23 décembre 2024 | International, Terrestre

Lithuania procures LEOPARD 2 A8 main battle tanks from KNDS

The contract is worth EUR 950 million and, in addition to the LEOPARD 2 A8 main battle tanks, includes a comprehensive spare parts and logistics package.

https://www.epicos.com/article/899258/lithuania-procures-leopard-2-a8-main-battle-tanks-knds

Sur le même sujet

  • These Baltic nations could build Europe’s next ground drone

    3 août 2018 | International, Terrestre

    These Baltic nations could build Europe’s next ground drone

    By: Aaron Mehta WASHINGTON — As European Union nations look to step up their defense-industrial projects, a trio of states on the Baltic Sea are looking to make a breakthrough in unmanned ground systems. Estonia, Latvia and Finland are pushing to develop land-based drones under the EU's Permanent Structure Cooperation framework, or PESCO, the nations announced Thursday. Between €30-40 million (U.S. $35-47 million) has been earmarked for use from the European Defence Fund to work on the project, while each of the three countries will contribute additional funds. The start date for the planned project is the first half of 2019. Launched in late 2017, PESCO seeks to help develop European-wide defense industries. Groups of nations can pitch the EU on different developments in order to secure initial funding from pooled resources. Although in its early stages, PESCO has been the topic of American concernover the potential of protectionist actions taken by the European defense market that could lock out American firms. EU nations are now looking to carve out market areas that could benefit their domestic defense-industrial bases, something acknowledged directly by Kusti Salm, director of the Estonian Defense Ministry's Defence Investments Department. Full article: https://www.defensenews.com/global/europe/2018/08/02/these-baltic-nations-could-build-europes-next-ground-drone

  • Contract Awards by US Department of Defense - December 04 , 2020

    7 décembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 04 , 2020

    NAVY DRS Laurel Technologies Inc., Johnstown, Pennsylvania (N63394-21-D-0001); and VT Milcom Inc., Virginia Beach, Virginia (N63394-20-D-0002), are each awarded a cost-plus-fixed-fee and firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract to sustain the Technical Insertion 2016 equipment. The maximum dollar value for both contracts combined is $211,588,719. DRS Laurel Technologies Inc. is awarded a maximum value contract of $211,588,719. VT Milcom Inc. is awarded a maximum value contract of $188,428,823. This contract will provide for the manufacture, assembly, and testing of Technical Insertion 2016 equipment spares; associated engineering services, procurement, and harvesting; and installation of ordinance alteration kits and related products. Work will be performed in Dahlgren, Virginia (10%); Norfolk, Virginia (10%); Pascagoula, Mississippi (10%); Port Hueneme, California (10%); San Diego, California (10%); Virginia Beach, Virginia (10%); Wallops Island, Virginia (10%); Everett, Washington (5%); Honolulu, Hawaii (5%); Kauai, Hawaii (5%); Mayport, Florida (5%); Moorestown, New Jersey (5%); and Yokosuka, Japan (5%), and is expected to be completed by December 2025. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $10,000 ($5,000 per contract) will be obligated at time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. All other funding will be made available at the order level as contracting actions occur. This contract was competitively procured via beta.sam.gov with two offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity. Southeastern Computer Consultants Inc., King George, Virginia, is awarded a $42,989,767 cost-plus-fixed-fee level of effort task order which shall provide Tactical Tomahawk Weapon Control System (TTWCS) Integrated Logistics Support (ILS) products and services in support of Training Support Activity responsibilities at Naval Surface Warfare Center, Port Hueneme Division. This is a single award, five-year, cost-plus-fixed-fee term level of effort task order that consists of one base year with four option years, which, if all line item quantities are ordered, would bring the cumulative value of this contract to $42,989,767, with an ordering period through December 2025. Work will be performed in Norfolk, Virginia (26%); Dahlgren, Virginia (21%); Port Hueneme, California (11%); San Diego, California (8%); Norfolk, Virginia (8%); Mayport, Florida (6%); Bangor, Washington (6%); Kings Bay, Georgia (4%); Pearl Harbor, Hawaii (4%); Yokosuka, Japan (4%); and the United Kingdom (2%), and is expected to be complete in December 2021, and if all options are exercised, will be complete in December 2025. Fiscal 2021 operation and maintenance funding in the amount of $42,989,767 will be obligated at contract award and will expire at the end of the current fiscal year. A sources sought notice was posted to Seaport-NxG on Oct. 2, 2020, and closed on Feb. 24, 2020, to all large and small business primes in Seaport-NxG. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a)(6), a synopsis is not required if the proposed contract action is an order placed under FAR 16.505, Ordering. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-F-3006). Lockheed Martin Space, Titusville, Florida, is awarded a $29,120,167 cost-plus-fixed-fee modification (P00003) to procure a pilot assessment of the contractor's property management system and exercise options under previously awarded contract N00030-20-C-0100 for Trident II (D5) missile production and deployed systems support. The modification includes a $5,000,000 not-to-exceed value for the pilot assessment, which is being awarded as an undefinitized contract action. Work will be performed in Denver, Colorado (28.9%); Magna, Utah (23.3%); Titusville, Florida (18.7%); Rockford, Illinois (16.3%); Elma, New York (11.2%); and Sunnyvale, California (1.6%). Work is expected to be completed Sept. 30, 2025. Fiscal 2021 weapons procurement (Navy) funds in the amount of $15,039,964; fiscal 2020 weapons procurement (Navy) funds in the amount of $9,080,203; and fiscal 2021 operation and maintenance (Navy) funds in the amount of $2,500,000 are being obligated on this award, $2,500,000 of which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. The Strategic Systems Programs, Washington, D.C., is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $20,704,459 firm-fixed-price order (N61340-21-F-0020) against previously issued basic ordering agreement N00019-16-G-0001. This order provides for the production and delivery of 48 retrofit kits, support equipment and special tooling in support of phase two of the T-45 Service Life Extension Program (SLEP) for SLEP production Lots Three and Four. In addition, this order provides retrofit engineering and logistics from the original equipment manufacturer to support the installation of associated technical directives. Work will be performed in St. Louis, Missouri, and is expected to be completed in May 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $10,259,695; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $10,444,764 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, Training Systems Command, Orlando, Florida, is the contracting activity. ARMY Dobco Inc., Wayne, New Jersey, was awarded a $137,836,600 firm-fixed-price contract for construction of the Cyber Engineering Academic Center structure and parking lot at the U.S. Military Academy. Bids were solicited via the internet with four received. Work will be performed in West Point, New York, with an estimated completion date of Dec. 4, 2024. Fiscal 2021 military construction (Army) funds in the amount of $137,836,600 were obligated at the time of the award. The U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-C-0002). Vectrus Mission Solutions Corp., Alexandria, Virginia, was awarded a $35,510,370 cost-plus-fixed-fee contract for logistics support services at Fort Benning, Georgia. Bids were solicited via the internet with nine received. Work will be performed in Chattahoochee, Georgia, with an estimated completion date of Dec. 9, 2025. Fiscal 2021 operation and maintenance (Army) funds in the amount of $2,077,440 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-F-0035). VS2 LLC, Alexandria, Virginia, was awarded a $9,513,800 modification (0001BG) to contract W52P1J-13-G-0029 for logistics support services at Fort Benning, Georgia. Work will be performed in Chattahoochee, Georgia, with an estimated completion date of March 9, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $9,513,800 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Butt Construction Co. Inc.,* Dayton, Ohio, was awarded a $9,061,000 fixed-price-award-fee contract for renovation of Human Performance Wing Building 441 at Wright Patterson Air Force Base. Bids were solicited via the internet with seven received. Work will be performed at Wright Patterson AFB, Ohio, with an estimated completion date of April 3, 2023. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $9,061,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0004). DEFENSE LOGISTICS AGENCY Bell Textron Inc., Fort Worth, Texas, has been awarded a maximum $39,093,369 modification (P00030) to five-year contract SPE4AX-17-D-9410 with one five-year option period for H-1 consumables. This is a firm-fixed-price contract. Location of performance is Texas, with an April 14, 2023 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Guardian Manufacturing LLC,** Willard, Ohio, has been awarded a maximum $9,315,618 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for butyl chemical protective gloves and toxicological agent protective gloves. This was a competitive acquisition with one offer received. This is a one-year base contract with one one-year option period. Location of performance is Ohio, with a Dec. 4, 2021, ordering period end date. Using military services are Army, Air Force and Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1416). UPDATE: SupplyCore Inc., Rockford, Illinois (SPE8EC-21-D-0075), has been added as an awardee to the multiple award contract for commercial construction equipment, issued against solicitation SPE8EC-17-R-0005 and announced Aug. 29, 2017. AIR FORCE M1 Support Services, Denton, Texas, has been awarded a $23,459,155 firm-fixed-price modification (P00070) to contract FA4890-16-C-0005 for the back-shop and flight-line maintenance of multiple aircraft types. Work will be performed at Nellis Air Force Base, Nevada, and is expected to be completed March 31, 2021. Fiscal 2021 operation and maintenance funds in the full amount are being obligated at the time of award. The Acquisition Management and Integration Center, Langley-Eustis Air Force Base, Virginia, is the contracting activity. BlueForce Inc., Hampton, Virginia, has been awarded a $14,179,677 firm-fixed-price Option Two modification (P00004) to contract FA3002-19-F-A045 for continued support for the Royal Saudi Air Force English language training outside the continental U.S. program. Work will be performed at King Abdul Aziz Air Base, Saudi Arabia, and is expected to be completed Jan. 3, 2024. This contract involves 100% Foreign Military Sales (FMS) to the Kingdom of Saudi Arabia. The total cumulative face value of the contract is $42,188,737. FMS funds in the full amount are being obligated at the time of award. The 338th Enterprise Sourcing Squadron, Joint Base San Antonio, Randolph, Texas, is the contracting activity. Apogee Engineering LLC, Colorado Springs, Colorado, has been awarded a $12,870,921 cost-plus-fixed-fee modification (P00001) to contract FA8730-21-F-8501 for advisory assistance services. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed Feb. 17, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $985,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Offutt AFB, Nebraska, is the contracting activity. *Small business **Small disadvantage business in historically underutilized business zones https://www.defense.gov/Newsroom/Contracts/Contract/Article/2436087/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 07, 2020

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

    Contract Awards by US Department of Defense - July 07, 2020

    ARMY Advanced Technology International, Summerville, South Carolina, was awarded a $450,392,000 modification (P00074) to contract W15QKN-16-9-1002 for large-scale manufacturing of antibodies directed to novel coronavirus. Work will be performed in Summerville, South Carolina; and Tarrytown, New York, with an estimated completion date of June 30, 2021. Fiscal 2020 research, development, test, and evaluation, Army, funds in the amount of $450,392,000 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. (Awarded July 6, 2020) Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded a $23,182,248 modification (P00012) to contract W31P4Q-16-D-0017 to increase the contract ceiling amount to enhance and maintain the current suite of distributed digital simulation and system of systems unique development facilities. Work locations and funding will be determined with each order, with an estimated completion date of March 2, 2021. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Elite Pacific Construction Inc.,* Kaneohe, Hawaii (N62478-18-D-4022); Su-Mo Builders Inc.,* Honolulu, Hawaii (N62478-18-D-4023); RORE Inc.,* San Diego, California (N62478-18-D-4024); Environet Inc.,* Kamuela, Hawaii (N62478-18-D-4025); Insight Pacific LLC,* Brea, California (N62478-18-D-4026); GM/Bulltrack JV LLC,* Clackamas, Oregon (N62478-18-D-4027); and Alan Shintani Inc.,* Waipahu, Hawaii (N62478-18-D-4028), are awarded a $90,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract. This contract provides for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). Work will be performed at various Navy, Marine Corps, Air Force and miscellaneous federal and other facilities in the NAVFAC Hawaii AO. The work to be performed provides for, but is not limited to, labor, supervision, tools, materials and equipment that are necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. No task orders are being issued at this time. Work is expected to be completed by April 2023. After award of this modification, the total cumulative contract value will be $335,000,000. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. The NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity. Wiley Wilson Burns & McDonnell JV, Alexandria, Virginia, is awarded a $75,000,000 maximum amount, indefinite-delivery/indefinite-quantity, architect-engineering contract for multi-discipline architect-engineer services for general and administrative facilities within the Naval Facilities Engineering Command (NAVFAC) Washington area of operations. All work on this contract will be performed at various Navy and Marine Corps facilities and other facilities within the NAVFAC Washington area of operations including, but not limited to, Maryland (40%); Virginia (40%); and Washington, D.C. (20%). The work to be performed on this contract is design and engineering services of facilities, including but not limited to, child development care, general administrative spaces, dining facilities, commissary and exchange, educational, sports and fitness facilities, museums and memorials, training and instructional facilities, wet labs and electronic laboratories. The term of the contract is not to exceed 60 months and work is expected to be completed by July 2025. No task orders are being issued at this time and no funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, and eight proposals were received. The NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-20-D-0018). Jacobs EwingCole JV, Pasadena, California, is awarded a $52,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for multi-discipline architect-engineering services for large projects under the military construction program within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). After award of this modification, the total cumulative contract value will be $230,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to, California (87%); Arizona (5%); Nevada (5%); Colorado (1%); New Mexico (1%); and Utah (1%). The work to be performed provides for the preparation of design-bid-build construction contract packages; site investigations; cost estimates; post construction award services; preparation of request for proposals for design-build projects; studies and report related to the design of new facilities; technical reviews of government-prepared designs and design-build packages; preparation of planning and programming support documents; coordination of various technical disciplines; and identification and abatement methods for existing hazardous materials. Work is expected to be completed by November 2022. No contract funding is obligated at the time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by military construction (Navy). The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801). Lyme Computer Systems Inc.,* Lebanon, New Hampshire, is awarded a $31,819,843 not to exceed, indefinite-delivery/indefinite-quantity, firm-fixed-price contract with firm-fixed-price task order provisions for commercial off-the-shelf industrial-grade networking hardware and components manufactured. Work will be performed at the contractor's facility in Lebanon, New Hampshire. This requirement is to provide commercial off-the-shelf industrial-grade networking hardware and components manufactured by Siemens/RuggedCom. The networking equipment is used for installation on operational hulls across multiple ship classes, to include the USS Arleigh Burke (DDG-51); USS Ticonderoga (CG-47); USS Whidbey Island (LSD-41); USS Whidbey Island (LSD-49); USS Avenger (MCM-1); USS Wasp (LHD-1); USS Makin Island (LHD-8); USS San Antonio (LPD-17); USS Nimitz (CVN-68); and the USS Gerald R. Ford (CVN-78), as part of their hull, mechanical, electrical and navigation network infrastructures. Work is expected to be completed by July 2025. Fiscal 2020 other procurement (Navy) funding in the amount of $1,016,509 ($500 minimum guarantee) will be obligated at time of award via individual delivery orders and will not expire at the end of the current fiscal year. The contract was competitively procured as a small-business set-aside via the beta.SAM.gov website and two offers were received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4023). Olympus America Inc., Waltham, Massachusetts, is awarded a $10,570,631 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract is for the production, test and delivery of up to 330 Eddy Current Testing Systems, replacing the currently fielded system, to perform nondestructive inspection of aircraft components and support equipment for fatigue cracks and other surface defects on conductive materials. Work will be performed in Waltham, Massachusetts, and is expected to be completed by June 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0036). Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $9,061,423 modification (P00005) to previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract N68936-17-D-0017. This modification increases the ceiling of the contract to provide for the production and delivery of two additional Advanced Tactical Datalink test units and five additional detailed technical demonstrations. This modification also provides for studies and analysis of the system relative to emerging mission threats not previously anticipated. Work will be performed in Rolling Meadows and is expected to be completed by August 2022. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. Gravois Aluminum Boats LLC, doing business as Metal Shark Boats, Jeanerette, Louisiana, is awarded a $7,027,703 firm-fixed-price delivery order to previously awarded contract N00024-17-D-2209 for the construction, shipping and item unique identification and documentation of four 40-foot patrol boats (PB): PB-2001; PB-2002; PB-2003; and PB-2004. Prices were previously established via the indefinite delivery/indefinite quantity contract. Contract modification (A00002) exercised options for the applicable contract line item numbers (i.e., 4000 series) on June 17, 2020. Work will be performed in Jeanerette, Louisiana. The contractor will provide expert design, planning and material support services. Work is expected to be completed by April 2023. Fiscal 2020 other procurement (Navy) funding in the amount of $7,027,703 will be obligated at time of award and will not expire at the end of the fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity. DEFENSE LOGISTICS AGENCY Altitude Technologies, doing business as Chinook Medical Gear Inc., Durango, Colorado, has been awarded a maximum $46,445,291 indefinite-delivery/indefinite-quantity contract for numerous medical surgical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Colorado, with a July 6, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 defense Warstopper funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0007). BAE Systems Information & Electronic Systems Integration, Greenlawn, New York, has been awarded a $26,305,633 firm-fixed-price delivery order (SPRPA1-20-F-C20G) against five-year basic ordering agreement SPRPA1-17-G-C201 for E-2D aircraft electronic phase shifters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a seven-year, five-month contract with no option periods. Location of performance is New York, with a Nov. 30, 2027, performance completion date. Using customers are Navy and Japanese military. Type of appropriation is fiscal 2020 through 2028 Navy working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2266743/source/GovDelivery/

Toutes les nouvelles