3 octobre 2019 | International, Terrestre

Latvia relaunches ground vehicle competition following industry complaints

By: Aaron Mehta

WASHINGTON — In recent years, the Baltic nation of Latvia has gone on a modernization spending spree, putting down cash for new Black Hawk helicopters, self-propelled howitzers, reconnaissance vehicles and anti-tank weapons.

But there's another platform competition on the horizon, with officials in Riga having relaunched a stalled contest for tactical wheeled vehicles.

In 2018, Latvia's Ministry of Defence awarded to Finland's Sisu Auto a €181 million (U.S. $197 million) deal for four-wheel drive armored vehicles. But the contract was overturned in early 2019 by a government watchdog after two bidders — AM General from the United States, and South Africa's Paramount Group — filed complaints over the process. Turkish firm Otokar had also bid on the program at the time.

The recompete has seen offers from more than 10 companies for what will be a government-to-government agreement for a final contract. The price for the new contract will depend on the eventual winner and is not locked in at the Sisu contract level.

Speaking to Defense News in September, Janis Garisons, state secretary for the MoD, said it's unlikely the government will reach a decision on the winner of the competition in the short term.

“What we have to do, we will test the vehicles, because we want to ensure we are looking at vehicles fit for our terrain, that can drive into our forests and we are not [getting] stuck on the roads,” said Garisons, who is the No. 2 official at the ministry. “We will look also at the industrial part because we very much interested to have [the] ability to maintain those vehicles.”

The last point is key, as Latvia is concerned about the ability to maintain its new purchases, something the country has struggled with, according to Garisons. “We don't want to be in that situation anymore.”

The country is also focused on building up its domestic industrial base so that much of the maintenance on its new equipment can be done in-country, in case of conflict.

Along those lines, the competition for a four-wheel drive vehicle is likely be the last big platform purchase for a while, as the ministry is turning its attention toward procurement efforts to benefit training and sustainment.

“Now we face trying to implement everything and put [them] into service. This takes time, and of course all logistical tails, which goes with that,” he said. “Therefore, we now have to concentrate more on — it's not very fancy things, but basically the training is going on already on all those capabilities that [have been bought], but now we have to ensure all the logistical issues are solved and maintained and sustainment is ensured.”

Regarding research and development, Latvia is working on a joint effort with Estonia to produce unmanned ground vehicles.

“That is something for the future capabilities. The goal is to understand our limits and how to engage our companies, also, coming up with solutions for autonomous systems,” Garisons said. “Because I think the biggest issue right now is how to ensure that those unmanned vehicles can operate autonomously and not need the soldier operating, as that doesn't add much value.”

https://www.defensenews.com/2019/10/02/latvia-relaunch-ground-vehicle-competition-following-industry-complaints

Sur le même sujet

  • Contract Awards by US Department of Defense - January 18, 2019

    21 janvier 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 18, 2019

    NAVY Bell Helicopter Textron Inc., Fort Worth, Texas, is awarded $439,563,841 for modification P00008 to a previously awarded fixed-price-incentive contract (N00019-17-C-0030). This modification exercises an option for the production and delivery of 25 Lot 16 AH-1Z aircraft and 25 stores control units. Work will be performed in Fort Worth, Texas (60 percent); and Amarillo, Texas (40 percent), and is expected to be completed in January 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $439,563,841 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. Global PCCI, Irvine, California, a joint venture, is awarded a maximum value $250,000,000 cost-plus-award-fee, fixed-fee, indefinite-delivery/indefinite-quantity contract for the Emergency Ship Salvage Material (ESSM) system. The primary purpose of this contract is to manage the facilities with emergency response equipment stockpiles pre-positioned to support and augment the Navy fleet capability in the areas of salvage, diving, pollution response, and underwater ship husbandry maintained by the Supervisor of Salvage, SEA 00C. This contract includes five ordering periods, which if executed, would make the maximum value of this contract $250,000,000. Work will be performed worldwide, and is expected to be completed by January 2024 when all five ordering periods have been executed. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $5,000 will be obligated at the time of award and will expire at the end of the fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-4323). Raytheon Integrated Defense Systems, Tewksbury, Massachusetts, is awarded a $38,140,569 cost-plus-fixed fee, cost only contract for Dual Band Radar (DBR) Design Agent Technical Engineering support efforts. The work to be performed is for engineering services for DBR system upgrades or redesigns, engineering change proposals, product support, test equipment procurement, installation integration support, combat system integration testing, program management support, studies and analysis. This contract includes options which, if exercised, would bring the cumulative value of this contract to $98,839,761. Work will be performed in Tewksbury, Massachusetts (70 percent); Andover, Massachusetts (20 percent); Moorestown, New Jersey (5 percent); and Arvonia, Virginia (5 percent). Fiscal 2019 shipbuilding and conversion (Navy) in the amount of $1,737,000; and fiscal 2019 research, development, test, and evaluation funding in the amount of $800,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured using other than full and open competition under the statutory authority of 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5509). DEFENSE LOGISTICS AGENCY Bell Boeing Joint Project Office, California, Maryland, has been awarded an estimated $143,863,184 firm-fixed-price requirements contract for performance based logistics and engineering support for the V-22 platform. 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 an 11-month base contract with four one-year option periods. Locations of performance are Texas and Pennsylvania, with a Nov. 30, 2019, performance completion date. Using military services are Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2020 various Air Force, SOCOM and Navy appropriated funding. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4AX-19-D-9410). ARMY AECOM Energy & Construction, Greenwood Village, Colorado, was awarded a $63,007,995 modification (P00003) to contract W912EK-19-C-0002 for Illinois River Basin, LaGrange Lock and Dam, major rehabilitation, demolition; temporary facilities, surveying, dewatering, protecting lock chamber, blasting, removing and replacing horizontal concrete. Work will be performed in Versailles, Illinois, with an estimated completion date of July 27, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $24,700,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity. Odyssey International Inc.,* Mesa, Arizona, was awarded a $14,000,000 firm-fixed-price contract for construction of a company operations facility. Bids were solicited via the internet with eight received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of May 22, 2020. Fiscal 2015 and 2017 military construction funds in the amount of $14,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3000). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $8,048,749 modification (P00150) to contract W56HZV-15-C-0095 for test and field service support for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2019. Fiscal 2019 other procurement, Army funds in the amount of $8,048,749 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1736461/source/GovDelivery/

  • Bell Shows Redesigned V-247 For Future Navy Fleet

    14 avril 2022 | International, Aérospatial, Naval

    Bell Shows Redesigned V-247 For Future Navy Fleet

    Bell has scaled down and redesigned the unmanned V-247 tiltrotor to propose as a member of family of systems that would become the U.S.

  • 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