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

Contract Awards by US Department of Defense - May 23, 2019

AIR FORCE

Raytheon Co., Tucson, Arizona, has been awarded a $355,493,640 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for AGM-88B High Speed Anti-Radiation Missiles (HARM)/Replacement Exchange In-Kind (REIK) for HARM Control Section Modification (HCSM). This contract provides for the refurbishment of live AGM-88Bs and conversion of AGM-88B into Captive Air Training Missiles (CATM-88B) for approved Foreign Military Sales countries. Work will be performed in Tuscon, Arizona, and is expected to be complete by 2027. This contract involves foreign military sales to Qatar, Taiwan, and Bahrain. Additional countries may be added after contract award. This award is the result of a sole-source acquisition. Fiscal 2019 Foreign Military Sales funds in the amount of $76,074,315 is being obligated on a delivery order at the time of award. The Air Force Life Cycle Management Center, Warner Robins, Georgia, is the contracting activity (FA8520-19-D-0002).

Pride Industries, Roseville, California, has been awarded a $19,902,284 firm-fixed-price modification to previously awarded contract FA4484-17-D-0005 for base operations services. This modification provides for the exercise of the second option period out of four. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by May 31, 2020. This modification brings the total cumulative face value of the contract to $59,441,361, and fiscal 2019 operations and maintenance funds are being obligated on individual task orders. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $16,387,853 cost-plus-fixed-fee modification (P00061) to previously awarded contract FA8615-12-C-6016 for a variety of support to the Taiwan F-16 Peace Phoenix Rising program. This contract modification provides for miscellaneous support work identified during performance of the in-country aircraft modification program, use and maintenance of product support aircraft, and additional support necessary for the successful completion of modification installs. Work will be performed in Fort Worth, Texas; and Taiwan, and is expected to be complete by May 31, 2023. This modification involves 100 percent foreign military sales to Taiwan, and Foreign Military Sales funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Central Coast Water Authority, Buellton, California, has been awarded a $7,929,102 delivery order (FA4610-19-FA038) under previously awarded contract F04684-92-D-0013 for California State Water. This delivery order provides Vandenberg Air Force Base and outlying municipalities with potable water. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by 2032. This delivery order brings the total cumulate face value of the contract to $157,514,286. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity.

NAVY

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded an $84,341,597 indefinite-delivery/indefinite-quantity contract for up to 898,320 man-hours of direct labor engineering services. These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division to perform projects for Special Operations Forces command, control, communications, computers, combat systems, and intelligence, surveillance, and reconnaissance systems. Services include requirements definition, solution definition, integration, installation verification and validation, and operation and sustainment. Work will be performed in California, Maryland (70 percent); St. Inigoes, Maryland (13 percent); Fayetteville, North Carolina (6 percent); Little Creek, Virginia (5 percent); Coronado, California (4 percent); and Tampa, Florida (2 percent), and is expected to be completed in May 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposals; three offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0055).

Deloitte Consulting LLP, Arlington, Virginia, is awarded $63,701,527 for a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with firm-fixed-price ordering provisions for business and technology management support services required to facilitate the overall Transformation Management Support Services effort in support of the Deputy Chief of Naval Operations (Manpower, Personnel, Training and Education (MPTE), OPNAV N1, and subordinate commands. The contract is a five-year base ordering period with no options. All work will be performed in Arlington, Virginia. The ordering period is expected to be completed by May 2024. Fiscal 2019 operations and maintenance funds (Navy) in the amount of $10,000 will be obligated to fund the contract's minimum amount, and funds will expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-19-D-Z023).

C.E.R. Inc.,* Baltimore, Maryland (N40080-18-D-0016); EGI HSU JV LLC,* Gaithersburg, Maryland (N40080-18-D-0017); G-W Management Services LLC,* Rockville, Maryland (N40080-18-D-0018); Huang-Gaghan JV Inc.,* Alexandria, Virginia (N40080-18-D-0019); Kunj Construction Corp.,* Mechanicsville, Virginia (N40080-18-D-0020); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40080-18-D-0021), are awarded Option One under a previously awarded, firm-fixed-price, multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington, District of Columbia, area of operations (AO). The combined total value of all six contractors is $49,500,000. After award of this option, the total cumulative contract value will be $99,000,000. Work will be performed at various administrative facilities within the NAVFAC Washington, District of Columbia AO, including but not limited to, Maryland; Washington, District of Columbia; and Virginia, and is expected to be completed May 29, 2020. 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 military construction (Navy); operations and maintenance (Navy and Marine Corps); and Navy working capital funds. NAVFAC Washington, Washington, District of Columbia, is the contracting activity.

Thoma-Sea Marine Constructors LLC,* Lockport, Louisiana, is awarded an $11,638,510 firm-fixed-price contract for the purchase and conversion of one existing offshore supply vessel into an Atlantic Undersea Test and Evaluation Center range support vessel (ARSV). The ARSV will perform ocean engineering and range support in the launch, recovery and deep ocean mooring installation and maintenance of remote operated vehicles, unmanned underwater vehicles, and autonomous underwater vehicles. The ARSV will be operated for multiple days at sea, which will permit researchers onboard to remain on station at remote locations for multiple days to collect data, deploy scientific equipment, and perform scientific calculations. Work will be performed in Lockport, Louisiana, and is expected to be completed by January 2020. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $11,638,510 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-2205).

Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $10,000,000 indefinite-delivery/indefinite quantity contract for other specialty trade contractors construction alterations, renovations, and repair projects at Naval Air Facility El Centro. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, HVAC, and fire suppression/protection system installation projects. Work will be performed in El Centro, California. The term of the contract is not to exceed 60 months with an expected completion date of May 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2623).

Detyens Shipyards Inc., North Charleston, South Carolina, is awarded an $8,929,671 firm-fixed-price contract for a 50-calendar day shipyard availability for the mid-term availability of USNS Lenthall (T-AO 189). Work will include general services, diesel fuel marine contaminated tank bottom replacement, vent plenum steel replacement and preservation, main engine intercooler cleaning, switchboard and motor control center cleaning, recondition air conditioning motors, cable bulkhead collar magna rock replacement, diesel fuel marine cargo piping repairs, armory air conditioning replacement, constant tension winch No. 2, No. 3 and No. 4 overhaul, fire and aqueous film forming foam piping replacement, fire damper inspection and repairs, steel replacement and recoating. The contract includes options which, if exercised, would bring the total contract value to $9,004,671. Funds will be obligated on May 23, 2019. Work will be performed in Charleston, South Carolina, and is expected to begin on July 15, 2019, and be completed by Sept. 2, 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $8,929,671, are obligated at the time of award. Funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4014).

BAE Systems Land and Armaments L.P., Minneapolis, Minnesota, is awarded an $8,924,330 cost-plus-fixed-fee contract for engineering services and waterfront services in support of the MK 45gun mount providing engineering, technical, logistics services and technical data to support the MK 45 5” Gun system design, development, fabrication, production, operation and integration. This contract includes options which, if exercised, would bring the cumulative value of this contract to $35,058,494. Work will be performed in Navy fleet concentration areas (various locations) (70 percent); Minneapolis, Minnesota (15 percent); and Louisville, Kentucky (15 percent), and is expected to be completed by May 2020. If all options are exercised, work will continue through September 2022. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 weapons procurement (Navy); and fiscal 2013 and 2014 shipbuilding and conversion (Navy) funding in the amount of $3,178,794 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, 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, District of Columbia, is the contracting activity (N00024-19-C-5301).

ARMY

Aura Technologies LLC,* Raleigh, North Carolina, was awarded a $49,997,256 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for Small Business Innovation Research in support of advanced manufacturing environments. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of May 22, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0004).

B.L. Harbert International LLC, Birmingham, Alabama, was awarded an $18,481,835 firm-fixed-price contract for to construct Secure Compartmental Information Facility at Camp Humphreys, Republic of Korea. Bids were solicited via the internet with six received. Work will be performed in Pyongtaek, Republic of Korea, with an estimated completion date of July 30, 2021. Fiscal 2018 host nation (Korea) funds in the amount of $18,481,835 were obligated at the time of the award. U.S. Army Corps of Engineers, Camp Humphreys, Republic of Korea, is the contracting activity (W912UM-19-C-0002).

Tribalco LLC, Bethesda, Maryland, was awarded a $14,425,217 firm-fixed-price Foreign Military Sales (Iraq) contract for computer hardware, services and MEMEX software. One bid was solicited with one bid received. Work will be performed in Bethesda, Maryland, with an estimated completion date of May 22, 2020. Fiscal 2019 Foreign Military Sales funds in the amount of $14,425,217 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-C-5024).

IDSC Holdings LLC, Snap-On Industrial, a division of IDSC Holdings LLC, Kenosha, Wisconsin, was awarded an $11,434,752 firm-fixed-price contract for the General Mechanic's Tool Kit. Bids were solicited via the internet with three received. Work will be performed in Kenosha, Wisconsin, with an estimated completion date of Nov. 30, 2019. Fiscal 2019 Army working capital funds in the amount of $11,434,752 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-D-0079).

Howard W. Pence Inc.,* Elizabethtown, Kentucky, was awarded an $8,825,159 firm-fixed-price contract for the construction of a Special Operations Forces air-and-ground integration urban live fire range. Bids were solicited via the internet with two received. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Nov. 18, 2020. Fiscal 2019 military construction funds in the amount of $8,825,159 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W91Q2R-19-C-0017).

DEFENSE LOGISTICS AGENCY

General Dynamics, Williston, Vermont, has been awarded a maximum $42,443,476 firm-fixed-price contract for gun barrels. 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 three-year contract with no option periods. Locations of performance are Vermont and Maine, with a May 22, 2022, performance completion date. Using military services are Air Force and Army. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0133).

Real-Time Laboratories LLC, Boca Raton, Florida, has been awarded a maximum $10,776,057 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for linear direct 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 a five-year contract with no option periods. Location of performance is Florida, with a May 29, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0074).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1856970/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - August 6, 2019

    7 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 6, 2019

    NAVY Lockheed Martin Space, Littleton, Colorado, is awarded a maximum amount $405,770,000 un-priced letter contract modification PH0006 to a previously awarded and announced un-priced letter contract (N00030-19-C-0025) for the design, development, build and integration of large diameter rocket motors, associated missile body flight articles, and related support equipment for Army Intermediate Range Conventional Prompt Strike Weapon System flight test demonstrations. Work will be performed at Littleton, Colorado, with an expected completion date of Jan. 1, 2024. Fiscal 2019 research, development, test, and evaluation funds in the amount of $33,000,000 are being obligated on this award, which will not expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida (N69450-19-D-0917); The Clement Group,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build and design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command Southeast area of operations in north Florida/south Georgia. The maximum dollar value for the five-year ordering period for all seven contracts combined is $195,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition and repair work) including aviation and aircraft facilities; marine facilities; barracks and personnel housing facilities; administrative facilities; warehouses and supply facilities; training facilities; personnel support and service facilities, and security level facilities. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. Windamir Development Inc. is awarded the initial task order at $10,576,432 for P643 Reserve Training Building at Fort Benning. Work for this task order is expected to be completed by September 2021. All work on this contract will be performed in Florida (50%); and Georgia (50%). The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 military construction (MILCON); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,582,432 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 40 proposals received. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Marietta, Georgia, is awarded $16,465,887 for modification P00005 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0014). This modification increases the ceiling of the contract to procure consumable parts and material, technical publications and engineering services in support of the C/KC-130J aircraft. Work will be performed in Marietta, Georgia (84.5%); Miramar, California (2.5%); Cherry Point, North Carolina (2.5%); Elizabeth City, North Carolina (2.5%); Fort Worth, Texas (2.5%); Abdullah Al-Mubarak Air Base, Kuwait (2.5%); Iwakuni, Japan (2.5%); and Greenville, South Carolina (0.5%), and is expected to be completed in December 2019. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Hydroid Inc., Pocasset, Massachusetts, is awarded a $15,826,493 indefinite-delivery/indefinite-quantity contract for engineering support and training services for the MK 18 Family of Systems– Unmanned Underwater Vehicle systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $84,024,996. Work will be performed in Pocasset, Massachusetts, and is expected to be complete by August 2020. If options are exercised, work will continue through August 2024. No funds are being obligated at this time. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-D-0010). King Nutronics Corp.,* Woodland Hills, California, is awarded an $11,865,150 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for precision pressure standard systems to support the Naval Air Systems Command, Metrology and Calibration Program. The Naval Air Systems Command, Metrology and Calibration Program provides support to Navy depot level and intermediate calibration laboratories. The precision pressure standards systems provide the Naval Air Systems Command, Metrology and Calibration Program with the capability of providing inter-service calibration workload for the Air Force and Marine Corps. The precision pressure standards systems are used at intermediate level calibration laboratories afloat and ashore, as well as the depot level calibration laboratories to verify the accuracy and precision of test instruments such as dial pressure gauges and digital pressure measurement devices. Work will be performed in Woodland Hills, California, and is expected to be completed by August 2024. Fiscal 2019 aircraft procurement (Navy) funding in the amount of $263,670 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements as implemented by Federal Acquisition Regulation 6.302-1. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0003). Raytheon Co., Keyport, Washington, is awarded $11,738,000 for firm-fixed-priced undefinitized delivery order N00024-19-F-6308 under indefinite-delivery/indefinite-quantity contract N61331-17-D-0001for deploy and retrieve systems in support of the AN/AQS-20 program. The highly specialized equipment under this contract will deploy, tow and retrieve the AN/AQS-20 sonar in support of mine hunting operations. The AN/AQS-20 is an advanced mine hunting sonar for the Littoral Combat Ship's Mine Countermeasures Mission package. Work will be performed in Keyport, Washington (90%); and Portsmouth, Rhode Island (10%), and is expected to be complete by October 2020. Fiscal 2019 other-procurement (Navy) funds in the amount of $5,751,620 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured 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, District of Columbia, is the contracting activity. ARMY ECS Federal LLC, Fairfax, Virginia, was awarded a $78,725,114 modification (P00003) to contract W911QX-18-C-0037 for machine learning and computer vision engineering. Work will be performed in Fairfax, Virginia, with an estimated completion date of July 16, 2022. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $35,847,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Hyman Brickle & Son,* doing business as Northwest Woolen Mills, Woonsocket, Rhode Island, has been awarded a maximum of $8,198,835 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Locations of performance are Rhode Island, Massachusetts, and North Carolina, with an Aug. 5, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1180). Raytheon Co., Marlborough, Massachusetts, has been awarded a maximum $7,756,450 firm-fixed-price contract for multiple radio equipment components. 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-time procurement contract with no option periods. Locations of performance are Virginia and Massachusetts, with a Nov. 17, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-19-F-DK0Q). CORRECTION: The $49,019,871 contract announced on Aug. 1, 2019, for Sysco Raleigh LLC, Selma, North Carolina (SPE300-19-D-3230), included an incorrect award date. The correct award date is Aug. 2, 2019. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

  • Egypt inks $1.7 billion deal for K9 howitzers from South Korea

    1 février 2022 | International, Terrestre

    Egypt inks $1.7 billion deal for K9 howitzers from South Korea

    The K9 accounts for nearly 50 percent of the global self-propelled howitzer market, as it is in service with seven countries.

  • France: La question d'un 2e porte-avion sera tranchée en 2025

    10 septembre 2018 | International, Naval

    France: La question d'un 2e porte-avion sera tranchée en 2025

    La décision de doter ou non la France d'un deuxième porte-avions sera prise dans le cadre de la prochaine loi de programmation militaire, soit à partir de 2025. La Marine nationale plaide pour la construction d'un nouveau navire pour permettre à la France d'assurer une "permanence à la mer". La décision de doter ou non la France d'un deuxième porte-avions sera prise dans le cadre de la prochaine loi de programmation militaire, soit à partir de 2025, a expliqué dimanche 9 septembre la ministre des Armées Florence Parly. Mis en service en 2001, l'unique porte-avions français, le Charles de Gaulle, "a vocation à terminer sa vie active autour de 2040", a-t-elle rappelé lors de l'émission Europe 1/CNews/Les Échos "Le grand rendez-vous". "C'est donc dès maintenant, dans le cadre de cette loi de programmation militaire (2019-2025, ndr), que nous lançons des études pour réfléchir à ce que doit être ce nouveau porte-avions", a-t-elle rappelé. Mais "lorsqu'on lance des études pour un nouveau modèle de porte-avions, on laisse ouverte la question de savoir s'il en faut un ou s'il en faut deux". Le Charles de Gaulle en rénovation "C'est la prochaine loi de programmation militaire, celle qui interviendra au-delà de 2025, qui devra déterminer les moyens pour assurer la construction de ce ou ces porte-avions et de définir le nombre de ces navires", a-t-elle conclu. Le porte-avions Charles de Gaulle subit depuis début 2017 à Toulon une vaste rénovation longue de 18 mois, qui doit redonner une seconde vie à ce b'timent pour les 20 prochaines années. La Marine nationale plaide pour la construction d'un deuxième porte-avions pour permettre à la France d'assurer une "permanence à la mer". (Avec AFP) https://www.challenges.fr/entreprise/defense/la-question-d-un-2e-porte-avion-sera-tranchee-en-2025_611597

Toutes les nouvelles