30 août 2018 | Information, Sécurité

Irresistible Forces: Long-Term Tectonic Influences on Canada’s National Security

This Vimy Paper examines three long-term tectonic influences on Canada's national security: geography, demographics, and science. These macro-level factors tend not to be understood well or receive much serious consideration in the public discourse, but in many cases can have powerful and sustained impacts on events. They can also reveal previously unrecognized threats.

The discussion is structured in four parts. Part 1 focuses on geography and its impact on regions of strategic interest to Canada. Part 2 looks at world mortality and demographic trends, and the closely related subject of economics, and considers the cases of selected nations. Part 3 considers science at the macro-level – that is, humanity's collective adaptation to it. Part 4 then draws conclusions about how these issues impact Canada's national security.

Click here to read / Cliquez-ici pour lire

Sur le même sujet

  • Gestion de la propriété intellectuelle en approvisionnement maritime et de défense

    9 janvier 2018 | Information, Naval

    Gestion de la propriété intellectuelle en approvisionnement maritime et de défense

    L'industrie et le gouvernement collaborent sur les principes de gestion de la propriété intellectuelle en approvisionnement maritime et de défense En 2017, Services publics et Approvisionnement Canada, le ministère de la Défense nationale, Innovation, Sciences et Développement économique Canada et la Garde côtière canadienne ont travaillé avec des représentants de l'industrie canadienne de la défense comme l'Association des industries canadiennes de défense et de sécurité (AICDS) et l'Association des industries aérospatiales du Canada (AIAC), par l'intermédiaire du Groupe consultatif de l'industrie de la défense, afin d'élaborer les principes de gestion de la PI en approvisionnement maritime et de défense. Les Principes de gestion de la PI en approvisionnement maritime et de défense (Principes) fournissent une base stratégique générale pour la gestion de la PI en approvisionnement maritime et de défense par le gouvernement du Canada. Les Principes : reflètent les intérêts nationaux du gouvernement et les besoins stratégiques en matière de capacités maritimes et de défense reflètent les intérêts de l'industrie de la défense dans la protection de la PI établie à titre privé en tant qu'actifs commerciaux et économiques précieux et en tant que facteur de création et de maintien d'une industrie maritime et de défense canadienne innovatrice reconnaissent que l'élaboration, la protection et la commercialisation de la PI font partie des priorités liées à la mise en œuvre de l'ensemble du programme socioéconomique du Canada, comme la croissance économique et les emplois reconnaissent que la gestion de la PI entre le gouvernement et l'industrie de la défense intervient dans des secteurs stratégiques et dynamiques sujets à des avancées technologiques importantes, et soulevant des enjeux militaires émergents aux plans des capacités et des vulnérabilités servent de cadre à des approches adaptables, souples, fondées sur des principes et axées sur les résultats qui mettent en œuvre des stratégies de gestion de la PI qui aident le gouvernement à se procurer les capacités nécessaires et à optimiser les ressources tout en renforçant l'innovation et la durabilité servent d'encadrement à l'identification des exigences en matière de PI, à la rédaction des marchés ainsi qu'à la conception et l'évaluation des soumissions depuis les premiers stades d'approvisionnement, tout comme servent d'encadrement de gestion de la PI tout au long du cycle de vie des actifs maritimes et de défense Les Principes cadrent avec la Politique sur les marchés du gouvernement du Canada et la Politique sur le titre de propriété intellectuelle découlant des marchés d'acquisition de l'État, qui prescrivent des approches pangouvernementales de la gestion de la PI notamment pour qualifier la titularité de la PI issue des marchés publics. Principes de gestion de la propriété intellectuelle en approvisionnement maritime et de défense Les Principes reflètent les principaux points d'accord entre le gouvernement et l'industrie de la défense du Canada s'agissant de l'approche que devrait suivre en matière de gestion de la PI pendant la durée de cycle de vie des actifs maritimes et de défense. Les Principes définissent l'encadrement du gouvernement et de l'industrie dans l'élaboration des exigences, la conception des processus d'évaluation des offres et d'adjudication et dans la rédaction de contrats. Ils guident aussi la gestion de la PI pendant la durée de cycle de vie des actifs en réconciliant les intérêts nationaux du gouvernement et les intérêts de l'industrie à optimiser les bénéfices pour le Canada. Les Principes reconnaissent que l'élaboration, la protection et la commercialisation de la PI sont critiques parmi un ensemble de priorités qui encadrent de manière plus générale l'essor socio-économique du Canada, notamment la prospérité et les emplois. Les principes reconnaissent que la gestion de la PI entre le gouvernement et l'industrie intervient dans des secteurs stratégiques qui sont l'objet d'évolutions technologiques rapides mais également de capacités et de vulnérabilités émergentes. En conséquence, les gouvernements sont exposés à des cycles d'approvisionnement plus courts qui peuvent leur imposer de se retourner plus rapidement vers les marchés pour bénéficier des évolutions technologiques et pour optimiser les ressources. D'autre part, l'industrie propose des avancées technologiques et de nouveaux produits et services tout au long du cycle de vie des actifs qui peuvent modifier le rendement ou le coût des approvisionnements. Les principes reconnaissent que tirer parti d'un marché aussi dynamique requiert de discuter de la PI très tôt dans le processus d'approvisionnement mais également de considérer la PI en fonction du cycle de vie des actifs ou des services. Dans ce contexte, des stratégies de gestion de la PI adaptée, souple et fondée sur des principes et des objectifs peut contribuer au renforcement des capacités gouvernementales, à l'optimisation des ressources mais également à l'essor technologique et économique. http://www.tpsgc-pwgsc.gc.ca/app-acq/amd-dp/propriete-intellec-property-fra.html

  • Approvisionnement en matière de défense - Mer

    2 février 2018 | Information, Naval

    Approvisionnement en matière de défense - Mer

    Services publics et Approvisionnement Canada (SPAC) est responsable de la surveillance des grandes initiatives en matière d'approvisionnement maritime tel que : Stratégie nationale de construction navale Autres grands projets – Mer SPAC fournit des services d'approvisionnement intégrés principalement aux ministères du gouvernement fédéral. Ce service met l'accent sur la construction de navires pour applications militaires et civiles. La portée du service comprend : l'élaboration de stratégies d'approvisionnements l'examen et la préparation de spécifications l'appel d'offres la gestion de contrat la gestion de projet https://www.tpsgc-pwgsc.gc.ca/app-acq/amd-dp/mer-sea/index-fra.html

  • Contract Awards by US Department of Defense – September 17, 2020

    18 septembre 2020 | Information, Aérospatial, Naval, Terrestre, Sécurité, Autre défense

    Contract Awards by US Department of Defense – September 17, 2020

    NAVY Collins Aerospace, Cedar Rapids, Iowa, is awarded a $316,733,831 modification (P00015) to previously awarded firm-fixed-price contract N00421-18-D-0004. This modification exercises an option for the procurement of 11,313 AN/ARC-210(v) radios for installation in over 400 strategic and tactical airborne, seaborne and land based (mobile and fixed) platforms for the Navy, Marine Corps, Army, Coast Guard, other government agencies and Foreign Military Sales customers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed by September 2023. No funds are being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Marathon Construction Corp., Lakeside, California (N62473-16-D-1802); Granite-Healy Tibbitts JV, Watsonville, California (N62473-16-D-1803); Reyes Construction Inc., Pomona, California (N62473-16-D-1804); Manson Construction, Seattle, Washington (N62473-16-D-1805); and R.E. Staite Engineering Inc.,* San Diego, California (N62473-16-D-1806), are awarded $75,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value including the base year and four option years for all five contracts combined is increased from $240,000,000 to $315,000,000. The contracts are for new construction, repair and renovation of various waterfront facilities at various locations predominantly within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). Work will be performed predominantly within the NAVFAC Southwest AOR including, but not limited to, California (98%), and will be available to the NAVFAC Atlantic AOR (2%) as approved by the contracting officer. No funds are being obligated on this award and no funds will expire. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website, with 13 proposals received. NAVFAC Southwest, San Diego, California, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $70,847,707 modification (P00023) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0010. This modification provides requirements decomposition through system functional review for the F-35 Super Multi-Function Aircraft Data Link Band 5 receiver warning capability in support of the Navy, Air Force, Marine Corps, and non-Department of Defense (DOD) participants. Work will be performed in Nashua, New Hampshire (35%); San Diego, California (20%); Fort Worth, Texas (20%); Baltimore, Maryland (15%); and Hunt Valley, Maryland (10%), and is expected to be completed by June 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $821,960; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $821,960; non-DOD participant funds in the amount of $356,080 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. Testek LLC, Wixom, Michigan, is awarded a $38,071,331 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract is for the production and delivery of up to 42 Aircraft Generator Test Stands (AGTS), 41 for the Navy and one for a Foreign Military Sales customer. The AGTS will be used to conduct full functional testing of the new F/A-18E/F and EA-18G G4 generator converter units, the V-22 Constant Frequency Generator and Variable Frequency Generator, the ALQ-99 Ram Air Turbine Generator and generators tested by the legacy Aircraft Engine Component Test Stand (AECTS) at those sites where the AECTS is being replaced by the AGTS. Work will be performed in Wixom, Michigan, and is expected to be completed by September 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 competitively procured via an electronic request for proposal, two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0048). General Electric Aviation, Lynn, Massachusetts, is awarded a $19,631,873 cost-plus-fixed-fee order (N00019-20-F-0748) against previously issued basic ordering agreement N00019-16-G-0005. This order provides project management as well as recurring and non-recurring engineering support, materials and documentation to implement, manage and report on the B-Sump Additive Manufacturing, Temperature Distortion Sensitivity Test, second source bearing, second source external hose and fittings, Second Source Accessory Gear Box, and emergency oil system elimination cost reduction initiatives in support of the CH-53K T408 engine. Work will be performed in Lynn, Massachusetts (80%); Patuxent River, Maryland (15%); and Evendale, Ohio (5%), and is expected to be completed by December 2024. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $14,997,273; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $4,634,600 will be obligated at time of award, $14,997,273 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Battelle Memorial Institute, Columbus, Ohio, received a ceiling increase modification in the amount of $140,000,000 to an indefinite-delivery/indefinite-quantity contract for the production of Non-Standard Commercial Vehicle 2 (H92222-16-D-0043). This modification raises the contract ceiling to $310,000,000 to account for additional emergent Special Operations Forces requirements. The work will be performed in Columbus, Ohio, and is expected to be completed by July 2023. This modification was awarded through a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. MISSILE DEFENSE AGENCY Modern Technology Solutions Inc. (MTSI),* Huntsville, Alabama, is being awarded a noncompetitive cost-plus-fixed-fee contract with a total value of $68,503,410. Under this new contract, the contractor will support the extension of Missile Defense System capabilities through evaluation, identification and maturation of new technologies and future concepts (e.g. hypersonics, cruise missiles, cyber offense and defense, artificial intelligence/machine learning, quantum science, left-through-right-of-launch integration, fully networked command and control and directed energy) to support the Concepts and Performance Lab (CAPL) under the Missile Defense Agency's Advanced Technology initiative. The CAPL program shall support these initiatives by maturing advanced interceptor and sensor concepts models and simulations, algorithm development/implementations, laboratory experiments and/or ground and flight-testing required for technical and operational assessment of capabilities. The work will be performed in Huntsville, Alabama. The period of performance is Sept. 17, 2020, through Sept. 16, 2023, with two one-year options. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,800,000 are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0860-20-C-0006). DEFENSE LOGISTICS AGENCY LOC Performance Products Inc.,* Plymouth, Michigan, has been awarded a maximum $47,634,898 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for left and right final drives. 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 Michigan, with an Aug. 30, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0093). Golden State Medical Supply Inc., Camarillo, California, has been awarded a maximum $10,306,354 fixed-price, requirements contract for Duloxetine HCL DR (hydrochloride, delayed release) capsules. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Locations of performance are California and Spain, with a Sept. 16, 2021, performance completion date. Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services and Federal Bureau of Prisons. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-20-D-0098). ARMY Marinex Construction Inc., Charleston, South Carolina, was awarded a $33,998,700 firm-fixed-price contract for maintenance and new work dredging. Bids were solicited via the internet with four received. Work will be performed in Charleston, South Carolina, with an estimated completion date of July 10, 2022. Fiscal 2020 civil construction funds in the amount of $31,639,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-20-C-0008). Benaka Inc.,* New Brunswick, New Jersey, was awarded a $9,162,000 firm-fixed-price contract for design and build renovations and additions for an Army Reserve Center. Bids were solicited via the internet with four received. Work will be performed in Orangeburg, New York, with an estimated completion date of Sept. 7, 2022. Fiscal 2020 operations and maintenance (Army) Reserve funds in the amount of $9,162,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0038). General Dynamics Information Technology, Falls Church, Virginia, was awarded an $8,204,786 modification (P00026) to contract W81XWH-17-F-0078 for administrative support services for the U.S. Army Medical Materiel Activity. Work will be performed at Fort Detrick, Maryland, with an estimated completion date of Sept. 30, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,204,786 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. Zodiac-Poettker HBZ JV LLC,* St. Louis, Missouri, was awarded a $7,516,000 firm-fixed-price contract to design and construct a dining facility for the Veterans Affairs (VA) Law Enforcement Training Center and Eugene J. Towbin Healthcare Center. Bids were solicited via the internet with six received. Work will be performed in North Little Rock, Arkansas, with an estimated completion date of April 12, 2022. Fiscal 2019 VA minor construction funds in the amount of $7,516,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-20-C-6013). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Strategic Analysis Inc., Arlington, Virginia, has been awarded a $10,040,273 modification (P00008) to previously awarded contract HR0011-19-F-0101 for engineering, artificial intelligence and machine learning, social science, chemistry, physics, mathematics, materials and front office technical and administrative support services. The modification brings the total cumulative face value of the contract to $19,805,466 from $9,765,193. Work will be performed in Arlington, Virginia, with an expected completion date of September 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,237,061 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES Logistics Management Institute, Tysons, Virginia, has been awarded a $7,714,127 firm-fixed-price-level-of-effort and time-and-materials contract. The contract provides a broad range of Department of Defense logistics and program support operations to the Assistant Secretary of Defense for Sustainment, the Office of Deputy Assistant Secretaries of Defense for Logistics and the Office of Deputy Assistant Secretaries of Defense for Materiel Readiness. This includes analytic support, meeting facilitation, statistical and data analyses and subject matter expertise in various logistics disciplines and government/commercial supply chain practices; strategic communications; operational contract support; private security contractors; vendor threat mitigation; and strategic integration. Fiscal 2020 operations and maintenance funds in the amount of $7,714,127 are being awarded. The expected completion date is June 25, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-F-0505). AIR FORCE Riverside Research Institute, New York, New York, has been awarded a $7,051,887 cost-plus-fixed-fee contract for the research and development of algorithms and tools to produce high-quality radio frequency modeling data. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 30, 2025. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,140,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-20-C-1131). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2352082/source/GovDelivery/

Toutes les nouvelles