15 juillet 2024 | International, Terrestre, C4ISR, Sécurité

Helsing bring AI capabilities to Estonia in strategic expansion - Army Technology

Helsing announced that it will make a strategic move to expand to Estonia to supply Ai capabilities to Nato's eastern flank.

https://www.army-technology.com/news/helsing-bring-ai-capabilities-to-estonia-in-strategic-expansion/

Sur le même sujet

  • Warship selected by Canada won’t be in U.S. competition – Americans accepting only proven designs

    25 juin 2019 | International, Naval

    Warship selected by Canada won’t be in U.S. competition – Americans accepting only proven designs

    DAVID PUGLIESE The US Navy is moving ahead with its frigate program but the ship design selected by Canada, the United Kingdom and Australia won't be considered as the Americans are only considering proven vessels. Because the U.S. FFG(X) future frigate competition will only accept proven, at-sea designs, BAE Systems of the United Kingdom has decided not to enter its Type 26 Global Combat Ship in the competition, the U.S. Naval Institute's publication, USNI News, reports. The Canadian government plans to buy 15 Type 26 warships in a project now estimated by the Parliamentary Budget Officer to cost $70 billion. The project, known as Canadian Surface Combatant, is the largest single expenditure in Canadian government history. The Liberal government announced in February that it had entered into a contract with Irving Shipbuilding to acquire new warships based on the Type 26 design being built in the United Kingdom. With Canada ordering 15 of the warships, the Royal Canadian Navy will be the number one user of the Type 26 in the world. The United Kingdom had planned to buy 13 of the ships for its Royal Navy but cut that down to eight. Australia plans to buy nine of the vessels designed by BAE. But the Type 26 design is unproven. Construction of the first ship for the Royal Navy began in the summer of 2017 but that vessel is not expected to be accepted into service until 2025. Canada hopes to begin construction of its first Type 26 in the early 2020s. Alan Baribeau, a spokesman for U.S. Naval Sea Systems Command, told USNI News, the U.S. Navy requires a proven, in-the-water design for its future frigate program. “To promote and provide for full and open competition, the Navy will consider any hull form — foreign and domestic — that meets the requirements, will be built in a U.S. shipyard and has a parent design that has been through production and demonstrated (full scale) at sea,” Baribeau told USNI News. The entry of the BAE Type 26 warship in the Canadian competition was controversial from the start and sparked complaints the procurement process was skewed to favour that vessel. Previously the Liberal government had said only mature existing designs or designs of ships already in service with other navies would be accepted, on the grounds they could be built faster and would be less risky. Unproven designs can face challenges as problems are found once the vessel is in the water and operating. But the requirement for a mature design was changed and the government and Irving accepted the BAE design, though at the time it existed only on the drawing board. Company claims about what the Type 26 ship can do, including how fast it can go, are based on simulations or projections. The two other bidders in the Canadian program had ships actually in service with other navies so their capabilities were known. The Canadian Surface Combatant program is being run by Irving Shipbuilding to replace the navy's fleet of Halifax-class frigates and the Iroquois-class destroyers the navy previously operated. The updated estimate on the surface combatant program, compiled by the Parliamentary Budget Office and released June 21, covers the cost of project development, production of the ships, two years of spare parts and ammunition, training, government program management, upgrades to existing facilities, and applicable taxes. The previous Conservative government originally estimated the cost of the ships to be around $26 billion. The Department of National Defence now states that its estimate is between $56 billion and $60 billion. BAE Systems told USNI News that it would not be submitting any proposals for the U.S. FFG(X) program unless the U.S. Navy dumps its requirements for a proven hull design. The U.S. does not have any intention of changing its requirements. Four companies are expected to submit bids for the U.S. program– Austal USA, Fincantieri Marine, General Dynamics Bath Iron Works and Ingalls Shipbuilding – with deadlines of August 22 for technical proposals and September 26 for pricing proposals, the USNI News reported. The Canadian Surface Combatant program is currently in the development phase. The government projects the acquisition phase to begin in the early 2020s with deliveries to begin in the mid-2020s. The delivery of the 15th ship, slated for the late 2040s, will mark the end of that project. https://ottawacitizen.com/news/national/defence-watch/warship-selected-by-canada-wont-be-in-u-s-competition-americans-accepting-only-proven-designs

  • Aurora and Lockheed Martin enter Phase I of DARPA’s CRANE programm

    31 août 2021 | International, Aérospatial

    Aurora and Lockheed Martin enter Phase I of DARPA’s CRANE programm

    Aurora Flight Sciences and Lockheed Martin are set to enter Phase I Control of Revolutionary Aircraft with Novel Effectors CRANE programme.

  • Contract Awards by US Department of Defense - August 04, 2020

    5 août 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 04, 2020

    NAVY Bethel-Tech Pacific JV,* Anchorage, Alaska (N62473-20-D-1113); ECC Environmental,* Burlingame, California (N62473-20-D-1114); and CAPE-Weston,* Irvine, California (N62473-20-D-1115), are awarded a $240,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contract for environmental remediation projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). This includes Alaska, Arizona, California, Nevada, New Mexico, Oregon, Utah, Washington and other locations nationwide. The maximum dollar value for all three contracts combined is $240,000,000. Bethel-Tech Pacific JV is being awarded an initial task order at $189,037 to evaluate land use controls at Marine Corps Logistic Base, Barstow, California. Work for this task order is expected to be completed by July 2023. All work on this contract will be performed primarily within the NAVFAC Southwest AOR which includes California (95%); Arizona (2%); Nevada (2%); and the remainder of the U.S. (1%). The work to be performed provides for environmental remediation actions; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial systems operation and maintenance; corrective actions; and groundwater monitoring and other related activities associated with returning sites to safe and acceptable levels of contamination. The term of the contract is not to exceed 60 months. Work is expected to be completed by August 2025. Fiscal 2020 operations and maintenance Navy (OM, N) contract funds in the amount of $189,037 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OM, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and18 proposals were received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Lockheed Martin Corp., Owego, New York, is awarded an $181,744,524 modification (P00016) to previously awarded firm-fixed-price contract N00019-19-C-0013. This modification provides for the production, delivery and integration of 24 Airborne Low Frequency Sonars (ALFS) for the government of India; eight ALFS for the Navy and seven ALFS for the government of Denmark, into MH-60R Seahawk aircraft. Work will be performed in Brest, France (77%); Portsmouth, Rhode Island (15%); and Owego, New York (8%), and is expected to be completed by December 2024. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $37,280,928 and Foreign Military Sales funds in the amount of $144,463,596 will be obligated at time of award, $37,280,928 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Krempp Construction Inc.,* Jasper, Indiana, is awarded an $35,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract for magazine and inert building maintenance and repairs at the Naval Support Activity Crane, Indiana. No task orders are being issued at this time. All work on this contract will be performed in Crane, Indiana. The work to be performed provides for magazine and inert building maintenance, repairs and construction services including but not limited to, concrete installation and removal, replacement of entire or portions of concrete docks, wing walls, steel doors, lead paint removal, replacement of dead lights, dome repair, grounding, seeding, mulching, removal and installation of bumper blocks, excavation, backfilling and incidental related work. The term of the contract is not to exceed 60 months and work is expected to be completed by August 2025. Fiscal 2020 working capital (Army) contract funds in the amount of $5,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by working capital (Army) and working capital (Navy). This contract was competitively procured via the Contract Opportunities website and three proposals were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0080). Bell Textron Inc., Fort Worth, Texas, is awarded a $30,400,000 cost-plus-fixed-fee order (N00019-20-F-0162) against previously issued basic ordering agreement N00019-16-G-0012. This order provides non-recurring engineering and integrated logistics support to produce and qualify the structural improvement and electrical power upgrade solution for the UH-1Y Venom and AH-1Z Viper aircraft. Work will be performed in Fort Worth, Texas (70.4%); Grand Rapids, Michigan (26.3%); and Phoenix, Arizona (3.3%). This order provides for the integration of structural improvements and power upgrades, as well as the development of technical data and supporting documentation as it pertains to reliability, maintainability, damage limits and tolerances. Additionally, this order provides for the manufacture and delivery of two drives system accessory power quills, one modified combining gearbox, one test stand upgrade, as well as associated component qualification testing. Work is expected to be completed by December 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $17,503,510; fiscal 2019 aircraft procurement (Navy) funds in the amount of $8,659,045; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $4,237,445, will be obligated at time of award and $17,503,510 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Atlantic Diving Supply Inc., Virginia Beach, Virginia (M67854-20-D-5127); and Vizocom Government Services, El Cajon, California (M67854-20-D-5128) are awarded a $17,000,000 maximum amount, multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of soft wall shelters and shelter repair parts. Work will be performed in Virginia Beach, Virginia; and El Cajon, California, and is expected to be completed by July 2025. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $151,483 will be obligated on the first delivery order immediately following contract award. Funds will expire the end of the current fiscal year. This contract was a competitively procured via beta.SAM.gov website and two offers were received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting agency. Alliant Techsystems Operations LLC, Northridge, California, is awarded a $12,190,753 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides depot sustainment support, guidance section and control section repair and common munitions built-in test/reprogramming equipment box 4 and 5 test and inspection in support of the Advanced Anti-Radiation Guided Missile weapon system for the Navy; the governments of Italy and Australia; and Foreign Military Sales customers. Work will be performed in Northridge, California (62%); Ridgecrest, California (31%); and Fusaro, Italy (7%). Work is expected to be completed by August 2023. 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 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0106). United States Marine Inc.,* Gulfport, Mississippi, is awarded a $7,572,364 firm-fixed-price delivery order to previously awarded an indefinite delivery/indefinite quantity contract N00024-16-D-2215 in support of the government of the Azerbaijan for 15 9-meter Explosive Ordnance Disposal (EOD) Multi-Use EOD Response Craft. Work will be performed in Gulfport, Mississippi, and is expected to be completed by April 2022. Foreign Military Sales funding in the amount of $7,572,364 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. ARMY Aecom Technical Services Inc., Los Angeles, California (W91278-20-D-0041); Arcadis U.S. Inc., Highlands Ranch, Colorado (W91278-20-D-0042); Atkins North America Inc., Dallas, Texas (W91278-20-D-0043); Cardno GS Inc., Charlottesville, Virginia (W91278-20-D-0044); HDR Environmental Operations and Construction Inc., Englewood, Colorado (W91278-20-D-0045); Jacobs Engineering Group Inc., Dallas, Texas (W91278-20-D-0046); Leido Inc., Reston, Virginia (W91278-20-D-0047); WSP USA Solutions Inc., Washington, DC (W91278-20-D-0048); Tetra Tech Inc., Pasadena, California (W91278-20-D-0053); and Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania (W91278-20-D-0055), will compete for each order of the $209,000,000 firm-fixed-price contract for architect and engineering services to support the U.S. Army Corps of Engineers South Atlantic Division. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. AHTNA Construction,* Anchorage, Alaska (W912BV-20-D-0039); APC Construction LLC,* Harvey, Louisiana (W912BV-20-D-0040); Gideon Contracting LLC,* San Antonio, Texas (W912BV-20-D-0041); Pontchartrain Partners LLC,* New Orleans, Louisiana (W912BV-20-D-0042); and Southwind Construction,* Edmond, Oklahoma (W912BV-20-D-0043), will compete for each order of the $49,500,000 firm-fixed-price contract for civil works construction projects in support of various military and civil works projects within the U.S. Army Corps of Engineers Tulsa District's boundaries. 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 Aug. 3, 2025. U.S. Army Corps of Engineers Tulsa, Oklahoma, is the contracting activity. PHE-Baker JV2 LLC,* Rockville, Maryland (W91278-20-D-0050); Stell Environmental Enterprises Inc.,* Exton, Pennsylvania (W91278-20-D-0051); Swift River Vesar SB JV,* Anchorage, Alaska (W91278-20-D-0052); and Vernadero Group Inc.,* Phoenix, Arizona (W91278-20-D-0053), will compete for each order of the $40,000,000 firm-fixed-price contract for architect and engineering services to support the U.S. Army Corps of Engineers South Atlantic Division Mobile District's planning and environmental division. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Radiant Mission Solutions Inc., Chantilly, Virginia, was awarded a $12,000,000 cost-plus-fixed-fee contract to provide the Army Geospatial Center with remote ground terminal systems. 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 Aug. 4, 2023. U.S. Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W5J9CQ-20-D-0006). Lockheed Martin Global Missiles and Fire Control, Orlando, Florida, was awarded a $9,958,534 modification (P00019) to contract W31P4Q-17-C-0173 for field support technicians. 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 Feb. 28, 2021. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE Martin Baker, Uxbridge, United Kingdom, has been awarded a maximum $150,000,000 five-year, indefinite-delivery/indefinite-quantity contract for T-6 and T-38 Sustainment. This contract provides for T-6 and T-38 replenishment spares. Work will be performed in Uxbridge, United Kingdom, and is expected to be completed Dec. 31, 2026. This award is the result of a sole-source acquisition. Fiscal 2020 munitions procurement funds; NASA funds; Army funds; and Foreign Military Sales funds, in the total amount of $13,316, 027 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-20-D-0004). DEFENSE THREAT REDUCTION AGENCY Northrup Grumman Systems Corp. (HDTRA1-20-C-0063) is being awarded a single-award services contract for the Cooperative Threat Reduction (CTR) Program. The mission of the CTR Program is to partner with willing countries to reduce threat from Weapons of Mass Destruction and related materials, technologies, facilities and expertise. The maximum dollar ceiling including the base period and option period for the contract is $24,775,693. Work will be performed at various locations throughout the world. The base period for this contract is two years with three one-year option periods. $4,000,000 has been incrementally funded for the base period and the contract will continue to be incrementally funded with current funding. This requirement was solicited as a sole-source award with supporting justification and approval document via solicitation HDTRA1-20-R-0015 and was approved by the Head of Contracting Activity. The government received one timely offer. The Defense Threat Reduction Agency (DTRA), CTR Contracting Office/DTRA/AL-ACC, Fort Belvoir, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2300395/source/GovDelivery/

Toutes les nouvelles