10 février 2024 | International, Terrestre

ANALYSIS | The political tides of war are shifting — and may be taking Ukraine with them | CBC News

We have been warned — over and over again lately — that Russia’s invasion of Ukraine is an inflection point in history. And while the soaring political rhetoric may have sounded good over the last few years, it's very likely that this week, we truly arrived at that turning point.

https://www.cbc.ca/news/politics/ukraine-russia-putin-zelenskyy-1.7111172

Sur le même sujet

  • France, Germany sign agreement to build sixth-generation fighter plane

    25 février 2020 | International, Aérospatial

    France, Germany sign agreement to build sixth-generation fighter plane

    By Ed Adamczyk Feb. 24 (UPI) -- An agreement to advance construction of a joint advanced combat aircraft program was ceremonially signed by French and German defense ministers. A contract for the first phase of the program to build the main aircraft of the Future Combat Air System was awarded last week. It covers the plane's propulsion system, data architecture and simulation environment, the German Defense Ministry said. Airbus, MTU, Safran and Dassault are the lead contractors. Plans for the program include development of a Next-Generation Weapon System whose components include remote carrier vehicles known as "swarming drones" and a sixth-generation fighter plane intended to be ready by 2035 to replace current Rafales, Eurofighters and F-18 Hornet planes. The plane and drones are expected to work in tandem. Two additional areas of work, involving the plane's sensors and stealth capabilities, remain under discussion. The cost of the first phase of the program, which is expected to take 18 months, will cost about $166 million and will be equally shared by Germany and France. Florence Parly, the French defense minister, and her German counterpart Annegret Kramp-Karrenbauer ceremonially signed the agreement in Paris on Thursday. While Spain joined the program after it was announced in 2019, and Angelo Olivares, Spain's deputy defense minister, was present at the signing, it is currently a two-nation project. Spain's contributory share remains a topic of negotiation, but it is expected to join and help pay for the project later this year. A flying demonstrator version of the fighter plane is expected by 2026. A mockup of the plane, a shell with no internal components, was unveiled in June 2019 at the Paris Air Show. https://www.upi.com/Defense-News/2020/02/24/France-Germany-sign-agreement-to-build-sixth-generation-fighter-plane

  • Contract Awards by US Department of Defense - January 15, 2019

    16 janvier 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 15, 2019

    ARMY BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $474,084,062 cost-plus-fixed-fee contract for system technical support and sustainment system technical support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 14, 2025. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0040). ACC Construction Co. Inc., Augusta, Georgia, was awarded a $30,006,388 firm-fixed-price contract for a Special Operations Forces tactical equipment maintenance facility. Bids were solicited via the internet with six received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of Sept. 5, 2020. Fiscal 2017 and 2018 military construction funds in the amount of $30,006,388 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0008). Tecmotiv (USA) Inc.,* Niagara Falls, New York, was awarded a $19,644,207 firm-fixed-price Foreign Military Sales (Egypt) contract for M60 engine overhaul parts package. Bids were solicited via the internet with one received. Work will be performed in Niagara Falls, New York, with an estimated completion date of Nov. 25, 2020. Fiscal 2011 foreign military sales funds in the amount of $19,644,207 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0042). DynCorp International LLC, Fort Worth, Texas, was awarded an $18,537,068 modification (P00205) to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Fort Worth, Texas, with an estimated completion date of June 30, 2019. Fiscal 2017 and 2019 aircraft procurement, Army; and operations and maintenance, Army funds in the amount of $18,537,068 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Mississippi Limestone Corp.,* Friars Point, Mississippi, was awarded an $18,399,991 firm-fixed-price contract for articulated concrete mattress casting at the Mississippi River. Bids were solicited via the internet with two received. Work will be performed in Delta, Louisiana, with an estimated completion date of Dec. 21, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $18,399,991 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-19-C-0002). Avatar Environmental LLC,* West Chester, Pennsylvania (W912DQ-19-D-3004); GEO Consultants Corp.,* Kevil, Kentucky (W912DQ-19-D-3005); Trevet-Bay West JV II LLC,* San Diego, California (W912DQ-19-D-3006); and TriEco LLC,* Louisville, Kentucky (W912DQ-19-D-3007 ), will compete for each order of the $12,000,000 hybrid cost-plus-fixed-fee and firm-fixed-price contract for environmental architect engineer services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 14, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity. Leidos Inc., Reston, Virginia, was awarded a $9,742,355 modification (P00030) to contract W911QX-16-C-0012 for support of Saturn Arch Aerial Intelligence System for day and night image collection and exploitation of Improvised Explosive Device “hot spot” areas. Work will be performed in Bridgewater, Virginia, with an estimated completion date of Sept. 16, 2019. Fiscal 2018 other procurement, Army funds in the amount of $ 2,062,117 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $7,201,316 modification (P00024) to contract W56HZV-17-C-0059 for the maintenance of M88 recovery vehicles, technical data package maintenance and total ownership cost reduction. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 18, 2020. Fiscal 2018 other procurement, Army funds in the amount of $7,201,316 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. DEFENSE LOGISTICS AGENCY ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $400,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for patient monitoring and capital equipment systems and accessories. This was a competitive acquisition with 36 responses received. This is a five-year base contract with one five-year option period. Location of performance is Massachusetts, with a Jan. 13, 2024, 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 (SPE2D1-19-D-0011). (Awarded Jan. 14, 2019) Valneva USA Inc., Gaithersburg, Maryland, has been awarded a maximum $70,051,600, firm-fixed-price contract for the Japanese Encephalitis Vaccine. 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 one-year contract with no option periods. Location of performance is Maryland and the U.K., with a Jan. 14, 2020, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-19-D-0001). Dental Health Products Inc.,* New Franken, Wisconsin, has been awarded a maximum $37,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 68 responses received; 20 contracts have been awarded to date. This is a five-year contract with no option periods. Location of performance is Wisconsin, with a Jan. 13, 2024, performance completion date. Using customers are Department of Defense and other federal organizations. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0005). (Awarded Jan. 14, 2019) NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $68,933,454 for cost-plus-incentive fee delivery order 0104 against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides for the design, development, documentation, integration, and test of upgrades to the U.S. Reprogramming Laboratory to execute the Mission Data (MD) programming and reprogramming mission for the F-35 Digital Channelized Receiver/Technique Generator and Tuner Insertion Program (DTIP) and non-DTIP configurations. These efforts are in support of Air Force, Navy and Marine Corps operational aircraft, as well as all training aircraft within the continental U.S. with MD products. Work will be performed in Fort Worth, Texas (65 percent); Baltimore, Maryland (25 percent); and Eglin Air Force Base, Florida (10 percent), and is expected to be completed in May 2021. Fiscal 2018 research, development, test and evaluation (Air Force, Navy and Marine Corps) funding in the amount of $20,000,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($34,466,727; 50 percent); Navy ($17,233,364; 25 percent), and the Marine Corps ($17,233,363; 25 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. C4 Planning Solutions, Blythe, Georgia, is awarded a maximum ceiling $45,488,761 firm-fixed price, indefinite-delivery/indefinite quantity contract with a five-year ordering period and option to extend services up to six months for tactical systems support and professional engineering services for the Marine Corps Tactical Systems Support Activity. This contract contains an option, which if exercised, will bring the contract value to $49,999,196. Work will be performed at Camp Pendleton, California (41 percent); Okinawa, Japan (15 percent); Camp Lejeune, North Carolina (four percent); Norfolk, Virginia (four percent); Alexandria, Virginia (four percent); Quantico, Virginia (four percent); New Orleans, Louisiana (two percent); and additional various locations outside the continental U.S. (26 percent), and work is expected to be completed by March 6, 2024. If the option is exercised, work will continue through Sept. 6, 2024. Fiscal 2017 (Marine Corps) operations and maintenance funds in the amount of $515,910; and fiscal 2019 (Marine Corps) operations and maintenance funds in the amount of $146,903 will be obligated under the initial task order immediately following contract award. Although expired, the fiscal 2017 contract funds in the amount of $515,910 are available for this effort in accordance with 31 U.S. Code 1558. The contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M68909-19-D-7605). AECOM Management Services Inc., Germantown, Maryland, is awarded a $35,162,580 indefinite-delivery/indefinite-quantity, fixed-price contract resulting from solicitation N00189-18-R-0044 that includes provisions for economic price adjustment to provide third party logistics support services and hazardous material supplies as required by Marine Corp. Pacific and tenant Navy commands in Okinawa, Japan. The contract includes a five-year base ordering period with an option to extend services for a six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8 which if exercised, the total value of this contract will be $38,965,976. All work will be performed in Okinawa, Japan, and work is expected to be completed February 2024. If the option is exercised, work will be completed by August 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $768,053; fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $1,211,512; and working capital funds (Navy) in the amount of $138,000 will be obligated at time of award. Operations and maintenance (Navy and Marine Corps) funds will expire at the end of the fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity. (N00189-19-D-0001) BAE Systems Hawaii Shipyards Inc., Honolulu, Hawaii, was awarded a not-to-exceed $9,576,151 undefinitized contract action modification to previously-awarded contract N00024-14-C-4412 for scheduled Surface Incremental Availability (SIA) on USS Halsey (DDG 97). The scheduled SIA is the opportunity in the ship's life cycle primarily to conduct structural repairs and alteration to systems. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by May 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $4,689,804; and fiscal 2018 other procurement (Navy) funding in the amount of $98,255 will be obligated at time of award. Funds in the amount of $4,689,804 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 Jan. 14, 2019) Global Technical Systems Inc.*, Virginia Beach, Virginia, is awarded an $8,510,970 firm-fixed–price delivery order N00024-19-F-5610 under previously awarded indefinite-delivery/indefinite-quantity contract N00024-14-D-5213 for the procurement of 15 Common Processing System (CPS) Technical Instruction Twelve Hybrid (TI-12H) water-cooled production units for Surface Electronic Warfare Improvement Program and two CPS TI-12H air-cooled production units for ship self defense systems. The CPS is a computer processing system based on an Open Architecture (OA) design. CPS consists of the CPS enclosure assembly and three subsystems: the processing subsystem, the storage/extraction subsystem, and the Input / Output (I/O) subsystem. It is intended to support the computer requirements of various Navy combat systems. This contract will provide for production, testing and delivery of CPS (water cooled, air cooled, and air-cooled commercial equivalents), spares, and associated engineering services. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by October 2019. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $8,510,970 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. (Awarded Jan. 14, 2019) Lockheed Martin Corp., Baltimore, Maryland, is awarded a fixed-price-incentive firm target modification to previously-awarded contract N00024-18-C-2300 to exercise an option for the construction of one fiscal 2019 littoral combat ship. The specific contract award amount for this ship is considered source-selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104) and will not be made public at this time. Lockheed Martin will perform and oversee all necessary design, planning, construction and test and trials activities in support of delivery of this ship to the Navy. Work will be performed in Marinette, Wisconsin (40 percent); Washington, District of Columbia (7 percent); Baltimore, Maryland (6 percent); Beloit, Wisconsin (2 percent); Iron Mountain, Michigan (2 percent); Milwaukee, Wisconsin (1 percent); Waunakee, Wisconsin (1 percent); Crozet, Virginia (1 percent); Coleman, Wisconsin (1 percent); Monrovia, California (1 percent); and various locations below 1 percent (38 percent), and is expected to be completed by February 2026. Fiscal 2019 shipbuilding and conversion (Navy) funding 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. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1732604/source/GovDelivery/

  • Contract Awards by US Department of Defense - December 18, 2020

    21 décembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 18, 2020

    ARMY General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $4,620,000,000 fixed-price-incentive contract to produce Abrams M1A2 SEPv3 tanks. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 17, 2028. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-D-0001). STS International Inc., Berkeley Springs, West Virginia, was awarded a $49,500,000 firm-fixed-price contract for combat field service equipment team 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 Dec. 17, 2025. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-21-D-0001). Canadian Commercial Corp., Ottawa, Ontario, was awarded a $30,000,000 firm-fixed-price contract for the removal of existing excitation equipment and replacement of solid-state excitation equipment/systems. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 17, 2030. The U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-21-D-0002). NAVY Koa Lani JV LLC,* Orlando, Florida, is awarded an $854,000,000 indefinite-delivery/indefinite-quantity contract with firm-fixed price, cost-plus incentive fee and cost-reimbursement contract line items for range operations support and base operations support services. This contract includes a 60-month base period with one 60-month option period. Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii. Work is expected to be completed by December 2025; if the option is exercised, work will be completed by December 2030. Subject to the availability of funds, fiscal 2021 operation and maintenance funds (Navy) in the amount of $20,000,000 will be obligated at the time of award to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100% 8(a) set-aside requirement, with three offers received. The Naval Supply Systems Command, Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity (N00604-21-D-4000). L3 Technologies Inc., Salt Lake City, Utah, is awarded a $495,530,542 cost-plus-incentive-fee contract. This contract provides for the production and delivery of 10 pod simulators, eight operational prototype pods, four jettison mass model pods, two captive mass models, two mission system prototypes and two technique development systems in support of engineering and manufacturing development for the Next Generation Jammer Low Band program. Work will be performed in Salt Lake City, Utah (66%); Boulder, Colorado (10%); Carlsbad, California (9%); Stuart, Florida (7%); Indianapolis, Indiana (4%); St. George, Utah (2%); and Guthrie, Oklahoma (2%), and is expected to be completed in September 2025. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $20,377,862 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-C-0021). Raytheon Missile Systems, Tucson, Arizona, is awarded a $145,101,510 modification (P00003) to previously issued fixed-price-incentive-firm-target, firm-fixed-price contract N00019-20-C-0030. This modification exercises an option for the production and delivery of 90 full rate production Lot 17 Block V Tactical Tomahawk (TACTOM) All Up Round (AUR) Vertical Launch System missiles, including related hardware and services for the Navy. Additionally, this modification procures TACTOM AUR recertification AGR-4 spares. Work will be performed in Tucson, Arizona (40.6%); Walled Lake, Michigan (11.4%); Gainesville, Virginia (9.7%); El Segundo, California (5.1%); Clearwater, Florida (3.3%); Glenrothes, Scotland (3.1%); Spanish Fork, Utah (3%); Middletown, Connecticut (2.7%); Berryville, Arkansas (2.5%); Midland, Ontario, Canada (2.4%); Ontario, California (2%); Camden, Arkansas (1.8%); Vergennes, Vermont (1.7%); Anniston, Alabama (1.2%); and various locations within the continental U.S. (9.5%), and is expected to be completed in December 2023. Fiscal 2021 weapons procurement (Navy) funds in the amount of $140,686,082; and fiscal 2020 weapons procurement (Navy) funds in the amount of $4,415,428 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. Progeny Systems Corp.,* Manassas, Virginia, is awarded a $41,716,025 fixed-price-incentive (firm target), cost-plus-fixed-fee and cost only modification to previously awarded contract N00024-18-C-6410 to exercise options for the production of MK54 MOD 1 lightweight torpedo kits, associated production support material, spares and engineering and hardware support services. This modification is in support of the MK54 MOD 1 Lightweight and MK48 Heavyweight torpedo programs. This contract combines purchases for the Navy (99%); and the governments of Australia, Canada, Taiwan, United Kingdom, Netherlands, Denmark and Belgium (1% combined), under the Foreign Military Sales (FMS) program. Work will be performed in Charleroi, Pennsylvania (70%); Salt Lake City, Utah (26%); and Manassas, Virginia (4%), and is expected to be completed by December 2023. Fiscal 2021 weapons procurement (Navy) funds in the amount of $41,210,110 (99%); and FMS funds in the amount of $505,915 (1%) 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, D.C., is the contracting activity. CFM International Inc., West Chester, Ohio, is awarded a $28,529,246 modification (P00006) to previously awarded firm-fixed-price contract N00019-18-C-1071. This modification adds scope to procure two P-8A Poseidon CFM56-7B27AE engines for the governments of Australia and New Zealand. Work will be performed in Villaroche, France (53%); Durham, North Carolina (43%); Singapore (3%); and Bromont, Canada (1%), and is expected to be completed in November 2021. Foreign Military Sales funds in the amount of $14,264,623; and foreign cooperative project funds in the amount of $14,264,623 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. General Dynamics Bath Iron Works, Bath, Maine, is awarded a $23,852,562 cost-plus-award-fee and cost modification to previously awarded contract N00024-19-C-2322 to exercise options for the accomplishment of planning yard efforts such as engineering, technical, planning, ship configuration, data and logistics efforts for DDG-1000 class destroyers post-delivery and in-service life-cycle support. Work will be performed in Bath, Maine (95%); and San Diego, California (5%), and is expected to be completed by December 2021. Fiscal 2021 shipbuilding and conversion (Navy) $1,659,554 funding 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, D.C., is the contracting activity (N00024-19-C-2322). Northrop Grumman Systems Corp., San Diego, California, is awarded a $22,320,161 modification (P00006) to previously awarded cost-plus-fixed-fee contract N00019-20-C-0025. This modification exercises options to procure software and engineering sustainment services, software support, logistics, cyber security and program related engineering in support of MQ-8 Fire Scout unmanned air systems. Work will be performed in San Diego, California, and is expected to be completed in December 2021. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $5,452,295; fiscal 2021 operation and maintenance (Navy) in the amount of $3,982,259; and fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $139,877 will be obligated at time of award, of which $3,982,259 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems Platforms & Services, Minneapolis, Minnesota, is awarded an $18,000,057 fixed-price contract action for Virginia class submarine propulsors. The services under this contract include the engineering and support for the construction of fixed assemblies for the Virginia class propulsor. This contract includes options which, if exercised, would bring the cumulative value of this contract to $98,152,185. Work will be performed in Louisville, Kentucky (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by February 2027. Fiscal 2020 shipbuilding and conversion (Navy) $18,000,057 funding will be obligated at time of award and will not expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4106). Daniels & Daniels Construction Co., Inc., Goldsboro, North Carolina, is awarded a $13,437,820 firm-fixed-price contract for the construction of the Marine Raider Regiment Headquarters, Marine Corps Base, Camp Lejeune, North Carolina. The work to be performed constructs a headquarters facilities and includes miscellaneous supporting structures, utilities, parking, roadways, sidewalks, running trails and site work. The structures will be single-story steel frame buildings with brick veneer over metal studs, standing seam metal roofs, metal soffits and translucent wall panels. Work will be performed at Marine Corps Base, Camp Lejeune, North Carolina, and is expected to be completed by December 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $13,437,820 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with five proposals received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-R-9148). DRS Systems Inc., Melbourne, Florida, is awarded a $10,121,768 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable delivery order (N00019-21-F-0238) against previously issued basic ordering agreement N00019-19-G-0030. This order provides non-recurring engineering for the design, development and integration of the AN/AAQ-45 Distributed Aperture Infrared Countermeasure system, including associated weapons replaceable assemblies in support of the HH-60W aircraft for the Air Force. Work will be performed in Dallas, Texas (80%); San Diego, California (11%); Fort Walton Beach, Florida (8%); and Melbourne, Florida (1%), and is expected to be completed in January 2023. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $10,121,768 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded a $9,273,205 cost-plus-incentive fee and cost-plus-fixed-fee contract modification (P00012) to previously awarded and announced contract N00030-20-C-0045 for the U.S. and United Kingdom (U.K.) to provide strategic weapon system Trident fleet support, Trident II SSP Shipboard Integration (SSI) Increment 8, SSI Increment 16, Columbia class and U.K. Dreadnought class navigation subsystem development efforts. Work will be performed in Mitchel Field, New York (47%); Huntington Beach, California (36%); Clearwater, Florida (9%); Cambridge, Massachusetts (6%); and Hingham, Massachusetts (2%), with an expected completion date of Nov. 30, 2023. Fiscal 2021 other procurement Navy funds in the amount of $9,273,205 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). The Strategic Systems Programs, Washington, D.C., is the contracting activity. Raytheon Co., McKinney, Texas, is awarded an $8,400,868 firm-fixed-price order (N68335-21-F-0102) against previously issued basic ordering agreement N68335-20-G-1043. This order provides non-recurring engineering for the Multi-Spectral Targeting System (MTS) software deficiency corrections, design and integration of four turret unit sensors and two electronics unit circuit card assemblies to address system obsolescence and provide a standard definition compatible system to multiple systems on various aircraft that utilize the MTS for the governments of India and Australia. Work will be performed in McKinney, Texas (85%); Patuxent River, Maryland (10%); and Owego, New York (5%), and is expected to be completed in September 2022. Foreign cooperative project funds in the amount of $6,853,795; and Foreign Military Sales funds in the amount of $1,547,073 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, Lakehurst, New Jersey, is the contracting activity. Edison Chouest Offshore, Cut Off, Louisiana, is awarded a $7,740,555 modification (P00021) to previously awarded firm-fixed-price contract N32205-17-C-3513 to exercise a third 12-month option with reimbursable elements for one maritime support vessel MV Carolyn Chouest. This vessel will be utilized to launch, recover, refuel and resupply of various size crafts in the U.S. Indo-Pacific Command's (USINDOPACOM) area of responsibility (AOR). This contract includes a 12-month base period, three 12-month option periods and one 11-month option period. Work will be performed in the USINDOPACOM AOR, and is expected to be completed, if all options are exercised by Nov. 21, 2022. The option will be funded by fiscal 2021 (Navy) working capital funds in the amount of $6,001,581 that will expire at the end of the fiscal year; and fiscal 2022 (Navy) working capital funds in the amount of $1,738,974 that will expire at the end of fiscal 2022. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. AIR FORCE The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $400,000,000 modification (P00014) to contract FA8107-19-D-0001 for B-1 and B-52 bomber engineering services. This modification is for recurring and non-recurring engineering services to B-1 and B-52 aircraft. Work will be performed at Tinker Air Force Base, Oklahoma; Edwards AFB, California; Barksdale AFB, Louisiana; and Oklahoma City, Oklahoma, and is expected to be completed Dec. 31, 2022. The total cumulative value of the contract is $1,200,000,000. Fiscal 2021 operation and maintenance funds in the amount of $33,903,201 are being obligated at the time of award. The Air Force Life Cycle Management, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8107-19-D-0001). Kegman Inc., Melbourne, Florida, has been awarded a $98,700,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with cost-reimbursable line items for travel and material purchases as needed and approved by the government. This contract provides non-personal advisory and assistance services in support of the Air Force Technical Applications Center's (AFTAC) mission that will include, but not be limited, to technical, programmatic, acquisition, expert panel, analyses, engineering, logistical and consultation support on a task order basis. Work will be performed on Patrick Space Force Base, Florida, and is expected to be completed Dec. 31, 2025. This award is the result of a competitive acquisition and one offer was received. Subject to the availability of funding, fiscal 2021 operation and maintenance funds in the amount of $2,267,485; fiscal 2021 research, development, test and evaluation funds in the amount of $3,194,720; and fiscal 2021 other procurement funds in the amount of $256,955 are being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Patrick Space Force Base, Florida, is the contracting activity (FA7022-21-D-0002). Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $48,634,855 855 cost-plus-incentive-fee and cost-plus-fixed-fee modification (P00017) to contract FA8682-18-C-0009 for the Joint Air-to-Surface Standoff Missile Group One development. This contract modification provides risk reduction testing, cyber testing and coatings to support the Group One development effort. Work will be performed in Orlando, Florida, and is expected to be completed June 28, 2024. Fiscal 2020 research, development, test and funds in the amount of $5,338,074; and fiscal 2019 other procurement funds in the amount of $3,100,060 are being obligated at the time of award. Total cumulative face value of the contract is $258,029,572. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $36,246,974 modification (P00009) to contract FA8620-20-C-2009 for France contractor logistics support MQ-9 Block Five and Block One aircraft. The contractor will provide an additional period of contractor logistics support for the French Air Force. Work will be performed in Poway, California, and is expected to be completed Dec. 31, 2021. This contract involves 100% Foreign Military Sales (FMS) to France. FMS funds in the amount in the full amount are being obligated at the time of award. The total cumulative face value of the contract is $73,305,690. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-20-C-2009). DynCorp International LLC, Fort Worth, Texas, has been awarded a $14,761,791 firm-fixed-price modification (P000012) to contract FA2860-19-C-0005 for rotary wing maintenance. This contract provides helicopter maintenance of aircraft assigned to the 316th Wing at Joint Base Andrews, Maryland. This modification exercises Option Period Two and is expected to be completed Dec. 31, 2021. Fiscal 2021 operation and maintenance funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $75,020,715. The 316th Contracting Squadron, Services Flight, Joint Base Andrews, Maryland, is the contracting activity. The Raytheon Co., El Segundo, California, has been awarded a $10,873,024 cost-plus-fixed-fee contract for the sustainment of the Enhanced Integrator Sensor Suite (EISS) for the RQ-4 Global Hawk program. This contract provides for contractor logistics support and sustainment of the EISS on the RQ-4 Global Hawk aircraft. Work will be performed in El Segundo, California, and is expected to be completed Dec. 31, 2025. This award is the result of a sole-source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $923,333 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8577-21-C-0002). DEFENSE LOGISTICS AGENCY SupplyCore, Inc.,* Rockford, Illinois, has been awarded a maximum $80,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 one-year bridge contract with no option periods. Locations of performance are Ohio, Kentucky, Indiana, Nebraska, Illinois, Wisconsin, Iowa, Missouri, Minnesota, Michigan, North Dakota and South Dakota, with a Dec. 18, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-21-D-0004). FreshPack Produce Inc., Denver, Colorado, has been awarded a maximum $41,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Colorado, with a Feb. 28, 2026, ordering period end date. Using customers are Department of Agriculture schools and reservations. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-S748). TMG OpCon LLLP, Ellijay, Georgia, has been awarded a maximum $27,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 135 responses received. This is a five-year contract with no option periods. Location of performance is Georgia, with a Dec. 17, 2025, performance completion date. - Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-21-D-0054). Crown Clothing Co.,* Vineland, New Jersey, has been awarded a maximum $8,541,763 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men's coats, belts and keepers. This was a competitive acquisition with four responses received. This is a one-year base contract with four one-year option periods. Location of performance is New Jersey, with a Dec. 17, 2021, ordering period end date. Using military service is Marine Corps. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D1432). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2452534/source/GovDelivery/

Toutes les nouvelles