11 décembre 2023 | International, Terrestre

Asian infrastructure bank can't be reformed unless China changes course, former executive says | CBC News

A former senior executive of the Asian Infrastructure Investment Bank (AIIB) told a House of Commons committee Monday he doesn’t believe the international financial institution can be reformed as long as China remains on its current geopolitical course.

https://www.cbc.ca/news/politics/asian-infrastructure-investment-bank-china-canada-1.7056058

Sur le même sujet

  • Contract Awards by US Department of Defense - November 2, 2018

    5 novembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 2, 2018

    ARMY American Mechanical Inc.,* Fairbanks, Alaska (W911KB-19-D-0001); Osborne Construction Co.,* Kirkland, Washington (W911KB-19-D-0002); and Patrick Mechanical LLC,* Fairbanks, Alaska (W911KB-19-D-0003), will compete for each order of the $48,000,000 firm-fixed-price contract for design, construction and repair of various utilidor systems in military family housing on Eielson Air Force Base, Alaska. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2023. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, was awarded an $18,153,589 modification (P00199) to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Afghanistan, Iraq and Germany, with an estimated completion date of Dec. 31, 2018. Fiscal 2019 operations and maintenance funds in the amount of $18,153,589 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Boeing Co., Ridley Park, Pennsylvania, has been awarded a $42,835,847 cost-plus-fixed-fee contract modification under delivery order H92241-18-F-0022-P00002 for four new build MH-47G rotary wing aircrafts. The contract modification satisfies an urgent need to sustain U.S. Special Operations Forces heavy assault, rotary wing aircrafts. The contract modification is funded with fiscal 2018 procurement; and aircraft procurement, Army funds. The majority of the work will be performed in Ridley Park. This contract modification is a non-competitive award and is in accordance with Fair Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $14,592,654 firm-fixed-price, cost-plus-fixed-fee, time-and-material contract for the F-15 Royal Saudi Air Force (RSAF) Aircraft Maintenance Debrief System (AMDS). This contract provides administration and support to the RSAF F-15C, D, S and SA aircraft sustainment program at up to six locations throughout the Kingdom of Saudi Arabia. Services acquired under this effort include, but are not limited to, providing fully-trained AMDS personnel to operate, maintain AMDS equipment and to provide AMDS familiarization training to RSAF members that will enable them to safely and efficiently operate all AMDS equipment. Work will be performed in the Kingdom of Saudi Arabia and is expected to be completed Nov. 4, 2023. Foreign military sales in the amount of $8,744,949 are being obligated at the time of award. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8505-19-C-0001). (Awarded Oct. 31, 2018) NAVY Detyen's Shipyards Inc.,* North Charleston, South Carolina, is awarded an $8,175,517 firm-fixed-price contract for a 59-calendar day shipyard availability for the mid-term availability of USNS Arctic (T-AOE 8). Work will include furnishing general services for the ship, collection holding tank, piping repairs, 4 overhead steel replacement, tank top steel replacements, main switch board cleaning, refurbish unrep saddles, winches, and drive chains, vent systems cleaning, underwater propellers cleaning and generator cleaning. The contract includes options which, if exercised, would bring the total contract value to $8,175,517. Work will be performed in Charleston, South Carolina, is expected to be completed by Jan. 23, 2019. Navy working capital funds in the amount of $8,175,517 are obligated and will not expire at the end of the current fiscal. This contract was a small business set-aside with companies solicited via the Federal Business Opportunities website, with one offer received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6001). Raytheon Co., Space and Airborne Systems, McKinney, Texas, is being awarded a $7,676,741 cost-plus-fixed-fee delivery order (N0001919F0270) against a previously issued basic ordering agreement (N00019-15-G-0003). This order provides for completion of Engineering Change Proposal (ECP) 0043 for the Advanced Targeting Forward Looking Infrared Processor and Video Obsolescence Avoidance system upgrade. This ECP productionizes the Input Image Processor Version 2 (I2P2) Circuit Card Assembly (CCA); updates associated support test equipment; and performance of I2P2 CCA qualification to enable future growth and mitigate potential obsolescence issues. Work will be performed in McKinney, Texas, and is expected to be completed in November 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,676,741 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. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1680751/source/GovDelivery/

  • Contract Awards by US Department of Defense - May 7, 2019

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

    Contract Awards by US Department of Defense - May 7, 2019

    NAVY Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $84,925,824 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5116 for AEGIS combat system engineering, architecture, development, integration and test; Naval Integrated Fire Control-Counter Air integration and test; and training, studies and computer program maintenance. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2019. Fiscal 2014 and 2017 shipbuilding and conversion (Navy); fiscal 2018 and 2019 research, development, test, and evaluation (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $58,414,159 will be obligated at the time of award and funding in the amount of $4,217,275 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. G2 Software Systems Inc.,* San Diego, California, is awarded a $83,493,639 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. Fiscal 2019 working capital (Navy) funds in a guaranteed amount of $10,000 will be obligated at the time of award and will not expire by the end of the current fiscal year. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0059). Geocent,* Metairie, Louisiana, is awarded a $83,338,808 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) 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); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0060). Forward Slope Inc.,* San Diego, California, is awarded a $76,903,173 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) 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); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0058). Advanced Sciences and Technologies LLC (AS&T),* Berlin, New Jersey, is awarded a $68,106,416 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) 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); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a Request for Proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0056). Solute Inc.,* San Diego, California, is awarded a $55,891,672 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) 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); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0061). United Technologies Corp., Pratt & Whitney Engines, East Hartford, Connecticut, is awarded $55,675,476 for modification P00005 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1021). This modification provides additional funding for F135 long lead items to support the production delivery schedule, exercises an option for additional initial spare parts, and provides program administrative labor for the global spares pool in support the Navy; Air Force, and Marine Corps, non-U. S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in April 2022. Fiscal 2019 aircraft procurement (Navy, Air Force, and Marine Corps); non-U.S. DoD participant and FMS funds in the amount of $55,675,476 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This effort combines purchases for the Navy ($4,161,749; 7.5 percent); Air Force ($3,116,792; 5.6 percent); Marine Corps ($556,570; 1.0 percent); non-U.S. DoD participants ($24,899,106; 44.7 percent); and FMS Customers ($22,941,259; 41.2 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Data Intelligence LLC,* Marlton, New Jersey, is awarded a $48,103,672 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) 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); operations and maintenance (Navy); other procurement (Navy), shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0057). Black Construction/MACE International JV, Harmon, Guam, is awarded a $29,877,000 firm-fixed-price contract for the construction of a three-megawatt photovoltaic electrical generation system at Naval Support Facility (NSF) Diego Garcia. The work to be performed provides for the construction (design-bid-build) of a three-megawatt photovoltaic electrical generation system and the supporting electrical distribution system upgrades required to interconnect the photovoltaic array with the existing NSF Diego Garcia. The project will also include site preparation, fencing, perimeter lighting and a ground cover system. Work will be performed in Diego Garcia, British Indian Ocean Territories and is expected to be completed by June 2021. Fiscal 2015 military construction (Department of Defense) contract funds in the amount of $29,877,000 are obligated on this 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 proposal received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1324). Nathan Kunes Inc.,* San Diego, California, is awarded a $13,681,778 indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract for development, implementation and testing of computer network defense measures; development of wireless computing security, cross-domain solutions, and vulnerability assessments; and system and security engineering to evaluate commercial information assurance products. This two-year contract includes one three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $35,236,186. All work will be performed in San Diego, California. The period of performance of the base award is from May 7, 2019, through May 6, 2021. If the option is exercised, the period of performance would extend through May 6, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This contract was competitively procured via request for proposal N66001-18-R-0351 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Two offers were received and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0089). BAE Systems, Information and Electronics Systems Integration Inc., Hudson, New Hampshire, is awarded $10,853,462 for cost-plus-fixed-fee delivery order N0001919F0019 against a previously issued basic ordering agreement (N00019-16-G-0021) for the upgrade of the Advanced Precision Kill Weapon System (APKWS) guidance section. This delivery order provides for non-recurring tasks to combine the Rotary Wing APKWS II and the Fixed Wing APKWS II Guidance Sections into one hardware and software solution. Work will be performed in Hudson, New Hampshire (93 percent); and Austin, Texas (7 percent), and is expected to be completed in April 2021. Fiscal 2018 and 2019 procurement of ammunition (Navy and Marine Corps) funds in the amount of $10,853,462 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY San Antonio Lighthouse for the Blind,** San Antonio, Texas, has been awarded a maximum $11,295,446 modification (P000013) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B024) with two one-year option periods for flame resistant, operational camouflage pattern, intermediate weather outer layer trousers. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Location of performance is Texas, 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. UPDATE: Federal Contracts Corp., Tampa, Florida (SPE8EC-19-D-0040), has been added as an awardee to the multiple-award contract supplying felling trailers for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1840893/source/GovDelivery/

  • Lockheed Martin chosen to lead OSA study for NATO NGRC - Skies Mag

    4 février 2024 | International, Terrestre

    Lockheed Martin chosen to lead OSA study for NATO NGRC - Skies Mag

    While the RCAF is closely monitoring U.S. Army programs, it has observer status to the European effort to develop a next generation tactical helicopter.

Toutes les nouvelles