26 avril 2021 | International, Autre défense

DÉFENSE Les Armées détaillent la feuille de route du porte-avions de nouvelle génération (PANG) La coque du futur porte-avions de nouvelle génération (PANG) sera construite et assemblée de 2031 à 2034, avant les essais en mer en 2036 et l'entrée en se

Le CIDEF adresse une lettre à la ministre des Armées, Florence Parly, exprimant sa « profonde inquiétude » s'agissant du projet de texte visant à établir de nouveaux critères de label écologique pour les produits financiers. Il craint que ce nouveau texte ne restreigne encore davantage les facultés de financements des industriels de la défense car il se fonde sur un rapport du Centre commun de recherche (JRC) qui préconise d'exclure de ce label « les entreprises impliquées dans la production et/ou le commerce d'armes conventionnelles et de produits militaires pour le combat si elles tirent plus de 5% de leurs revenus de ces activités ». En conséquence, six fédérations d'industriels européens de la défense appellent les États à les soutenir en vue d'éviter leur exclusion de la taxonomie sur la finance durable de l'UE. « Nous exhortons les institutions européennes et les gouvernements nationaux à reconnaître qu'une telle interprétation de la finance durable aurait des effets négatifs sur l'industrie européenne de la défense, l'une des industries les plus réglementées », expliquent-elles.

La Tribune, 23 avril

Sur le même sujet

  • Contract Awards by US Department of Defense - March 25, 2019

    26 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 25, 2019

    NAVY Gartner Inc., Stamford, Connecticut (N66001-19-A-0049); Forrester Research Inc., Cambridge, Massachusetts (N66001-19-A-0050); and FEDmine LLC, Rockville, Maryland (N66001-19-A-0013), are awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. The overall estimated value of this BPA is $446,000,000. The three individual agreements are awarded in the DoD ESI category of Information Technology (IT) Research and Informative Services. The BPAs will provide commercially available technology in this category for the DoD, U.S. intelligence community, and Coast Guard activities worldwide. The ordering period will be for a maximum of 10 years, and the expected date of completion is March 24, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm-fixed-price orders. This BPA was competitively procured via the GSA E-Buy website among 679 vendors. Three offers were received and three were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. Austal USA, Mobile, Alabama, is being awarded a $261,776,539 fixed-price-incentive (firm target) modification to previously-awarded contract N00024-19-C-2227 for the detail design and construction (DD&C) of the 13th and 14th Expeditionary Fast Transport (EPF) ships, and to definitize the long-lead-time material undefinitized contract actions for EPFs 13 and 14. This modification will award the DD&C effort for EPF 13 and EPF 14 and definitize and subsume the long-lead-time material undefinitized contract actions for EPFs 13 and 14. Note: the funding obligated covers the DD&C award and also definitizes the UCAs -- which results in a total greater than the face value of the award. The EPF class provides high-speed, shallow-draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the U.S. Navy, Marine Corps, and Army. This contract includes options which, if exercised, would bring the cumulative value of this contract to $370,733,399. Work will be performed in Mobile, Alabama (54 percent); Novi, Michigan (13 percent); Fairfax, Virginia (7 percent); Houston, Texas (4 percent); Franklin, Massachusetts (3 percent); New Iberia, Louisiana (3 percent); Kingsford, Michigan (2 percent); Chesapeake, Virginia (2 percent); and Theodore, Alabama (1 percent), with other efforts performed at various locations throughout the United States below one percent (7 percent) and at various locations outside the U.S. below one percent (4 percent). Work is expected to completed by July 2022. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $134,609,225; and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $161,815,453 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Professional Contract Services Inc., Austin, Texas, is being awarded a $26,684,510 indefinite-delivery/indefinite-quantity contract modification for the exercise of Option Number Four for base operations support services at Naval Medical Center Portsmouth, Virginia, and its outlying support sites all located in Virginia. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and equipment repair services in support of Naval Medical Center Portsmouth and its outlying support sites. After award of this option, the total cumulative contract value will be $120,671,131. Work will be performed in Portsmouth, Virginia. This option period is from April 2019 to March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $24,334,266 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-D-4009). Insitu Inc., Bingen, Washington, is being awarded a $17,452,196 firm-fixed-price delivery order (N6833519F0434) against a previously issued basic ordering agreement (N68335-16-G-0046). This order provides for technical services, training, site survey and activation teams, and program management to sustain and support ScanEagle unmanned aerial vehicle sites in Afghanistan. Work will be performed in Afghanistan (95 percent); and Bingen, Washington (5 percent), and is expected to be completed in March 2020. Fiscal 2019 Afghan Security Forces funds in the amount of $17,452,196 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. Northrop Grumman Systems Corp., Annapolis, Maryland, is being awarded a $10,242,891 firm-fixed-price and cost-plus-fixed-fee modification to a previously awarded contract (N61331-15-D-0011) to exercise options for the accomplishment of depot level repair, maintenance, and modifications of the AN/AQS-24 Mine Detecting System to support the Navy for the currently deployed airborne mine countermeasures legacy systems. Northrop Grumman Undersea Systems will provide depot repairs and incorporation of engineering change proposals, including the updates of all integrated logistics support documentation to support the conversions and sustainment. Work will be performed in Annapolis, Maryland, and is expected to be completed by April 2020. No funding will be obligated at time of award. Naval Surface Warfare Center, Panama City Division, Panama City, Florida is the contracting activity. ARMY Acrow Corp. of America,* Parsippany, New Jersey (W56HZV-19-D-0061); and Mabey Bridge Ltd., Gloucestershire, United Kingdom (W56HZV-19-D-0062), will compete for each order of the $250,000,000 firm-fixed-price contract for wet and dry gap line of communication bridges. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Avon Protection Systems Inc., Cadillac, Michigan, was awarded a $245,961,250 firm-fixed-price contract for production of M53A1 Chemical Biological Protective Mask systems. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 24, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0005). South Carolina Commission for the Blind, Columbia, South Carolina, was awarded an $186,580,917 firm-fixed-price contract for full food services at Fort Jackson, South Carolina. 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 March 21, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0008). American Ordnance LLC, Middletown, Iowa, was awarded an $89,418,245 modification (P00022) to contract W15QKN-15-C-0044 for the acquisition of M918E1 40mm High Velocity Target Practice – Day/Night/Thermal (HV TP-DNT) – cartridge. Work will be performed in Middletown, Iowa; Coachella, California; Radford, Virginia; Santa Margarita, California; O'Fallon, Missouri; Lynchburg, Virginia; Mountainside, New Jersey; and St. Bonaparte, Iowa, with an estimated completion date of Nov. 30, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $89,418,245 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Alta Via Consulting LLC,* Loudon, Tennessee, was awarded a $22,000,000 firm-fixed-price contract for cost management services. 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 March 28, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0018). Advance Technology Solutions,* Augusta, Georgia, was awarded a $14,530,927 firm-fixed-price contract for services in the areas of military personnel actions, records processing and management, personnel manning, casualty management, transition and separations processing, personnel information systems management, and administrative processing of soldiers. Bids were solicited via the internet with 12 received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of May 1, 2025. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,355,849 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Gordon, Georgia, is the contracting activity (W91249-18-C-0005). DEFENSE LOGISTICS AGENCY General Dynamics Mission Systems Inc., Taunton, Massachusetts, has been awarded a maximum $92,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Warfighter Information Network-Tactical Increment 1 system. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Massachusetts, with a March 24, 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, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0027). SZY Holdings, doing business as EverReady First Aid, Brooklyn, New York, has been awarded a maximum $25,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for respirators, mask face pieces and cartridges replacement parts. This was a competitive acquisition with six responses received. This is a one-year base contract with four one-year option periods. Location of performance is New York, with a March 25, 2020, performance completion date. Using customer is Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-19-D0104). Parker Hannifin Corp., Irvine, California, has been awarded a $7,979,568 modification (P00185) to a five-year contract (SPE4AX-14-D-9413) with one five-year option period adding national stock numbers supporting multiple aircrafts. 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 firm-fixed-price contract. The modification brings the total cumulative face value of the contract to $441,414,547 from $433,434,979. Locations of performance are California, Florida, Georgia, Massachusetts, Michigan, New York and Ohio, with a June 30, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. AIR FORCE National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, has been awarded a $72,894,364 modification (P00071) to previously awarded contract FA9101-15-C-0500 for test operations and sustainment. This modification provides for test operations, technology development, equipment and facility sustainment, capital improvements and some support services for Arnold Engineering Development Complex. Work will be performed at Arnold AFB, Tennessee, and is expected to be completed by June 30, 2019. No funds are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $722,733,576. Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity. DEFENSE HEALTH AGENCY General Dynamics Information Technology Inc., Fairfax, Virginia (HT0014-19-C-0004), has been awarded a $44,165,348 cost-plus-fixed-fee contract to provide support to the Defense Health Agency's Defense and Veterans Brain Injury Center (DVBIC). The work includes support promoting access to state-of-the-science care for service members, veterans, and their families to prevent and mitigate the consequences of traumatic brain injury (TBI). DVBIC supports a network of 21 sites operating out of 16 military treatment facilities (MTFs) and five Department of Veterans Affairs Medical Centers (VAMCs). Specific activities vary at each site and can include conducting clinical research and conducting education and outreach activities and assessing TBI injury data, while command and control exist within the DVBIC Headquarters for continuity of services. The contract will be performed at DVBIC HQ, Silver Spring, Maryland; MTFs at Fort Belvoir, Virginia; Fort Bliss, Texas; Fort Bragg, North Carolina; Fort Campbell, Kentucky; Fort Carson, Colorado; Fort Drum, New York; Fort Hood, Texas; Camp Lejeune, North Carolina; Camp Pendleton, California; Naval Medical Center San Diego, California; Walter Reed National Military Medical Center, Maryland; San Antonio Military Medical Center, Texas; U.S. Special Operations Command, MacDill Air Force Base, Florida; Landstuhl (Germany); Joint Bases Lewis-McChord, Washington, and Elmendorf-Richardson, Alaska; and VAMCs in Palo Alto, California; Tampa, Florida; Minneapolis, Minnesota; San Antonio, Texas; and Richmond, Virginia. The contract end date is Sept. 25, 2020. This contract includes a six-month base period with four three-month option periods. Fiscal 2019 operations and maintenance funds in the amount of $14,336,163 are obligated on this award. This was a sole-source acquisition. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1794949/

  • Contract Awards by US Department of Defense - April 28, 2020

    29 avril 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - April 28, 2020

    AIR FORCE General Electric Co., Cincinnati, Ohio, has been awarded $707,274,997 for four undefinitized contract actions under an existing F110 indefinite-delivery/indefinite-quantity contract, for F110-GE-129 engine production. These actions provide for F110 engine production, including installs and spares and modernized engine management system computers. Work will be performed in Cincinnati, Ohio, and is expected to be completed by Dec. 31, 2026. These actions involve Foreign Military Sales to Slovakia, Bulgaria, Taiwan and Qatar. This award is the result of country-directed, sole-source acquisitions. Foreign Military Sales funds in the amount of $353,637,499 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-18-D-0029). NAVY Doyon Project Services LLC,* Federal Way, Washington, is awarded $30,831,632 for firm-fixed-price task order N-44255-20-F4095 under a multiple award construction contract for repair of Shipyard Electrical Backbone Substation A, Puget Sound Naval Shipyard, Bremerton, Washington. Work will be performed in Bremerton, Washington, and includes removal and disposal of select electrical components; repairing electrical cabling and distribution lines; repairing the switching and routing equipment; repairing substation components to include but not limited to: electrical boards, circuit breakers, tie breakers, conductors, cabling, terminations, grounds transformers, motor operators and repair of the supervisory control and data acquisition system at Shipyard Electrical Backbone Substation A to restore the system to its customary state of operation. Inspection, testing and commissioning will be performed on the electrical distribution system and at three substations following repairs. Hazardous material disposal and station support is included in the project. Work is expected to be complete by April 2023. Fiscal 2020 operations and maintenance (Navy); and contract funds in the amount of $30,831,632 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4036). Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $13,227,000 engineering services, cost-plus-incentive-fee modification to previously awarded delivery order N00024-19-F-6201 under indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for the design, prototyping and qualification testing for the TI-20 AN/BLQ-10. Work will be performed in Syracuse, New York, and is expected to be complete by February 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $7,227,000; and 2020 shipbuilding and conversion (Navy) funding in the amount of $6,000,000 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $13,034,943 cost-plus award-fee order (N62786-20-F-0013) against the previously awarded basic ordering agreement N00024-19-G-2313 to provide engineering and management services for Littoral Combat Ship (LCS)-19 Post Shakedown Availability (PSA). Work will be performed in Moorestown, New Jersey (53%); Mayport, Florida (23%); Hampton, Virginia (15%); and Washington, District of Colombia (9%). Lockheed Martin will provide engineering and management services in support of the following: 45,070 man-hours level of effort; and to provide the work specification, pre-fabrication and material for LCS-19 PSA. Work is expected to be complete by September 2021. Fiscal 2014 shipbuilding and conversion (Navy); and 2020 shipbuilding and conversion (Navy) funding in the amount of $11,408,580 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California (N62470-19-D-8022); Aptim Federal Services LLC, Alexandria, Virginia (N62470-19-D-8023); CH2M Hill Constructors Inc., Englewood, Colorado (N62470-19-D-8024); Environmental Chemical Corp., Burlingame, California (N62470-19-D-8025); Fluor Intercontinental Inc., Greensville, South Carolina (N62470-19-D-8026); and Perini Management Services Inc., Framingham, Massachusetts (N62470-19-D-8027), are awarded a $10,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. The work to be performed provides for the Navy; the Navy on behalf of the Department of Defense; the Navy on behalf of other federal agencies; and when authorized, an immediate response for construction services. The construction and related engineering services will respond to natural disasters, humanitarian assistance, conflict or projects with similar characteristics. Work will be predominately construction. The contractor may be required to provide initial base operating support services in support of the construction effort, which will be incidental to construction efforts. Work is expected to be complete by March 2024, and the term of the contract is not to exceed 60 months. After award of this modification, the total cumulative contract value will be $1,081,443,694. No funds will be obligated at time of award; funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $9,669,789 cost-plus-fixed-fee modification (P00034) to previously awarded contract N00019-16-C-0032. This modification provides engineering, manufacturing and development support to integrate BRR3.1 software to the Next Generation Jammer on Boeing EA-18G Growler carrier-based electronic warfare aircraft, resulting in BRR3.1 software initial operating capability. Work will be performed in St. Louis, Missouri, and is expected to be complete by December 2020. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,000,000 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. Risk Mitigation Consulting Inc.,* Destin, Florida, is awarded an $8,860,412 modification to task order N62470-20-F-4016 under an indefinite-delivery/indefinite-quantity contract. The task order is for mission assurance (MA) assessments for various locations within the Naval Facilities Engineering Command (NAVFAC) area of operations worldwide. Work will be performed in Florida (15%); Virginia (11%); Georgia (10%); California (7%); Maryland (6%); and Louisiana (6%). Work will also be performed outside of the U.S. in the following locations: Bahrain (11%); Souda Bay, Greece (10%), Guantanamo Bay, Cuba (9%); Sasebo and Okinawa, Japan (8%); and Deveselu, Romania (7%). The MA assessments to be performed include assessments of installation infrastructure, industrial control systems and energy/utility management control systems. Work is expected to be complete by January of 2021. The maximum dollar value for this task order as a result of this modification will increase from $5,172,574 to $8,860,412. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $3,687,838 will be obligated on a modification to the above referenced task order. The base contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2002). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $7,730,297 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, long-lead material and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by August 2030. Fiscal 2020 other procurement, (Navy) funding in the amount of $7,730,297 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. ARMY Martin Baker, Johnstown, Pennsylvania, was awarded a $25,517,707 modification (P00003) to contract W58RGZ-17-D-0046 for incorporation of new side-facing multi-function operator seats and retrofit modification kits in support of the UH-60M Blackhawk helicopter. 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 May 11, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Yorktown Systems Group Inc.,* Huntsville, Alabama, was awarded a $20,383,541 modification (P00038) to contract W911S0-17-C-0007 for operations support services including conducting and providing predictive modeling and trend analyses concerning global asymmetric threats. Work will be performed at Fort Meade, Maryland, with an estimated completion date of May 14, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $20,383,541 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. Amentum, Germantown, Maryland, was awarded a $12,000,000 modification (000266) to contract W52P1J-12-G-0028 for Army prepositioned stock logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $12,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Meggitt Training Systems Inc., Suwanee, Georgia, was awarded a $9,000,000 modification (P00004) to blanket purchase agreement W911SA-16-A-0002 for delivery of live fire target system parts to Fort McCoy, Wisconsin. Funding will be obligated by individual orders. Bids were solicited via the internet with one received. Work will be performed in Suwanee, Georgia, with an estimated completion date of April 30, 2021. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. Associated Aircraft Manufacturing & Sales Inc.,* Fort Lauderdale, Florida, was awarded an $8,439,750 firm-fixed-price contract for landing gear maintenance and overhaul. 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 April 28, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0341). WASHINGTON HEADQUARTERS SERVICES Leidos Inc., Reston, Virginia, was awarded a $13,428,125 firm-fixed-price contract. This contract is for a team of experts to provide translation, transcription and interpretation services to the Office of the Chief Prosecutor. Work performance will take place in Guantanamo Bay, Cuba. Fiscal 2020 operations and maintenance funds in the amount of $13,428,125 were awarded. The expected completion date is April 15, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-C-0073). (Awarded April 15, 2020) Redhorse Corp., San Diego, California, was awarded a $9,385,703 firm-fixed-price contract. This contract supports the coordination of department-wide efforts advising senior leaders regarding national programs and policy support (NPPS) under the direct guidance of the director of NPPS. This includes advising senior leaders regarding global intelligence, surveillance, and reconnaissance (ISR) operations and/or resulting in the rapid production of ISR capability from concept initiation to specialized modification to deployment into the operational theater. Work performance will take place in the Pentagon Reservation, Arlington, Virginia. Fiscal 2020 operations and maintenance funds in the amount of $4,579,209; and fiscal 2020 research, development, test and evaluation funds in the amount of $4,806,494 were awarded. The expected completion date is Jan. 31, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-F-00223). (Awarded April 23, 2020) DEFENSE LOGISTICS AGENCY Hardigg Industries Inc., South Deerfield, Massachusetts, has been awarded a maximum $10,000,000 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 115 responses received. This is a five-year contract with no option periods. Location of performance is Massachusetts, with an April 27, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0036). Federal Prison Industries Inc.,** Washington, District of Columbia., has been awarded a $9,558,000 modification (P00003) exercising the first one-year option of a one-year base contract (SPE1C1-19-D-F024) with two one-year option periods for working parkas. This is a firm-fixed-price contract. Locations of performance are Kentucky and Washington, District of Columbia, with a May 2, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2168478/source/GovDelivery/

  • Airborne Triton drone key to Navy’s signal goals, Clapperton says

    13 février 2024 | International, Aérospatial

    Airborne Triton drone key to Navy’s signal goals, Clapperton says

    The autonomous MQ-4C Triton intelligence, surveillance, reconnaissance and targeting drone can fly for more than 24 hours.

Toutes les nouvelles