16 février 2022 | International, Aérospatial

Inside the alleged ‘boardroom coup’ at Aerojet Rocketdyne

Legal documents viewed by Breaking Defense reveal the company's board is split into warring factions, each seeking to oust the other's leader in the wake of Aerojet's failed merger with Lockheed Martin.

https://breakingdefense.com/2022/02/inside-the-alleged-boardroom-coup-at-aerojet-rocketdyne/

Sur le même sujet

  • Contract Awards by US Department of Defense - March 05, 2020

    6 mars 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - March 05, 2020

    AIR FORCE Elbit Systems of America Inc., Fort Worth, Texas, has been awarded a $471,634,000 ceiling firm-fixed-price contract for F-16 sustainment. This contract provides for a pylon-based infrared missile warning system for the F-16 platform. Work will be performed in Fort Worth, Texas, and is expected to be complete by February 2030. This award is the result of a competitive acquisition and one offer was received. National Guard and Reserve Equipment Account funds in the amount of $17,050,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-20-D-0003). (Awarded Feb. 28, 2020) Abacus Technology Corp., Chevy Chase, Maryland, has been awarded a $21,873,527 firm-fixed-price contract for support services. This contract provides for information technology sustainment support services at several locations. Work will be performed at Al Udeid Air Base (AB), Qatar; Al Dhafra AB, United Arab Emirates; and Shaw Air Force Base, South Carolina. Work is expected to be complete by March 2025. This contract is the result of a set-aside for small business and five offers were received. Fiscal 2020 operations and maintenance funds in the amount of $3,767,312 are being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-R-A018). Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $16,249,208 firm-fixed-price contract for the C-130J center wing box replacement program. This contract provides for 14 enhanced center wing boxes and 14 component kits. Work will be performed in Marietta, Georgia, and is expected to be complete by March 30, 2027. This award is the result of a sole-source acquisition. Fiscal 2019 procurement funds in the amount of $16,249,208 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-20-C-0002). AAI Corp., Hunt Valley, Maryland, has been awarded a $15,558,008 firm-fixed-price modification (P00003) to a previously awarded contract FA4890-19-C-0002 for the exercise of Option Period Two. This modification provides for force-protection efforts at airfields located within the Air Force Central Command's area of responsibility, including a non-developmental contractor-owned and contractor-operated unmanned aerial system, intelligence, reconnaissance and surveillance solution to perform operational, engineering, and sustainment efforts necessary to effectively execute pre-deployment, deployment operations, post-deployment, and engineering support activities. Work will be performed at Bagram and Kandahar Airfields, Afghanistan, and is expected to be complete by March 2021. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $114,064,396. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. NAVY Sabel Systems Technology Solutions LLC,* Gainesville, Virginia (M95494-20-D-1001); Targeted Approach LLC,* Alexandria, Virginia (M95494-20-D-1002); CANA LLC,* doing business as CANA Advisors, Gainesville, Virginia (M95494-20-D-1003); Knowledge Management Inc.,* Tyngsboro, Massachusetts (M95494-20-D-1004); and Arrow Alliance Industries LLC,* Spotsylvania, Virginia (M95494-20-D-1005), are awarded $94,184,597 a hybrid firm-fixed-price and cost only indefinite-delivery/indefinite-quantity, multiple award contract (IDIQ-MAC) to provide professional support services to the Assistant Deputy Commandant, Installations and Logistics, Logistics Plans, Policies and Strategic Mobility Division. Work will be performed in Washington, District of Columbia. The IDIQ-MACs have a five year ordering period with a shared maximum value of $94,184,597. These businesses will have the opportunity to compete for individual task orders. Work is expected to be completed March 2025. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $5,000 ($25,000 total) is being obligated under each contract's initial task order to fund the minimum guarantee and will expire at the end of the current fiscal year. These contracts were competitively solicited via Federal Business Opportunities and 18 proposals were received. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity. I.E. Pacific Inc.,* Escondido, California, is awarded $19,886,020 for a firm-fixed-price task order (N62473-20-F-4330) under a multiple award construction contract for the repair and upgrade of Bachelor's Enlisted Quarters Buildings 5698 and 5697 at Marine Corps Air Station Miramar, California. The work to be performed includes the installation of new heating, ventilation and air conditioning systems and provides a new transformer for electrical requirements, the replacement of switchgear and a cast-in-place concrete pad as well as hazardous materials abatement and remediation. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $19,892,020. Work will be performed in San Diego, California, and is expected to be completed by May 2023. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $19,886,020 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4628). Engility Corp., a SAIC company, Andover, Maine, is awarded an $8,484,786 modification (P00009) to a previously awarded cost-plus-fixed-fee, cost-reimbursable delivery order (N68936-19-F-0297) against a General Services Administration One Acquisition Solution for integrated services multiple award contract. Work will be performed in Point Mugu, California (90.6%); China Lake, California (1.9%); Fallon, Nevada (1.6%); Whidbey Island, Washington (0.94%); Washington, District of Columbia (0.94%); Laurel, Maryland (0.63%); Irvine, California (0.31%); Las Vegas, Nevada (0.31%); and various locations outside the continental U.S. (1.3%). This modification exercises the option for systems engineering analysis, test and evaluation engineering, interoperability testing and analysis, threat analysis, and tactics development for the AN/ALQ-99 Next Generation jammer pod, USQ-113 communications system jammer, ALQ-218 receiver, ALQ-227 communication countermeasures set, and Intrepid Tiger Pod for the EA-6B and EA-18G aircraft. Work is expected to be completed by March 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $400,000; and Foreign Military Sales funds in the amount of $150,000 will be obligated at the time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity. Raytheon BBN Technologies Corp., Arlington, Virginia, is awarded a $7,460,890 cost-plus-fixed-fee contract to develop concepts for a heterogeneous underwater network. Work will be performed at contractor facilities in California (5%); Massachusetts (75%); Rhode Island (5%); Virginia (10%); and government test facilities (5%). The work to be performed includes dynamically reconfigurable architecture that leverages advancement in undersea communications and autonomous ocean systems and demonstrate utility at sea with advanced prototypes. The period of performance of the base award is from March 5, 2020, through May 4, 2021. This 15-month contract includes two options which, if exercised, would bring the potential value of this contract to an estimated $37,399,156. The period of performance of the base award is from March 5, 2020, through May 4, 2021. If both options are exercised, the period of performance would extend through Feb. 4, 2024. Funds in the amount of $499,663 will be obligated at the time of award. The type of funding to be obligated will be research, development, test and evaluation (Department of Defense). This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the Federal Business Opportunities website. Seven proposals were received and three were selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-C-4006). ARMY Adirondack Construction,* Glens Falls, New York (W911PT-20-D-0002); Benaka Inc.,* New Brunswick, New Jersey (W911PT-20-D-0003); Black Horse Group LLC,* Watertown, New York (W911PT-20-D-0004); Burgos Group LLC,* Medford, New Jersey (W911PT-20-D-0005); Call Associates Inc.,* Buffalo, New York (W911PT-20-D-0006); Enfield Enterprises Inc.,* Springfield, Massachusetts (W911PT-20-D-0007); Intercontinental Construction Contracting Inc.,* Passaic, New Jersey (W911PT-20-D-0008); Oddo Construction Services LLC,* East Amherst, New York (W911PT-20-D-0009); Relyant Global LLC,* Maryville, Tennessee (W911PT-20-D-0010); SAF Inc.,* Akron, Ohio (W911PT-20-D-0011); Tantara Associates Corp.,* Worcester, Massachusetts (W911PT-20-D-0012); Vedant Construction Inc.,* Dracut, Massachusetts (W911PT-20-D-0013); Iron Sword Enterprises LLC,* Wallkill, New York (W911PT-20-D-0014); Jjbrun JV LLC,* San Antonio, Texas (W911PT-20-D-0015); Mid-State Industries Ltd.,* Schenectady, New York (W911PT-20-D-0016); and Raad Construction Group LLC,* Red Bank, New Jersey (W911PT-20-D-0017), will compete for each order of the $55,173,306 firm-fixed-price contract for minor construction at Watervliet Arsenal, New York. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of March 2, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Goodwill Industries of South Florida Inc., Miami, Florida, was awarded an $11,099,962 firm-fixed-price contract for Advanced Combat Pants. Bids were solicited via the internet with one received. Work will be performed in Miami, Florida, with an estimated completion date of Aug. 31, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $11,099,962 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0024). Tribalco LLC,* Bethesda, Maryland, was awarded an $8,863,183 modification (P00012) to contract W912DY-16-D-0021 to provide support and services to manage the complete life cycle of the U.S. Army Corps of Engineers radio communications mission. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 12, 2021. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $25,900,000 cost-plus-fixed-fee modification (P00357) under contract HQ0276-10-C-0001. This modification increases the total cumulative contract value by $25,900,000 from $3,184,013,135 to $3,209,913,135. Under this modification, the contractor will perform engineering, design support services necessary for continuation of planning efforts and risk reduction efforts required to maintain the initial operational capability schedule to support the Aegis Ashore Japan Foreign Military Sales Main Case. The work will be performed in Moorestown, New Jersey, with an expected completion date of July 31, 2020. Funds from the government of Japan in the amount of $25,900,000 are being obligated at the time of award. This contract modification is the result of a sole-source acquisition. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2103659/source/GovDelivery/

  • Belgian aerospace company Sabca signs framework agreement with Lockheed Martin to supply parts for F-35 fighter jet

    21 juin 2023 | International, Aérospatial

    Belgian aerospace company Sabca signs framework agreement with Lockheed Martin to supply parts for F-35 fighter jet

    Belgian aerospace company Sabca has signed a framework agreement with American arms giant Lockheed Martin, which could lead to a contract worth 500

  • Contract Awards by US Department of Defense - June 05, 2020

    8 juin 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - June 05, 2020

    NAVY General Electric Co. GE Aviation, Lynn, Massachusetts, is awarded a $180,599,648 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures commercial depot level services for the repair and overhaul of T700-GE-401/401C turbo shaft engines, cold section modules and power turbine modules for the Navy H-60 Seahawk helicopter as well as the Marine Corps H-1 Cobra and Bell UH-1 Huey aircraft. Work will be performed in Wingsfield, Kansas, and is expected to be complete by June 2025. 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 Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0115). Vigor Marine LLC, Portland, Oregon, is awarded a $56,450,644 firm-fixed-price contract for a 210-calendar day split shipyard availability for the regular overhaul and dry docking of the hospital ship U.S. Naval Ship Mercy (T-AH 19). Work will be performed in Portland, Oregon, and is expected to be complete by August 2021. This contract includes one base period and 17 options and, if exercised, will bring the cumulative value to $61,201,329. Fiscal 2020 and 2021 working capital funds (Navy) are obligated in the amount of $56,450,644 and will not expire at the end of the fiscal year. This contract was competitively procured. Proposals were solicited via the Government Point of Entry website, and one offer was received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205). Systems Engineering Associates Corp. (SEA CORP),* Middletown, Rhode Island, is awarded a $26,643,618 cost-plus-fixed-fee and cost-only contract for services to develop, upgrade and apply the Extensible Markup Language Test Data Analysis Tool (XTDAS). Work will be performed in Middletown, Rhode Island (55%); Newport, Rhode Island (25%); Port Canaveral, Florida (5%); Andros Island, Bahamas (5%); other contractor labs and facilities (5%); and on-board platforms and ranges (5%), and is expected to be complete by June 2025. This contract was not competitively procured in accordance with 10 U.S. Code 2304(b)(2) because the Systems Engineering Associates Corp. developed the XTDAS under the Small Business Innovative Research (SBIR) program and its continued performance constitutes an SBIR Phase III contract. Per the Small Business Administration SBIR policy directive, to the greatest extent practicable, agencies shall issue Phase III awards relating to technology, including sole-source awards, to the SBIR awardee (in this instance SEA CORP) that developed the technology. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $314,977 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-20-D-L000). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $12,355,663 firm-fixed-price modification to previously awarded contract M67400-18-F-0065 to exercise Option Year Two for analytics support for III Marine Expeditionary Force and Marine Corps Installations Pacific (MCIPAC). Work will be performed in Okinawa, Japan, and is expected to be complete by July 2021. Fiscal 2020 operations and maintenance (Marine Corps) funding in the amount of $12,355,663 will be obligated at the time of award and will expire at the end of the current fiscal year. The MCIPAC Regional Contracting Office, Marine Corps Base Camp Butler, Okinawa, Japan, is the contracting activity. Northrop Grumman Systems Corp., Apopka, Florida, is awarded a $7,289,968 modification to firm-fixed-price, supply job order N00164-17-F-J272 under basic ordering agreement N00164-17-G-JQ08 for the procurement of 56 single-color diode-pumped laser designators. Work will be performed in Apopka, Florida. This procurement of 56 laser designators will support the Common Sensor Payload Program's Multi-spectral Targeting System (MTS) Family of Electro-optic Infrared (EO/IR) Sensors. Work is expected be complete by June 2022. Fiscal 2020 operations and maintenance (Army) funding in the amount of $7,289,968 will be obligated at the time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this job order was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements. The laser designators are in support of the MTS EO/IR sensor, which has been deployed on Army Gray Eagle aircraft to facilitate and enable the delivery of laser-guided munitions. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity. DEFENSE LOGISTICS AGENCY Janz Corp.,* Reynoldsburg, Ohio, has been awarded a maximum $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surgical lasers, tables and their related accessories. This was a competitive acquisition with 105 responses received. This is a five-year contract with no option periods. Location of performance is Ohio, with a June 4, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0010). Outdoor Venture Corp.,* Stearns, Kentucky, has been awarded a maximum $9,696,612 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for military standard Temper tents. This was a competitive acquisition with two responses received. This is a one-year base contract with four, one-year option periods. Location of performance is Kentucky, with a June 2, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1249). Blind Industries and Services of Maryland,** Baltimore, Maryland, has been awarded a maximum $8,750,000 firm-fixed-price, indefinite-quantity contract for face covers. This is a one-year contract with no option periods. This was a sole-source acquisition using authority granted by the expanded AbilityOne procurement list, make-to-order notice dated April 9, 2020. Location of performance is Maryland, with a June 4, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B089). AIR FORCE Trident Systems Inc.,* Fairfax, Virginia, has been awarded a $35,000,000 maximum ordering amount, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and firm-fixed-price orders for Secure Collaborative Technology (SCTECH) software and hardware. This contract provides for the research, adaptation, enhancement and transition of critical Small Business Innovative Research (SBIR) technologies to provide new capabilities which are secure and provide access between multiple levels of security domains and bridge between different chat protocols. This effort will result in the delivery of several software releases to the SCTECH user community, to include computer software, technical documentation, hardware, installation and maintenance of the current systems located at existing customer sites. Work will be performed in Fairfax, Virginia; and Morrisville, North Carolina, and is expected to be completed June 5, 2025. This award is the result of a sole-source acquisition under the SBIR program. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-D-0600). Work Services Corp., Wichita Falls, Texas, has been awarded a $20,537,296 firm-fixed-price modification (P00010) to contract FA3020-18-C-0013 for food services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed June 30, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,104,410 are being obligated at the time of award. The total cumulative face value of the contract is $57,366,955. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity (FA3020-18-C-0013). General Electric Co., Cincinnati, Ohio, has been awarded a $20,000,000 cost-plus-fixed-fee modification (P00053) to contract FA8626-16-2138 for COVID-19 industrial base support. The contract modification is for the execution of an out-of-scope modification with a new statement of work and justification and approval to issue an undefinitized contract action, which is being used to preserve an at risk industrial base impacted by the COVID-19 pandemic. Work will be performed in Cincinnati, Ohio, and is expected to be completed Jan. 31, 2021. Fiscal 2020 Defense Production Act Title III funds in the amount of $15,868,844 are being obligated at the time of award. Total cumulative face value of the contract is $1,449,920,786. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Northrop Grumman Systems Corp., Clearfield, Utah, has awarded a ceiling $11,345,659 firm-fixed-price modification (P00022) to contract SPE4AX-19-D-9404 for left-hand and right-hand wing tips for the T-38 weapon system. Work will be performed in Stockton, California, and is expected to be completed July 2027. Fiscal 2020 working capital funds in the amount of $2,624,384 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity. ARMY Novavax Inc.,* Gaithersburg, Maryland, was awarded a $21,952,384 cost-no-fee contract for the development and production of the Novavax nanoparticle vaccine against COVID-19. Bids were solicited via the internet with one received. Work will be performed in Gaithersburg, Maryland, with an estimated completion date of June 3, 2021. Fiscal 2020 Defense Health Agency Coronavirus Aid, Relief and Economic Security Act funds in the amount of $21,952,384 were obligated at the time of award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0077). (Awarded June 4, 2020) Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $21,703,157 modification (P00063) to contract W58RGZ-17-C-0014 for logistics support services for government-owned fixed wing fleet performing special electronic mission aircraft missions. Work will be performed in Herndon, Virginia, with an estimated completion date of Aug. 31, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $21,703,157 were obligated at the time of award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Science Applications International Corp., Reston, Virginia, was awarded a $10,693,344 modification (000182) to contract W31P4Q-18-A-0011 for converged infrastructure engineering support; technical modeling support, containerized weapon system mission data analysis and engineering support; implementation support; and precision fires manager engineering and analysis. Work will be performed at Shaw Air Force Base, South Carolina, with an estimated completion date of June 4, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $10,693,344 were obligated at the time of award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ocean Construction Services Inc.,* Virginia Beach, Virginia, was awarded a $9,492,405 firm-fixed-price contract for road repairs at Arlington National Cemetery. Bids were solicited via the internet with 11 received. Work will be performed in Arlington, Virginia, with an estimated completion date of Oct. 5, 2021. Fiscal 2020 cemeterial expenses (Army) funds in the amount of $9,492,405 were obligated at the time of award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-0019). *Small Business **Mandatory Source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2210304/source/GovDelivery/

Toutes les nouvelles