14 juin 2018 | International, Aérospatial

La Belgique a survolé l'offre de Dassault pour le remplacement des F-16

L'offre française de partenariat stratégique n'a jamais été étudiée dans le détail. La version complète n'a d'ailleurs pas été déposée auprès des autorités du pays.

La proposition de partenariat stratégique mise sur la table par Paris pour le remplacement des F-16 n'a jusqu'ici pas été examinée en détail par la Belgique, dont les autorités ne sont même pas en possession de l'offre complète, a-t-on appris d'une source proche du dossier.

La France a décidé de ne pas participer à l'appel d'offres (Request for Government Proposal ou RfGP) lancé en mars 2017 par la Belgique pour l'achat de 34 chasseurs-bombardiers de nouvelle génération. S'engageant dans une autre voie, Paris a fait parvenir le 6 septembre 2017 au cabinet du ministre belge de la Défense, Steven Vandeput, une lettre proposant un "partenariat approfondi et structurant" fondé sur l'avion de combat Rafale. Une coopération allant bien au-delà de la seule fourniture d'avions de combat, selon les responsables français.

La proposition française est restée cantonnée au niveau du cabinet de la Défense.
Quelques éléments de cette offre ont filtré, principalement en ce qui concerne les retombées industrielles potentielles si la Belgique achète le Rafale. Des retours économiques que la France chiffre à 20 milliards d'euros sur 20 ans. Ensuite, plus rien! Du moins jusqu'au 15 mai dernier, lorsqu'une délégation de membres du cabinet de la ministre française des Armées, Florence Parly, s'est rendue à Bruxelles – pour la première fois en huit mois – dans le but d'expliciter auprès de leurs homologues belges l'offre française.

Mais la proposition n'a pas été réellement scrutée à la loupe ni examinée sous tous les angles, puisque le document complet, qui fait plus de 3.000 pages, n'a jamais été formellement déposé en Belgique. À l'exception de la Défense, aucun cabinet belge n'a été autorisé à recevoir des représentants de l'Hexagone, et encore moins à réceptionner le volumineux dossier. Que ce soit au niveau du Premier ministre ou des Affaires étrangères. Aucun contact, même informel, ne semble avoir eu lieu non plus avec le SPF Économie ou le cabinet qui le chapeaute. Bref, la proposition française – ou du moins son résumé – est restée cantonnée au niveau du cabinet de la Défense qui, de son côté il est vrai, était tenu de travailler dans le seul cadre de l'appel d'offres en l'absence de décision politique du gouvernement remettant cette procédure en cause.

Rien de nouveau?
Dans ces conditions, il n'est pas étonnant que ce même cabinet ait toujours jugé non pertinente l'offre française. Ou qu'il ait indiqué n'avoir "rien entendu de nouveau" lors de la visite des émissaires français il y a quelques semaines.

Que les experts militaires de l'équipe Accap, chargée d'évaluer les deux offres finales considérées comme juridiquement valables, n'aient pas pris en compte la proposition française, rien de plus normal. Pour rappel, les deux candidats qui ont remis des offres en bonne et due forme sont les Etats-Unis avec le F-35 Lightning II de Lockheed Martin et l'Eurofighter Typhoon du consortium européen éponyme. Le rapport de ces experts se trouve désormais sur le bureau de leur ministre, qui doit le transmettre au kern.

Par contre, que le contenu du partenariat français n'ait jamais été examiné de près à un autre niveau en l'absence de tout engagement, voilà qui a de quoi surprendre. D'abord parce qu'il contient visiblement des éléments intéressants, comme une éventuelle participation au programme de Système de combat aérien du futur (Scaf) franco-allemand, ou encore, selon nos informations, une période très courte (sur moins de trois ans) pour la livraison des 34 appareils, quel que soit le moment où le contrat serait signé.

Par ailleurs, le gouvernement belge serait bien avisé de garder plusieurs fers au feu. Parce que le résultat de l'appel d'offres risque de se heurter à des obstacles géopolitiques imprévus. Il ne va pas être très aisé en effet de justifier l'éventuelle acquisition d'appareils américains alors que l'administration Trump a déclaré une guerre commerciale au Vieux continent et que Paris et Berlin tentent de relancer l'Europe de la défense.

https://www.lecho.be/entreprises/defense-aeronautique/la-belgique-a-survole-l-offre-de-dassault-pour-le-remplacement-des-f-16/10021780.html

Sur le même sujet

  • Contract Awards by US Department of Defense - February 03, 2021

    4 février 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - February 03, 2021

    NAVY Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $329,891,030 firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-6327 to exercise options for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare Increment One Block One (I1B1) dismounted systems, mounted systems, mounted auxiliary kits, operational level spares, depot level spares and engineering support services. This contract involves Foreign Military Sales (FMS) to the government of Australia. Work will be performed in San Diego, California, and is expected to be complete by December 2022. FMS (Australia) funding in the amount of $116,491,337 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, D.C., is the contracting activity. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $19,429,150 modification (P00005) to cost-plus-fixed-fee order N00019-19-F-2972 against previously issued basic ordering agreement N00019-19-G-0029. This order provides for non-recurring engineering, engineering change order, logistics and programmatic support of the Data Transfer Unit and Defensive Electronic Countermeasure System Replacement and ARC-210 program, to replace existing subsystems within the CH-53K production aircraft. Work will be performed in Cedar Rapids, Iowa (55.82%); Stratford, Connecticut (35.7%); and Fort Worth, Texas (8.48%), and is expected to be completed in August 2021. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $19,429,150 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. ARMY Dean Marine & Excavating Inc.,* Mount Clemens, Michigan (W911XK-21-D-0001); Geo. Gradel Co.,* Toledo, Ohio (W911XK-21-D-0002); Great Lakes Dock and Materials LLC,* Muskegon, Michigan (W911XK-21-D-0003); The King Co. Inc.,* Holland, Michigan (W911XK-21-D-0004); Luedtke Engineering Co.,* Frankfort, Michigan (W911XK-21-D-0005); MCM Marine Inc.,* Sault Ste. Marie, Michigan (W911XK-21-D-0006); Morrish-Wallace Construction Inc., doing business as RYBA Marine Construction,* Cheboygan, Michigan (W911XK-21-D-0007); and Roen Salvage Co.,* Sturgeon Bay, Wisconsin (W911XK-21-D-0008), will compete for each order of the $130,000,000 firm-fixed-price contract for dredging/construction services within the Great Lakes and Ohio River division. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 2, 2025. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity. Wilson Perumal & Co.,* Dallas, Texas, was awarded a $25,000,000 firm-fixed-price contract to support Army Materiel Command to evaluate the readiness and efficiency of depot/arsenal operations. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 4, 2026. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-D-0019). Pine Bluff Sand and Gravel Co., White Hall, Arkansas, was awarded a $16,620,400 modification (P00003) to contract W912P8-20-C-0002 for maintenance dredging. Work will be performed in New Orleans, Louisiana; and Black Hawk, Louisiana, with an estimated completion date of Feb. 5, 2022. Fiscal 2021 civil construction funds in the amount of $16,620,400 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity. AIR FORCE Invictus International Consulting LLC, Alexandria, Virginia, has been awarded a $97,943,684 cost-reimbursement contract for Operational Simulated Cyber Environment Resiliency Software prototype/hardware. This contract provides for research and development of capabilities in modeling, simulation and testing cyber technologies across the full spectrum of cyber operations to aid the Air Force and the Department of Defense (DOD). Research and further development will provide the Air Force and DOD with next generation cyber tools and technologies that enhance cyber resiliency and can be rapidly transitioned and integrated to support Cyber Mission Forces. Work will be performed in Alexandria, Virginia, and is expected to be completed Feb. 3, 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2021 research, development, test and evaluation funds in the amount of $967,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-21-C-1504). Leidos Inc., Reston, Virginia, has been awarded a $68,600,000 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee task orders for the Threat Assessment and Aircraft Protection Defensive Electronic Warfare program. This program will conduct innovative research and development to design expendable (ordinance) and directed-energy (signal) countermeasure concepts, in electro-optical and multi-spectrum electro-optical/radio-frequency domains, in response to an ever-changing missile threat landscape using threat exploitation; modeling and simulation evaluation; and hardware and field testing. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed Jan. 29, 2025. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 and 2021 research, development, test and evaluation funds in the amount of $1,431,071 will be obligated at the time of award on the first task order. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-21-D-1014). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2492400/source/GovDelivery/

  • British military taking steps to make multidomain integration a reality

    15 septembre 2021 | International, C4ISR

    British military taking steps to make multidomain integration a reality

    Although the concept of operations still needs to be fleshed out, the MoD has identified several capability themes to be developed '€œover this autumn period to Christmas,'€ to be culminated in a new management strategy and implementation plan.

  • Contract Awards by US Department of Defense - July 22, 2020

    23 juillet 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - July 22, 2020

    AIR FORCE AECOM Management Services Inc., Germantown, Maryland (FA3002-20-D-0012); AKIMA Logistics Services LLC, Herndon, Virginia (FA3002-20-D-0013); DynCorp International LLC, Fort Worth, Texas (FA3002-20-D0010); Jacobs Technology Inc., Fort Walton Beach, Florida (FA3022-20-D-0014); Leidos Inc., Reston, Virginia (FA3002-20-D-0011); M1 Support Services LP, Denton, Texas (FA3002-20-D-0015); PAE Services LLC, Arlington, Virginia (FA3002-20-D-0016); and Vertex Aerospace LLC, Madison, Missouri (FA3002-20-D-0017), have been awarded a maximum $14,000,000,000 multiple-award, indefinite-delivery/indefinite-quantity (IDIQ) contract for Aircraft Maintenance Enterprise Solution -- a strategic sourcing vehicle for Air Force-wide contracted aircraft maintenance. The contractors will provide all organizational-level maintenance services for all aircraft listed in each individual task order performance work statement, which can include any aircraft platform (excluding rotary wing, tiltrotor and remotely piloted aircraft). Because this is an IDIQ, the location of performance is not known at this time and will be cited on individual task orders. Generally, work will be performed at government facilities and is expected to be completed Sept. 14, 2030. This award is the result of a competitive acquisition with 19 offers received. No funds are being obligated at the time of award. The Air Force Installation Contracting Center, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-R-A001). DynCorp International LLC, Fort Worth, Texas, has been awarded a $17,760,615 modification (P00004) to contract FA3002-19-D-A004 to increase the ceiling for the firm-fixed-price, indefinite-delivery/indefinite-quantity contract for J85 engine maintenance. This contract provides for managing the full cycle of production by planning, scheduling, directing and controlling all maintenance on jet engines and support equipment, as well as monitoring serviceable base stock levels and target serviceable requirements of each customer. Work will be performed at Laughlin Air Force Base, Texas, and is expected to be completed Sept. 30, 2020. No funds are being obligated at the time of award. This award is the result of a sole-source acquisition. The Air Force Installation Contracting Center, Joint Base San Antonio-Randolph, Texas, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $16,284,463 cost-plus-award-fee undefinitized task order under the ground subsystems sustainment contract (FA8214-15-D-0001) for the Minuteman III general sustainment. Work will be performed in Layton, Utah, and is expected to be completed Aug. 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $8,142,232 are being obligated at the time of award of the base period. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-20-F-0082). Advantor IDS Inc., Orlando, Florida, has been awarded a $9,999,999 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for intrusion detection system (IDS) supplies and ancillary services. The contractor shall provide all supplies (hardware) and complete all installation of all IDS and test operations. Work will be performed at Edwards Air Force Base, California, and is expected to be completed July 16, 2025. This award is the result of sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $237,456 are being obligated at the time of award. The Directorate of Contracting, Edwards AFB, California, is the contracting activity. CORRECTION: The contract announced on July 20, 2020, to BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, for the Instrumentation Range Support Program, has not yet been awarded. CORRECTION: The contract announced on July 20, 2020, to six firms for design-build construction efforts at Fairchild Air Force Base, Washington, included an incorrect location for RORE Inc. (FA4620-20-0009). The firm is actually located in Gig Harbor, Washington. ARMY Lockheed Martin Corp., Orlando, Florida, was awarded a $702,881,910 modification (P00042) to contract W31P4Q-18-C-0130 for procurement of Hellfire missiles. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. Fiscal 2010, 2011, 2018, 2019 and 2020 other procurement (Army) funds in the amount of $702,754,471 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Southwest Valley Constructors, Albuquerque, New Mexico, was awarded a $24,577,981 modification (P00016) to contract W912PL-19-C-0015 to design and construct approximately 31.65 miles of three-phase power distribution, lighting, closed-circuit television camera, linear ground detection system and shelters for the Barrier Wall Project. Work will be performed in Lukeville, Arizona, with an estimated completion date of Sept. 7, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $24,577,981 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. Agile Infrastructure Services LLC,* Pinehurst, Idaho, was awarded a $13,000,000 modification (P00010) to contract W9124C-15-D-0005 for construction, repair and maintenance of installation facilities on Fort Jackson, South Carolina. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 17, 2020. U.S. Army 419th Contracting Support Brigade, Fort Jackson, South Carolina, is the contracting activity. (Awarded July 15, 2020) Joseph B. Fay Co., Pittsburgh, Pennsylvania, was awarded a $12,938,950 firm-fixed-price contract for the repair and rehabilitation of the gate hoist machinery and the performance of control-system upgrades at the Montgomery Locks and Dam. Bids were solicited via the internet with three received. Work will be performed in Monaca, Pennsylvania, with an estimated completion date of Oct. 10, 2022. Fiscal 2019 and 2020 civil operations and maintenance funds in the amount of $12,938,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-20-C-8002). DEFENSE THREAT REDUCTION AGENCY L3 Applied Technologies Inc., a subsidiary of L3Harris Technologies Inc., San Leandro, California, will be awarded a $73,752,927 cost-plus-fixed-fee contract (with one firm-fixed-price line item for long lead time materials) for X-ray simulators for test and evaluation of nuclear survivability. Work will be performed at the contractor's location in San Leandro, California, and is expected to be completed by May 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,827,342 will be obligated at the time of award. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-20-C-0038). NAVY Crowley Government Services, Jacksonville, Florida, is awarded a $24,070,898 firm-fixed-price contract with reimbursable elements extension to continue the operation and maintenance of five T-AGOS ocean surveillance ships and two T-AGM missile range instrumentation ships. This extension includes one six-month base and two six-month option periods which, if exercised, will bring the cumulative value of this contract to $450,127,044. Work will be performed at sea worldwide. The following ships will be worked on: USNS Victorious T-AGOS 19; USNS Able T-AGOS 20; USNS Effective T-AGOS 21; USNS Loyal T-AGOS 22; USNS Impeccable T-AGOS 23; USNS Invincible T-AGM 24; and the USNS Howard T-AGM 25. Work is expected to be completed by January 2021. Navy working capital funds in the amount of $24,070,898 are obligated for fiscal 2020 and fiscal 2021 and will not expire at the end of the fiscal year. This contract extension was not competitively procured. The contract was prepared under the provisions of 10 U.S. Code §2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(iii). There is only one responsible source and no other supplies or services will satisfy agency requirements. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N62387-15-C-2505). S&S Concrete Construction,* Leesburg, Georgia, is awarded a $10,000,000 maximum amount, indefinite-delivery/indefinite-quantity construction contract for asphalt paving and minor concrete work at Marine Corps Logistics Base, Albany, Georgia. No task orders are being issued at this time. The work will be performed in Albany, Georgia. The term of the contract is not to exceed 60 months and work is expected to be completed by September 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) 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 O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website and eight bids were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0101). National Steel and Shipbuilding Co., San Diego, California, is awarded a $10,000,000 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-4404 for USS Bonhomme Richard (LHD-6) emergency firefighting support, dewatering, safety and initial clean-up efforts. Work will be performed in San Diego, California, and is expected to be completed by November 2020. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $7,700,000 was obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $7,634,002 firm-fixed-price modification to previously awarded contract N00024-14-C-5106 for the production and delivery of AEGIS weapon system MK 6 MOD 1 spares for new construction and AEGIS modernization guided missile destroyers. Work will be performed in Clearwater, Florida (90%); and Moorestown, New Jersey (10%), and is expected to be completed by April 2022. Fiscal 2020 other procurement (Navy); and 2018 shipbuilding and conversion (Navy) funding in the amount of $7,634,002 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Patriot Construction Co., Dunkirk, Maryland, is awarded a $7,173,707 firm-fixed-price contract for construction of training facilities at Marine Corps Base (MCB), Camp Lejeune, North Carolina. Work will be performed in Camp Lejeune, North Carolina. The work to be performed is for the construction of Special Operations Forces Human Performance Training Facilities, miscellaneous supporting structures, modifications to buildings RR-136 and RR-136A, utilities, parking, roadways and site work. The structures will be single-story steel frame buildings with brick veneer over metal studs, standing seam metal roofs, metal soffits, translucent wall panels and mezzanines. Special construction features include soil surcharge loads and storm water best management practices. Electrical systems include primary power distribution; lighting; energy monitoring/control systems; intrusion detection system; telephone/data and switch/server rooms; electrical switch gear; transformers; circuits; and fire alarms. Mechanical systems include plumbing; fire protection; compressed air; dehumidification; air conditioning systems; a chiller yard; and digital controls. Information systems include telephone, data, local area network, mass notification and intercom. Site work will include building utility systems; traffic control; parking; domestic water; fire protection water; sanitary sewer; sewage conveyance; propane gas networks; perimeter security fencing; gates; storm water; management; fiber/copper communications; cable television; and area lighting. Construction includes sustainable features complying with high performance sustainable building guiding principles. Work is expected to be completed by February 2022. Fiscal 2019 military construction (Navy) contract funds in the amount of $7,173,707 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website and three proposals were received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0142). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2283344/source/GovDelivery/

Toutes les nouvelles