17 mars 2021 | International, Terrestre

The Directorate of Defense R and D in the Ministry of Defense, the IDFs Ground Forces and Elbit Systems Reveal the “Iron Sting”: A Precise, Laser and GPS Guided Mortar Munition

Trials have been conducted successfully, concluding the system’s development

https://www.epicos.com/article/689273/directorate-defense-r-and-d-ministry-defense-idfs-ground-forces-and-elbit-systems

Sur le même sujet

  • Contract Awards by US Department of Defense - November 20, 2019

    20 novembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 20, 2019

    DEFENSE LOGISTICS AGENCY Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $379,377,099 firm-fixed-price requirements contract for maintenance, repair and consumable material support for the V-22 platform. 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 five-year base contract with one five-year option period. Locations of performance are Maryland, Texas and Pennsylvania, with a Nov. 20, 2024, performance completion date. Using military services are 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 Aviation, Philadelphia, Pennsylvania (SPE4AX-20-D-9401). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $232,003,560 firm-fixed-price delivery order (SPRPA1-20-D-000U) against a five-year basic ordering agreement (SPRPA1-14-D-002U) for the AH64 CH47 Global Material Support Program. 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 five-year base contract with one four-year option period. Locations of performance are Missouri and Arizona, with a Nov. 18, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. MOOG Inc., East Aurora, New York, has been awarded a maximum $13,658,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation pneumatic accumulators. This was a limited competitive acquisition with two offers received. This is a five-year contract with no option periods. Location of performance is New York, with a Nov. 1, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0007). NAVY Lockheed Martin Corp., Rotary and Mission Systems, Orlando, Florida, is awarded a $92,205,970 firm-fixed-price modification (P00008) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N68335-18-C-0681). This modification exercises an option to procure 34 electronic Consolidated Automated Support System (eCASS) units to include 32 for the Navy and two for the government of Kuwait. Additionally, this modification procures eCASS related equipment such as self-maintenance and test/calibration operational test program sets, calibration equipment suites/kits, rack rail kits, shore installation kits and ship installation kits in support of the Navy and the government of Kuwait. Work will be performed in Orlando, Florida, and is expected to be completed in December 2022. Fiscal 2018, 2019 and 2020 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $92,205,970 will be obligated at time of award, $641,592 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded an $84,769,892 fixed-price-incentive (firm target) and firm-fixed-price contract modification to previously-awarded contract N00024-19-C-5418 to exercise options in support of the fiscal 2020 Evolved Sea Sparrow Missile (ESSM) Block 2 low rate initial production (LRIP) requirements. This contract modification will procure the remaining materials in support of the ESSM FY20 LRIP Lot 3 all up rounds and spares requirements. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles. The ESSM provides enhanced ship defense. Work will be performed in Tucson, Arizona (50%); Richmond, Australia (6%); Raufoss, Norway (6%); Andover, Massachusetts (5%); Mississauga, Canada (4%); Ottobrunn, Germany (3%); Hengelo Ov, Netherlands (3%); Grand Rapids, Michigan (3%); San Jose, California (2%); Ottawa, Canada (2%); Aranjuez, Spain (2%); San Diego, California (2%); Koropi Attica, Greece (2%); Hopewell Junction, New York (1%); Ankara, Turkey (1%); Westlake Village, California (1%); Eight Mile Plains Brisbane, Australia (1%); Grenaa, Denmark (1%); Torrance, California (1%); Canton, New York (1%); Minneapolis, Minnesota (1%); Newmarket, Canada; Lystrup, Denmark; Milwaukie, Oregon; and Cincinnati, Ohio, are less than 1% each and make up the remaining 2%. Work is expected to be complete by June 2023. Fiscal 2020 weapons procurement (Navy) funding in the amount of $84,769,892 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured in accordance with 10 U.S. Code 2304(c)(4). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $56,255,635 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract to exercise the second option period for base operating support services at Camp Lemonnier, Djibouti. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment and environmental services to provide base operating support services. After award of this option, the total cumulative contract value will be $188,808,738. Work will be performed at various installations in the territory of Djibouti, Africa, and other areas within Africa, and work is expected to be completed November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy), contract funds in the amount of $56,255,635 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe Africa Central, Naples, Italy, is the contracting activity (N62470-17-D-4012). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $54,597,891 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, production support and required long lead materials. 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 September 2021. Fiscal 2020 other procurement (Navy); and 2019 shipbuilding and conversion (Navy) funding in the amount of $46,832,561 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. SeaFix Inc., Saipan, Marianas Protectorate, is awarded a not-to-exceed $15,214,417 firm-fixed-price, cost-reimbursement, indefinite-delivery/indefinite-quantity contract with a four-year ordering period for Navy Watercraft Afloat Maintenance Services. This contract provides for full range of logistics support services to include maintenance and associated material management for Afloat Navy Lighterage in support of the Marine Corps Prepositioning Program and deployed forces world-wide. This contract includes one six-month option period which, if exercised, would bring the cumulative value of this contract to $18,930,294. Work will be performed outside the continental U.S. aboard Military Sealift Command Ships (98%), primarily in Guam, Saipan, Diego Garcia and South Korea; and in Jacksonville, Florida (2%). Work is expected to be completed Jan. 14, 2024. If all options are exercised, work will continue through July 14, 2024. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively solicited and procured via the Federal Business Opportunity website as a total HUBZone set-aside, with two offers received. The Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity (M67004-20-D-0002). Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded a $13,046,971 modification for the firm-fixed-price portion of a previously awarded contract (M67854-19-C-0043). This modification is for the purchase of gallium nitride full rate production diminishing manufacturing sources and communications equipment group shelter integration in Lot One in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Baltimore, Maryland, and is expected to be complete by May 2, 2022. Fiscal 2020 procurement (Marine Corps) funds in the amount of $13,046,971 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043). BAE Systems Jacksonville Ship Repair, Jacksonville, Florida, is awarded an $11,161,336 cost-plus-award-fee modification to previously-awarded contract N00024-16-C-2302 to exercise options for the USS Billings (LCS 15) post-shakedown availability. Post-shakedown availabilities (PSA) are accomplished within a period of approximately 10-16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) funding obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfer and the time of PSA and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Jacksonville, Florida, and is expected to be completed by January 2021. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $1,431,018; fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $1,431,015; and fiscal 2020 other procurement (Navy) funding in the amount of $202,227 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. Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded an $8,639,459 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Option Four under an IDIQ contract for custodial services at U.S. Naval Academy complex. The work to be performed provides for custodial services such as trash removal, cleaning, vacuuming, floor cleaning and scrubbing, re-lamping, specialized cleaning of the John Paul Jones Crypt, and basketball floor installation and removal. After award of this option, the total cumulative contract value will be $41,707,319. Work will be performed in Annapolis, Maryland. This option period is from December 2019 to November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $8,639,459 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Washington, Public Works Department, Annapolis, Maryland, is the contracting activity (N40080-16-D-0303). ARMY SAF Inc.,* Akron, Ohio (W91237-20-D-0001); and A&H - AMBICA JV LLC,* Livonia, Michigan (W91237-20-D-0002), will compete for each order of the $49,000,000 firm-fixed-price contract for an indefinite-delivery contract for design-build and design-bid-build construction projects. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. SIG Sauer Inc., Newington, New Hampshire, was awarded a $10,000,000 firm-fixed-price contract for procurement of .300 Winchester Magnum Ammunition. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0003). CSRA,* Huntsville, Alabama, was awarded a $9,178,300 modification (0029 42) to contract W31P4Q-05-A-0028 for non-standard rotary wing aircraft project office systems engineering and technical assistance support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 19, 2020. Fiscal 2020 Foreign Military Sales funds in the amount of $9,178,300 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE CORRECTION: The Nov. 13, 2019, announcement of a $32,266,994 modification to ManTech International Inc., Fairfax, Virginia, exercising Option Year One to previously awarded contract FA8819-18-C-1001 for security support, included the wrong modification number. The correct modification number is P00018. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2021006/source/GovDelivery/

  • South Korea launches second military spy satellite

    8 avril 2024 | International, Aérospatial

    South Korea launches second military spy satellite

    South Korea’s Defense Ministry said it confirmed the satellite entered orbit and communicated with an overseas ground station after separation.

  • Contract Awards by US Department of Defense - June 12, 2019

    13 juin 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - June 12, 2019

    NAVY Huntington Ingalls Industries' Newport News Shipbuilding division, Newport News, Virginia, is awarded a maximum-value $687,090,000 cost and cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for early service life period work on USS Gerald R. Ford (CVN 78). The purpose of this contract is to support ship repair and modernization during continuous incremental availabilities, planned incremental availabilities, full-ship shock trials and continuous maintenance and emergent maintenance during the ship's early service life period. This contract includes five ordering periods totaling 60 months, with a maximum order value of $687,090,000. Work for the initial delivery order will be performed in Newport News, Virginia, and is expected to be completed by June 2020. Work under all five delivery orders is expected to be completed by June 2024. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $1,719,107 will be obligated at time of award and will 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-4306). The Whiting-Turner Contracting Co., Bethlehem, Pennsylvania, is awarded a $62,596,317 firm-fixed-price contract for construction of a Submarine Propulsor Manufacturing Support Facility located at the Philadelphia Navy Yard. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by February 2022. Fiscal 2019 military construction (Navy) contract funds in the amount of $62,596,317 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008519-C-9057). The Boeing Co., St. Louis, Missouri, is awarded not-to-exceed $41,000,000 for delivery order N6833519F0442 against a previously issued basic ordering agreement (N68335-15-G-0022) to procure 2,763 pieces of peculiar support equipment, support equipment spares and test equipment for the maintenance and repair of F/A-18E/F aircraft for the government of Kuwait. Work will be performed in St. Louis, Missouri, and is expected to be completed in June 2022. Foreign Military Sales funds in the amount of $20,500,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Risk Mitigation Consulting, Destin, Florida, is awarded a $10,278,694 cost-plus-fixed-fee contract for methodology and field research for evaluating cybersecurity of Navy control systems effort. Works will be performed at places unknown at this time. Places will be defined at a later date based on needs at U.S. naval installations outside and inside the U.S. Work is expected to be completed May 30, 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $4,808,000 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was competitively procured under N00014-18-S-B001 “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Proposal will be received throughout the year under the BAA, therefore, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-1015). Curtiss-Wright Defense Solutions Division, Fairborn, Ohio, is awarded a $9,999,999 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for removable media cartridges (RMC). This procurement is in support of the Trident Ballistic Missile Submarine (SSBN) program. A system upgrade is incorporating requirement changes to increase performance and address obsolescence. Work will be performed in Fairborn, Ohio, and is expected to be completed by October 2024. This contract includes foreign military sales to the United Kingdom. Fiscal 2019 other procurement (Navy) funding in the amount of $3,351,024; and Foreign Military Sales (United Kingdom) funding in the amount of $1,186,376 will be obligated at time of award and will not expire at the end of the current fiscal year. This was a sole-source procurement under statutory authority 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, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-GP55). AIR FORCE LinQuest Corp., Los Angeles, California, has been awarded a $562,302,987 cost-plus-incentive-fee base plus six option years contract for systems engineering, integration and test (SEIT) support. The initial base period award is valued at $118,363,040. This contract provides for SEIT support for the Space and Missile Systems Center, Military Satellite Communications Systems directorate. Work will be performed in El Segundo, California, and is expected to be complete by December 2026. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $13,523,792; fiscal 2019 operations and maintenance funds in the amount of $3,377,304; and fiscal 2017 procurement funds in the amount of $3,770,745 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-19-C-0006). U.S. SPECIAL OPERATIONS COMMAND The Boeing Co., Ridley Park, Pennsylvania, was awarded a $194,224,723 cost-plus-fixed-fee type delivery order modification (P00001) under a current contract (W91215-16-G-0001) to procure six renew-build and one new-build MH-47G rotary wing aircraft. This action is required to sustain U.S. Special Operations Forces (SOF) heavy assault, rotary wing aircraft and to mitigate the impact of the MH-47G aircraft availability in light of increased SOF operational demands. Fiscal 2019 procurement, defense-wide appropriations in the amount of $77,360,723; and fiscal 2019 aircraft procurement, Army funds in the amount of $116,864,000 were obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The majority of the work will be performed in Ridley Park, Pennsylvania. U.S. Special Operations Command headquarters, Tampa, Florida is the contracting activity. DEFENSE LOGISTICS AGENCY KBRwyle Technology Solutions LLC, Columbia, Maryland (SP4702-19-D-0003); BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (SP4702-19-D-0004); and ENGlobal Government Services Inc., Tulsa, Oklahoma (SP4702-19-D-0005), are sharing a maximum $124,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP4702-18-R-0510 for Automated Fuel Systems Installation. This was a competitive acquisition with three responses received. These are five-year contracts with no option periods. Locations of performance are worldwide, with a June 11, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Defense Logistics Agency, National Guard and Coast Guard. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio. CORRECTION: The contract announced on May 31, 2019, for CACI Inc.-Federal, Chantilly, Virginia (SP4701-19-C-0024), for $10,760,666 was announced with an incorrect award date. The correct award date is June 3, 2019. ARMY L3 Fuzing and Ordnace Systems Inc., Cincinnati, Ohio, was awarded a $51,600,000 firm-fixed-price contract for Fuze Munition Unit (FMU)-153 A/B Point Detonating/Delay (PD/DLY) fuzes. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of June 12, 2019. U.S. Army Contracting Command, New Jersey is the contracting activity (W15QKN-19-D-0067). Tetra Tech Inc., Marlborough, Massachusetts, was awarded a $46,000,000 firm-fixed-price contract for architect-engineer services within the Transatlantic Middle East District (TAM) areas of responsibility/mission boundaries. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of June 12, 2019. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0029). Stanley Consultants Inc., Muscatine, Iowa, was awarded a $46,000,000 firm-fixed-price contract for architect-engineer services within the Transatlantic Middle East District (TAM) area of responsibility/mission boundaries. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of June 22, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0031). ICF Inc., Fairfax, Virginia, was awarded a $32,216,823 modification (P00026) to contract W911QX-17-C-0018 for the ARL Cyber Security Service Provider (CSSP) program. Work will be performed in Adelphi, Maryland, with an estimated completion date of June 15, 2020. Fiscal 2017 research, development, test, and evaluation, Army funds in the amount of $3,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Adelphi, Maryland, is the contracting activity. Massman Construction Co., Leawood, Kansas, was awarded a $30,000,000 firm-fixed-price contract for floating plat. 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 June 12, 2019. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0008). Bristol Design Build Services LLC,* Anchorage, Alaska, was awarded an $18,687,206 firm-fixed-price contract for an F-35A missile maintenance facility. Bids were solicited via the internet with three received. Work will be performed in Eielson, Alaska, with an estimated completion date of Nov. 8, 2020. Fiscal 2019 military construction, Army funds in the amount of $18,687,206 were obligated at the time of the award. U.S. Army Corps of Engineers, Alaska, is the contracting activity (W911KB-19-C-0009). Frazier Engineering Inc.,* Melbourne, Florida, was awarded a $13,157,500 firm-fixed-price contract for building renovation. Bids were solicited via the internet with two received. Work will be performed in Orlando, Florida, with an estimated completion date of March 16, 2020. Fiscal 2019 developmental test and evaluation, Defense funds in the amount of $13,157,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0020). IBM Corp., Bethesda, Maryland, was awarded a $9,500,000 firm-fixed-price contract for a containerized machine learning system. Four bids were solicited with three bids received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Dec. 2, 2024. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $9,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-F-0396). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1874073/source/GovDelivery/

Toutes les nouvelles