8 février 2024 | International, Terrestre

American Rheinmetall Vehicles and GM Defense deliver prototypes for first phase of U.S. Army’s Common Tactical Truck Program

The aim of the multi-phased program is to replace the Army’s family of heavy tactical trucks, with production of up to 40,000 trucks valued at up to $14 billion.

https://www.epicos.com/article/788890/american-rheinmetall-vehicles-and-gm-defense-deliver-prototypes-first-phase-us-armys

Sur le même sujet

  • TERMA to equip U.S Air Force A-10 aircraft with 3D-audio

    4 novembre 2019 | International, Aérospatial

    TERMA to equip U.S Air Force A-10 aircraft with 3D-audio

    Washington D.C.October 28, 2019 – Terma North America Inc. has been awarded a USD 60.0 million contract to equip A-10 from US Air National Guard (ANG), Air Force Reserve Command (AFRC) and Air Combat Command (ACC) with a Terma 3D-Audio/ANR system. With this program, the legacy Audio Management System will be replaced by the Terma Aircraft Audio Management System (AAMS), which includes our market leading 3D-Audio and noise reduction capabilities. Under this indefinite-delivery/indefinite-quantity contract Terma will engineer, integrate, produce, install, and support the 3D-Audio for Fairchild Republic A-10C Thunderbolt II ("Warthog") aircraft. The work under this contract which also covers qualification, full and complete aircraft integration, installation drawing updates, Technical Order (TO) updates, repair support, spares, and support equipment will be performed at facilities in USA and Denmark and is expected to be completed by 2024. “The days of pilots having to use foam earplugs is over. Our 3D-Audio is another example of how Terma delivers NexGen today. 3D-Audio contributes to our enduring mission at Terma to help ensure pilots' success and safe return. 3D-Audio is a major component of Terma's Enterprise solutions, which provide complete self-protection for aircraft and crew. Through innovation and timely performance, Terma is an industry leader that helps protect against ever increasing threats to US and allied aircraft.” says Steve Williams, President and CEO, Terma North America.” The 3D-Audio and Active Noise Reduction system was initially fielded in 2009 on Royal Danish Air Force F-16s and has been combat proven. The system provides enhancement of the pilot's situational awareness, survivability, and reduction of workload by presenting audio warnings/cues and radio messages in a full 360-degree spherical representation. This capability enables the pilot to get the dynamically updated warning tone/cue in the true direction of the threat and spatially separating radio communication for increased speech intelligibility. The system also provides Active Noise Reduction (ANR) and Electrical Noise Reduction (ENR) for reduced pilot stress and fatigue. The contract award was the fourth within a two-years period of time and it further solidifies Terma's advanced AAMS as the preferred audio-based communication and situational awareness solution globally. In December 2017 the Belgian Defence and the Royal Netherlands Air Force signed similar contracts with Terma for Aircraft Audio Management System which also includes the market leading 3D-Audio and noise reduction capabilities. In February 2018 US Air National Guard/Air Force Reserve awarded Terma North America a USDM 44.3 indefinite-delivery/indefinite-quantity contract for a 3D-Audio System for their F-16 aircraft. For further information about the Terma 3D-Audio/Active Noise Reduction solution, click here. Follow us on www.terma.com Instagram Twitter Linkedin Youtube Media contact: Kasper Rasmussen T:+45 2022 6091 E:kar@terma.com View source version on Terma: https://www.terma.com/press/news-2019/terma-to-equip-us-air-force-a-10-aircraft-with-3d-audio/

  • Contract Awards by US Department of Defense - December 10, 2018

    14 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 10, 2018

    DEFENSE LOGISTICS AGENCY Caterpillar Inc., Peoria, Illinois, has been awarded a maximum $118,172,545 fixed-price with economic-price-adjustment contract for commercial portable power equipment. Other contracts are expected to be awarded under this solicitation (SPE8EC-17-R-0010), and awardees will compete for a portion of the maximum dollar value. This was a competitive acquisition with seven offers received. This is a five-year contract with no option periods. Locations of performance are Indiana, Texas and the United Kingdom, with a Dec. 9, 2023, performance completion date. Using customers are Army Navy Air Force Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-19-D-0034). Honeywell International Inc., Tempe, Arizona, has been awarded a maximum $11,137,310 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for modulating valves. 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 five-year contract with no options periods. Location of performance is Arizona, with a Nov. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0035). (Awarded Dec. 6, 2018) The Boeing Co., St. Louis, Missouri, has been awarded a $7,957,022 cost-plus-fixed-fee delivery order (SPRPA1-19-F-0003), against a three-year, six-month contract (SPRPA1-14-D-002U), with no option periods for F-15 parts and engineering. This was a sole-source acquisition using justification 10 U.S. Code. 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Missouri, with a May 18, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2022 Defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. (Awarded Dec. 6, 2018) NAVY CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown & Root Services Inc., Arlington, Virginia (N62470-13-D-6021); URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022), are awarded an $86,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. The construction and related engineering services would respond to natural disasters humanitarian assistance conflict, or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. After award of this modification, the total cumulative contract value will be $886,000,000. Work will be performed worldwide and the term of the contract is not to exceed 68 months with an expected completion date of February 2019. No funds will be obligated at time of award, funds will be obligated on individual task orders as they are issued. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. PAE Applied Technologies LLC, Fort Worth, Texas, is awarded $72,000,552 for modification P00074 to a previously awarded cost-plus-fixed-fee contract (N00421-14-C-0038), to exercise an option for range engineering, operations and maintenance services in support of the Naval Air Warfare Center Aircraft Division, Atlantic Test Range, and the Atlantic Targets and Marine Operations Division. Services to be provided include system operations; laboratory and field testing; marine operations and target support; engineering; range sustainability; maintenance, data reduction, and analysis. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 2019. Fiscal 2019 working capital fund (Defense and Navy); and Major Range and Test Facility Base funds in the amount of $35,209,082 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. BAE Systems Hawaii Shipyards Inc., Honolulu, Hawaii, was awarded a $50,605,368 cost-plus-award-fee, cost-plus-incentive-fee contract modification to previously awarded contract (N00024-14-C-4412), for scheduled Extended Docking Selected Restricted Availability (EDSRA) on USS Hopper (DDG-70). The ship is homeported in Honolulu, Hawaii. The scheduled EDSRA is the opportunity in the ship's life cycle primarily to conduct repair and alteration to systems that will update and improve the ship's military and technical capabilities. This repair modification will include repair and alteration requirements. A focal point of the work is to support alteration installation team modernization packages. Work will be performed at Pearl Harbor, Hawaii, and is expected to be completed by July 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $25,302,684 will be obligated at time of award and funding in the amount of $25,138,776 will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Dec. 3, 2018) Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $49,885,708 for firm-fixed-price modification P00004 to a previously awarded advance acquisition contract (N00019-18-C-1037), for long-lead parts and associated support for the full rate production of two Lot 7 E-2D Advanced Hawkeye aircraft. Work will be performed in Syracuse, New York (29 percent); El Segundo, California (29 percent); Melbourne, Florida (14 percent); Rolling Meadows, Illinois (7 percent); Menlo Park, California (6 percent); Greenlawn, New York (4 percent); Owego, New York (2 percent); Indianapolis, Indiana (2 percent); Edgewood, New York (2 percent); Woodland Hills, California (2 percent); Marlborough, Massachusetts (1 percent); Independence, Ohio (1 percent); and various locations within the continental U.S. (1 percent), and is expected to be completed in December 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $49,885,708 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. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $44,665,555 cost-plus-fixed-fee contract modification to previously awarded contract (N00024-16-C-2106) for Naval nuclear propulsion components. This contract modification includes options which, if exercised, would bring the cumulative value of this contract to $139,923,083. Work will be performed in Monroeville, Pennsylvania (94 percent); and Schenectady, New York (6 percent). No completion date or additional information is provided on Naval nuclear propulsion program contracts. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $44,665,555 will be obligated at time of award and funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Northrop Grumman, Sykesville, Maryland, is awarded a $35,143,328 five-year, firm-fixed requirements, long-term contract for the repair of nine items of the aircraft launch and recovery equipment systems under the Advanced Recovery Control system. Work will be performed in Sykesville, Maryland, and work is expected to be completed by December 2023. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code. 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-PY01). Raytheon Co., Integrated Defense Systems, San Diego, California, is awarded a $21,327,364 cost-plus-incentive-fee contract modification for contract (N00024-14-C-5128) for continued platform systems engineering agent support of the ship elf defense system MK 2. Work will be performed in San Diego, California and is expected to be completed by June 2019. Fiscal 2019 research, development, test, and evaluation (Navy); fiscal 2019 other procurement (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $21,327,364 will be obligated at the 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. Aretè Associates Inc.,* Northridge, California, is awarded a $17,083,516 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N61331-18-D-0012) to exercise an option for coastal battlefield reconnaissance and analysis (COBRA) systems. Work will be performed in Tucson, Arizona (35 percent); Destin, Florida (35 percent); and Santa Rosa, California (30 percent), and is expected to be completed by July 2021. No funding will be obligated at the time of award. Funds will be obligated as delivery orders are issued. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity. Jacobs Government Services Co., Arlington, Virginia, is awarded $15,000,000 firm-fixed-price modification under a previously awarded indefinite-quantity architect-engineering contract (N40080-17-D-0018), to exercise Option Two for engineering and design services for industrial and research facilities within the Naval Facilities Engineering Command. The total contract amount after exercise of this option will be $75,000,000. No task orders are being issued at this time. Work will be performed at various administrative facilities within the Naval Facilities Engineering Command, Washington area of responsibility, including but not limited to, Maryland (45 percent); Washington, District of Columbia (30 percent); Virginia (20 percent), and may also be performed in the remainder of the U.S. (5 percent). Work for this options is expected to be completed December 2019. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy and Marine Corps); and fiscal 2019 Navy working capital funds. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. AIR FORCE Florida Turbine Technologies Inc., Jupiter, Florida, has been awarded a not-to-exceed $50,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission (ATTAM)- capability Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Jupiter, Florida, and is expected to be completed by December 2026. This award is the result of a competitive acquisition and 54 offers were received. No specific funds are obligated on the basic IDIQ, although in conjunction with the basic IDIQ award, the first task order, a cost-share task order, is fully funded with fiscal 2018 research, development, test and evaluation funds in the amount of $8,000, and fiscal 2019 research, development, test and evaluation funds in the amount of $99,714 at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (contract FA8650-19-D-2056 and initial task order FA8650-19-F-2086). ARMY Harris Corp., Palm Bay, Florida, was awarded a $34,606,257 cost, firm-fixed-price contract for procurement of FliteScene digital map software licenses maintenance agreements software support upgrades and releases engineering services materials, and travel. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0011). Pavement Technical Solutions Inc.,* Ashburn, Virginia (W9128F-19-D-0024); and RDM International Inc.,* Chantilly, Virginia (W9128F-19-D-0025); Applied Pavement Technology Inc.,* Urbana, Illinois (W9128F-19-D-0026), and All About Pavements Inc.,* Purcellville, Virginia (W9128F-19-D-0027), will share in a $20,000,000 firm-fixed-price contract for management system implementation on roads, parking areas and airfields and updating, testing, and maintenance. Nine bids were solicited with four bids received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 9, 2023. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1709400/

  • The US Air Force wants to buy a big robot to help with bomb disposal

    4 décembre 2020 | International, Aérospatial

    The US Air Force wants to buy a big robot to help with bomb disposal

    By: Valerie Insinna and Jen Judson UPDATE — This story has been updated to add comment from L3Harris on its participation in the competition. WASHINGTON — A year after the U.S. Army awarded a contract to build a heavy-duty robot able to dispose of bombs and other explosives, the Air Force is looking for its own system — and it wants to see what's on the market before committing to purchasing what the Army buys. The Air Force in October released a solicitation for a large explosive ordnance disposal robot, a commercial off-the-shelf system equipped with a maneuverable arm and a camera system that can function in all terrain types, environments and weather conditions. An Air Force spokesman declined to confirm how many companies submitted bids for the program, which were due Nov. 20. One competitor has already come forward: FLIR, which is set to rake in as much as $109 million building its Kobra robot for the Army's Common Robotic System-Heavy program. The company began full-rate production of Kobra last month and is confident the Air Force will follow the Army's example by choosing the same system. “As the chosen provider for the Army's Common Robotic System-Heavy (CRS-H) program, FLIR believes its extensively tested and proven unmanned ground system meets the Air Force needs in the large EOD robot category, while enabling commonality of equipment with other services' EOD forces,” said Tom Frost, who runs FLIR's unmanned ground systems business. QinetiQ, which lost out to FLIR in the CRS-H competition, did not respond to a query about whether it had bid on the Air Force program. An L3Harris spokesperson confirmed to Defense News that it had submitted its T7 EOD robot to the Air Force competition. L3Harris said it wanted to be chosen for the CRS-H program in 2018. The company unveiled the robot at the Association of the US Army's annual conference in 2016 letting show attendees take a crack at operating the arm on the robot. The controller looks like the back end of a gun making it easy to hold, and is hooked to sensors that transfer information to the robotic arm on the T7. The United Kingdom is a customer of the T7 for EOD missions. At times, the Air Force has joined Army robot programs without needing to hold a competition. But in the case of larger EOD robots, the two services have differing requirements that have led the Air Force to seek out its own system instead of jumping into the CRS-H program, said S. Chase Cooper, a contracting officer who is managing the EOD robot solicitation on behalf of the Air Force's 772nd Enterprise Sourcing Squadron “The major difference is that the Army's mission is primarily to operate ‘outside the wire' ” — that is, outside of a secure military installation — “where the Air Force's mission is primarily ‘inside the wire.' These are two entirely different environments,” he said in a statement to Defense News. Cooper also pointed to additional considerations such as the size and weight of the system. Most Air Force EOD missions occur after bombs or other improvised explosive devices are found at a base or installation. When that happens, teams load robots and other gear into a Base Response Vehicle or Bomb Squad Emergency Response Vehicle, drive out to the location of the explosive device, and safely dispose of the explosive. Whatever robot the Air Force chooses must be small enough to fit inside those vehicles, Cooper said. That includes passing through a 32-inch-wide door opening and parking into a space 91 inches long and 63 inches high. The Air Force's requirement for weight, which is set at a maximum of 1,000 pounds, is less stringent than the Army's 700-pound limit. The Air Force also called for a system with a minimum 800-meter, line-of-sight radio range, and a 3-hour runtime that will allow it complete the majority of EOD missions. Cooper noted that the Air Force's decision to pursue an open competition does not preclude the FLIR robot from being chosen by the service. “It is unknown at this time if that system would meet our requirements,” Cooper said. “Through our contracting process, we are evaluating all of the proposed large robot systems against the Air Force's requirement so we can make sure the system we purchase is the best one for our airmen.” The Air Force has a history of both collaborating with the Army on EOD robots and going its own way. For its medium-sized unmanned ground vehicle, the Air Force opted to use the Army's existing contract under the Man Transportable Robotic System Increment II program for FLIR's Centaur UGV, which is also being purchased by the Navy and Marine Corps. But while QinetiQ beat out FLIR in the Army's competition for CRS-Individual — a man-packable robot that is less than 25 pounds — the Air Force ended up pursuing a separate contract to meet its own unique needs for small unmanned ground vehicles. https://www.defensenews.com/air/2020/12/03/the-air-force-wants-to-buy-a-big-robot-to-help-with-bomb-disposal/

Toutes les nouvelles