18 septembre 2024 | International, Aérospatial

L3Harris Receives $182 Million Video Data Link IDIQ

Designed for air, surface and maritime use, the ROVER 6S provides real-time, full-motion video and other data for situational awareness, surveillance, convey overwatch operations and other situations where eyes-on-target are...

https://www.epicos.com/article/870032/l3harris-receives-182-million-video-data-link-idiq

Sur le même sujet

  • AV Secures $743 Million Additional Contract Ceiling for Switchblade Loitering Munition Systems

    16 octobre 2024 | International, Aérospatial, C4ISR

    AV Secures $743 Million Additional Contract Ceiling for Switchblade Loitering Munition Systems

    The recently announced award includes an additional contract ceiling of $743 million with $54.9 million in new funding.

  • Why the Navy will deactivate an F-35 Squadron next year

    10 décembre 2018 | International, Aérospatial

    Why the Navy will deactivate an F-35 Squadron next year

    By: Mark D. Faram The Navy will deactivate the Grim Reapers of Strike Fighter Squadron 101, consolidating all Joint Strike Fighter operations and training at California's Naval Air Station Lemoore, officials confirmed on Friday. The squadron has been based at Eglin Air Force Base in Florida. It was reactivated in 2012 as the Navy's initial F-35C fleet replacement squadron. At the time, the Navy, Marine Corps and Air Force Joint Strike Fighter replacement squadrons were located there as well. The move of the Grim Reapers' 15 aircraft is slated to be effective on July 1, according to OPNAV notice 5400. “The Navy is moving forward with the deactivation of VFA-101 at Eglin AFB next year, and the re-alignment of F-35C assets into Strike Fighter Squadrons to support VX-9 Detachment Edwards AFB, Air Warfare Development Command (NAWDC) at NAS Fallon and maintain Fleet Replacement Squadron (FRS) production at VFA-125, while transitioning Navy and Marine Corps F/A-18 Hornet squadrons to the F-35C Lightning II,” wrote Lt. Travis Callaghan, a Naval Air Forces spokesman, in an email to Navy Times. The shift to California should see the Grim Reapers' 29 officers and 239 enlisted personnel replace their patches with those of the “Rough Raiders” of Strike Fighter Squadron 125, Lemoore's F-35C replacement squadron. “This will co-locate the fleet replenishment squadron production of pilots directly into the operational squadrons scheduled for transition to F-35C,” according to a note in the directive ordering the move. The extra aircraft, pilots and maintainers at Lemoore are expected to help the Pentagon meet its testing and evaluation requirements for the the Navy's first operational fleet F-35C squadron, VFA-147, That major milestone for the Navy's JSF program is still slated to happen in 2019. The maiden overseas deployment of VFA-147 is anticipated in 2021 while embarked on the aircraft carrier Carl Vinson. Deactivating VFA-101 wasn't the Navy's original plan. Officials wanted to move the squadron to Lemoore in early 2017. Then the Navy decided to keep VFA-101 at Eglin and stood up a second training squadron, VFA-125, at Lemoore. At the time, officials told Navy Times there was “no plan in the foreseeable future for VFA-101 to be stood down” because “the requirement is for two FRS while we are transitioning squadrons.” The Grim Reapers could be resurrected if the Navy chooses to have an F-35 replacement squadron on both coasts. The OPNAV note requires the Navy to “maintain VFA 101 squadron lineage (name, UIC, insignia, call sign, etc.) for future reactivation.” But bringing the Grim Reapers back to life likely won't happen for at least a decade. That's because the Navy has yet to start the process of naming a home base for its East Coast F-35Cs. It requires extensive environmental impact studies before senior leaders make the final decision on where the squadrons will go. And that, Navy officials say, isn't expected to start until the mid-2020′s at the earliest. https://www.navytimes.com/news/your-navy/2018/12/07/why-the-navy-will-deactivate-an-f-35-squadron-next-year/

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

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

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

    NAVY C.E.R. Inc.,* Baltimore, Maryland (N40080-19-D-0011); Repaintex Co.,* Leesburg, Virginia (N40080-19-D-0012); Veterans Construction Coalition LLC,* Norfolk, Virginia (N40080-19-D-0013); Belt Built-CFM JV,* Crofton, Maryland (N40080-19-D-0014); G-W Management Services LLC,* Rockville, Maryland (N40080-19-D-0015); EGI-HSU JV LLC,* Gaithersburg, Maryland (N40080-19-D-0016); Desbuild Inc.,* Hyattsville, Maryland (N40080-19-D-0017); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-19-D-0018); Tidewater Inc.,* Elkridge, Maryland (N40080-19-D-0019); and Donley Construction LLC,* Aberdeen, Maryland (N40080-19-D-0020), are awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of operations (AO). The maximum dollar value including the base period and one option year for all 10 contracts combined is $240,000,000. C.E.R. Inc. is being awarded the initial task order at $4,338,999 for the renovation of Rooms A143A through 162, Building 209 at Naval Research Laboratory, Washington, District of Columbia. Work for this task order is expected to be completed by December 2020. All work on this contract will be performed primarily within the NAVFAC Washington AO to include Washington, District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term of the contract is not to exceed 60 months, with an expected completion date of May 2024. Fiscal 2019 supervision, inspection, and overhead; and fiscal 2019 Navy working capital funds (NWCF) in the amount of $4,338,999 are obligated on this award, of which $10,000 will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and NWCF. This contract was competitively procured via the Navy Electronic Commerce Online website, with 50 proposals received. These 10 contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $139,808,430 for modification P00009 to a previously awarded, fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-16-D-1002). This modification increases the ceiling of the contract to procure up to 12,000 additional Precision Laser Guidance Sets for the Laser Joint Direct Attack Munition. Work will be performed in Fort Worth, Texas (68.23 percent); Cincinnati, Ohio (10.1 percent); St. Louis, Missouri (9.38 percent); Odessa, Missouri (4.37 percent); Simpsonville, South Carolina (4.03 percent); Minneapolis, Minnesota (1.68 percent); and various locations within the continental U.S. (2.21 percent), and is expected to be completed in April 2020. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Applied Research Laboratory, University of Hawaii, Menoa, Hawaii, is awarded a maximum value $77,209,225 five-year, sole source, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, task order contract for research, development, engineering, and test and evaluation for programs throughout the Department of Defense. Running concurrently with the maximum ceiling announcement is an initial delivery order of $777,710. Work will be performed in Manoa, Hawaii, and is expected to be complete by May 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of a $777,710 will be obligated at initial delivery order and will not expire at the end of the current fiscal year. This contract is awarded pursuant to 10 U.S. Code 2304 (c) (3), as implemented in Federal Acquisition Regulation 6.302-3; industrial mobilization; engineering, developmental, or research capability; or expert services. Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-6400). BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $32,324,635 firm-fixed-price contract for the execution of the medium auxiliary repair floating drydock (non-self-propelled) ARCO (ARDM 5) fiscal 2019 docking service craft overhaul availability. This availability will include a combination of maintenance, modernization and repair of the ARCO. This is a seven-month availability and was competed on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of maintenance, repair and modernization. Work will be performed in San Diego, California, and is expected to be completed by March 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,324,635 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to solicitation N5523618R0011. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-19-C-0007). R. Stresau Laboratory Inc., Spooner, Wisconsin, is awarded a $19,982,892 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for MK18 MOD0 electric blasting caps and MK20 MOD2 electric squibs in support of the Navy, Army, Air Force, and Special Operations Command. The MK18 MOD0 electric blasting cap is initiated by an electric source such as a blasting machine or battery and is used in multiple explosives. The MK20 MOD2 electric squib is a stand-alone device used to ignite smokeless powder and pyrotechnic compositions used in electric demolition operations. Work will be performed in Spooner, Wisconsin, and is expected to be completed by April 2024. Fiscal 2018 and Fiscal 2019 procurement of ammunition (Air Force, Army, Navy, and Marine Corps) funding in the amount of $3,048,863 will be obligated at the 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 one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana is the contracting activity (N00164-19-D-JR66). AIR FORCE UES Inc., Dayton, Ohio (FA8650-19-D-2904); and University of Dayton Research Institute, Dayton, Ohio (FA8650-19-D-2905), have been awarded a not-to-exceed $99,000,000 indefinite-delivery/indefinite-quantity contract for scientific research. This contract provides for scientific exploration for the discovery and/or advancement of power, energy, thermal, integration and control (PETIC) technologies in order to develop enabling materials, processes, devices, modeling and simulation for advanced high performance military weapon systems and emerging applications. Work will be performed at the Air Force Research Laboratory Wright Research Site, Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 21, 2024. This contract is the result of a competitive acquisition and two offers were received. Fiscal 2019 research and development funds in the amount of $4,341,500 are being obligated on task orders at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the DEFENSE LOGISTICS AGENCY Raytheon Co., McKinney, Texas, has been awarded a maximum $36,739,122 firm-fixed-price delivery order (SPRPA1-19-F-CB04) against a five-year basic ordering agreement (SPRPA1-19-G-CB01) with no option periods for aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. Location of performance is Texas, with a Sept. 30, 2022, performance completion date. Using customer is Navy. Type of appropriation is fiscal 2019 through 2022 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Serco Inc., Reston, Virginia, has been awarded a maximum $21,113,749 modification (P00011) exercising the second one-year option period of a one-year base contract (SP3300-17-C-5003) with four one-year option periods for chemical management services. This is a firm-fixed-price contract with cost-reimbursement and cost-plus-fixed-fee line items. Locations of performance are Virginia, North Carolina, Florida, and California with a May 15, 2020, performance completion date. Using customer is Defense Logistics Agency Aviation. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. United Technologies Corp., doing business as Pratt & Whitney Military Engines Division, East Hartford, Connecticut, has been awarded a maximum $9,048,256 firm-fixed price contract for TF-33 aircraft engine first stage turbine blades. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, six-month contract with no option periods. Location of performance is Connecticut, with an Oct. 29, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-19-F-0249). Safety Kleen Systems Inc., Richardson, Texas, has been awarded a maximum $8,334,836 firm-fixed-price, indefinite-quantity contract for engine lubricating oil. This was a competitive acquisition with one offer received. This is a one-year base contract with four one-year option periods. Locations of performance are Louisiana and California, with a May 12, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-19-D-0023). DEFENSE INFORMATION SYSTEMS AGENCY DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a sole-source, firm-fixed-price delivery order (HC1084-19-F-0145) with a face value and approximate total contract value of $28,600,000, under contract NNG15SC08B on the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement contract vehicle for additional Army installation kits and spares in support of the Army Program Executive Office Command, Control, and Communications-Tactical Project Manager, Mission Command. This action is funded by fiscal 2019 procurement funds. Performance is throughout the continental U.S. The contract period of performance is 12 months. The DISA/Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. ARMY Stanton Engineering Services LLC,* Columbia, Missouri, was awarded a $9,000,000 firm-fixed-price contract for architect and engineering fire protection support services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 13, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0026). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1846374/source/GovDelivery/

Toutes les nouvelles