11 septembre 2018 | International, C4ISR

MDA to deliver mission-critical SAR information for maritime surveillance

ichmond, BC - MDA, a Maxar Technologies company (formerly MacDonald, Dettwiler and Associates Ltd.), (NYSE: MAXR) (TSX: MAXR), today announced that it has signed a multi-million dollar contract with the South African National Space Agency (SANSA) for a one-year maritime surveillance program that includes the delivery of synthetic aperture radar (SAR) data products from the RADARSAT-2 satellite, using MDA's global network of ground receiving stations. The contract includes two additional option years.

As part of the Presidential program Operation Phakisa, SANSA has been tasked to acquire SAR imagery with the aim of enhancing the monitoring and protection of South Africa's coastal regions and oceans. Initiatives under this program are considered crucial in accelerating the delivery of South Africa's development priorities. Operations Phakisa estimates that the approximate total contribution of coastal resources (marine fishing, port and harbour development, attractive lifestyles, recreation and tourism) is 35% of South Africa's GDP. The information provided by the SAR data contributes to ensuring improved governance and enables the securing of South African resources, such as the National Ocean and Coastal Information System.

The South African Exclusive Economic Zone (EEZ) is roughly 1.5 million square km and forms part of the economic resources and trade routes of South Africa. The Council for Scientific and Industrial Research (CSIR), South Africa's central and premier scientific research and development organization will create the ship and oil detection products for SANSA to share with various government agencies.

“RADARSAT-2 provides a unique method of cost-effectively and accurately monitoring very large areas and providing information in near real-time, demonstrating immediate value to users,” said Mike Greenley, group president of MDA. “MDA has decades of remote sensing expertise to help our customers anticipate and address their most complex mission-critical challenges with confidence.”

Under this contract, using RADARSAT-2 information, MDA will provide systematic weekly broad-area surveillance over South Africa's EEZ and on-demand high-resolution image acquisitions. RADARSAT-2 Ocean Surveillance Mode is well suited for broad area maritime surveillance, and is unique as a single scene covers over 250,000 ㎢ and allows for the detection of ships and oil within the coastal and offshore regions regardless of light or weather condition.

https://mdacorporation.com/news/pr/pr2018091001.html

Sur le même sujet

  • Contract Awards by US Department of Defense - May 20, 2020

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

    Contract Awards by US Department of Defense - May 20, 2020

    NAVY General Dynamics Ordnance and Tactical Systems, Williston, Vermont, is awarded a $58,590,570 firm-fixed-price modification to previously-awarded contract N00024-20-D-5109 to exercise Option Year One for the production and shipping of Mk 82 guided-missile directors and Mk 200 director control units. Work will be performed in Williston, Vermont (50%); and Saco, Maine (50%). The Mk 82 director serves to position the fire control system antenna to a commanded and stabilized position in space for the purpose of illuminating the target. The director has two axes of motion and has slip rings and a dual radio frequency rotary joint to allow unlimited rotation in train. The Mk 200 director control houses the elevation and train servo-amplifiers for its associated director. Within the director control, solid-state servo-amplifiers provide the servo drive signals that position the director to the desired target position. These components are part of the Mk 99 missile fire control system framework, which is a critical component of the Aegis Weapon System. Work is expected to be complete by December 2025. Fiscal 2020 shipbuilding and conversion (Navy); and Foreign Military Sales funding in the amount of $58,590,570 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, D.C., is the contracting activity. A-VET/MGC JV LLC,* Warner Robins, Georgia (N69450-20-D-0028); CYE Enterprises Inc.,* Jacksonville, Florida (N69450-20-D-0029); and Pacific Tech Construction Inc., Kelso, Washington (N69450-20-D-0030), are awarded $30,000,000 for a design-build and design-bid-build, indefinite-delivery/indefinite-quantity, multiple award roofing construction contract for projects located primarily within the Florida Panhandle area of responsibility managed by the Naval Facilities Engineering Command Southeast. Work will be performed in Pensacola, Florida (34%); Whiting Field, Florida (33%); and Panama City, Florida (33%), and primarily consists of roof system replacements, repairs and maintenance of various types of existing low-slope and steep slope roofing. This includes but not be limited to: modified bitumen; built-up; metal roofing; waterproof roof coatings; asphalt shingles; roof systems flashings and drainage components; and abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint, mold remediation and polychlorinated biphenyl). Single ply roof systems, slate roofing systems and tile roof systems may be included. Projects can be based on design-build, modified design-build or full plans and specifications format. Work is expected to be complete by January 2021. The maximum dollar value for the five-year ordering period for all three contracts combined is $30,000,000. A-VET/MGC JV LLC* is awarded the initial task order at $194,733 for Building 3748 roof replacement located at Corry Station, Pensacola, Florida. The term of the contract is not to exceed 60 months, with an expected completion date of April 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $196,733 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Federal Business Opportunities website, and nine proposals were received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Detyens Shipyards Inc., Charleston, South Carolina, is awarded a $24,235,291 firm-fixed-price contract (N32205-20-C-4003) for a 120-calendar day shipyard availability for the regular overhaul dry-docking of the U.S. Navy Ship Patuxent (T-AO 201). The $24,235,291 consists of the amounts listed in the following areas: Category "A" work item cost, additional government requirement, other direct costs and the general and administrative costs. Work will be performed in North Charleston, South Carolina. Work will include main and emergency switchboard cleaning, lifeboat and rescue boat davit maintenance and testing, 6,000 hour overhaul of port and starboard main engine exhaust valves, port and starboard main engine fuel injection pumps, annual firefighting inspection and certification, inspection and overhaul of shaft brakes, ship's service diesel generator #3 overhaul, prep and paint saltwater ballast tanks 10 port and starboard, prep and paint fore peak tank, prep and paint diesel fuel marine cargo tank 7 port, prep and paint jet propellant 5 contaminated tank, prep and paint diesel fuel marine contaminated tank, tank deck non-skid renewal frames 40-50, miscellaneous steel repairs, shower panel and flooring renewals, control reversible pitch propeller system and propeller blade seal maintenance, stern tube seal maintenance, underwater hull cleaning and recoating, freeboard blast and preservation, tail shaft removal and survey, carpet, tile and terrazzo replacement, bi-annual gauge calibration, blast and paint 02 level lifeboats, pump room bilge preservation, starboard capstan overhaul, reefer plant groom, tank deck sprinkler system flush, inspection and painting of diesel fuel marine piping, sea valve and waster piece overhaul, davit modifications and installation of new lifeboats, various pump overhauls, underway replenishment station permanent repairs stations 3 and 4, various steel deck renewals, miscellaneous pipe repair, underway replenishment gear maintenance, stability test, kingpost repairs (partial) trans-alternation, trash chute removal trans-alternation, Gaylord booster heater replacement trans-alternation and fire detection and alarm system replacement trans-alternation. Work is expected to be complete by October 2020. The contract includes options which, if exercised, would bring the total contract value to $27,416,444. Funds will be obligated on May 20, 2020. Contract completion will be Oct. 26, 2020. Contract funds in the amount of $24,235,291, excluding options, are obligated for fiscal 2020 using Navy working capital funds. This contract was competitively procured, with proposals solicited via the beta.sam.gov website and two offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4003). Vet Industrial Inc.,* Bremerton, Washington, is awarded $17,305,016 for a firm-fixed-price task order (N44255-20-F-4204) under a multiple award construction contract for seismic upgrades to Building 431 at Puget Sound Naval Shipyard, Bremerton, Washington. Work will be performed in Bremerton, Washington. The work to be performed provides all labor, materials and equipment to construct seismic upgrades to Building 431, and also includes the installation of a fire suppression system throughout Building 431. Work is expected to be complete by August 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $17,305,016 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4007). The Boeing Co., Huntington Beach, California, is awarded a $13,211,471 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-18-C-4103, to exercise options in support of the AN/USQ-82(V) program for DDG-51 class new construction, DDG-51 class modernization, operations and maintenance, research and development and Foreign Military Sales (FMS). This contract combines purchases for the Navy (91%); the government of Japan (5%); the government of the Republic of Korea (3%); and the government of Australia (1%), under the FMS program. Work will be performed in Huntington Beach, California. AN/USQ-82(V) program is a control system network. Its purpose is to transfer mission critical data to and from users associated with combat, navigation, aviation, power, propulsion, steering, damage control systems and alarms and indicating. Work is expected to be complete by May 2021. Fiscal 2019 and 2020 other procurement (Navy) funding; 2013-2019 shipbuilding and conversion (Navy) funding; 2020 operations and maintenance (Navy) funding; 2020 research, development, test and evaluation (Navy) funding; and FMS funding in the amount of $13,211,471 will be obligated at the time of award. Funds in the amount of $400,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Raytheon Co., Keyport, Washington, is awarded a $10,480,184 modification to previously awarded indefinite-delivery/indefinite-quantity requirements contract N61331-17-D-0001 to exercise options for maintenance and support for the AN/AQS-20 Sonar Mine Detecting Set. The AN/AQS-20 is a towed, mine hunting and identification system for program executive office, unmanned and small combatants. Work will be performed in Portsmouth, Rhode Island (65%); Keyport, Washington (30%); and Panama City, Florida (5%). This option exercise extends the period of performance and allows for continuing support including but not limited to: repair; overhauls and other scheduled maintenance; hardware and software maintenance; tracking and resolution of obsolescence issues; technology improvements; reliability and maintainability improvements; development and incorporation of change notices and engineering change proposals; test support; engineering services; spares and repair parts; design efforts and hardware upgrades to improve system performance, sustainability, reliability, and other activities in support of the program. Work is expected to be complete by May 2021. No funding will be obligated at the time of award. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. Austal USA, Mobile, Alabama, is awarded an $8,229,522 cost-plus-fixed-fee modification to previously-awarded contract N00024-11-C-2301 for Littoral Combat Ship (LCS) industrial post-delivery support for LCS 26. Work will be performed in Mobile, Alabama (80%); and Pittsfield, Massachusetts (20%). Austal USA will provide shipboard support to implement approved engineering change proposals, approved government-responsible deficiencies identified during test and trials, crew-related activities and preventative maintenance. Austal will also provide program management support and logistics support for technical documentation affected by the work performed. Work is expected to be complete by March 2021. Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $3,970,000 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, D.C., is the contracting activity. ARMY B.L. Harbert International LLC, Birmingham, Alabama, was awarded a $37,142,044 firm-fixed-price contract for construction of a general purpose maintenance shop. Bids were solicited via the internet with seven received. Work will be performed in Clarksville, Tennessee, with an estimated completion date of July 29, 2022. Fiscal 2020 military construction (Army) funds in the amount of $37,142,044 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0022). Benaka,* New Brunswick, New Jersey, was awarded a $15,883,000 firm-fixed-price contract to construct a security forces and communications flight facility. Bids were solicited via the internet with six received. Work will be performed in Westhampton Beach, New York, with an estimated completion date of Nov. 30, 2021. Fiscal 2020 military construction (Army) National Guard funds in the amount of $15,883,000 were obligated at the time of the award. U.S. Property and Fiscal Office, New York, is the contracting activity (W50S8E-20-C-0001). Raptor Training Services LLC,* Oviedo, Florida, was awarded a $13,500,000 modification (P00012) to contract W900KK-14-D-0001 to accommodate known and emerging critical Special Operations Forces requirements. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 11, 2021. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity. Systems Products and Solutions Inc., Huntsville, Alabama, was awarded a $13,475,295 modification (000103) to blanket purchase agreement W31P4Q-18-A-0094 for logistical support services for U.S. Army Material Command. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 20, 2021. Fiscal 2020 Army working capital and operations and maintenance (Army) funds in the amount of $13,475,295 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. B&K Construction,* Mandeville, Louisiana, was awarded a $7,941,412 modification (P00001) to contract W912P8-19-C-0071 for drainage canal work. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Dec. 13, 2022. Fiscal 2020 civil operations and maintenance funds in the amount of $7,941,412 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity. (Awarded May 18, 2020) U.S. TRANSPORTATION COMMAND Vane Line Bunkering Inc., Baltimore, Maryland, has been awarded a firm fixed-price contract, HTC711-20-C-W003, in the estimated amount of $26,662,956. The contract provides transportation of bulk jet fuel and marine diesel by tug and barge for the Defense Logistics Agency-Energy in the Atlantic and Gulf Coast regions. The location of performance is ports and points along the coast as well as inland and coastal waterways from Texas to Maine. It includes support to Guantanamo Bay, Cuba. The Air Force and Navy use this fuel for cargo and passenger aircraft delivering supplies to the warfighters conducting overseas contingency operations as well as routine operations. Further, the fuel supports aircrew training, crisis action response for natural disasters and threats to the homeland, and ultimately readiness which directly correlates to the nation's warfighting capabilities. Additionally, fuel provided under this contract supports the Presidential Airlift Group at Joint Base Andrews, Maryland. The contract base period of performance is from Sept. 1, 2020, to Aug. 31, 2021. Fiscal 2020 defense working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Fresh Pack Produce,* Denver, Colorado, has been awarded a maximum $12,600,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for produce. This was a competitive acquisition with two responses received. This is a four-year, six-month contract with no option periods. Locations of performance are Colorado and Wyoming, with a Nov. 19, 2024, performance completion date. Using customers are Army, Air Force and Air National Guard. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-P354). Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $11,965,427 modification (P00007) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-1168) with two one-year option periods for hydration system and corpsman assault packs. This is a firm-fixed price, indefinite-quantity contract. Location of performance is Puerto Rico, with a May 31, 2021, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1168). Rocky Brands Inc., Nelsonville, Ohio, has been awarded a maximum $9,075,661 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-1150) with two one-year option periods for certified safety boots. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Ohio and Puerto Rico, with a May 20, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Creighton AB Inc.,* Reidsville, North Carolina, has been awarded a maximum $8,256,325 modification (P00007) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1211) with four one-year option periods for dress trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are New York and North Carolina, with a May 22, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. AIR FORCE Dataminr Inc., New York, New York, has been awarded a $12,180,000 firm-fixed-price contract to provide web-based, mobile and email alerting of events and breaking news based on global sources of publically available information (PAI) to all Department of Defense (DOD) authorized users for force protection and first response via a commercially-available subscription license with 24/7/365 access to alerting for DOD authorized users and maintain compliance with the terms of service and data use policies of all third party PAI data sources that are used to create news alerts. Work will be performed in New York, New York, and is expected to be completed Aug. 18, 2020. Fiscal 2020 operations and maintenance funds in the amount of $4,000,000 will be obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-20-C-0022). Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded an $11,916,073 firm-fixed-price and cost-reimbursable modification (P00101) to exercise the contractor logistics support (CLS) and contractor logistics support performance based incentive options previously awarded on contract FA8678-10-C-0058 to support the sustainment of the Common Range Integrated Instrumentation System (CRIIS) for upgrading the test and evaluation instrumentation at Air Force, Navy and Army test ranges. The objective of the CRIIS CLS is to provide repairs and sustainment management for the CRIIS equipment while verifying sustainment system performance specification requirements. CLS will ensure availability and maintainability of CRIIS equipment at Eglin Air Force Base, Florida; Edwards AFB, California; Naval Air Station, Patuxent River, Maryland; White Sands Missile Range, New Mexico; Nevada Test and Training Range, Nevada; Naval Air Weapons Station, China Lake, California; and Naval Air Station, Point Mugu, California. The contracting action is the result of a competitive acquisition and two offers were received. Work will be performed at Rockwell Collins facilities; Cedar Rapids, Iowa; and Richardson, Texas, and is expected to be completed by May 31, 2025. Fiscal 2020 and 2021 Department of Defense Central Test and Evaluation Investment Program research, development, test, and evaluation funds in the amount of $1,279,875 are being obligated at the time of award. Total cumulative face value of the contract is $340,594,567. Air Force Life Cycle Management Center, Eglin AFB, Florida, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2193451/source/GovDelivery/

  • New Zealand says to buy five new Super Hercules aircraft

    5 juin 2020 | International, Aérospatial

    New Zealand says to buy five new Super Hercules aircraft

    WELLINGTON (Reuters) - New Zealand said on Friday that it will purchase five C-130J-30 Super Hercules transport aircraft from Lockheed Martin to replace its existing fleet. “Along with the new fleet, the $1.521 billion project will deliver a full mission flight simulator and other supporting infrastructure,” Defence Minister Ron Mark said in a statement. The first of the new Hercules will be delivered in 2024, with the full fleet operating from 2025, he said. New Zealand will also start work in 2021 on upgrading its air mobility capability, when options will be considered for replacing the two Boeing 757 aircraft operated by the Royal New Zealand Air Force. https://www.reuters.com/article/us-lockheed-newzealand/new-zealand-says-to-buy-five-new-super-hercules-aircraft-idUSKBN23C00V

  • Contract Awards by US Department of Defense - January 11, 2021

    12 janvier 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 11, 2021

    DEFENSE LOGISTICS AGENCY Beacon Point Associates LLC, Cape Coral, Florida, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical and surgical supplies. This was a competitive acquisition with 65 responses received. This is a five-year contract with no options. Location of performance is Florida, with a Feb. 28, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0002). Unimex Corp.,** Sterling, Virginia, has been awarded a maximum $12,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for environmental controllers. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Location of performance is Virginia, with a Jan. 10, 2022, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-21-D-0127). AIR FORCE Haight Bey & Associates, West Haven, Utah, has been awarded a $35,888,778 firm-fixed-price and cost-reimbursable, indefinite-delivery/indefinite-quantity contract for AN/TMQ-53 Tactical Meteorological Observing System contractor logistics support. This contract provides spares, repairs, obsolescence management, engineering change proposals and special projects in support of the TMQ-53 system. Work will be performed in West Haven, Utah, and is expected to be completed July 2027. Fiscal 2021 operation and maintenance funds in the amount of $578,060 are being obligated with the first delivery order at the time of contract award. The Aerospace Management Systems Division, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-D-0003). Merrill Corp., doing business as Mission Support Inc., Clearfield, Utah, has been awarded a $10,123,784 firm-fixed-price contract for B-52 strut repair. Work will be performed in Clearfield, Utah, and is expected to be complete by Dec. 28, 2021. The award is the result of a sole-source solicitation. Fiscal 2020 operation and maintenance funds in the amount of $2,885,422 are being obligated at the time of the award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-21-C-0001). WASHINGTON HEADQUARTERS SERVICES Boston Consulting Group, Bethesda, Maryland (HQ0034-16-A-0003), has been awarded a firm-fixed-price contract with a maximum amount of $29,978,698. This contract is to provide Marine Corps programs and resources support for their organizational requirements, resourcing, risk and reporting requirements (similar to a 10-K). Work performance will take place at the Mark Center, Alexandria, Virginia. Appropriate fiscal 2021 operation and maintenance funds will be obligated at time of the award. The expected completion date is Jan. 10, 2022. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. NAVY American Superconductor Corp.,* Devens, Massachusetts, is awarded a $14,940,659 hybrid firm-fixed-price, cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract in support of the supplies and services required to deliver a high temperature superconducting degaussing system (HTS). This procurement is for the delivery of an HTS, in accordance with the landing platform docks-class configuration. This includes the fabrication, testing and delivery of a ship's set of components/materials; the analysis of configuration based engineering change proposals; and vendor representative support during installation. The HTS degaussing system components/materials include a control unit, power modules, junction boxes, cryo-coolers, accumulation tanks, HTS degaussing cable assemblies and cold gas lines. Work will be performed in Ayer, Massachusetts (95%); and Pascagoula, Mississippi (5%), and is expected to be completed by September 2023. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $10,497,232 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-21-D-4011). Raytheon Missiles and Defense, Tucson, Arizona, is awarded an $8,520,414 cost-type undefinitized contract for procurement of long lead material in support of Standard Missile-2 (SM-2) Foreign Military Sales (FMS) production requirements to include all up rounds, instrumental kits, engineering services and spares. This contract involves FMS to Korea, Denmark, Netherlands, Spain, Taiwan and Japan. Work will be performed in Hengelo Overijssel, Netherlands (51%); McKinney, Texas (32%); and Tucson, Arizona (17%), and is expected to be completed by March 2023. FMS Korea funding in the amount of $1,807,362 (42%); FMS Denmark funding in the amount of $1,073,800 (25%); Memorandum of Understanding Netherlands funding in the amount of $494,872 (12%); FMS Spain funding in the amount of $451,840 (11%); FMS Taiwan funding in the amount of $344,259 (8%); and FMS Japan funding in the amount of $86,064 (2%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the authority from 10 U.S. Code 2304 (c) (4) (international agreement). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5411). ARMY Eastman Aggregate Enterprises LLC,* Lake Worth, Florida, was awarded an $11,013,889 firm-fixed-price contract for shore protection and beach renourishment. Bids were solicited via the internet with five received. Work will be performed in Fort Lauderdale, Florida, with an estimated completion date of April 30, 2022. Fiscal 2018 flood control and coastal emergencies funds in the amount of $11,013,889 were obligated at the time of the award. The U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-21-C-0004). *Small business **Women-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2468302/source/GovDelivery/

Toutes les nouvelles