23 novembre 2022 | International, Aérospatial

French minister says new Franco-German fighter top priority

A senior French minister reaffirmed backing for a new Franco-German-led fighter jet project on Wednesday after conflicting comments over the next stage of the $100 billion venture.

https://www.reuters.com/world/europe/french-minister-says-new-franco-german-fighter-top-priority-2022-11-23/

Sur le même sujet

  • Pandemic lengthens delay in US Army’s M113 vehicle replacement program

    4 août 2020 | International, Terrestre

    Pandemic lengthens delay in US Army’s M113 vehicle replacement program

    By: Jen Judson WASHINGTON — The coronavirus pandemic has caused another delay for the U.S. Army's plagued M113 replacement program, which has struggled with manufacturing problems as the BAE Systems-made Armored Multi-Purpose Vehicle entered low-rate initial production, according to the company's second quarter fiscal 2020 earnings briefing released last week. The company had to delay delivery of the first LRIP vehicles by roughly four to six months, moving delivery from March to July. But as BAE prepared to move ahead on delivery, the pandemic hit, bringing with it another delay of roughly a month, which pushed the vehicles' delivery date to August. The AMPV program entered LRIP in January 2019, but the program office indicated last year that delivery of the first vehicles would be delayed by two months and the completion of production qualification testing would be delayed by seven months due to tooling and assembly line challenges at BAE's facility in York, Pennsylvania. Because of the issues, the Army's AMPV budget request in FY21 showed the program took a hit. The service indicated it would buy 32 vehicles instead of the 143 planned for the fiscal year, and the program's budget was cut from $445 million to $193 million. The Army and BAE developed “a production approach that would allow us to incorporate efficiencies during LRIP that modernize manufacturing and increase the overall throughput of the program,” Amanda Niswonger, a BAE spokeswoman, told Defense News in an Aug. 3 statement. “This included installing new technology and processes such as robotic welding, digital X-ray, and advanced machining. And we worked closely with the Army to update and refine manufacturing processes to incorporate the most modern weld and inspection technology,” she said. “These changes had an impact on our delivery timeline which was not reflected in the original delivery schedule, but continues to meet the Army's fielding schedule.” The service and BAE had formalized the schedule change just as COVID-19 hit the U.S., which affected a large number of manufacturing facilities and supply chains globally. “We have worked tirelessly to mitigate the impacts from COVID-19 with our employees, supply network, and customer base to keep our manufacturing sites operational and continue to receive parts as needed,” Niswonger said. “Unfortunately we could not overcome all the challenges and our first delivery has slipped one month.” https://www.defensenews.com/land/2020/08/03/pandemic-causes-latest-delay-in-us-armys-m113-replacement-program/

  • Contract Awards by US Department of Defense - February 13, 2019

    14 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 13, 2019

    NAVY British Aerospace Engineering Systems Technology Solutions & Services Inc., Rockville, Maryland (N00421-D-0035); Coherent Technical Services Inc.,* Lexington Park, Maryland (N00421-D-0036); Engility Corp., Andover, Maine (N00421-D-0037); J.F. Taylor Inc., Lexington Park, Maryland (N00421-D-0038); KBRwyle Technology Solutions LLC, Columbia, Maryland (N00421-D-0039); Lockheed Martin Rotary and Mission Systems, Manassas, Virginia (N00421-D-0040); and Valkyrie Enterprises Inc.,* Virginia Beach, Virginia (N00421-D-0041), are each awarded indefinite-delivery/indefinite-quantity contracts. The estimated aggregate ceiling for all contracts is $235,005,530, with the companies having an opportunity to compete for individual orders. These contracts provide for Air Traffic Control and Landing Systems Operations Onboard Ship and Shore support services for the Naval Air Warfare Center Aircraft Division (NAWCAD) - Air Traffic Control and Landing Systems Division (NAWCAD 4.11.7). Services to be provided include operational, technical, logistical and system engineering support for system certification; technical assistance; systems analysis and engineering; test and evaluation; installation and maintenance; hardware design, development, technical logistics support; configuration management; training support; equipment manufacturing; quality control; and project management of Mobile Air Battle management systems and communication-electronic systems. Work will be performed in St. Inigoes, Maryland (20 percent); and at various contractor locations within the continental U.S. (80 percent), and is expected to be completed in February 2024. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposals, with seven offers received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Diversified Maintenance Systems,* Sandy, Utah, is awarded a maximum amount $49,000,000 indefinite-delivery indefinite quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Naval Air Weapons Station China Lake, California. 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 administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Ridgecrest, California. The term of the contract is not to exceed 60 months with an expected completion date of January 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 eight proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2612). The Boeing Co., Huntington Beach, California, is awarded a $43,000,000 fixed-priced-incentive modification to previously awarded contract N00024-17-C-6307 for the fabrication, test, and delivery of four Orca Extra Large Unmanned Undersea Vehicles (XLUUVs) and associated support elements. The Orca XLUUV will be an open architecture, reconfigurable Unmanned Undersea Vehicle. The Orca XLUUV will be modular in construction with the core vehicle providing guidance and control, navigation, autonomy, situational awareness, core communications, power distribution, energy and power, propulsion and maneuvering, and mission sensors. The Orca XLUUV will have well-defined interfaces for the potential of implementing cost-effective upgrades in future increments to leverage advances in technology and respond to threat changes. The Orca XLUUV will have a modular payload bay, with defined interfaces to support current and future payloads for employment from the vehicle. The competition for XLUUV requirements is still in source-selection, and therefore the specific contract award amount is considered source-selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation 2.101 and 3.104) and will not be made public at this time. Work will be performed in Huntington Beach, California (29 percent); Virginia Beach, Virginia (27 percent); Waukesha, Wisconsin (8 percent); East Aurora, New York (7 percent); Concord, Massachusetts (7 percent); Camden, New Jersey (5 percent); Smithfield, Pennsylvania (4 percent); Attleboro, Massachusetts (3 percent); City of Industry, California (3 percent); El Cajon, California (3 percent); Fairfield, New Jersey (2 percent); Ontario, California (1 percent); and Farmingdale, New York (1 percent), and is expected to be complete by June 2022. Fiscal 2019 research, development, test, and evaluation (Navy) funds in the amount of $43,000,000 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. Lockheed Martin Corp., Fort Worth, Texas, is awarded $14,498,758 for modification P00009 to a previously awarded fixed-price incentive firm contract (N0001918C1048) to provide for initial lay-in of repair material for seven F-35 Lightning II systems at various depots in support of the Air Force, Marine Corps, Navy, non-U.S. Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in Orlando, Florida (34 percent); Fort Worth, Texas (27 percent); Jackson, Mississippi (16 percent); Windsor Locks, Connecticut (16 percent); St. Louis, Missouri (4 percent); and East Aurora, New York (3 percent), and is expected to be completed in July 2024. Fiscal 2017 aircraft procurement (Marine Corps, and Navy); fiscal 2018 aircraft procurement (Air Force); non-U.S. DoD participant; and FMS funds in the amount of $14,498,758 are being obligated at time of award, $4,582,113 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($6,332,003; 43.68 percent); Marine Corps ($3,128,745; 21.58 percent); Navy ($1,453,368; 10.02 percent); non-U.S. DoD Participants ($2,470,964; 17.04 percent), and FMS customers ($1,113,678; 7.68 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. EPS Corp., Tinton Falls, New Jersey, is awarded a $10,980,406 modification to a previously awarded hybrid cost-plus-fixed-fee, firm-fixed price, indefinite delivery/indefinite quantity contract (N00174-17-D-0026) to exercise an option for technical expertise in the development and testing of underwater weapons and underwater weapons systems components. This requirement is to develop an underwater weapons system acquisition/procurement program that provides underwater weapons systems (including authentic foreign mines) for research, development, test and evaluation of underwater weapons systems and mine countermeasures systems. Work will be performed in Tinton Falls, New Jersey (95 percent); Montenegro (2 percent); Bulgaria (2 percent); and Italy (1 percent), and is expected to be complete by February 2020. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $10,517,749 firm-fixed-price contract for a 50-calendar day shipyard availability for the regular overhaul and dry docking of USNS William McLean (T-AKE 12). Work will include clean and gas-free tanks, voids, cofferdams and spaces, main engine and electric motor maintenance, 10-year crane maintenance and recertification, dry-docking and undocking, propeller shaft and stern tube inspect, freshwater (closed loop) stern tube lubrication, underwater hull cleaning and painting, 2.5-year bow thruster maintenance and tunnel grating modification, renew flight deck nonskid, and auxiliary pre-stage area refrigeration installation. The contract includes options which, if exercised, would bring the total contract value to $10,583,543. Work will be performed in North Charleston, South Carolina, and is expected to be completed by July 16, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $10,517,749 are obligated at the time of award and funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The U. S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6002). AIR FORCE Nimbis Services Inc.,* Oro Valley, Arizona, has been awarded a ceiling increase of $49,500,000 to their indefinite-delivery/indefinite-quantity (IDIQ) contract with cost-plus-fixed-fee task orders for research and development. The Trusted Silicon Stratus contract's objective is to achieve an initial operational capability of a novel microelectronics life-cycle verification ecosystem implemented to enhance microelectronics supply chain risk management. Work will be performed in Columbus, Ohio. There are two orders currently on this IDIQ. The first task order (FA8650-18-F-1605) is expected to be complete by July 30, 2021, and the second task order (FA8650-18-F-1656) is expected to be completed by Nov. 30, 2021. Fiscal 2018 and 2019 research, development, test and evaluation funds will be obligated on future task orders. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Tau Technologies LLC, Albuquerque, New Mexico, has been awarded a cost reimbursement type contract with a base period contract price of $8,913,357 for directed energy modeling for cross-domain analysis. This contract seeks to advance directed energy technologies and weapon systems in engagement and mission-level analysis to enable data-driven wargaming, military utility assessments, and weaponeering. Work will be performed in Albuquerque, New Mexico, and is expected to be completed May 31, 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $300,000 will be obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-19-C-0002). ARMY Phylway Construction LLC,* Thibodaux, Louisiana, was awarded a $48,654,095 firm-fixed-price contract for Mississippi River levee construction. Bids were solicited via the internet with six received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Feb. 21, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $48,654,095 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0015). DEFENSE LOGISTICS AGENCY Lions Services, Charlotte, North Carolina, has been awarded a maximum $11,403,650 modification (P00020) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B008) with two one-year option periods for advanced combat helmet chinstraps and hardware. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are North Carolina and Texas, with a Feb. 16, 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. WASHINGTON HEADQUARTERS SERVICES CompQsoft Inc., Leesburg, Virginia, has been awarded a $7,710,468 a hybrid contract which includes firm-fixed-price labor hour and time and materials contract line item numbers. The contract is to provide audio-visual/video conference support services, by Joint Service Provider to supported agencies in the most efficient manner possible. Work performance will take place primarily in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $7,710,468 are being obligated on this award. The expected completion date is Sept. 29, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-18-C-0118). DEFENSE INFORMATION SYSTEMS AGENCY Solers Inc., Arlington, Virginia, was awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for Systems Engineering, Technology, and Innovation. This was a competitive solicitation for a multiple-award ID/IQ contract, with an unrestricted pool and a pool set-aside for small businesses. The original awards for the unrestricted pool were initially made in June 2018. Four post-award protests were submitted to the Government Accountability Office (GAO). Following the GAO decisions, issued in October 2018, the agency took corrective action that resulted in the decision to award a contract to Solers Inc. The face value of this action is a ceiling amount of $7,500,000,000. The awardee will each receive a minimum guarantee of $500 applicable to the base ordering period only. All other funding will be obligated at the task order level. The primary performance will be at Defense Information Systems Agency Headquarters, Fort Meade, Maryland, as well as contractor facilities and DoD locations worldwide to be determined at the task order level. The period of performance is a five-year base period with one five-year option period. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-2015). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1757113/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 27, 2021

    28 janvier 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 27, 2021

    ARMY Eli Lilly and Co., Indianapolis, Indiana, was awarded a $625,000,000 modification (P00007) to contract W911QY-21-C-0016 for 500,000 doses of LY-CoV555, a COVID-19 therapeutic drug treatment. Work will be performed in Indianapolis, Indiana, with an estimated completion date of Jan. 27, 2021. Fiscal 2021 Coronavirus Aid, Relief and Economic Security Act funds in the amount of $625,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded Jan. 26, 2021) Bay Ship & Yacht Co., Alameda, California (W56HZV-21-D-L002); Colonna's Shipyard Inc.,* Norfolk, Virginia (W56HZV-21-D-L003); Conley Marine Services,* Harvey, Louisiana (W56HZV-21-D-L004); Fairlead Boatworks Inc., Newport News, Virginia (W56HZV21DL005); GMD Shipyard Corp.,* Brooklyn, New York (W56HZV-21-D-L006); Gulf Copper & Manufacturing Corp.,* Galveston, Texas (W56HZV-21-D-L007); Lyon Shipyard Inc.,* Norfolk, Virginia (W56HZV-21-D-L008); Mare Island Dry Dock, Vallejo, California (W56HZV-21-D-L009); Metal Trades Inc.,* Yonges Island, South Carolina (W56HZV-21-D-L010); Murtech Inc.,* Glen Burnie, Maryland (W56HZV-21-D-L011); Platypus Marine Inc., Port Angeles, Washington (W56HZV-21-D-L012); Swiftships LLC,* Morgan City, Louisiana (W56HZV-21-D-L013); Vigor Marine LLC, Portland, Oregon (W56HZV-21-D-L014); and Yank Marine Services,* Dorchester, New Jersey (W56HZV-21-D-L015), will compete for each order of the $235,000,000 firm-fixed-price contract for the purpose of performing on-condition cyclic maintenance, modifications, modernizations and repairs, requiring the use of a dry dock as well as sustainment maintenance, modernization efforts on the Army Watercraft Fleet of vessels. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 26, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Swiftships LLC,* Morgan City, Louisiana (W56HZV-21-D-L018); Heavy Engineering Industries and Shipbuilding Co., Shuwaikh, Kuwait (W56HZV-21-D-L019); Japan Marine United Co., Yokohama, Japan (W56HZV-21-D-L020); Orient Shipyard Co. Ltd., Pusan, South Korea (W56HZV-21-D-L021); Sumitomo Heavy Industries Ltd., Yokosuka, Japan (W56HZV-21-D-L022); Sunjin Entech Co. Ltd, Pusan, South Korea (W56HZV-21-D-L023); and Yokohama Engineering Works Ltd., Yokohama, Japan (W56HZV-21-D-L024), will compete for each order of the $180,000,000 firm-fixed-price contract for the follow-on efforts for the Watercraft Inspection Branch and Army Watercraft Systems Product Directorate to combine its shipyard efforts to efficiently execute modifications, modernizations and on-condition cyclic maintenance efforts for its existing fleet of vessels. 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 Jan 26, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Colonna's Shipyard Inc.,* Norfolk, Virginia (W56HZV-21-D-L025); Conley Marine Services LLC,* Harvey, Louisiana (W56HZV-21-D-L026); Continental Tide Defense Systems Inc., Wyomissing, Pennsylvania (W56HZV-21-D-L027); Epsilon Systems Solutions Inc., Portsmouth, Virginia (W56HZV-21-D-L028); Guam Industrial Services Inc., Agat, Guam (W56HZV-21-D-L029); Heavy Engineering Industries & Shipbuilding, Shuwaikh Port Area, Western Extension Shuwaikh, Kuwait (W56HZV-21-D-L030); HII Fleet Support Group LLC, Virginia Beach, Virginia (W56HZV-21-D-L031); L3 Unidyne Inc., Norfolk, Virginia (W56HZV-21-D-L032); Lyon Shipyard Inc., Norfolk, Virginia (W56HZV-21-D-L033); Metal Trades Inc.,* Yonges Island, South Carolina (W56HZV-21-D-L034); QED Systems Inc., Virginia Beach, Virginia (W56HZV-21-D-L035); Sumitomo Heavy Industries Ltd., Yokosuka, Kanagawa, Japan (W56HZV-21-D-L036); Sunjin Entech Co. Ltd., Pusan, South Korea (W56HZV-21-D-L037); and Yokohama Engineering Works Ltd., Yokohama, Kanagawa, Japan (W56HZV-21-D-L038), will compete for each order of the $155,000,000 firm-fixed-price contract for unprogrammed maintenance, emergency repair, modification and modernization efforts that do not require the use of a dry dock. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 26, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Indtai Inc.,* Vienna, Virginia, was awarded an $8,021,713 modification (P00004) to contract W9124J-20-C-0012 to provide educational support services in education centers located on over 60 Army garrisons in the continental U.S., Alaska, Hawaii, Puerto Rico, Japan and the Republic of Korea. Work will be performed in San Antonio, Texas, with an estimated completion date of Jul. 27, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $8,021,713 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity. NAVY CH2M Hill Inc., Englewood, Colorado, is awarded a maximum value $480,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity, architect-engineering contract for comprehensive long-term environmental action services in the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic area of responsibility (AOR). The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy's Environmental Restoration Program, Munitions Response Program and other similar programs at any Navy and Marine Corps activity in the AOR covered by NAVFAC Atlantic. Future task orders will be primarily funded by environmental restoration (Navy) funds. An initial task order is being awarded at $200,000 for architect-engineering services at the program management office in Virginia Beach, Virginia, and is expected to be completed by March 2022. All work on this contract will be performed within the NAVFAC Atlantic AOR including, but not limited to, North Carolina (25%); Puerto Rico (25%); Virginia (25%); Maryland (10%); California (5%); District of Columbia (3%); West Virginia (3%); Washington (2%); and Alaska (2%), and is expected to be completed by January 2026. Fiscal 2021 environmental restoration (Navy) funds in the amount of $200,000 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 two proposals received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-21-D-0007). Lockheed Martin Corp., Orlando, Florida, is awarded a not-to-exceed $49,663,781 undefinitized firm-fixed-price modification (P00001) to cost-plus-fixed-fee order N00019-21-F-0062 against previously issued basic ordering agreement N00019-19-G-0029. This modification adds scope for the production and delivery of 19 AN/AAQ-30A Target Sight Systems; 14 for the government of Bahrain and five for the government of the Czech Republic. Work will be performed in Orlando, Florida (36%); Burlington, Ontario, Canada (34%); Merrimack, New Hampshire (14%); Ocala, Florida (5%); Santa Barbara, California (3%); and various locations within the continental U.S. (8%), and is expected to be completed in January 2023. Foreign Military Sales funds in the amount of $7,433,265 will be obligated at the 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. (Awarded Jan. 26, 2021) Maxon Furniture Inc., Muscatine, Iowa, is awarded a $34,924,508 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides furniture finishes and equipment to ensure office furniture standardization, sustainability and maximum flexibility of personnel office spaces including design services and installation. Work will be performed in Muscatine, Iowa, and is expected to be completed in January 2026. Fiscal 2021 working capital (Navy) funds in the amount of $2,733 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; three offers were received. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-21-D-0011). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $25,523,136 modification (P00005) to cost-plus-fixed-fee, firm-fixed-price order N00019-20-F-0315 against previously issued basic ordering agreement N00019-17-G-0002. This modification adds scope for the production and delivery of nine right aft sponson fuel tank kits in support of V-22 Production Aircraft 9-17 for the government of Japan. Additionally, this modification provides development and updates to existing technical data as well as services in support of aircraft deliveries and aircrew pilot and crew chief training for the government of Japan. Work will be performed in Jacksonville, North Carolina (35%); Chiba Provence, Japan (35%); Ridley Park, Pennsylvania (20%); Stennis, Mississippi (5%); and Fort Worth, Texas (5%), and is expected to be completed in March 2024. Foreign Military Sales funds in the amount of $25,523,136 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. Lockheed Martin Corp., Marietta, Georgia, is awarded a $11,403,660 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract. This contract provides engineering and logistics services in support of the Maritime Patrol and Reconnaissance Aircraft program to monitor and manage fatigue and obsolescence issues and operational and/or technical problems arising from P-3 fleet usage for the Navy, Foreign Military Sales customers and other U.S. government agencies. Work will be performed in Marietta, Georgia, and is expected to be completed in January 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-21-D-0045). Boeing Distribution Inc., Dallas, Texas, is awarded an $8,624,300 firm-fixed-price modification (P00008) to previously awarded contract N00019-18-C-0055. This modification adds scope for the production and delivery of two P-8A engine build up kits and associated mating to core engine; one for the government of New Zealand and one for the government of Australia. Work will be performed in Dallas, Texas (50%); and Everett, Washington (50%), and is expected to be completed in June 2022. Foreign Military Sales funds in the amount of $8,624,300 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. AIR FORCE Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $129,363,552 firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract for C-5 contractor logistic support services. This contract involves supply chain management, repair and technical support services. Work will be performed in Marietta, Georgia; and Greenville, South Carolina, and is expected to completed Jan. 31, 2022. This award is the result of a sole-source acquisition. Fiscal 2021 Material Supply Division; and operation and maintenance funds in the amount of $31,544,612 are being obligated at the time of award by way of task order FA8525-21-F0003. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded an $89,712,422 fixed-price-incentive-firm modification (P00024) to contract FA8823-20-C-0004 for system sustainment services Option Year Two. This modification updates and revises the Maintenance of Space Situational Awareness Integrated Capabilities system sustainment performance requirements for the current option year. Work will be performed in Colorado Springs, Colorado; and Dahlgren, Virginia, and is expected to be completed Jan 31, 2022. Fiscal 2021 operation and maintenance funds in the amount of $55,578,977 are being obligated at the time of award. Total cumulative face value of the contract is $315,420,730. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded an $83,831,036 firm-fixed-price modification (P00014) to contract FA8106-18-D-0002 for C-20/C-37 fleet sustainment. The contract modification is for exercise of Option Year Four, to include issuance of task orders for a one-year extension of contract term to support the C-20 and C-37 fleet for the Air Force, Army, Navy, Marines and Coast Guard; funding uninterrupted continuation of contractor logistics. Work will be performed in Savannah, Georgia; Naval Air Station Sigonella, Italy; Ramstein Air Base, Germany; Joint Base Andrews, Maryland; Hickam Air Force Base, Hawaii; Marine Corps Base Hawaii, Hawaii; and Ronald Reagan Washington National Airport, Washington, D.C. The work is expected to be completed Jan. 31, 2022. Fiscal 2021 operation and maintenance funds in the amount of $44,482,293 are being obligated at the time of award. Total cumulative face value of the contract is $594,429,554. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. MilSup LLC, Las Vegas, Nevada, has been awarded a $50,628,080 firm-fixed-price contract for the RC/OC/WC-135 and E-4B Contract Aircrew Training (CAT) and Courseware Development (CWD) program. The contractor will furnish all personnel, equipment, tools, materials, supervision and all other items and services that are required to perform RC/OC/WC-135 and E-4B CAT and CWD. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed March 31, 2026. This award is the result of a competitive Service Disabled Veteran-Owned Small Business acquisition and six offers were received. Fiscal 2021 operation and maintenance funds in the amount of $145,476 are being obligated at the time of award. Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-21-C-0001). U.S. TRANSPORTATION COMMAND Eleven (11) companies have been awarded Option Year 3 modifications under the following Category A (CAT A) III, Indefinite Delivery Indefinite Quantity, Fixed Price contracts: HTC711-18-D-C003/P00008 American Airlines of Fort Worth, TX; HTC711-18-D-C004/P00008 Air Transportation International (ATI) of Irving, TX; HTC711-18-D-C005/P00008 Atlas Air of Purchase, NY; HTC711-18-D-C006/P00008 Delta Air Lines, Inc. of Atlanta, GA; HTC711-18-D-C007/P00008 FedEx of Washington, DC; HTC711-18-D-C008/P00008 Hawaiian Airlines, Inc. of Honolulu, HI; HTC711-18-D-C011/P00008 National Air Cargo, Inc. of Orlando, FL; HTC711-18-D-C012/P00008 Polar Air Cargo Worldwide, Inc. of Purchase, NY; HTC711-18-D-C013/P00008 United Parcel Service Co. (UPS) of Louisville, KY; HTC711-18-D-C014/P00008 USA Jet Airlines of Belleville, MI; and HTC711-18-D-C015/P00008 Western Global Airlines (WGA) of Estero, FL. The companies are eligible to compete at the task order level for an option year estimated amount of $34,732,959. The program's cumulative value increased from $124,325,701 to $159,058,660 (estimated). This modification provides international commercial scheduled air cargo transportation services. Services encompass time-definite, door-to-door pick-up and delivery, transportation, Intransit Visibility (ITV), Government-Approved Third Party Payment System participation, and expedited customs processing and clearance of less than full planeloads for the movement of regular and recurring hazardous, refrigerated/cold chain (perishable), life and death, narcotics, and other regular recurring cargo shipments. Work will be performed world-wide. Option Year 3 period of performance is Feb. 1, 2021 to Jan. 31, 2022. United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, IL, 62225-5357, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2484774/source/GovDelivery/

Toutes les nouvelles