15 novembre 2021 | International, Aérospatial

Rostec looks to UAE to co-produce Su-75 Checkmate subsystems

Sur le même sujet

  • Contract Awards by US Department of Defense - April 28, 2020

    29 avril 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - April 28, 2020

    AIR FORCE General Electric Co., Cincinnati, Ohio, has been awarded $707,274,997 for four undefinitized contract actions under an existing F110 indefinite-delivery/indefinite-quantity contract, for F110-GE-129 engine production. These actions provide for F110 engine production, including installs and spares and modernized engine management system computers. Work will be performed in Cincinnati, Ohio, and is expected to be completed by Dec. 31, 2026. These actions involve Foreign Military Sales to Slovakia, Bulgaria, Taiwan and Qatar. This award is the result of country-directed, sole-source acquisitions. Foreign Military Sales funds in the amount of $353,637,499 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-18-D-0029). NAVY Doyon Project Services LLC,* Federal Way, Washington, is awarded $30,831,632 for firm-fixed-price task order N-44255-20-F4095 under a multiple award construction contract for repair of Shipyard Electrical Backbone Substation A, Puget Sound Naval Shipyard, Bremerton, Washington. Work will be performed in Bremerton, Washington, and includes removal and disposal of select electrical components; repairing electrical cabling and distribution lines; repairing the switching and routing equipment; repairing substation components to include but not limited to: electrical boards, circuit breakers, tie breakers, conductors, cabling, terminations, grounds transformers, motor operators and repair of the supervisory control and data acquisition system at Shipyard Electrical Backbone Substation A to restore the system to its customary state of operation. Inspection, testing and commissioning will be performed on the electrical distribution system and at three substations following repairs. Hazardous material disposal and station support is included in the project. Work is expected to be complete by April 2023. Fiscal 2020 operations and maintenance (Navy); and contract funds in the amount of $30,831,632 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4036). Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $13,227,000 engineering services, cost-plus-incentive-fee modification to previously awarded delivery order N00024-19-F-6201 under indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for the design, prototyping and qualification testing for the TI-20 AN/BLQ-10. Work will be performed in Syracuse, New York, and is expected to be complete by February 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $7,227,000; and 2020 shipbuilding and conversion (Navy) funding in the amount of $6,000,000 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $13,034,943 cost-plus award-fee order (N62786-20-F-0013) against the previously awarded basic ordering agreement N00024-19-G-2313 to provide engineering and management services for Littoral Combat Ship (LCS)-19 Post Shakedown Availability (PSA). Work will be performed in Moorestown, New Jersey (53%); Mayport, Florida (23%); Hampton, Virginia (15%); and Washington, District of Colombia (9%). Lockheed Martin will provide engineering and management services in support of the following: 45,070 man-hours level of effort; and to provide the work specification, pre-fabrication and material for LCS-19 PSA. Work is expected to be complete by September 2021. Fiscal 2014 shipbuilding and conversion (Navy); and 2020 shipbuilding and conversion (Navy) funding in the amount of $11,408,580 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California (N62470-19-D-8022); Aptim Federal Services LLC, Alexandria, Virginia (N62470-19-D-8023); CH2M Hill Constructors Inc., Englewood, Colorado (N62470-19-D-8024); Environmental Chemical Corp., Burlingame, California (N62470-19-D-8025); Fluor Intercontinental Inc., Greensville, South Carolina (N62470-19-D-8026); and Perini Management Services Inc., Framingham, Massachusetts (N62470-19-D-8027), are awarded a $10,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. The work to be performed provides for the Navy; the Navy on behalf of the Department of Defense; the Navy on behalf of other federal agencies; and when authorized, an immediate response for construction services. The construction and related engineering services will respond to natural disasters, humanitarian assistance, conflict or projects with similar characteristics. Work will be predominately construction. The contractor may be required to provide initial base operating support services in support of the construction effort, which will be incidental to construction efforts. Work is expected to be complete by March 2024, and the term of the contract is not to exceed 60 months. After award of this modification, the total cumulative contract value will be $1,081,443,694. No funds will be obligated at time of award; funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $9,669,789 cost-plus-fixed-fee modification (P00034) to previously awarded contract N00019-16-C-0032. This modification provides engineering, manufacturing and development support to integrate BRR3.1 software to the Next Generation Jammer on Boeing EA-18G Growler carrier-based electronic warfare aircraft, resulting in BRR3.1 software initial operating capability. Work will be performed in St. Louis, Missouri, and is expected to be complete by December 2020. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,000,000 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. Risk Mitigation Consulting Inc.,* Destin, Florida, is awarded an $8,860,412 modification to task order N62470-20-F-4016 under an indefinite-delivery/indefinite-quantity contract. The task order is for mission assurance (MA) assessments for various locations within the Naval Facilities Engineering Command (NAVFAC) area of operations worldwide. Work will be performed in Florida (15%); Virginia (11%); Georgia (10%); California (7%); Maryland (6%); and Louisiana (6%). Work will also be performed outside of the U.S. in the following locations: Bahrain (11%); Souda Bay, Greece (10%), Guantanamo Bay, Cuba (9%); Sasebo and Okinawa, Japan (8%); and Deveselu, Romania (7%). The MA assessments to be performed include assessments of installation infrastructure, industrial control systems and energy/utility management control systems. Work is expected to be complete by January of 2021. The maximum dollar value for this task order as a result of this modification will increase from $5,172,574 to $8,860,412. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $3,687,838 will be obligated on a modification to the above referenced task order. The base contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2002). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $7,730,297 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, long-lead material and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by August 2030. Fiscal 2020 other procurement, (Navy) funding in the amount of $7,730,297 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. ARMY Martin Baker, Johnstown, Pennsylvania, was awarded a $25,517,707 modification (P00003) to contract W58RGZ-17-D-0046 for incorporation of new side-facing multi-function operator seats and retrofit modification kits in support of the UH-60M Blackhawk helicopter. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 11, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Yorktown Systems Group Inc.,* Huntsville, Alabama, was awarded a $20,383,541 modification (P00038) to contract W911S0-17-C-0007 for operations support services including conducting and providing predictive modeling and trend analyses concerning global asymmetric threats. Work will be performed at Fort Meade, Maryland, with an estimated completion date of May 14, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $20,383,541 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. Amentum, Germantown, Maryland, was awarded a $12,000,000 modification (000266) to contract W52P1J-12-G-0028 for Army prepositioned stock logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $12,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Meggitt Training Systems Inc., Suwanee, Georgia, was awarded a $9,000,000 modification (P00004) to blanket purchase agreement W911SA-16-A-0002 for delivery of live fire target system parts to Fort McCoy, Wisconsin. Funding will be obligated by individual orders. Bids were solicited via the internet with one received. Work will be performed in Suwanee, Georgia, with an estimated completion date of April 30, 2021. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. Associated Aircraft Manufacturing & Sales Inc.,* Fort Lauderdale, Florida, was awarded an $8,439,750 firm-fixed-price contract for landing gear maintenance and overhaul. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of April 28, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0341). WASHINGTON HEADQUARTERS SERVICES Leidos Inc., Reston, Virginia, was awarded a $13,428,125 firm-fixed-price contract. This contract is for a team of experts to provide translation, transcription and interpretation services to the Office of the Chief Prosecutor. Work performance will take place in Guantanamo Bay, Cuba. Fiscal 2020 operations and maintenance funds in the amount of $13,428,125 were awarded. The expected completion date is April 15, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-C-0073). (Awarded April 15, 2020) Redhorse Corp., San Diego, California, was awarded a $9,385,703 firm-fixed-price contract. This contract supports the coordination of department-wide efforts advising senior leaders regarding national programs and policy support (NPPS) under the direct guidance of the director of NPPS. This includes advising senior leaders regarding global intelligence, surveillance, and reconnaissance (ISR) operations and/or resulting in the rapid production of ISR capability from concept initiation to specialized modification to deployment into the operational theater. Work performance will take place in the Pentagon Reservation, Arlington, Virginia. Fiscal 2020 operations and maintenance funds in the amount of $4,579,209; and fiscal 2020 research, development, test and evaluation funds in the amount of $4,806,494 were awarded. The expected completion date is Jan. 31, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-F-00223). (Awarded April 23, 2020) DEFENSE LOGISTICS AGENCY Hardigg Industries Inc., South Deerfield, Massachusetts, has been awarded a maximum $10,000,000 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 Massachusetts, with an April 27, 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-0036). Federal Prison Industries Inc.,** Washington, District of Columbia., has been awarded a $9,558,000 modification (P00003) exercising the first one-year option of a one-year base contract (SPE1C1-19-D-F024) with two one-year option periods for working parkas. This is a firm-fixed-price contract. Locations of performance are Kentucky and Washington, District of Columbia, with a May 2, 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. *Small business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2168478/source/GovDelivery/

  • Contract Awards by US Department of Defense – October 02, 2020

    5 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – October 02, 2020

    NAVY Northrop Grumman Systems Corp., Mission Systems Sector, Linthicum Heights, Maryland, was awarded a $100,798,804 fixed-price-incentive-fee and firm-fixed-price contract for follow-on production of Surface Electronic Warfare Improvement Program Block 3 electronic attack systems and hardware design modifications required for aircraft carrier and amphibious assault ship installation. This contract includes options, which if exercised, would bring the cumulative value of this contract to $1,164,529,315. Work will be performed in Baltimore, Maryland (55%); Tampa, Florida (6%); Andover, Massachusetts (5%); Chelmsford, Massachusetts (4%); Rochester, New York (3%); San Diego, California (3%); Los Angeles, California (2%); Winona, Minnesota (2%); Stafford Springs, Connecticut (2%); Glendale, Arizona (1%); Nashua, New Hampshire (1%); Elk Grove Village, Illinois (1%); White Marsh, Maryland (1%); Tucson, Arizona (1%); Chandler, Arizona (1%); Washington, North Carolina (1%); Woodridge, Illinois (1%); Richardson, Texas (1%); Minneapolis, Minnesota (1%); El Cajon, California (1%); Hiawatha, Iowa (1%); Littleton, Colorado (1%); Glendale, California (1%); and miscellaneous locations - each less than 1% (4%), and is expected to be completed by May 2023. If all options are exercised, work will continue through September 2026. Fiscal 2019 other procurement (Navy) (67%); and fiscal 2020 other procurement (Navy) (33%) funding in the amount of $100,798,804 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, D.C., is the contracting activity (N00024-20-C-5519). (Awarded Sept. 30, 2020) EFW Inc., Fort Worth, Texas, is awarded a $35,801,006 five-year requirements type, firm-fixed-priced contract for repair of line-replaceable units in support of the V-22 aircraft. This is a five-year contract with no option periods. Work will be performed in Fort Worth, Texas (50%); and Talladega, Alabama (50%). Work is expected to be completed by October 2025. Annual working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. No funds will be obligated at the time of award. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-Y001). BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $17,290,912 firm-fixed-price contract for the production of two 57mm MK 110 Mod 0 gun mounts and associated hardware. Work will be performed in Karlskoga, Sweden (93%); and Louisville, Kentucky (7%), and is expected to be completed by May 2023. Fiscal 2018 weapons procurement (Navy); and fiscal 2020 weapons procurement (Navy) funding in the amount of $17,290,912 will be obligated at time of award and $249,448 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304 (c)(1), this contract was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5300). (Awarded Sept. 30, 2020) Peraton Inc., Herndon, Virginia, is awarded a $13,891,979 cost-plus-fixed-fee, level of effort contract (N00030-21-C-0016) for program support services for the Navy's strategic weapons systems reentry subsystem. Work will be performed in Colorado Springs, Colorado (75%); Washington, D.C. (15%); Albuquerque, New Mexico (8%); Cape Canaveral, Florida (1%); and Omaha, Nebraska (1%). Work is expected to be completed by March 30, 2026. Contract will be awarded subject to the availability of funds. No funds will be obligated at the time of award. Once funding becomes available, contract will be funded as follows: fiscal 2021 research, development, test and evaluation funds in the amount of $7,214,639; and fiscal 2021 operations and maintenance (Navy) funds in the amount of $6,677,340, which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Beta.sam.gov (formally Federal Business Opportunities) website. Strategic Systems Programs, Washington, D.C., is the contracting activity. BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded an $8,934,292 cost-plus-fixed-fee and firm-fixed-price order under previously awarded blanket ordering agreement N00024-19-G-5306 for engineering services, open, inspect and repair services and spare and component parts in support of the MK 110 MOD 0 gun mount. This order includes options which, if exercised, would bring the cumulative value of this contract to $23,400,781. Work will be performed in Louisville, Kentucky (50%); and Karlskoga, Sweden (50%), and is expected to be completed by December 2022. Fiscal 2020 weapons procurement (Navy) (92%); and fiscal 2018 weapons procurement (Navy) (8%) funding in the amount of $6,128,002 will be obligated at time of award, of which $495,948 will expire at the end of the current fiscal year. This order 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 Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5301). (Awarded Sept. 30, 2020) ARMY AstraZeneca, Gaithersburg, Maryland, was awarded a $60,000,000 firm-fixed-price contract to manufacture AZD7442, a combination antibody product intended to prevent or treat clinical effects of SARS-CoV-2, for a minimum of 100,000 treatment courses. Work will be performed in Gaithersburg, Maryland, with an estimated completion date of June 30, 2021. Fiscal 2020 Army general funds in the amount of $30,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0119). (Awarded Sept. 30, 2020) CORRECTION: The contract announced on Sept. 28, 2020, for Tatum Excavating Co. Inc., Texarkana, Texas (W9126G-20-F-0768), for $10,000,000, was announced with an incorrect award date. The correct award date is Sept. 29, 2020. CORRECTION: The contract announced on Sept. 29, 2020, for University of South Dakota, Vermillion, South Dakota (W9128F-20-D-0059), for $12,800,000, was announced with an incorrect awardee. The correct awardee is South Dakota State University, Brookings, South Dakota. MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $35,582,832 sole-source, hybrid (cost-plus-fixed-fee, firm-fixed-price) contract (HQ0851-21-C-0001) under Foreign Military Sales (FMS) Case JA-P-NCO to the government of Japan. Under this contract, Lockheed Martin will perform Aegis FMS Baseline J7.B development and SPY-7(V) 1 radar production, integration and test planning support. The work will be performed in Moorestown, New Jersey. The period of performance is from Oct. 2, 2020, through July 31, 2021. Funds from the government of Japan in the amount of $35,582,832 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0851-21-C-0001). AIR FORCE Wolverine Supply Inc., Wasilla, Alaska, has been awarded an $8,649,500 firm-fixed-price contract for repair of the Blackstart Generator. This contract provides for repair of the Blackstart Generator at the Eielson Air Force Base central heat and power plant. Work will be performed at Eielson AFB, Alaska, and is expected to be complete by Sept. 22, 2022. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. The 354th Contracting Squadron, Eielson AFB, Alaska, is the contracting activity (FA500420C0015). (Awarded Sept. 30, 2020) * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2370617/source/GovDelivery/

  • ANALYSIS | The Liberals' defence policy hits a fiscal wall | CBC News

    21 novembre 2023 | International, Sécurité

    ANALYSIS | The Liberals' defence policy hits a fiscal wall | CBC News

    There was a revelatory moment on the weekend as Defence Minister Bill Blair attempted to bridge the gap between rhetoric and reality over the Liberal government’s spending plans for his department and the Canadian military.

Toutes les nouvelles