2 janvier 2020 | International, Aérospatial

Lockheed Martin Delivers 134 F-35s in 2019, Exceeding Annual Commitment

Fort Worth, Texas, December 30, 2019 /PRNewswire/ -- Lockheed Martin (NYSE: LMT) delivered the 134(th) F-35 aircraft for the year today, exceeding the joint government and industry 2019 delivery goal of 131 aircraft.

One hundred and thirty-four deliveries represent a 47% increase from 2018 and nearly a 200 percent production increase from 2016. Next year, Lockheed Martin plans to deliver 141 F-35s and is prepared to increase production volume year-over-year to hit peak production in 2023.

"This achievement is a testament to the readiness of the full F-35 enterprise to ramp to full-rate production and we continue to focus on improving on-time deliveries across the entire weapons system," said Greg Ulmer, Lockheed Martin vice president and general manager of the F-35 program. "We have met our annual delivery targets three years in a row and continue to increase production rates, improve efficiencies and reduce costs. The F-35 is the most capable fighter jet in the world, and we're now delivering the 5(th) Generation weapon system at a cost equal to or lower than a less capable 4th Generation legacy aircraft."

The 134(th) aircraft is a Short Takeoff and Vertical Landing (STOVL) model for the United States Marine Corps. In 2019, deliveries included 81 F-35s for the United States, 30 for international partner nations and 23 for Foreign Military Sales customers.

Unit and Sustainment Costs Decrease, Readiness Improving

Using lessons learned, process efficiencies, production automation, facility and tooling upgrades, supply chain initiatives and more - the F-35 enterprise continues to significantly improve efficiency and reduce costs.

The price of an F-35A is now $77.9 million, meeting the $80 million goal a year earlier than planned.

The F-35's mission readiness and sustainment costs continue to improve with the global fleet averaging greater than 65% mission capable rates, and operational squadrons consistently performing near 75%.

Lockheed Martin's sustainment cost per aircraft per year has also decreased four consecutive years, and more than 35% since 2015.

Program Maturity and Economic Impact

With more than 490 aircraft operating from 21 bases around the globe, the F-35 plays a critical role in today's global security environment.

Today, 975 pilots and 8,585 maintainers are trained, and the F-35 fleet has surpassed more than 240,000 cumulative flight hours. Eight nations have F-35s operating from a base on their home soil, eight services have declared Initial Operating Capability and four services have employed F-35s in combat operations.

In addition to strengthening global security and partnerships, the F-35 provides economic stability to the U.S. and international partners by creating jobs, commerce and security, and contributing to the global trade balance. Thousands of men and women in the U.S. and around the world build the F-35. With more than 1,400 suppliers in 47 states and Puerto Rico, the F-35 Program supports more than 220,000 jobs.

For additional information, visit www.f35.com.

About Lockheed Martin
Headquartered in Bethesda, Maryland, Lockheed Martin is a global security and aerospace company that employs approximately 105,000 people worldwide and is principally engaged in the research, design, development, manufacture, integration and sustainment of advanced technology systems, products and services.

View original content to download multimedia:http://www.prnewswire.com/news-releases/lockheed-martin-delivers-134-f-35s-in-2019-exceeding-annual-commitment-300979931.html

SOURCE Lockheed Martin Aeronautics Company

Sur le même sujet

  • Contract Awards by US Department of Defense - mAY 8, 2019

    9 mai 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - mAY 8, 2019

    ARMY BFBC, Bozeman, Montana (W9126G-19-D-0018); Texas Sterling Construction Co., Houston, Texas (W9126G-19-D-0019); Bristol Construction Services LLC,* Anchorage, Alaska (W9126G-19-D-0023); Burgos Group LLC,* Albuquerque, New Mexico (W9126G-19-D-0026); Gibraltar-Caddell JV, Montgomery, Alabama (W9126G-19-D-0022); Fisher Sand & Gravel, Dickinson, North Dakota (W9126G-19-D-0027); Southwest Valley Constructors Co., Albuquerque, New Mexico (W9126G-19-D-0017); Randy Kinder Excavating Inc.,* Dexter, Missouri (W9126G-19-D-0024); Martin Brothers Construction,* Sacramento, California (W9126G-19-D-0028); SLSCO Ltd., Galveston, Texas (W9126G-19-D-0021); Posillico Civil Inc. Coastal Environmental Group Inc., Farmingdale, New York (W9126G-19-D-0020); and CJW JV, Santa Ana, California (W9126G-19-D-0025), will compete for each order of the $5,000,000,000 firm-fixed-price contract for design-build, design-bid-build horizontal construction task orders in support of the Department of Homeland Security San Diego, El Centro, Yuma and Tucson Border Patrol sectors, and the U.S. Army Corps of Engineers South-Western Division and South Pacific Division. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of May 7, 2024. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity. Science and Engineering Services LLC,* Huntsville, Alabama (W58RGZ-19-D-0045); Y-Tech Services Inc.,* Huntsville, Alabama (W58RGZ-19-D-0046); and Tyonek Worldwide Services Inc.,* Madison, Alabama (W58RGZ-19-D-0047), will compete for each order of the $2,440,000,000 hybrid (cost, cost-plus-fixed-fee, cost-plus-incentive-fee, and firm-fixed-price) contract to provide modifications to aviation systems. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 3, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ashridge Inc.,* St. Stephen, South Carolina, was awarded a $16,951,622 firm-fixed-price contract for the Savannah Harbor oysterbed revetment repair, rock along the shoreline to prevent erosion, repairing the boat dock, and repairing the barge dock. Bids were solicited via the internet with eight received. Work will be performed in Hardeeville, South Carolina, with an estimated completion date of Sept. 29, 2020. Fiscal 2018 civil works; and operations and maintenance, Army funds in the amount of $16,951,622 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-5003). Southeast Cherokee Construction Inc.,* Montgomery, Alabama, was awarded a $13,341,000 firm-fixed-price contract for Judge Advocate General School expansion. Bids were solicited via the internet with three received. Work will be performed in Montgomery, Alabama, with an estimated completion date of Nov. 20, 2020. Fiscal 2017 military construction funds in the amount of $13,341,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0017). NAVY ICF Inc. LLC, Fairfax, Virginia, is awarded a $330,714,321 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $802,045,896. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3409). Leidos Inc., Reston, Virginia, is being awarded a $304,326,147 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $741,278,402. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3410). Perspecta Engineering Inc., Chantilly, Virginia, is awarded a $303,565,184 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $739,941,512. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3415). Parsons Government Services Inc., Pasadena, California, is awarded a $293,786,547 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $710,979,159. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3412). BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $276,573,342 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $677,769,136. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3407). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $273,941,498 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $672,034,026. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3408). Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $273,242,902 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $673,172,297. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3411). Scientific Research Corp., Atlanta, Georgia, is awarded a $240,305,587 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $577,918,499. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3414). Science Applications International Corp., Reston, Virginia, is awarded a $234,743,621 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $569,177,650. All work will be performed in San Diego, California, and work is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3413). Raytheon Co., Largo, Florida, is awarded a $15,267,422 cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, and cost-only contract for design agent and engineering services efforts to support the Cooperative Engagement Capability (CEC). The CEC program provides a sensor network with integrated fire control capability that significantly improves strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract includes options which, if exercised, would bring the cumulative value of this contract to $279,340,117. Work will be performed in St. Petersburg, Florida (95 percent); and Largo, Florida (5 percent), and is expected to be complete by September 2022. If all options are exercised, work will continue through April 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $8,009,206 will be obligated at 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5200). Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $15,264,314 for modification P00025 to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-14-C-0036). This modification increases the ceiling and period of performance of the contract. In addition, this modification increases the full-scale fatigue repair time on contract to achieve the required simulated flight hours. Work will be performed in El Segundo, California (59 percent); Melbourne, Florida (35 percent); and Bethpage, New York (6 percent), and is expected to be completed in May 2022. No funds will be obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. L3 Technologies Inc., doing business as L3 KEO, Northampton, Massachusetts, is awarded a $14,110,638 firm-fixed-price modification to previously awarded contract N00024-16-C-5366 for MK 20 MOD 1 Electro-Optical Sensor Systems, radar cross section kits, shock ring kits, engineering support services, and spares for both the Navy and Coast Guard. The MK 20 Electro-Optical Sensor System is a major component of the MK 34 Gun Weapon Systems employed by the DDG 51 class, CG 47 class and the Coast Guard's offshore patrol centers. The systems procured are required to support the Gun Weapon Systems by performing safety check-sighting, look-point-shoot, target ranges, identification of air and surface targets in support of anti-air warfare and anti-surface warfare. This contract modification includes options, which, if exercised, would bring the cumulative value of this contract to $79,453,206. Work will be performed in Northampton, Massachusetts, and is expected to be completed by August 2021. If all options are exercised, work will continue through November 2021. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $14,110,638 will be obligated at time of the 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. L3 Technologies Inc., Salt Lake City, Utah, is awarded $13,686,773 for modification P00004 to a previously awarded cost-plus-fixed-fee contract (N0001919C0014) to expand the analysis and design of the Next Generation Jammer Low Band (NGJ LB) controller, receiver, exciter, and power generation subsystems. In addition, this modification provides for NGJ LB technique development, incorporation of updated goals documents, and environmental testing of the transmitter group. Work will be performed in Salt Lake City, Utah (53 percent); Carlsbad, California (15 percent); Boulder, Colorado (14 percent); Stuart, Florida (14 percent); Guthrie, Oklahoma (2 percent); and Fullerton, California (2 percent), and is expected to be completed in June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $13,686,773 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. Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $13,517,069 modification (P00003) to a previously awarded cost-plus-fixed-fee contract (N0001919C0015) to expand the analysis and design of the Next Generation Jammer Low Band (NGJ LB) controller, receiver, exciter, and power generation subsystems. In addition, this modification provides for NGJ LB technique development, incorporation of updated goals documents, and environmental testing of the transmitter group. Work will be performed in Bethpage, New York (40 percent); Linthicum, Maryland (32 percent); North Amityville, New York (12 percent); Tempe, Arizona (12 percent); and Melville, New York (4 percent), and is expected to be completed in June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $13,517,069 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. Georgia Tech Research Corp., Atlanta, Georgia, is awarded an $8,138,096 cost reimbursement contract for development of vector sensors and arrays for deep and shallow water applications. Work will be performed at the contractor's facility in Atlanta, Georgia, and is expected to be completed March 31, 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $332,401 will be obligated at the time of award. No funds will expire at end of current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N00014-18-S-B001 for science and technology projects for advancement and improvement of Navy and Marine Corps operations. Proposals will be received throughout the year under the long range BAA; therefore, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-2045). AIR FORCE M1 Support Services L.P., Denton, Texas, has been awarded a $23,342,767 firm-fixed-price modification (P00088) to previously awarded contract FA8106-13-C-0008 for C-21 sustainment. This modification provides for the exercise of Option Six, which includes maintenance and repair support of the C-21 fleet. Work will be performed at various locations worldwide, and is expected to be complete by May 31, 2020. This modification brings the total cumulative face value of the contract to $124,152,363. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY Arkansas Lighthouse for the Blind,** Little Rock, Arkansas, has been awarded a maximum $11,085,645 modification (P00015) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B019) with two-one-year option periods for flame resistant, operational camouflage pattern, intermediate weather outer layer jackets. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Location of performance is Arkansas, with an Oct. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1842189/source/GovDelivery/

  • Elbit Systems Awarded $153 Million Contract to Provide a Networked Multi-Layered UAS Array to an Army in Southeast Asia

    9 octobre 2019 | International, Aérospatial

    Elbit Systems Awarded $153 Million Contract to Provide a Networked Multi-Layered UAS Array to an Army in Southeast Asia

    HAIFA, Israel, October 6, 2019 /PRNewswire/ - Elbit Systems Ltd. (NASDAQ: ESLT, TASE: ESLT) ("Elbit Systems") announced today that it was awarded a contract valued at approximately $153 million to supply an Army of a country in Southeast Asia with a comprehensive, multi-layered array of Unmanned Aircraft Systems (UAS). The contract will be performed over a 22-month period. Under the contract, Elbit Systems will supply a networked multi-layered UAS solution, including more than a thousand THOR Multi-Rotor Vertical Takeoff and Landing (VTOL) mini-UAS, scores of Skylark LEX, Skylark 3 and Hermes 450 tactical UAS as well as Universal Ground Control Stations. Bezhalel (Butzi) Machlis, Elbit Systems President & CEO, commented: "This contract award underlines our competitive edge as armies increasingly view multi-layered UAS solutions as key to providing superior intelligence while maintaining a high level of operational flexibility." About Elbit Systems Elbit Systems Ltd. is an international high technology company engaged in a wide range of defense, homeland security and commercial programs throughout the world. The Company, which includes Elbit Systems and its subsidiaries, operates in the areas of aerospace, land, and naval systems, command, control, communications, computers, intelligence surveillance and reconnaissance ("C4ISR"), unmanned aircraft systems, advanced electro-optics, electro-optic space systems, EW suites, signal intelligence systems, data links and communications systems, radios and cyber-based systems and munitions. The Company also focuses on the upgrading of existing platforms, developing new technologies for defense, homeland security and commercial applications and providing a range of support services, including training and simulation systems. For additional information, visit: elbitsystems.com, follow us on Twitter or visit our official Youtube Channel. Company Contact: Joseph Gaspar, Executive VP & CFO Tel: +972-4-8316663 j.gaspar@elbitsystems.com Rami Myerson, Director, Investor Relations Tel: +972-77-2946403 rami.myerson@elbitsystems.com David Vaaknin, VP, Head of Corporate Communications Tel: +972-77-2946691 david.vaaknin@elbitsystems.com IR Contact: Ehud Helft Gavriel Frohwein GK Investor Relations Tel: 1-646-688-3559 elbitsystems@gkir.com This press release contains forward-looking statements (within the meaning of Section 27A of the Securities Act of 1933, as amended and Section 21E of the Securities Exchange Act of 1934, as amended) regarding Elbit Systems Ltd. and/or its subsidiaries (collectively the Company), to the extent such statements do not relate to historical or current fact. Forward-looking statements are based on management's expectations, estimates, projections and assumptions. Forward?looking statements are made pursuant to the safe harbor provisions of the Private Securities Litigation Reform Act of 1995, as amended. These statements are not guarantees of future performance and involve certain risks and uncertainties, which are difficult to predict. Therefore, actual future results, performance and trends may differ materially from these forward?looking statements due to a variety of factors, including, without limitation: scope and length of customer contracts; governmental regulations and approvals; changes in governmental budgeting priorities; general market, political and economic conditions in the countries in which the Company operates or sells, including Israel and the United States among others; differences in anticipated and actual program performance, including the ability to perform under long-term fixed-price contracts; and the outcome of legal and/or regulatory proceedings. The factors listed above are not all-inclusive, and further information is contained in Elbit Systems Ltd.'s latest annual report on Form 20-F, which is on file with the U.S. Securities and Exchange Commission. All forward?looking statements speak only as of the date of this release. The Company does not undertake to update its forward-looking statements. Elbit Systems Ltd., its logo, brand, product, service and process names appearing in this Press Release are the trademarks or service marks of Elbit Systems Ltd. or its affiliated companies. All other brand, product, service and process names appearing are the trademarks of their respective holders. Reference to or use of a product, service or process other than those of Elbit Systems Ltd. does not imply recommendation, approval, affiliation or sponsorship of that product, service or process by Elbit Systems Ltd. Nothing contained herein shall be construed as conferring by implication, estoppel or otherwise any license or right under any patent, copyright, trademark or other intellectual property right of Elbit Systems Ltd. or any third party, except as expressly granted herein. View original content:http://www.prnewswire.com/news-releases/elbit-systems-awarded-153-million-contract-to-provide-a-networked-multi-layered-uas-array-to-an-army-in-southeast-asia-300932680.html SOURCE Elbit Systems Ltd

  • SOCOM wants a new armor piercing sniper bullet. Here’s one option engineers are developing

    13 juin 2019 | International, Autre défense

    SOCOM wants a new armor piercing sniper bullet. Here’s one option engineers are developing

    By Christian Lowe As the U.S. military shifts its focus back to fighting more traditional, near-peer adversaries like Russian or Chinese troops, the services are building out plans to revamp their gear to deal with better-equipped forces backed by money and technology from world powers. That extends all the way down to the clothing and equipment each of these adversaries could be wearing into battle, including sophisticated body armor. That's why SOCOM is reportedly looking at replacing its decades-old armor piercing small arms round. “Snipers in USSOCOM units have a capability gap in their ability to penetrate enemy body armor, small boat engines and concrete barriers,” Crane researchers said in a slide presentation at this year's National Defense Industries Association Armaments Symposium. The current round uses a discarding sabot the shields a sharpened tungsten penetrator that'll beat most armor and hard targets. But that round is expensive at more than $10 per cartridge, can damage modern small arms accessories like suppressors and muzzle brakes and doesn't hold zero when switching from a traditional jacketed round to the AP round. That makes it difficult for snipers to go from one round to another and hit their target in the heat of battle. So researchers at the Naval Surface Warfare Center in Crane, Indiana, are looking at a new way to make the rounds cheaper, easier on snipers' guns and more ballistically consistent with common, jacketed bullets. Dubbed “aeroshell” projectiles, the Crane engineers want to build and test bullets with a tungsten penetrator jacketed in a polymer shell. Federal Ammunition, a civilian ammo company, makes rounds with similar characteristics dubbed “Syntech." These rounds are typically used by competitive shooters who shoot many rounds in practice and at matches and want to preserve barrel life and diminish spawl from hitting steel targets. Crane researchers want to take the same thought process and apply it to a new AP round. The actual penetrator could have a slightly different shape than the current rounds, with more of a traditional bullet profile than today's needle-like AP round penetrator. Researchers plan to create about 150 rounds of this new aeroshell AP round in .338 Norma Mag, 300 Norma Mag and 6.5 Creedmoor. They plan to test the rounds against representative body armor at 100, 400, 800 and 1,000 meters. https://www.militarytimes.com/off-duty/gearscout/kit/2019/06/11/socom-wants-a-new-armor-piercing-sniper-bullet-heres-one-option-engineers-are-developing/

Toutes les nouvelles