2 novembre 2018 | International, Naval

LEONARDO TO EQUIP THE NEW GERMAN CORVETTES 130 WITH ITS BEST IN CLASS DEFENCE SYSTEMS

  • With this contract, Leonardo's OTO 76/62 Super Rapid becomes the reference defence system for the German Navy
  • Managed by a state of the art control console maximizing its performances, the system can be integrated on any type and class of ship, including smaller units
  • The OTO 76/62 SR system is a best in class in its segment, in use with almost 60 Navies worldwide. It has recently successfully completed an extensive vulnerability assessment campaign ensuring its resilience to cyber-attacks

Leonardo signed a contract with the Bundesamt für Ausrüstung, Informationstechnik und Nutzung der Bundeswehr, the German Federal Office in charge of defence acquisitions, to provide seven OTO 76/62 Super Rapid systems that will equip the new K130 corvettes of the German Navy. The contract also includes training and spare parts supply.

With this new acquisition, Leonardo's naval gun becomes the reference defence system for the German Navy, which has already tested the capabilities of the compact version of the system, integrated on the first batch of corvettes following a previous contract.

The signing of the contract strengthens the historical collaboration with the country and with the Agency. Leonardo has indeed provided the first naval artillery systems, in particular the 76/62 Compact, starting from the 70s; the most recent supplies include the 127/64 Vulcano naval guns and the Hitrole 12.7 turrets currently on board the F125 Frigate.

The OTO 76/62 SR system, part of Leonardo's naval artillery offer, represents a commercial success. In service with almost 60 Navies worldwide, the system is the only medium-calibre, together with compact version, capable of sustaining a fire rate of up to 120 strokes per minute, a fundamental requirement for defence in asymmetrical war scenarios.

It is characterised by the lightweight, accuracy and use of guided ammunition. The flexibility of use makes it particularly suitable for anti-aircraft and anti-missile defence and for point defence. It can be integrated on any type and class of ship, including smaller units.

Depending on the configuration, the OTO 76/62 Super Rapid could include the STRALES capability to fire DART guided ammunition specifically designed for the engagement of fast manoeuvrings targets, the VULCANO GPS-guided long-range ammunition able to engage a target with an excellent accuracy as well as the Multi Feeding (MF) device for the ammunition automatic handling.

Recently, the OTO 76/62, which has been developed more efficient and effective, has successfully completed a cyber assessment that guarantees the product against any hostile cyber-attacks, particularly threatening in increasingly sophisticated systems.

http://www.leonardocompany.com/en/-/k130-oto76-super-rapid-corvettes

Sur le même sujet

  • Contract Awards by US Department of Defense - May 26, 2020

    27 mai 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - May 26, 2020

    NAVY AECOM Technical Services Inc., Los Angeles, California (N62470-19-D-8022); Aptim Federal Services LLC, Alexandria, Virginia (N62470-19-D-8023); CH2M Hill Constructors Inc., Englewood, Colorado (N62470-19-D-8024); Environmental Chemical Corp., Burlingame, California (N62470-19-D-8025); Fluor Intercontinental Inc., Greensville, South Carolina (N62470-19-D-8026); and Perini Management Services Inc., Framingham, Massachusetts (N62470-19-D-8027), are awarded a $1,000,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. The work to be performed provides for the Navy on behalf of the Department of Defense and other federal agencies for immediate response for construction services when authorized. The construction and related engineering services will respond to natural disasters, humanitarian assistance, conflict or projects with similar characteristics and will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. After award of this modification, the total cumulative contract value will be $2,087,443,694. The term of the contract is not to exceed 60 months with a completion date of March 2024. No funds will be obligated at time of award; funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity. Raytheon Co. Integrated Defense Systems, Tewksbury, Massachusetts, is awarded a $29,222,688 cost-plus-fixed-fee contract for the Receive Only Cooperative Radar and its system. This contract provides for the development of new detection algorithms and operating modes for the AN/SPY-6(V)1 radar system, which will improve detection and tracking capabilities of the radar system. Work will be performed in Marlboro, Massachusetts (98%); and Fairfax, Virginia (2%). The work to be performed includes modelling and simulation of new operating modes, revisions of code to incorporate new algorithms, integration of algorithms into demonstration hardware and field tests using representative AN/SPY-6(V)1 demonstration hardware. Work is expected to be completed by May 25, 2023. The total cumulative value of this contract is $29,222,688. This is a three-year base contract with one two-year option period, which, if exercised, would increase cumulative contract value to $47,513,260. The action will be incrementally funded with an initial obligation of $6,722,688 utilizing fiscal 2020 research, development, test and evaluation (Navy) funds that will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation are unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-1073). Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $15,989,488 cost-plus-fixed-fee order (N00019-20-F-0817) against a previously-issued basic ordering agreement N00019-19-G-0008. This order procures support to manage diminishing manufacturing sources in support of the F-35 program for the Air Force, Navy and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be complete by June 2020. Fiscal 2018 aircraft procurement (Air Force) funds in the amount of $6,545,775; fiscal 2019 aircraft procurement (Navy) funds in the amount of $6,545,774; and non-DOD participant funds in the amount of $2,897,939 will be obligated at time of award, $6,545,775 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. CACI Inc. - Federal, Chantilly, Virginia, is awarded a $14,899,365 firm-fixed-price contract (N32205-20-C-4008) for 365-calendar day worldwide logistics services. The $14,899,365 consists of the amounts listed in the following areas: labor, materials and travel. Work will be performed worldwide. Work will include worldwide support services in the functional areas of sustainment logistics, corrective maintenance logistics system support, combat logistics force load management, material handling equipment, ordnance handling equipment support and ordnance management. Work is expected to be complete by June 2021. The contract includes one option period, which if exercised, will bring the total contract value to $29,628,581. Funds will be obligated on June 1, 2020. Contract funds in the amount of $14,899,365, excluding the option period, are obligated for fiscal 2020 using Navy working capital funds and (transportation) working capital funds. This contract is a sole-source and one offer was received. The Naval Military Sealift Command, Norfolk, Virginia, is the contracting activity. Grammatech Inc., Ithaca, New York, is awarded a $7,569,838 modification (P00010) to previously-awarded cost-plus-fixed-fee contract N68335-17-C-0700. This modification exercises an option to procure continued services and materials necessary to conduct research and develop the Late-Stage Software Customization and Complexity Reduction project. Work will be performed in Ithaca, New York. Specifically, this modification provides for the research and development of five software tools – Grammatech Transformer (GTx)-Reducer, GTx-Optimizer, GTx-Hardener and Vertex and LiftBridge. These software tools improve the viability of late stage customization against software binaries. Work is expected to be complete by May 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $469,719 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. CORRECTION: The May 15, 2020, announcement of an indefinite-delivery/indefinite-quantity contract (N00383-20-D-XE01) awarded to S&K Aerospace LLC,* St. Ignatius, Montana, for the repair, overhaul and upgrade of 361 commercial common items used on P-8A Poseidon maritime aircraft included incorrect solicitation information. The contract was competitively procured with the solicitation posted to the Federal Business Opportunities website as a small business set-aside (SBSA) requirement and not as an 8(a)SBSA. ARMY Ernst & Young LLP, Washington, D.C., was awarded a $93,000,000 modification (P00023) to contract W91CRB-18-F-0238 for professional commercial audit support services. Work will be performed in Washington, D.C., with an estimated completion date of Sept. 20, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $12,337,384 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. General Dynamics Mission Systems Inc., Huntsville, Alabama, was awarded a $16,211,164 modification (P00068) to contract W58RGZ-18-C-0043 for engineering services and contractors on the battlefield. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 17, 2023. Fiscal 2020 operations and maintenance (Army) funds in the amount of $16,211,164 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. ProSecure LLC,* Fairfax, Virginia, was awarded an $11,165,786 firm-fixed-price contract for armed guard security services. Bids were solicited via the internet with 12 received. Work will be performed in the cities of Rufus, The Dalles and Cascade Locks, Oregon, with an estimated completion date of July 3, 2025. Fiscal 2020 civil expenses funds in the amount of $11,165,786 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-20-C-0003). DEFENSE LOGISTICS AGENCY Paragon-One Group LLC,* Gaithersburg, Maryland, has been awarded a maximum $57,792,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for managed print software services. This was a competitive acquisition with six responses received. This is a three-year contract with no option periods. Locations of performance are inside and outside the continental U.S., with a May 25, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal year 2020 through 2023 working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, New Cumberland, Pennsylvania (SP7000-20-D-0003). Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $7,946,333 firm-fixed-price delivery order (SPRPA1-20-F-C12U) against a five-year basic ordering agreement (SPRPA1-17-G-C101) for H-53 hydraulic fluid tanks. 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 Connecticut, with an April 30, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Burlington Industries LLC, Greensboro, North Carolina, has been awarded a maximum $7,935,500 modification (P00007) exercising the second one-year option period of a one-year base contract (SPE1C1-18-D-1054) with four one-year option periods for poly/wool gabardine cloth. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Carolina, with a May 29, 2021, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. AIR FORCE Vanderbilt University, Nashville, Tennessee, has been awarded an $8,800,167 cost-plus-fixed-fee contract for model-based intent-driven adaptive software (MIDAS). The objective of this contract is to develop a new approach to evolutionary software development and deployment that extends the results of model-based software engineering and provides an integrated, end-to-end framework for building software that is focused on growth and adaptation. The scope of this effort includes research, design, development, demonstration, testing, integration and delivery of the MIDAS software system that enables rapid adaptation of software to changes in requirements, platforms and computational resources at a scale and speed appropriate for the complex software ecosystem upon which the U.S. government, military and economy depend. Work will be performed in Nashville, Tennessee, and is expected to be completed by May 7, 2024. This award is the result of a competitive acquisition and 20 offers were received. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0215). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2197963/source/GovDelivery/

  • Army, Navy conduct key hypersonic missile test

    14 décembre 2024 | International, Terrestre

    Army, Navy conduct key hypersonic missile test

    The successful tests brings both services closer to fielding the long-awaited system.

  • Contract Awards by US Department of Defense - December 11, 2019

    12 décembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 11, 2019

    ARMY Galveston Coastal Services JV, Houston, Texas, was awarded a $228,000,000 firm-fixed-price contract for architect and engineering 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 Dec. 10, 2027. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-D-0001). Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $22,441,319 cost-plus-fixed-fee contract to design, develop and validate system prototypes for a combined arms squad. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Jan. 31, 2021. Fiscal 2019 Defense Advanced Research Projects Agency funds in the amount of $11,323,800 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W912CG-20-C-0005). NAVY Ahtna-CDM JV,* Irvine, California (N62473-20-D-0026); R. A. Burch Construction Inc.,* Ramona, California (N62473-20-D-0027); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-20-D-0028); Insight Pacific LLC,* Brea, California (N62473-20-D-0029); I.E.-Pacific Inc.,* Escondido, California (N62473-20-D-0030); Patricia I. Romero Inc., doing business as Pacific West Builders,* National City, California (N62473-20-D-0031); and Heffler Contracting Group,* El Cajon, California (N62473-20-D-0032), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations (AO). The work to be performed provides for, but is not limited to, new construction, renovation, alteration, demolition and repair work by design-build or by design-bid-build of commercial and institutional facilities, administrative and industrial facilities, housing facilities, child care centers, lodges, recreational/fitness centers, retail complexes, warehouses, offices, community centers, medical facilities, operational airfield facilities, hangars, armories, fire stations, auditoriums, religious facilities and manufacturing facilities. The maximum dollar value including the base two-year performance period and one three-year option period for all seven contracts combined is $99,999,000. No task orders are being issued at this time. All work on this contract will be performed primarily within the NAVFAC Southwest AO which includes California (55%); Nevada (40%); Arizona (1%); Colorado (1%); New Mexico (1%); Utah (1%); and remainder of the U.S. (1%), with an expected completion date of December 2024. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $35,000 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 with 33 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Southwest, San Diego, California, is the contracting activity. Etolin Strait Partners LLC,* Norfolk, Virginia, was awarded a $30,000,000, indefinite-delivery/indefinite-quantity, firm-fixed-price job order contract for minor construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington, District of Columbia, area of responsibility (AOR). The work to be performed provides for the accomplishment of various maintenance, repair, alteration and minor new construction projects to government facilities located primarily within the NAVFAC. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the task order's request for proposal. Work will be performed primarily in Maryland, Virginia and the District of Columbia, and is expected to be completed by September 2020. Fiscal 2019 operations and maintenance, Navy (O&M) funding in the amount $10,000 and will expire at the end of fiscal 2019. Future task orders will be funded primarily by military construction (Navy); O&M (Navy); O&M (Defense Logistics Agency); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-19-D-0007). (Awarded Sept. 30, 2019) AIR FORCE Nightingale Corp., Tonawanda, New York (FA8003-20-A-0001); Great Journey West LLC, Saint Charles, Missouri (FA8003-20-A-0002); SCS Integrated Support Solutions LLC, Manassas, Virginia (FA8003-20-A-0003); Feigus Inc., Wall, New Jersey (FA8003-20-A-0004); Govsolutions Inc., Virginia Beach, Virginia (FA8003-20-A-0005); SLM Contract Furniture Inc., San Diego, California (FA8003-20-A-0006); Workplace Solutions Inc., Virginia Beach, Virginia (FA8003-20-A-0007); NxVet LLC, Woodbridge, Virginia (FA8003-20-A-0008); Seating Inc., Nunda, New York (FA8003-20-A-0009); and Trade Products Corp., Fairfax, Virginia (FA8003-20-A-0010), have been awarded an $80,000,000 multiple award blanket purchase agreement for executive, task, conference room and side chairs. This agreement provides for delivery of office chairs at a discount off General Services Administration Federal Supply Schedules pricing to Air Force offices in the continental U.S. Work will be performed at Tonawanda, New York; Hawthorne, California; Buena Park, California; Bryan, Texas; Hillsboro, Oregon; and Nunda, New York, and is expected to be completed by December 2024. This award is the result of a 100% small business set-aside competitive acquisition and 26 offers were received. Current fiscal year operations and maintenance funds will be obligated with each order and no funds are being obligated at the time of award. The 771st Enterprise Sourcing Squadron, Wright Patterson Air Force Base, Ohio, is the contracting activity. DEFENSE LOGISTICS AGENCY Thomas Scientific LLC, Swedesboro, New Jersey, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies. This was a competitive acquisition with 15 responses received. This is a five-year contract with no options. Location of performance is New Jersey, with a Dec. 18, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0006). KaVo Dental Technologies LLC, Charlotte, North Carolina, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 101 responses received. This is a five-year contract with no option periods. Location of performance is North Carolina, with a Dec. 10, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0026). Duck Delivery Produce Inc.,* Portland, Oregon, has been awarded a maximum $26,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a 48-month contract with no option periods. Locations of performance are Oregon and Washington state, with a Dec. 10, 2023, performance completion date. Using customers are Department of Agriculture schools and reservations. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S740). Chemring Sensors and Electronic Systems Inc., Charlotte, North Carolina, has been awarded a maximum $12,141,494 firm-fixed-price, definitive type contract for Biological Agent Warning System 4 Plus Assembly units. 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 one one-year option period being exercised at the time of award. Location of performance is North Carolina, with an April 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-C-0014). KBRwyle Technology Solutions LLC, Rockville, Maryland, has been awarded a maximum $9,690,076 cost-plus-fixed-fee, bridge contract for hydrant fueling automation maintenance. 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 17-month base contract with one three-month option period. Locations of performance are all 50 states, Japan, Wake Island, South Korea, Guam, Diego Garcia, Portugal, Crete, Spain, Germany, Italy, Turkey and the United Kingdom, with a May 12, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-20-C-0006). KBRwyle Technology Solutions LLC, Rockville, Maryland, has been awarded a maximum $7,936,316 cost-plus-fixed-fee, bridge contract for automated tank gauging, independent alarm system, and overfill protection equipment maintenance. 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 21-month base contract with one three-month option period. Locations of performance are Belgium, Djibouti, Germany, Greece, Greenland, Italy, Portugal, Spain, Turkey and the United Kingdom with a Sept. 12, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-20-C-0005). U.S. TRANSPORTATION COMMAND Marine Terminals Corp., San Pedro, California, has been awarded a firm-fixed-price contract, HTC711-20-D-R003, in the amount of $34,025,191. The contract provides stevedoring and terminal services at Port Naval Base Ventura County-Port Hueneme and the Port of San Diego. Work will be performed at Port Naval Base, Ventura County-Port Hueneme and the Port of San Diego, California. The contract base period of performance is from Feb. 7, 2020, to Feb. 6, 2025. Fiscal 2020 transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2038047/source/GovDelivery/

Toutes les nouvelles