2 octobre 2020 | International, C4ISR, Sécurité

MDA and Army see successful Patriot and THAAD test after failure

UPDATED This story has been updated to include a statement from Lockheed Martin.

WASHINGTON — After a failed test in February, the U.S. Missile Defense Agency and the Army successfully intercepted a target in an Oct. 1 test using a Patriot air and missile defense system as well as a Terminal High Altitude Area Defense, or THAAD, system integrated together, according to an MDA statement.

In the test at White Sands Missile Range, New Mexico, the THAAD AN/TPY-2 radar detected and tracked a Black Dagger target missile and provided that information to the Patriot system. The Patriot launch system deployed a Patriot Advanced Capability-3 Missile Segment Enhancement missile and destroyed the target.

In February, the AN/TPY-2 detected and tracked a Black Dagger and supplied the information to the Patriot system, but the missile missed the target “due to an interceptor software upgrade error,” according to the MDA statement.

The error “has since been corrected, as demonstrated by today's successful intercept,” the statement noted.

The success of the test "validates the interoperability of the Patriot and THAAD weapon systems,” MDA Director Vice Adm. Jon Hill said in the statement. “This capability is vital to the Ballistic Missile Defense System to defend against rogue threats to our homeland, deployed forces and allies.”

“We're proud to support the Missile Defense Agency and U.S. Army Program Executive Office Missiles and Space to provide this vital capability within the Ballistic Missile Defense System,” Scott Arnold, Lockheed Martin vice president of integrated missile defense in the company's Missiles and Fire Control business, said in statement. Lockheed Martin manufactures the THAAD weapon system.

The missile tests this year meet a congressional requirement for the Army and the MDA to test integration and interoperability of the THAAD and Patriot weapon systems annually.

Last year, the first-ever test of THAAD's ability to remotely fire an interceptor was a success, a significant milestone in proving the ability to decouple launchers from radars and fire control systems.

The Army's work to integrate the Patriot and THAAD systems was born out of an urgent operational need on the Korean Peninsula.

The effort uses some of the principles of decoupling launchers and radars so an operator, for instance, can use a THAAD radar — which can see farther than a Raytheon-made Patriot radar — but decide to engage a Patriot interceptor depending on the threat picture.

The ability to use the THAAD radar also gets more out of the Patriot Advanced Capability-3 Missile Segment Enhancement weapon fired from Patriot units, which outperforms the organic Patriot radar.

In another test last year at White Sands, a Patriot Advanced Capability-3 Cost Reduction Initiative interceptor took out an air-breathing threat at a record distance. That test also showed it can be integrated into the Northrop Grumman-made Integrated Air and Missile Defense Battle Command System, which is the command-and-control system of the Army's future air and missile defense architecture.

https://www.defensenews.com/land/2020/10/01/mda-and-army-see-successful-patriot-and-thaad-test-after-failure/

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 - February 14, 2019

    18 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 14, 2019

    NAVY GE Aviation Systems LLC, Vandalia, Ohio, is awarded a $68,177,707 long-term contract for repair of 33 items that are part of the G2/G3 generator converter units used on the F/A-18 aircraft. The contract will include a three-year contract with one two-year option period which, if exercised, the total value of the contract will be $87,116,502. Work will be performed in Coronado, California (70 percent); and Vandalia, Ohio (30 percent). Work is expected to be completed by February 2022; if the option is exercised, work will be completed by February 2024. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UJ01). CDM Federal Programs Corp., doing business as CDM Smith, Fairfax, Virginia, is awarded a $33,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract (N62470-15-D-4002) for architect–engineering services for utilities engineering and management support projects located throughout the Naval Facilities Engineering Command (NAVFAC) area of responsibility (AOR) worldwide. The primary tasks anticipated under this contract include producing utility system master plans, engineering studies, surveying, field testing, hydraulic modeling, recommended treatment and distribution improvements, electric load and demand modeling, arc-flash and safety hazard analysis, relay coordination, life cycle cost analysis, 1391 documentation and design, development and implementation of standard processes and tools to inventory and manage utility assets, collecting direct condition ratings; performing risk assessment on functional groups of assets, creating a risk based investment strategy, and capital improvement plans; development of standard operating procedures, preventive maintenance plans, and operator training; process and instrumentation drawings/electric system one-line drawings for utility systems; development of Geographic Information Systems for utilities using GPS and mobile field data development and integration of utility information systems to increase the reliable, safe and efficient delivery of utility services; development of best practices and documentation, development of staffing plans, and organizational analysis of public works departments with staffing recommendations, organizational improvements and other related services. After award of this modification, the total cumulative not-to-exceed contract value will be $55,000,000. Critical projects are planned to be performed in the NAVFAC AOR worldwide, including but not limited to, Japan (24 percent); Florida (22 percent); Italy (22 percent); Hawaii (19 percent); Texas (10 percent); and Washington, District of Columbia (2 percent). The term of the contract is not to exceed 60 months, with an expected completion date of February 2020. Future task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy) funds. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity. L3 Communication Systems - West, Salt Lake City, Utah, is awarded a $29,610,900 firm-fixed-price, cost-plus-fixed-fee delivery order to previously awarded basic ordering agreement (N00024-19-G-2304) for the manufacture, integration, test, and delivery of the Tactical Common Data Link Maritime Shipboard Terminal Surface Terminal Equipment (TCDL MST STE) system. This order is for the procurement of the TCDL MST STE system equipment, program management, and respective support, integration, and fitting out. Work will be performed in Salt Lake City, Utah, and is expected to be completed by September 2023. Fiscal 2017, 2018, and 2019 shipbuilding and conversion (Navy) funding in the amount of $25,424,516 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. L-3Communications Vertex Aerospace LLC, Madison, Mississippi, is awarded a $23,420,937 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide contractor owned and operated aircraft for airborne threat simulation capabilities to train shipboard and aircraft squadron weapon systems operations and aircrew to counter enemy electronic warfare and electronic attach operations. Work will be performed at various locations inside and outside the continental U.S., and is expected to be completed in February 2022. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0031). Bahfed Corp.,* Portland, Oregon (N6893619D0011); Impact Components, a California Limited Partnership,* San Diego, California (N6893619D0012); Laguna Components Inc.,* Laguna Beach, California (N6893619D0013); Pacific IC Source,* Yucaipa, California (N6893619D0014); and Vizocom ICT LLC,* El Cajon, California (N6893619D0015), are each awarded indefinite-delivery/indefinite-quantity contracts. The estimated aggregate ceiling for all contracts is $20,000,000, with the companies having an opportunity to compete for individual orders. These contracts provide for various types of commercially-available electronic components, manufactured from several different materials, in different forms, shapes, sizes, and complexity in support of the Naval Air Warfare Center Weapons Division's Applied Manufacturing Technology Division (Code 475000D). Work will be performed in Portland, Oregon (20 percent); San Diego, California (20 percent); Laguna Beach, California (20 percent); Yucaipa, California (20 percent); and El Cajon, California (20 percent), and is expected to be completed in February 2024. Fiscal 2019 working capital funds (Navy) in the amount of $21,886 will be obligated at time of award, none of which will expire at the end of the current fiscal year. These contracts were competitively procured via a 100 percent small business set-aside electronic request for proposals with six offers received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $17,288,213 cost-plus-incentive-fee contract modification to previously-awarded contract N00024-17-C-6259 to exercise options for Navy equipment, engineering services and required material. Work will be performed in Manassas, Virginia (65 percent); Clearwater, Florida (32 percent); Syracuse, New York (2 percent); and Marion, Florida (1 percent), and is expected to be completed by September 2022. Fiscal 2019 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $16,823,290 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. Bell Boeing Joint Project Office, Amarillo, Texas, was awarded $10,656,686 for modification P00002 to a previously issued delivery order (N0001918F1645) placed against basic ordering agreement, N00019-17-G-0002. This modification exercises the option to procure 12 A-Kits to retrofit legacy fleet aircraft with the AN/APR-39D(V)2, AN/AAQ-24B(V)27, and the ALE-47 Power Performance Computing, upgrading the MV-22 from Configuration A to Configuration C. In addition, this modification provides for the procurement of 12 APR-39D(V)2 A-Kits to install the AN/APR-39D (V)2 system on any of the 48 previously Integrated Aircraft Survivability Equipment retrofitted aircraft, upgrading the MV-22 from Configuration B to Configuration C. Work will be performed in Ridley Park, Pennsylvania (65 percent); Miramar, California (14 percent); New River, North Carolina (13 percent); Fort Worth, Texas (6 percent); St. Louis, Missouri (1 percent); and various locations within the continental U.S. (1 percent), and is expected to be completed in September 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $10,656,686 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. (Awarded Feb.11, 2019) AIR FORCE Tecolote Research Inc., El Segundo, California, has been awarded a $38,784,990 cost-plus-fixed-fee contract for Space and Missile Systems Center acquisition and financial support services. This contract provides the Remote Sensing Systems Directorate with a broad range of acquisition, financial, and administrative capabilities to execute effective and responsive integrated program management of space-related research, development, production, sustainment, and lifecycle acquisition activities. Work will be performed in El Segundo, California, and is expected to be complete by Aug. 17, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 space procurement funds in the amount of $939,196; fiscal 2019 operations and maintenance funds in the amount of $707,006; and fiscal 2019 research, development, test and evaluation funds in the amount of $4,952,516 are being obligated at the time of award. Space and Missile Systems Center Remote Sensing Systems Contracting Division, Los Angeles Air Force Base, California, is the contracting activity (FA8810-19-F-0003). Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract for Advanced Turbine Technologies for Affordable Mission (ATTAM) capability Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. This approach extends to a range of legacy, emerging, and future military propulsion, power and thermal technology needs in multiple applications. Work will be performed in Redondo Beach, California, and is expected to be completed by Feb. 8, 2027. This award is the result of a competitive acquisition and 54 offers were received. No specific funds are obligated on the basic IDIQ, although in conjunction with the basic IDIQ award, the first task order is incrementally funded with fiscal 2018 research, development, test and evaluation funds in the amount of $5,000; and fiscal 2019 research, development, test and evaluation funds in the amount of $315,000 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-2060, FA8650-19-F-2075). ARMY PAE Government Systems Inc., Arlington, Virginia, was awarded a $27,574,855 modification (P00010) to Foreign Military Sales (Afghanistan) contract W56HZV-17-C-0117 for contractor logistic support efforts to the Afghan National Defense and Security Forces. Work will be performed in Hikia, Afghanistan, with an estimated completion date of Aug. 30, 2022. Fiscal 2019 other procurement, Army funds in the amount of $27,574,855 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $9,136,250 firm-fixed-price contract for Canaveral Harbor maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Canaveral, Florida, with an estimated completion date of Dec. 30, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,163,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0010). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY System High Corp., Chantilly, Virginia, has been awarded a $24,200,840 modification (P00019) to previously awarded task order HR0011-17-F-0001 for program security services. The modification brings the total cumulative face value of the task order to $69,223,019 from $45,022,179. Work will be performed in Arlington, Virginia, with an expected completion date of March 2020. Fiscal 2019 research and development funds in the amount of $21,769,143 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. U.S. TRANSPORTATION COMMAND Vane Line Bunkering Inc., Baltimore, Maryland, has been awarded contract modification (P00030) on contract HTC71113CW015 in the amount of $16,952,486. This modification provides continued transportation of bulk jet fuel and marine diesel fuel by barge for the Defense Logistics Agency-Energy in the U.S. Atlantic Region. Performance is from Mar. 1, 2019, to Aug. 31, 2019. Fiscal 2019 defense working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $139,538,998 from $122,586,512. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, has been awarded a $9,763,000 cost-plus fixed-fee contract. The contract is to provide assessments and alternatives of offensive capabilities within the domains of air, land, sea, space and cyberspace, missions and warfare areas that asymmetrically mitigate threat effectiveness, impose cost, and/or create ambiguity in adversary decision-making. Work performance will take place in the National Capital Region, including Arlington and Alexandria, Virginia. Fiscal 2018 - fiscal 2019 research, development, test, and evaluation funds in the amount of $5,460,000; fiscal 2019 – fiscal 2020 research, development, test, and evaluation funds in the amount of $3,576,000; and fiscal 2019 operations and maintenance funds in the amount of $727,000 are being obligated on this award. The expected completion date is Dec. 29, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-13-D-0003). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1758484/source/GovDelivery/

  • Northrop Grumman’s Integrated Battle Command System Demonstrates Another Successful LTAMDS and Patriot Live-Fire Integration

    8 avril 2024 | International, Terrestre

    Northrop Grumman’s Integrated Battle Command System Demonstrates Another Successful LTAMDS and Patriot Live-Fire Integration

    IBCS unifies current and future assets in the battlespace, regardless of source, service or domain. IBCS has demonstrated its ability to integrate with a wide range of sensors and shooters,...

Toutes les nouvelles