12 janvier 2021 | International, Aérospatial

PARROT ÉQUIPERA L'ARMÉE FRANÇAISE DE SES MICRO-DRONES DE RECONNAISSANCE ET DE RENSEIGNEMENTS

Pascal Samama

Le 12/01/2021 à 15:08

Les armées commandent des centaines de micro-drones au fabricant français Parrot. La DGA a passé une première commande de 300 micro-drones qui seront livrés en juin prochain.

C'est finalement Parrot qui fournira aux trois armées (terre, air, mer) des micro-drones de reconnaissance et de surveillance. La DGA (direction général de l'armement) vient d'annoncer qu'elle a sélectionné le modèle Anafi. Conçu en France, il est fabriqué aux Etats-Unis, mais "aucun composant ne provient de Chine", précise Parrot dans un communiqué.

Parrot est une société historique de la French Tech. Elle a été fondé en 1994 par Henri Seydoux. Parrot est aujourd'hui le premier groupe de drone Européen.

Une première commande de 300 appareils a été passée et seront livrés dès le mois de juin. Le contrat, qui comprend aussi des équipements complémentaires et la formation de pilotes, s'étend sur 5 ans a indiqué le ministère des Armées sans préciser le nombre total de la commande, ni le nombre de livraison annuelle, ni le montant du contrat. Il a seulement précisé que 60% de la commande ira à l'armée de Terre, 28% pour la Marine nationale et 12% pour l'armée de l'Air et de l'Espace.

Un véritable espion volant

L'Anafi ne pèse que 500 grammes ce qui permet de le transporter facilement dans un paquetage. Il est équipé de deux caméras 4K de 21 mégapixels avec un zoom 32x. Cette puissance optique lui permet de détecter de jour comme de nuit des cibles de taille humaine jusqu'à deux kilomètres de distance.

Son point fort est aussi la sécurité des informations recueillies et de la liaison. Une signature numérique protège son logiciel de modification malveillante. De plus, l'enregistrement est réalisé au sol par une connexion sécurisée.

Le drone permet d'enregistrer les données de la mission uniquement sur le segment sol, et non dans le vecteur aérien, puis de les extraire pour analyse, par connexion physique. Le drone dispose d'une connexion WPA2 sécurisée et de protocoles ouverts qui garantissent la confiance dans l'interopérabilité des données enregistrées pour des missions sensibles.

https://www.bfmtv.com/economie/parrot-equipera-l-armee-francaise-de-ses-micro-drones-de-reconnaissance-et-de-renseignements_AN-202101120234.html

Sur le même sujet

  • The Navy aims to install cyber baselines aboard 180 ships

    6 juillet 2020 | International, Naval, C4ISR

    The Navy aims to install cyber baselines aboard 180 ships

    Andrew Eversden Naval Information Warfare Systems Command plans to deploy technology that will certify a ship's compliance with cybersecurity requirements to 180 vessels by fiscal 2022. The cyber baseline system — deployed by FRD 300, which is short for the Cybersecurity Office of the command's Fleet Readiness Directorate — is a web-based application. It allows the directorate to ensure a ship's systems comply with cybersecurity requirements set by the departments of Defense and the Navy prior to departure, according to a June 29 news release from NAVWAR. A baseline “offers a searchable, easy-to-use, platform-specific record of all Navy networks, including hosted and connected, afloat and ashore systems, enabling the ability to independently manage and maintain a ship's information technology capabilities,” the release said. Cyber baselines have been deployed aboard 40 ships in fiscal 2019, the release said. The program, which started in January 2018, has implemented cyber baselines on 80 Navy ships as of June 2020, according to the release. “Delivering cyber baselines allows us to identify capability risks during a ship's availability or scheduled modernization, assuring a cyber-ready platform prior to departure,” FRD 300 Director Duane Phillips said. “We are using an end-to-end approach, ensuring that all hosted and connected systems, including the Consolidated Afloat Networks and Enterprise Services (CANES) and Integrated Shipboard Network System (ISNS), comply with DoD and DoN requirements and are approved to meet cyber security technical authority standards.” The tool is delivered and installed in coordination with NAVWAR Headquarters, Naval Information Warfare Center Pacific and Naval Information Warfare Center Atlantic. According to the release, FRD 300 supports 10 to 15 platforms at any given time. It is currently working on ships in Bahrain, Japan, California, Washington “and more,” the release said. Because of the coronavirus pandemic, FRD 300 is providing both distance and in-person training on the system. “Despite today's current circumstances, our Navy and our nation are continuing to experience an unprecedented degree of competition in the maritime environment,” FRD 300 Executive Director Mike Spencer said. “As the technical leader for Navy cybersecurity we must continue to drive implementation of cyber standards, creating a secure, defensible information domain. By delivering, installing and managing cyber baselines, we are able to provide a validated end-to-end cyber compliant network improving cyber readiness across the fleet.” NAVWAR is also working with NIWC Pacific and Program Executive Office Command, Control, Communications, Computers and Intelligence and Space Systems to create a C4I certification by the end of fiscal 2021 that assess a system's cyber readiness. According to the release, the certification process will confirm “all warfighter tools and capabilities are cyber secure through consistent and pervasive implementation of cybersecurity specifications and standards.” The efforts come as the Navy continues to work to improve its cybersecurity after an assessment last year found the service lacked effective cyber hygiene and recommended that it restructure its cybersecurity governance. https://www.c4isrnet.com/battlefield-tech/it-networks/2020/06/30/the-navy-aims-to-install-cyber-baselines-aboard-180-ships/

  • Contract Awards by US Department of Defense - February 26, 2019

    1 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 26, 2019

    NAVY Lockheed Martin Space, Littleton, Colorado, is awarded a maximum amount $846,030,000 un-priced letter contract modification PH0001 to a previously awarded and announced un-priced letter contract (N00030-19-C-0025) for the design, development, build and integration of large diameter rocket motors, associated missile body flight articles, and related support equipment for Navy Intermediate Range Conventional Prompt Strike Weapon System flight test demonstrations. Work will be performed at Littleton, Colorado, with an expected completion date of Jan. 1, 2024. Fiscal 2018 research, development, test, and evaluation funds in the amount of $20,000,000 are obligated on this award, which will expire at the end of the current fiscal year. Fiscal 2019 research, development, test, and evaluation funds in the amount of $67,000,000 are being obligated on this award, which will not expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Raytheon Co., Tucson, Arizona, is awarded $25,229,389 for firm-fixed-price modification P00033 to a previously awarded contract (N00019-17-C-0034). This modification provides for the procurement of Tomahawk Block IV All-Up-Round spares to support the recertification of Tomahawk Missiles. Work will be performed in El Segundo, California (27.57 percent); Walled Lake, Michigan (15 percent); Tucson, Arizona (14.47 percent); Washington, Pennsylvania (11.66 percent); Hollister, California (4.25 percent); Midland, Ontario, Canada (4.18 percent); Glenrothes Fife, United Kingdom (3.2 percent); Vergennes, Vermont (2.9 percent); Orchard Park, New York (2.56 percent); Berryville, Arkansas (1.86 percent); South El Monte, California (1.46 percent); Merrimack, New Hampshire (1.28 percent); Fairfield, California (1.08 percent); Huntsville, Alabama (1.05 percent); and various locations within the continental U.S. (7.48 percent), and is expected to be completed in October 2020. Fiscal 2017, 2018 and 2019 weapons procurement (Navy) funds in the amount of $25,229,389 will be obligated at the time of award, $4,186,657 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Johnson Control Navy Systems, York, Pennsylvania, was awarded an $18,819,845 firm-fixed-priced, indefinite-delivery/indefinite quantity contract, for up to 32 air conditioning plant conversion kit and auxiliary components to support Naval Surface Warfare Center Philadelphia Division. Work will be performed in York, Pennsylvania. The contract will have a three year ordering period and work is expected to be complete by February 2022. Fiscal 2019 other procurement (Navy) funding in the amount of $1,995,356 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 (N64498-19-D-4008). (Awarded Feb. 22, 2019) ARMY Jacobs Engineering Group Inc., Dallas, Texas, was awarded a $40,000,000 firm-fixed-price contract for architect and engineer services to support the Air Force Materiel Command Headquarters buildings at Wright-Patterson Air Force Base, Ohio. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 25, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0013). QED Systems LLC,* Aberdeen Proving Ground, Maryland, was awarded a $9,688,969 modification (P00036) to contract W15P7T-14-C-C012 for program management, engineering, logistics, business, administrative, operations, and security services. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Aug. 26, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $9,688,969 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE Cherokee Nation Technologies, Tulsa, Oklahoma, has been awarded a $39,461,205 firm-fixed-price contract for advisory and assistance services (A&AS) for programmatic, environmental cleanup, project execution and financial support. This contract provides base realignment and closure programs and requires a full range of A&AS and deliverables in the areas of management and professional services; studies, analyses, and evaluations; and engineering and specialized technical expertise. Work will be performed at several locations in the U.S. and is expected to be complete by April 6, 2023. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $9,525,678 are being obligated at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity (FA8903-19-F-0001). RiverTech, LLC,* Colorado Springs, Colorado, has been awarded a $34,513,979 firm-fixed-price contract for command and control technical support. This contract provides for the operational, technical, and analytical expertise for the planning and execution of training and test events, conducting Live-Virtual-Constructive and Distributed Mission Operations activities, providing operational support, providing non-kinetic operations training and tactics development support, and conducting operational testing of command and control, intelligence, surveillance and reconnaissance systems. Work will be performed at Kirtland Air Force Base, New Mexico; and Nellis AFB, Nevada, and is expected to be complete by March 25, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $3,520,157 are being obligated at the time of award. Air Combat Command Acquisition Management & Integration Center, Hurlburt Field, Florida, is the contracting activity (FA4890-19-C-A005). Sonalysts Inc., Waterford, Connecticut, has been awarded a $17,316,322 cost-plus-fixed-fee modification (P0002) to previously awarded contract FA8806-19-C-0002. This modification provides for the development of the training system supporting GPS Next Generation Operational Control System under the management of the Space Training Acquisition Office. Work will be performed in Waterford, Connecticut, and is expected to be complete by April 25, 2022. Fiscal 2019 research and development funds in the amount of $6,000,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. DEFENSE LOGISTICS AGENCY De Rossi & Son Company, Inc., Vineland, New Jersey, has been awarded a maximum $11,351,934 modification (P00012) exercising the fourth one-year option period of a one-year base contract (SPE1C1-15-D-1033) with four one-year option periods for men's Army coats. This is a firm-fixed-price contract. Location of performance is New Jersey, with a March 3, 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. U.S. TRANSPORTATION COMMAND Cargo Transport System Co., Safat,, Kuwait, has been awarded a contract modification (P00007) on contract HTC711-17-D-R021 in the amount of $10,000,000. This modification provides continued stevedoring and related terminal servicesto the 595th Transportation Brigade. This includes vessel loading, vessel discharge, receipt of cargo, disposition of cargo, stuffing/unstuffing of cargo, intra-terminal transfer of cargo, inland transportation of cargo, customs clearance, yard management and management expertise. Work will be performed in ports of Kuwait. The period of performance is from March 9, 2019, to Sept. 8, 2019. Fiscal 2019 Transportation Working Capital Funds were obligated at award. This modification brings the total cumulative face value of the contract to $27,709,945 from $17,709,944.97. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Feb. 25, 2019) * Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1768604/

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

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

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

    DEFENSE LOGISTICS AGENCY Point Blank Enterprises Inc., Pompano Beach, Florida, has been awarded a maximum $81,265,600 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for body armor. This was a competitive acquisition with five offers received. This is an 18-month base contract with two one-year option periods. Location of performance is Florida, with a Nov. 30, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1254). Arjo Inc., Addison, Illinois, has been awarded a maximum $47,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Illinois, with a May 3, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0038). NAVY General Dynamics Electric Boat Corp. (GDEB), Groton, Connecticut, is awarded $60,594,296 for a cost-plus-fixed-fee contract to provide U.S. Trident II Strategic Weapon System (SWS) ship alterations and United Kingdom SWS ship alterations for Strategic Systems Program shipboard integration installations. Work will be performed in Bremerton, Washington (29%); Groton, Connecticut (24%); Kings Bay, Georgia (24%); Bangor, Washington (9%); Cape Canaveral, Florida (7%); Norfolk, Virginia (3%); Washington, D.C. (2%); Faslane, Scotland (1%); and Plymouth, England (1%). Work is expected to be complete by April 2024. The maximum dollar value, including the base period and two option years, is $60,594,296. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $8,511,473; other procurement (Navy) contract funds in the amount of $8,534,755; fiscal 2020 research, development, test and evaluation (Navy) contract funds in the amount of $3,171,978; and United Kingdom funds in the amount of $2,098,018 are being obligated at time of award. Funds in the amount of $8,511,473 will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, D.C., is the contracting activity (N-00030-20-C-0028). Virginia Pilot Association, Virginia Beach, Virginia, is awarded an $8,175,544 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide support services to assist with the navigation of ships for Commander, Navy Region Mid-Atlantic Port Operations Division. All work will be performed in Norfolk, Virginia, and is expected to be complete by May 2025. This contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8; an option to extend services, which if exercised, will bring the total value to $9,058,663. The base ordering period is expected to be completed by May 2025; if the option is exercised, the ordering period will be completed by December 2025. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $50,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. One source was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity. ARMY KVG LLC, Gettysburg, Pennsylvania (W564KV-20-D-2002); Crowley Government Services Inc., Jacksonville, Florida (W564KV-20-D-2004); Agility International Inc., Alexandria, Virginia (W564KV-20-D-2003); Maersk Line Ltd, Norfolk, Virginia (W564KV-20-D-2005); Aecom Management Services Inc., Germantown, Maryland (W564KV-20-D-2006); and American Roll-on Roll-off Carrier Group, Parsippany, New Jersey (W564KV-20-D-2007), will compete for each order of the $49,010,000 contract for the transportation of equipment, cargo and passengers within the European Command area of operations. 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 May 9, 2023. The 409th Contracting Support Brigade, Kaiserslautern, Germany, is the contracting activity. The Lighthouse for the Blind, St. Louis, Missouri (W81XWH-19-D-0008); Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (W81XWH-19-D-0007); American Purchasing Services LLC,* Miramar, Florida (W81XWH-19-D-0006); and TQM LLC, St. Charles, Missouri (W81XWH-19-D-0009), will compete for each order of the $45,000,000 contract for sets, kits and outfits to supply complete medical, surgical, pharmaceutical, dental, laboratory and veterinary equipment and material sets. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 4, 2024. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. Raytheon Co., Dulles, Virginia, was awarded a $27,472,296 hybrid (cost-no-fee, firm-fixed-price) contract to provide technical expertise, system operators, maintenance and life-cycle support for the sustainment, operations and support management of numerous training aids, devices, simulators and simulations. Bids were solicited via the internet with three received. Work will be performed in Kuwait, with an estimated completion date of Dec. 31, 2023. Fiscal 2020 defense overseas contingency transfer funds in the amount of $5,000,000 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0031). MISSILE DEFENSE AGENCY Davidson Technologies,* Huntsville, Alabama, is being awarded a modification in the amount of $20,696,405 to previously awarded indefinite-delivery/indefinite-quantity (ID/IQ) contract HQ0147-19-D-0004. The contract value is increased from $2,437,491 to $23,133,896. Under this contract the contractor will continue to develop a cyber-secure information technology infrastructure that allows users to access data via a virtual desktop infrastructure. The work will be performed in Huntsville, Alabama. The ordering period of the ID/IQ is May 23, 2019, to May 22, 2024. A second task order award in the amount of $12,200,000 is being issued at this time. Fiscal 2020 research and development funds in the amount of $12,200,000 are being obligated on the task order award. The original award was made under Special Topic Broad Agency Announcement (BAA) number HQ0147-17-S-0002 that was posted to the Federal Business Opportunities website to solicit white papers related to advanced research technology and development in accordance with Federal Acquisition Regulation 6.102(d)(2)(i) to meet full and open competition requirements. The government received 26 white papers in response to the BAA and selected seven from which proposals were requested. This original award results from one of seven proposals received. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2175622/source/GovDelivery/

Toutes les nouvelles