Pommellet s'expriment dans la presse

Florence Parly, ministre des Armées, accorde un entretien au journal Le Monde. Elle estime que l'affaire de l'annulation du contrat des sous-marins australiens doit pousser l'Europe à s'organiser pour défendre ses intérêts dans le monde. « Les Européens sont capables de déterminer ensemble où se trouvent leurs intérêts. Ils ont compris désormais qu'ils devaient être capables de les défendre partout où ils se trouvent, en se projetant, aussi, bien au-delà des limites de l'Union européenne (UE). C'est un travail que nous allons poursuivre, qui participe directement à la construction de l'Europe de la défense. L'Europe a une opportunité unique de s'affirmer en tant que puissance sur le plan stratégique », souligne-t-elle notamment, indiquant que ce sera l'objectif du premier Livre blanc, la « boussole stratégique », qui sera adopté sous la présidence française de l'UE en 2022. Le PDG de Naval Group, Pierre-Eric Pommellet, est quant à lui revenu, dans un entretien au Figaro, sur les conséquences de la crise pour le groupe. « C'est un choc surmontable mais inédit par la méthode. Très peu d'entreprises ont vécu un scénario aussi violent », souligne-t-il. « 90% de notre activité est réalisée avec nos autres clients », insiste-t-il toutefois : la Marine française, l'Inde, le Brésil, l'Égypte, ou encore la Belgique et les Pays-Bas, notamment. « L'avenir de Naval Group est porté par ses commandes françaises et internationales. Nous avons un carnet de commandes solide avec 5 SNA de classe Barracuda, 4 SNLE de 3e génération, des frégates ainsi que le porte-avions de nouvelle génération », indique le dirigeant.

Le Figaro du 23 septembre et Le Monde du 24 septembre


Sur le même sujet

  • The US Navy’s modernization rush must not harm mine countermeasures

    11 mai 2020 | International, Naval

    The US Navy’s modernization rush must not harm mine countermeasures

    By: Rep. Rob Wittman As the world continues to grapple with the COVID-19 pandemic, we are reminded that even in a time of unprecedented technological growth and development, simple and primitive threats have the ability to radically alter our way of life. In spite of astonishing medical advancements, some threats, unfortunately, remain timeless. Many people have drawn comparisons between the current coronvirus pandemic and the Spanish flu pandemic of 1918. The Spanish flu was caused by an H1N1 virus that was first identified in the United States in military personnel in the spring of 1918. It would eventually infect one-third of the global population, killing approximately 675,000 people in the United States and an estimated 50 million people worldwide. All of this was happening in the midst of the “war to end all wars” — World War I. While the homeland was battling the flu pandemic, the U.S. Navy was battling the U-boat threat in the Atlantic. In World War I, German submarines sank almost 5,000 ships, most of them merchant vessels. To help counter the U-boat threat, the United States and the United Kingdom embarked on an unprecedented and ambitious project: the construction of the North Sea Mine Barrage — a 230-mile-long underwater barrier of sea mines stretching from Aberdeen, Scotland, to Ekersund, Norway. The effort was a marvel of modern manufacturing, producing 1,000 sea mines every day. Over five months, the allies eventually laid over 70,000 sea mines, helping to contain the U-boat threat and protect allied shipping. As a second wave of the flu pandemic raged across the globe, World War I finally came to an end in November 1918. The American and British navies now had the task of cleaning up 70,000 live sea mines in the unforgiving North Sea. These primitive mines were anchored to the bottom of the sea, and the U.S. and U.K. had the advantage of knowing precisely where they were located because they had laid them. Despite those advantages, it took 82 ships and over 4,000 men — 10 times the assets that were required to lay the mines — to clean up the North Sea Mine Barrage. After almost a year of mine-clearing efforts, the operation was declared complete. Navy studies would later reveal that only approximately 40 percent of the American mines had actually been cleared, and mines continued to wash ashore for years after the end of the war. Fast forward a century and sea mines have proliferated around the world. Since the end World War II, sea mines have damaged or sunk four times as many U.S. Navy ships as any other method of attack. U.S. adversaries have paid attention. Russia was a pioneer in mine warfare and is estimated to have as many as 250,000 sea mines in its inventory. China is not far behind, with an inventory of around 100,000, including some of the world's most advanced mines. China has hundreds of mine-capable ships and aircraft, and could deploy thousands of mines a day during a conflict. To counter the mine threat, the U.S. Navy relies on 11 wooden-hulled Avenger-class mine countermeasures ships, 31 MH-53E Sea Dragon helicopters and a handful of explosive ordnance disposal platoons. The Navy wants to retire both the Avengers and Sea Dragons by 2025, while efforts to field any replacement capability have continued to falter. While the U.S. Navy has focused its research and funding on countering emerging threats such as advanced radars and hypersonic missiles, a time-tested threat waits patiently in the waters around the globe; and if we ignore the lessons of history, a centuries-old technology could lead to our defeat. Mine warfare, like public health, is an area that rarely attracts attention or significant investment until a crisis emerges. We should not wait until American lives are in peril before we take action. We need to change course immediately. First, the Navy must maintain its existing mine countermeasures forces until a credible replacement is fielded. Second, the Navy must make a significant investment to recapitalize the mine countermeasures force both in time and quantity to deliver a credible force. Unfortunately, the Navy has spent billions of dollars and wasted precious years pursuing a mine countermeasure module program that, even if it worked as advertised, would have neither the capability nor the capacity to effectively counter an enemy mine threat anticipated in our National Defense Strategy. Whether it's a pandemic or a proliferated naval threat, our citizens expect the United States to respond effectively, and we must make the necessary investments to counter the threats to our nation and our Navy. https://www.defensenews.com/opinion/commentary/2020/05/08/the-us-navys-modernization-rush-must-not-harm-mine-countermeasures/

  • Important next step in the M Frigate Project

    26 juin 2020 | International, Naval

    Important next step in the M Frigate Project

    June 25, 2020 - On Wednesday 24 June, the Dutch Ministry of Defense took an essential step in the replacement of the current M frigates of the Netherlands and Belgian Navies. The B-letter was sent to the Dutch Lower House, marking the completion of the investigation phase, with a design that meets the requirements of both the Defense and NATO. Damen, Thales and a whole chain of companies involved in naval shipbuilding in the Netherlands, are delighted with this next step. They are ready to start with the next phase of the project. Director Damen Schelde Naval Shipbuilding Hein van Ameijden: “This kind of launching customer projects are essential for the future of naval shipbuilding in the Netherlands. We are delighted that we can build the successor to the M frigates. Much more importantly, the men and women of the Royal Netherlands Navy will once again have an innovative ship at their disposal, to sail and fight with.” The main task of the frigates will be to fight submarines remotely. This will be performed by way of a new torpedo, to be deployed from the ship or by the NH90 helicopter onboard. This is one of the subjects stated in the letter that the Dutch Lower House received from State Secretary Barbara Visser. The current four M frigates of the Belgian and Dutch navies are at the end of their lifetime. In addition to submarine combat, the new frigates must be able to protect themselves and other units. They must be deployable worldwide for maritime combat and safety operations and assistance. This requires means of defence against threats from the air and enemy ships on and underwater. The frigate has room for a 110-man crew. For mission-specific personnel and their equipment, 40 extra beds and various spaces are available. The first ship is expected to be delivered in 2027. After that, operational effectiveness and safety of the ship will be tested. The Dutch Navy is expected to receive this first frigate in 2028 and the second one a year later. The Belgian frigates will be delivered no later than 2030. View source version on Damen Schelde Naval Shipbuilding: https://nlnavy.damen.com/important-next-step-in-the-m-frigate-project/

  • Contract Awards by US Department of Defense - mAY 8, 2019

    9 mai 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - mAY 8, 2019

    ARMY BFBC, Bozeman, Montana (W9126G-19-D-0018); Texas Sterling Construction Co., Houston, Texas (W9126G-19-D-0019); Bristol Construction Services LLC,* Anchorage, Alaska (W9126G-19-D-0023); Burgos Group LLC,* Albuquerque, New Mexico (W9126G-19-D-0026); Gibraltar-Caddell JV, Montgomery, Alabama (W9126G-19-D-0022); Fisher Sand & Gravel, Dickinson, North Dakota (W9126G-19-D-0027); Southwest Valley Constructors Co., Albuquerque, New Mexico (W9126G-19-D-0017); Randy Kinder Excavating Inc.,* Dexter, Missouri (W9126G-19-D-0024); Martin Brothers Construction,* Sacramento, California (W9126G-19-D-0028); SLSCO Ltd., Galveston, Texas (W9126G-19-D-0021); Posillico Civil Inc. Coastal Environmental Group Inc., Farmingdale, New York (W9126G-19-D-0020); and CJW JV, Santa Ana, California (W9126G-19-D-0025), will compete for each order of the $5,000,000,000 firm-fixed-price contract for design-build, design-bid-build horizontal construction task orders in support of the Department of Homeland Security San Diego, El Centro, Yuma and Tucson Border Patrol sectors, and the U.S. Army Corps of Engineers South-Western Division and South Pacific Division. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of May 7, 2024. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity. Science and Engineering Services LLC,* Huntsville, Alabama (W58RGZ-19-D-0045); Y-Tech Services Inc.,* Huntsville, Alabama (W58RGZ-19-D-0046); and Tyonek Worldwide Services Inc.,* Madison, Alabama (W58RGZ-19-D-0047), will compete for each order of the $2,440,000,000 hybrid (cost, cost-plus-fixed-fee, cost-plus-incentive-fee, and firm-fixed-price) contract to provide modifications to aviation systems. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 3, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ashridge Inc.,* St. Stephen, South Carolina, was awarded a $16,951,622 firm-fixed-price contract for the Savannah Harbor oysterbed revetment repair, rock along the shoreline to prevent erosion, repairing the boat dock, and repairing the barge dock. Bids were solicited via the internet with eight received. Work will be performed in Hardeeville, South Carolina, with an estimated completion date of Sept. 29, 2020. Fiscal 2018 civil works; and operations and maintenance, Army funds in the amount of $16,951,622 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-5003). Southeast Cherokee Construction Inc.,* Montgomery, Alabama, was awarded a $13,341,000 firm-fixed-price contract for Judge Advocate General School expansion. Bids were solicited via the internet with three received. Work will be performed in Montgomery, Alabama, with an estimated completion date of Nov. 20, 2020. Fiscal 2017 military construction funds in the amount of $13,341,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0017). NAVY ICF Inc. LLC, Fairfax, Virginia, is awarded a $330,714,321 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $802,045,896. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3409). Leidos Inc., Reston, Virginia, is being awarded a $304,326,147 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $741,278,402. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3410). Perspecta Engineering Inc., Chantilly, Virginia, is awarded a $303,565,184 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $739,941,512. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3415). Parsons Government Services Inc., Pasadena, California, is awarded a $293,786,547 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $710,979,159. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3412). BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $276,573,342 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $677,769,136. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3407). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $273,941,498 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $672,034,026. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3408). Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $273,242,902 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $673,172,297. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3411). Scientific Research Corp., Atlanta, Georgia, is awarded a $240,305,587 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $577,918,499. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3414). Science Applications International Corp., Reston, Virginia, is awarded a $234,743,621 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $569,177,650. All work will be performed in San Diego, California, and work is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3413). Raytheon Co., Largo, Florida, is awarded a $15,267,422 cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, and cost-only contract for design agent and engineering services efforts to support the Cooperative Engagement Capability (CEC). The CEC program provides a sensor network with integrated fire control capability that significantly improves strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract includes options which, if exercised, would bring the cumulative value of this contract to $279,340,117. Work will be performed in St. Petersburg, Florida (95 percent); and Largo, Florida (5 percent), and is expected to be complete by September 2022. If all options are exercised, work will continue through April 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $8,009,206 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 (N00024-19-C-5200). Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $15,264,314 for modification P00025 to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-14-C-0036). This modification increases the ceiling and period of performance of the contract. In addition, this modification increases the full-scale fatigue repair time on contract to achieve the required simulated flight hours. Work will be performed in El Segundo, California (59 percent); Melbourne, Florida (35 percent); and Bethpage, New York (6 percent), and is expected to be completed in May 2022. No funds will be obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. L3 Technologies Inc., doing business as L3 KEO, Northampton, Massachusetts, is awarded a $14,110,638 firm-fixed-price modification to previously awarded contract N00024-16-C-5366 for MK 20 MOD 1 Electro-Optical Sensor Systems, radar cross section kits, shock ring kits, engineering support services, and spares for both the Navy and Coast Guard. The MK 20 Electro-Optical Sensor System is a major component of the MK 34 Gun Weapon Systems employed by the DDG 51 class, CG 47 class and the Coast Guard's offshore patrol centers. The systems procured are required to support the Gun Weapon Systems by performing safety check-sighting, look-point-shoot, target ranges, identification of air and surface targets in support of anti-air warfare and anti-surface warfare. This contract modification includes options, which, if exercised, would bring the cumulative value of this contract to $79,453,206. Work will be performed in Northampton, Massachusetts, and is expected to be completed by August 2021. If all options are exercised, work will continue through November 2021. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $14,110,638 will be obligated at time of the 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. L3 Technologies Inc., Salt Lake City, Utah, is awarded $13,686,773 for modification P00004 to a previously awarded cost-plus-fixed-fee contract (N0001919C0014) to expand the analysis and design of the Next Generation Jammer Low Band (NGJ LB) controller, receiver, exciter, and power generation subsystems. In addition, this modification provides for NGJ LB technique development, incorporation of updated goals documents, and environmental testing of the transmitter group. Work will be performed in Salt Lake City, Utah (53 percent); Carlsbad, California (15 percent); Boulder, Colorado (14 percent); Stuart, Florida (14 percent); Guthrie, Oklahoma (2 percent); and Fullerton, California (2 percent), and is expected to be completed in June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $13,686,773 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. Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $13,517,069 modification (P00003) to a previously awarded cost-plus-fixed-fee contract (N0001919C0015) to expand the analysis and design of the Next Generation Jammer Low Band (NGJ LB) controller, receiver, exciter, and power generation subsystems. In addition, this modification provides for NGJ LB technique development, incorporation of updated goals documents, and environmental testing of the transmitter group. Work will be performed in Bethpage, New York (40 percent); Linthicum, Maryland (32 percent); North Amityville, New York (12 percent); Tempe, Arizona (12 percent); and Melville, New York (4 percent), and is expected to be completed in June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $13,517,069 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. Georgia Tech Research Corp., Atlanta, Georgia, is awarded an $8,138,096 cost reimbursement contract for development of vector sensors and arrays for deep and shallow water applications. Work will be performed at the contractor's facility in Atlanta, Georgia, and is expected to be completed March 31, 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $332,401 will be obligated at the time of award. No funds will expire at end of current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N00014-18-S-B001 for science and technology projects for advancement and improvement of Navy and Marine Corps operations. Proposals will be received throughout the year under the long range BAA; therefore, 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-2045). AIR FORCE M1 Support Services L.P., Denton, Texas, has been awarded a $23,342,767 firm-fixed-price modification (P00088) to previously awarded contract FA8106-13-C-0008 for C-21 sustainment. This modification provides for the exercise of Option Six, which includes maintenance and repair support of the C-21 fleet. Work will be performed at various locations worldwide, and is expected to be complete by May 31, 2020. This modification brings the total cumulative face value of the contract to $124,152,363. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY Arkansas Lighthouse for the Blind,** Little Rock, Arkansas, has been awarded a maximum $11,085,645 modification (P00015) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B019) with two-one-year option periods for flame resistant, operational camouflage pattern, intermediate weather outer layer jackets. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Location of performance is Arkansas, with an Oct. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1842189/source/GovDelivery/

Toutes les nouvelles