9 juillet 2022 | International, Aérospatial

Le suédois Saab va s'impliquer dans le programme de drone MALE européen conduit par Airbus - Zone Militaire

En février dernier, neuf ans après avoir été proposé par Airbus, Dassault Aviation et Leonardo, le projet de drone MALE européen, encore appelé EuroDrone,

http://www.opex360.com/2022/07/07/le-suedois-saab-va-simpliquer-dans-le-programme-de-drone-male-europeen-conduit-par-airbus/

Sur le même sujet

  • Contract Awards by US Department of Defense - January 15, 2019

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

    Contract Awards by US Department of Defense - January 15, 2019

    ARMY BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $474,084,062 cost-plus-fixed-fee contract for system technical support and sustainment system technical support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 14, 2025. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0040). ACC Construction Co. Inc., Augusta, Georgia, was awarded a $30,006,388 firm-fixed-price contract for a Special Operations Forces tactical equipment maintenance facility. Bids were solicited via the internet with six received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of Sept. 5, 2020. Fiscal 2017 and 2018 military construction funds in the amount of $30,006,388 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0008). Tecmotiv (USA) Inc.,* Niagara Falls, New York, was awarded a $19,644,207 firm-fixed-price Foreign Military Sales (Egypt) contract for M60 engine overhaul parts package. Bids were solicited via the internet with one received. Work will be performed in Niagara Falls, New York, with an estimated completion date of Nov. 25, 2020. Fiscal 2011 foreign military sales funds in the amount of $19,644,207 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0042). DynCorp International LLC, Fort Worth, Texas, was awarded an $18,537,068 modification (P00205) to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Fort Worth, Texas, with an estimated completion date of June 30, 2019. Fiscal 2017 and 2019 aircraft procurement, Army; and operations and maintenance, Army funds in the amount of $18,537,068 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Mississippi Limestone Corp.,* Friars Point, Mississippi, was awarded an $18,399,991 firm-fixed-price contract for articulated concrete mattress casting at the Mississippi River. Bids were solicited via the internet with two received. Work will be performed in Delta, Louisiana, with an estimated completion date of Dec. 21, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $18,399,991 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-19-C-0002). Avatar Environmental LLC,* West Chester, Pennsylvania (W912DQ-19-D-3004); GEO Consultants Corp.,* Kevil, Kentucky (W912DQ-19-D-3005); Trevet-Bay West JV II LLC,* San Diego, California (W912DQ-19-D-3006); and TriEco LLC,* Louisville, Kentucky (W912DQ-19-D-3007 ), will compete for each order of the $12,000,000 hybrid cost-plus-fixed-fee and firm-fixed-price contract for environmental architect engineer services. 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 Jan. 14, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity. Leidos Inc., Reston, Virginia, was awarded a $9,742,355 modification (P00030) to contract W911QX-16-C-0012 for support of Saturn Arch Aerial Intelligence System for day and night image collection and exploitation of Improvised Explosive Device “hot spot” areas. Work will be performed in Bridgewater, Virginia, with an estimated completion date of Sept. 16, 2019. Fiscal 2018 other procurement, Army funds in the amount of $ 2,062,117 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $7,201,316 modification (P00024) to contract W56HZV-17-C-0059 for the maintenance of M88 recovery vehicles, technical data package maintenance and total ownership cost reduction. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 18, 2020. Fiscal 2018 other procurement, Army funds in the amount of $7,201,316 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. DEFENSE LOGISTICS AGENCY ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $400,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for patient monitoring and capital equipment systems and accessories. This was a competitive acquisition with 36 responses received. This is a five-year base contract with one five-year option period. Location of performance is Massachusetts, with a Jan. 13, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0011). (Awarded Jan. 14, 2019) Valneva USA Inc., Gaithersburg, Maryland, has been awarded a maximum $70,051,600, firm-fixed-price contract for the Japanese Encephalitis Vaccine. 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 one-year contract with no option periods. Location of performance is Maryland and the U.K., with a Jan. 14, 2020, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-19-D-0001). Dental Health Products Inc.,* New Franken, Wisconsin, has been awarded a maximum $37,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 68 responses received; 20 contracts have been awarded to date. This is a five-year contract with no option periods. Location of performance is Wisconsin, with a Jan. 13, 2024, performance completion date. Using customers are Department of Defense and other federal organizations. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0005). (Awarded Jan. 14, 2019) NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $68,933,454 for cost-plus-incentive fee delivery order 0104 against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides for the design, development, documentation, integration, and test of upgrades to the U.S. Reprogramming Laboratory to execute the Mission Data (MD) programming and reprogramming mission for the F-35 Digital Channelized Receiver/Technique Generator and Tuner Insertion Program (DTIP) and non-DTIP configurations. These efforts are in support of Air Force, Navy and Marine Corps operational aircraft, as well as all training aircraft within the continental U.S. with MD products. Work will be performed in Fort Worth, Texas (65 percent); Baltimore, Maryland (25 percent); and Eglin Air Force Base, Florida (10 percent), and is expected to be completed in May 2021. Fiscal 2018 research, development, test and evaluation (Air Force, Navy and Marine Corps) funding in the amount of $20,000,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($34,466,727; 50 percent); Navy ($17,233,364; 25 percent), and the Marine Corps ($17,233,363; 25 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. C4 Planning Solutions, Blythe, Georgia, is awarded a maximum ceiling $45,488,761 firm-fixed price, indefinite-delivery/indefinite quantity contract with a five-year ordering period and option to extend services up to six months for tactical systems support and professional engineering services for the Marine Corps Tactical Systems Support Activity. This contract contains an option, which if exercised, will bring the contract value to $49,999,196. Work will be performed at Camp Pendleton, California (41 percent); Okinawa, Japan (15 percent); Camp Lejeune, North Carolina (four percent); Norfolk, Virginia (four percent); Alexandria, Virginia (four percent); Quantico, Virginia (four percent); New Orleans, Louisiana (two percent); and additional various locations outside the continental U.S. (26 percent), and work is expected to be completed by March 6, 2024. If the option is exercised, work will continue through Sept. 6, 2024. Fiscal 2017 (Marine Corps) operations and maintenance funds in the amount of $515,910; and fiscal 2019 (Marine Corps) operations and maintenance funds in the amount of $146,903 will be obligated under the initial task order immediately following contract award. Although expired, the fiscal 2017 contract funds in the amount of $515,910 are available for this effort in accordance with 31 U.S. Code 1558. The contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M68909-19-D-7605). AECOM Management Services Inc., Germantown, Maryland, is awarded a $35,162,580 indefinite-delivery/indefinite-quantity, fixed-price contract resulting from solicitation N00189-18-R-0044 that includes provisions for economic price adjustment to provide third party logistics support services and hazardous material supplies as required by Marine Corp. Pacific and tenant Navy commands in Okinawa, Japan. The contract includes a five-year base ordering period with an option to extend services for a six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8 which if exercised, the total value of this contract will be $38,965,976. All work will be performed in Okinawa, Japan, and work is expected to be completed February 2024. If the option is exercised, work will be completed by August 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $768,053; fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $1,211,512; and working capital funds (Navy) in the amount of $138,000 will be obligated at time of award. Operations and maintenance (Navy and Marine Corps) funds will expire at the end of the fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity. (N00189-19-D-0001) BAE Systems Hawaii Shipyards Inc., Honolulu, Hawaii, was awarded a not-to-exceed $9,576,151 undefinitized contract action modification to previously-awarded contract N00024-14-C-4412 for scheduled Surface Incremental Availability (SIA) on USS Halsey (DDG 97). The scheduled SIA is the opportunity in the ship's life cycle primarily to conduct structural repairs and alteration to systems. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by May 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $4,689,804; and fiscal 2018 other procurement (Navy) funding in the amount of $98,255 will be obligated at time of award. Funds in the amount of $4,689,804 will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Jan. 14, 2019) Global Technical Systems Inc.*, Virginia Beach, Virginia, is awarded an $8,510,970 firm-fixed–price delivery order N00024-19-F-5610 under previously awarded indefinite-delivery/indefinite-quantity contract N00024-14-D-5213 for the procurement of 15 Common Processing System (CPS) Technical Instruction Twelve Hybrid (TI-12H) water-cooled production units for Surface Electronic Warfare Improvement Program and two CPS TI-12H air-cooled production units for ship self defense systems. The CPS is a computer processing system based on an Open Architecture (OA) design. CPS consists of the CPS enclosure assembly and three subsystems: the processing subsystem, the storage/extraction subsystem, and the Input / Output (I/O) subsystem. It is intended to support the computer requirements of various Navy combat systems. This contract will provide for production, testing and delivery of CPS (water cooled, air cooled, and air-cooled commercial equivalents), spares, and associated engineering services. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by October 2019. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $8,510,970 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, District of Columbia, is the contracting activity. (Awarded Jan. 14, 2019) Lockheed Martin Corp., Baltimore, Maryland, is awarded a fixed-price-incentive firm target modification to previously-awarded contract N00024-18-C-2300 to exercise an option for the construction of one fiscal 2019 littoral combat ship. The specific contract award amount for this ship is considered source-selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104) and will not be made public at this time. Lockheed Martin will perform and oversee all necessary design, planning, construction and test and trials activities in support of delivery of this ship to the Navy. Work will be performed in Marinette, Wisconsin (40 percent); Washington, District of Columbia (7 percent); Baltimore, Maryland (6 percent); Beloit, Wisconsin (2 percent); Iron Mountain, Michigan (2 percent); Milwaukee, Wisconsin (1 percent); Waunakee, Wisconsin (1 percent); Crozet, Virginia (1 percent); Coleman, Wisconsin (1 percent); Monrovia, California (1 percent); and various locations below 1 percent (38 percent), and is expected to be completed by February 2026. Fiscal 2019 shipbuilding and conversion (Navy) funding 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, District of Columbia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1732604/source/GovDelivery/

  • Contract Awards by US Department of Defense – October 07, 2020

    8 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – October 07, 2020

    AIR FORCE Hydraulics International Inc., Chatsworth, California, has been awarded a $377,357,493 firm-fixed-price, requirements-type, indefinite-delivery/indefinite-quantity contract for multiple pieces of hydraulic equipment and hydraulic fluid purification systems to be used on multiple aviation platforms. Work will be performed in Chatsworth, California, and is expected to be completed Oct. 7, 2029. This award is a result of a sole-source acquisition. Fiscal 2021 aircraft procurement; and future fiscal aircraft procurement funds will be obligated upon availability for task orders. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8532-21-D-0001). PKL Services Inc., Poway, California, has been awarded a $13,757,191 firm-fixed-price modification (P00008) to contract FA4897-18-C-2002 to continue providing military aircraft F15 SG maintenance and operations training. This contract provides for the Republic of Singapore Air Force training on F15 aircraft, and includes both maintenance and operations on the F15 aircraft. Work will be performed at Mountain Home Air Force Base, Idaho, and is expected to be completed Sept. 30, 2022. Foreign Military Sales funds in the full amount are being obligated at the time of award. The 366th Financial Acquisition Squadron, Mountain Home AFB, Idaho, is the contracting activity. Honeywell International Inc., Minneapolis, Minnesota, has been awarded an $11,638,078 modification (P00006) to contract FA9453-19-C-0010 to exercise Option Two for critical design review, providing research options for Space Enterprise Technologies. The contractor shall conduct experiments, evaluate, and perform process development back-end pillar fabrication process. Work will be performed in Minneapolis, Minnesota, and is expected to be completed April 14, 2022, per Option Two: Critical Design Review contract line item number 2001 and a Military interdepartmental purchase request from HQ0157 Office of the Under Secretary of the Air Force – Acquisition, Technology and Logistics will be obligated to incrementally fund the option at time of modification. Total cumulative face value of the contract is $17,361,381. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity. CORRECTION: The dollar amounts awarded and obligated on Oct. 1, 2020, to Gryphon Technologies L.C., Washington, D.C. (FA7022-21-D-0001), for the processing, analysis and quantitative evaluation of environmental samples and other associated services in support of the Air Force Technical Applications Center's mission were announced inaccurately. The contract amount is actually $49,503,924, and the obligated amount is $4,160,824. DEFENSE LOGISTICS AGENCY Senn Brothers Inc.,* West Columbia, South Carolina, has been awarded a maximum $225,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruit and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with an Oct. 3, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard and Department of Agriculture schools. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-P365). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $149,528,875 firm-fixed-price delivery order (SPRPA1-21-D-9001) against five-year basic ordering agreement SPRPA1-14-D-002U for KC-46 Commercial Common Program consumable parts. 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 three-year base contract with two one-year option periods. Location of performance is Missouri, with an Oct. 7, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. L1 Enterprises Inc., Frederick, Maryland, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 131 responses received. This is a five-year contract with no option periods. Location of performance is Maryland, with an Oct. 6, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-21-D-0050). * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2375598/source/GovDelivery/

  • US doesn’t want to make Arctic contested battlespace, admiral says

    8 avril 2024 | International, Naval

    US doesn’t want to make Arctic contested battlespace, admiral says

    “There’s no desire to over-militarize or create a theme of a contested battlespace in the Arctic," the commander of U.S. 2nd Fleet said.

Toutes les nouvelles