15 juillet 2024 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Top 3 British Army programmes for new UK Government - Army Technology

The new Labour team at the Ministry of Defence will have to balance modernisation plans in the British Army with a shortfall in funding.

https://www.army-technology.com/news/top-3-british-army-programmes-for-new-uk-government/

Sur le même sujet

  • Contract Awards by US Department of Defense - November 25, 2020

    26 novembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 25, 2020

    AIR FORCE Northrop Grumman Systems Corp., San Diego, California, has been awarded a $4,800,000,000 indefinite-delivery/indefinite-quantity contract for Global Hawk development, modernization, retrofit and sustainment activities for all Air Force Global Hawk variants. This contract provides for management, including program, business and technical areas; engineering efforts, including configuration management, data management, reliability, availability and maintainability, and related areas of concern such as technical refresh, diminishing manufacturing sources, etc.; studies and analyses; design, development, integration, test and evaluation; contract/production line closeout/shutdown; training; sparing; overseas contingency operations support; fielding; cyber security/information assurance; interoperability support; facilities modifications/renovation; integrated logistics support; requirements management specification management; and quality assurance. Additional, and more specific, guidance will be included within each individual delivery order/task order statement of work and performance work statement regarding these and other tasks. This contract provides flexibility to accommodate the broad enterprise of activities associated with the Global Hawk program. Work will be performed in San Diego, California, and is expected to be completed Sept. 30, 2030. This award is the result of a sole-source acquisition. Multiple fiscal years and types of funds will be used for this contract. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the primary contracting activity (FA8690-21-D-1009). Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded a $453,057,000 indefinite-delivery/indefinite-quantity contract for the aircraft engine Component Improvement Program. This contract provides for the following work: the Component Improvement Program establishes prioritized list of projects each calendar year to include developing engineering changes to the engines, developing organizational, intermediate and depot level repairs as needed, and designing modifications to existing support equipment as well as initiating new support equipment designs as required by engine driven changes. The program also provides support to resolve service-revealed deficiencies and maintain or extend the life limits of aircraft engines. Work will be performed in East Hartford, Connecticut, and is expected to be completed Dec. 31, 2029. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $557,347 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-21-D-0001). The Boeing Co., Oklahoma City, Oklahoma, has been awarded Option Five to its indefinite-delivery/indefinite-quantity contract FA8106-16-D-0002 under order FA8134-21-F-0001, in the estimated amount of $196,477,863. The Option Five exercise will provide E4B program management, field service representatives, system integration laboratory support, emergency support, spare procurement, spare repair and overhaul, engine sustainment and scheduled and unscheduled depot maintenance. Work will be performed in Oklahoma City, Oklahoma; Offutt Air Force Base, Nebraska; and San Antonio, Texas, and is expected to be completed Nov. 30, 2021. This contract is a sole-source order. Fiscal 2021 operation and maintenance funds in the amount of $75,677,863 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $42,100,000 undefinitized modification (P00016) to contract FA8682-18-C-0009 for the Joint Air-to-Surface Standoff Missile (JASSM) group one development. This contract modification supports the Global Positioning System receiver development and the development of the missile control unit gigabit cables. Work will be performed in Orlando, Florida, and is expected to be completed Dec. 31, 2023. Fiscal 2020 procurement; and fiscal 2020 research, development, test and evaluation funds in the amount of $6,774,932 are being obligated at the time of award. Total cumulative face value of the contract is $214,912,654. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY The Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $188,572,655 modification (P00010) exercising the second one-year option period of a one-year base contract (SPRPA1-17-D-009U) with four one-year option periods for performance-based logistics and engineering support for the V-22 platform. This is a firm-fixed-price requirements contract. Locations of performance are Maryland, Texas and Pennsylvania, with a Nov. 30, 2021, performance completion date. Using customers are Air Force, Navy, Marine Corps and military services in Japan. Type of appropriation is fiscal 2021 through 2022 (Air Force, Navy, Special Operations Command and Foreign Military Sales) appropriated funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. SupplyCore Inc.,* Rockford, Illinois (SPE8E3-21-D-0001, $90,000,000); and Noble Supply and Logistics,* Rockland, Massachusetts (SPE8E3-21-D-0002, $90,000,000) have each been awarded a firm-fixed-price contract under solicitation SPE8EG-13-R-0002 for facilities maintenance, repair and operations. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. They are 365-day bridge contracts with no option periods. Locations of performance are Illinois, Massachusetts, Mississippi, Alabama, Florida, North Carolina, South Carolina, Georgia and Tennessee, with a Nov. 28, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an estimated $16,881,210 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to add pricing for the repair of modular receiver exciters and common radar processor components and other depot-level reparable items. 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 three-year base contract with one five-year option period. Location of performance is Maryland, with a Sept. 9, 2023, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2023 Air Force operation and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-21-D-0001). Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $7,788,263 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1213) with four one-year option periods for men's broadfall trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are New York and North Carolina, with a Nov. 24, 2021, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. NAVY Adept Process Services Inc. (APS Marine), National City, California (N55236-21-D-0001); Amee Bay LLC, Hanahan, South Carolina (N55236-21-D-0002); Delphinus Engineering Inc., Eddystone, Pennsylvania (N55236-21-D-0003); Epsilon Systems Solutions Inc., San Diego, California (N55236-21-D-0004); Integrated Marine Services Inc., Chula Vista, California (N55236-21-D-0005); Marine Group Boat Works LLC, Chula Vista, California (N55236-21-D-0006); Q.E.D. Systems Inc., Virginia Beach, Virginia (N55236-21-D-0007); and Willard Marine Inc., Anaheim, California (N55235-21-D-0008), are awarded an overall maximum ceiling value of $64,349,360 in firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts with a five base year ordering period to provide marine boatyard services (Lot 1) including specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, and lighterage/service crafts that can be transported via roadway by a trailer that is less than 15 meters or 50 feet in length. It includes their associated systems (i.e., hull, mechanical, electrical and electronic systems; trailers; transporters; deployment systems; slings and hoisting systems; launch and retrieval systems, etc.) and periodic maintenance. These eight companies will have an opportunity to compete for individual delivery orders. Work will be performed within the San Diego-Los Angeles County areas. These contracts have a five-year base ordering period and work is expected to be completed by November 2025. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $80,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract's initial delivery order and funding will expire at the end of the current fiscal year. These contracts were competitively procured via the beta.sam.gov website; nine offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Barnhart-Reese Construction Inc.,* San Diego, California, is awarded firm-fixed-price task order N62473-21-F-4139 at $15,814,642 under a multiple award construction contract for design-build repair to Bachelors Enlisted Quarters (BEQ) Building 210905 at Marine Corps Base Camp Pendleton, California. The scope of work includes repairs to building subsurface slab and waste line; interior walls, doors, floors, shower enclosures and restroom fixtures; exterior doors and hardware, downspouts, gutters, cracks on walls and balconies, paint walls and rails; electrical lines and walkways; provides an air-cooled chiller, pumps, controls and associated appurtenances; and any incidental related work. Work will be performed in Oceanside, California, and is expected to be completed by June 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $15,814,642 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-4629). Innovative Defense Technologies,* Arlington, Virginia, is awarded a $14,071,754 cost-plus-fixed-fee contract for automated test and analysis capability supporting Navy surface combatant combat system development. Work will be performed in Arlington, Virginia (50%); and Mount Laurel, New Jersey (50%), and is expected to be completed by November 2021. This contract includes options, which if exercised, would bring the cumulative value of this contract to $90,490,587 and be completed in November 2025. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $500,000 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)(5). This award is the result of a Small Business Innovative Research Phase III sole-source acquisition. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5100). Perspecta Engineering Inc., Chantilly, Virginia, is awarded a $9,731,342 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides engineering services in support of test and evaluation and systems engineering activities related to AEGIS Ballistic Missile Defense on behalf of the Missile Defense Agency. Work will be performed in Kauai, Hawaii (90%); Oahu, Hawaii (4%); Santa Clara, California (3%); Point Mugu, California (2%); and Chantilly, Virginia (1%). Work is expected to be completed in November 2025. No funds will be obligated at the time of award and funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-21-D-0007). Bristol Engineering Services Co. LLC,* Anchorage, Alaska, is awarded firm-fixed-price task order N62473-21-F-4135 at $8,257,745 under a multiple award construction contract for construction and repair of natural gas lines at Marine Corps Air Ground Combat Center, Twentynine Palms, California. The work to be performed provides for construction and repair of high pressure natural gas systems' main and laterals lines. This project repairs approximately 108,000 linear feet of underground high pressure (400 psi) main piping, medium pressure piping, and low pressure (45 to 20 psi) branch natural gas piping system. Work will be performed in Twentynine Palms, California, and is expected to be completed by February 2022. Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $8,257,745 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N39430-20-D-2221). ARMY Northrop Grumman Systems Corp., Herndon, Virginia, was awarded an $11,538,508 modification (P00014) to contract W911S0-18-C-0004 to provide mission support for planning, coordination and execution of exercises conducted by the Army's Mission Command Training Program. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Oct. 14, 2024. Fiscal 2021 operation and maintenance (Army) funds in the amount of $11,538,508 were obligated at the time of the award. The U.S. Army Field Directorate Office, Fort Leavenworth, Kansas, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2428368/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 2, 2019

    3 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 2, 2019

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $348,223,161 for modification P00019 to a previously awarded cost-plus-fixed-fee contract (N00019-17-C-0001). This modification is for production non-recurring, special tooling and special test equipment in support of low-rate initial production Lot 12 F-35 Lightning II aircraft for the Air Force, Navy, Marine Corps, non-U.S. Department of Defense (DoD) partners and foreign military sales (FMS) customers. Work will be performed in Fort Worth, Texas (23.80%); El Segundo, California (23.86%); San Diego, California (17.03%); Samlesbury, United Kingdom (7.65%); Orlando, Florida (6.63%); Cedar Rapids, Iowa (3.44%); Nashua, New Hampshire (2.71%); Clearfield, Utah (2.15%); Marietta, Georgia (1.77%); East Aurora, New York (1.59%); Palmdale, California (1.40%); Cheltenham, United Kingdom (0.96%); Turin, Italy (0.81%); Clearwater, Florida (0.79%); Melbourne, Florida (0.60%); Irvine, California (0.58%); Kongsberg, Norway (0.53%); Arlington, Texas (0.48%); Rolling Meadows, Illinois (0.46%); Tempe, Arizona (0.38%); Inglewood, California (0.33%); Papendrecht, Netherlands (0.28); Garden Grove, California (0.21%); Montmorency, Australia (0.20%); Marion, Virginia (0.17%); Independence, Ohio (0.14%); Amesbury, Massachusetts (0.13%); Rome, New York (0.13%); Los Angeles, California (0.10%); Hot Springs, Arkansas (0.10%); Lystrup, Denmark (0.09%); Grand Rapids, Michigan (0.09%); Owego, New York (0.07%); Sharon, Massachusetts (0.06%); Wichita, Kansas (0.06%); Boulder, Colorado (0.05%); Carlsbad, California (0.04%); Ontario, California (0.04%); Delta, British Columbia, Canada (0.03%); Long Beach, California (0.01%); Lindenhurst, New York (0.01%); Eskisehr, Turkey (0.01%); Saint Peters, Missouri (0.01%); Santa Fe Springs, California (0.01%); and Rancho Cucamonga, California (0.01%). Work is expected to be completed in August 2022. Fiscal 2017 aircraft procurement (Navy and Marine Corps); fiscal 2018 and 2019 aircraft procurement (Air Force, Navy and Marine Corps); non-U.S. DoD partner and FMS funds in the amount of $348,223,161 are being obligated at time of award, $17,899,115 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($129,642,270; 38%); Navy ($69,738,685; 20%); Marine Corps ($61,001,500; 17%); non-U.S. DoD partners ($60,840,706; 17%) and FMS customers ($27,000,000; 8%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Anchor Innovation Inc.,* Virginia Beach, Virginia (N50054-19-D-1901); Beach Marine Services Inc.,* Portsmouth, Virginia (N50054-19-D-1902); Colonna's Shipyard Inc.,* Norfolk Virginia (N50054-19-D-1903); East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N50054-19-D-1904); Fairlead Boatworks Inc.,* Newport News, Virginia (N50054-19-D-1905); Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1906); Q.E.D. Systems, Inc.,* Virginia Beach, Virginia (N50054-19-D-1907); United States Marine Inc.,* Gulfport, Mississippi (N50054-19-D-1908); and Willard Marine Inc.,* Virginia Beach, Virginia (N50054-19-D-1909) for Mid-Atlantic Regional Maintenance Center Marine Boatyard and Industrial Support for Lot I, and Colonna's Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1910); East Coast Repair and Fabrication LLC,* Norfolk, Virginia (N50054-19-D-1911); Fairlead Boatworks Inc.,* Newport News, Virginia (N50054-19-D-1912); and Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1913) for Mid-Atlantic Regional Maintenance Center Marine Boatyard and Industrial Support for Lot II, are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts to furnish the management, material support services, labor, supplies and equipment deemed necessary to provide marine boatyard and industrial support which includes modifications, upgrades, service life extension and repairs to non-commissioned boats, crafts, lighterage and service craft and/or their associated systems and periodic maintenance. These contracts include options which, if exercised, would bring the cumulative ceiling value to $216,979,810. These nine small businesses will have the opportunity to provide offers for individual delivery orders. Work will be performed in the Hampton Roads, Virginia, area and is expected to be complete by July 2020, and work is expected to be completed by July 2024, if all options are exercised. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,500 ($2,500 minimum guarantee per contract) was obligated under each contract's initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website with nine offers received. The Navy's Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity. Leidos Inc., Reston, Virginia, is awarded a maximum $99,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, single award task order contract for aerospace medical and environmental health research support services at the Naval Medical Research Unit-Dayton. Work will be performed in Dayton, Ohio, and is expected to be completed by July 7, 2024. Fiscal 2019 research, development, testing and evaluation (Navy) funding in the amount of $1,000,000 will be obligated upon award under an initial incrementally funded task order and the funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-D-5005). RWG (Repair & Overhauls) USA Inc., Houston, Texas (N64498-19-D-4019); and the Canadian Commercial Corp. representing Standard Aero Energy Co. (SAE) Winnipeg, Manitoba (N64498-19-D-4020) are each awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract for depot level overhaul of Navy 501-K34 marine gas turbine engines for a program cumulative value of $70,000,000. The 501-K34 marine gas turbine engines are used on the Navy ship class DDG-51. Orders will be competed between both offerors. Work under N64498-19-D-4019 will be performed in Houston, Texas, and work under N64498-19-D-4020 will be performed in Winnipeg, Manitoba, and is expected to be completed by March 2024. No funding will be obligated at time of award. Funds will be obligated as individual orders are issued. These contracts were not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), Limited Number of Responsible Sources. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $21,689,142 cost-plus-fixed-fee delivery order (N00019-19-F-2972) against a previously issued basic ordering agreement (N00019-19-G-0029). This order procures the CH-53K Data Transfer Unit and Defensive Electronic Countermeasure System Replacement program and includes necessary Non Recurring Engineering (NRE) to replace existing subsystems within the CH-53K production aircraft. NRE tasks include investigation, systems engineering support, risk analysis, integration development, weight impact and publication updates. Work will be performed in Stratford, Connecticut (44.02%); Cedar Rapids, Iowa (41.74%); Fort Worth, Texas (7.41%); Vergennes, Vermont (2.81%); City of Industry, California (1.9%); Costa Mesa, California (1.18%); and various locations within the continental U.S. (.94%), and is expected to be completed in January 2021. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $21,689,142 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Epsilon Systems Solutions Inc.,* Portsmouth, Virginia, is awarded a $14,589,487 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair, restoration, overhaul, assembly and test services of the Naval Submarine Universal Modular Mast (UMM). The UMM systems will be completely overhauled off-hull at the vendor's facility to a ready-for-issue status to support the fleet during maintenance availabilities. Required services will be determined on an individual task order level. Work will be performed in Portsmouth, Virginia, and is expected to be completed by July 2024. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $566,676 will be obligated at time of award via the first task order and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4027). Frequentis Defense Inc., Columbia, Maryland, is awarded an $8,454,481 firm-fixed-price contract for non-recurring engineering and logistics for the design, development, test, manufacture and repair of the MD-5A Unmanned Carrier Aviation Mission Control System, which will support the MQ-25 Stingray unmanned air vehicle. The integrated computer system will transport voice communications from carrier-based air vehicle operators to local audio switches, local radio terminals and remote radio terminals. Work will be performed in Columbia, Maryland, and is expected to be completed in March 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $8,454,481 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0276). Tompco Inc.,* Seabeck, Washington, is awarded $8,221,449 for firm-fixed-price task order N44255-19-F-4283 under a previously awarded multiple award construction contract (N44255-17-D-4014) for the RM #19-0166 asbestos abatement and replacement of steam condensate and high pressure drain systems, Naval Base Kitsap, Puget Sound, Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington. Scope of work includes the abatement of asbestos and replacement of systems throughout the steam distribution system to improve worker safety. This project consists of High Efficiency Particulate Air (HEPA) vacuuming all surfaces, wet wiping, scraping, shoveling, scrubbing and/or mopping where HEPA vacuuming is inadequate to containment and removal of any mud, sand, soil and dust/debris from surfaces including floors, abandoned piping removal and replacement of piping and insulation. The project area is DD5 service gallery and all connected laterals, trenches, utilidors, etc. The work will be performed in Bremerton, Washington, and is expected to be completed by Feb. 3, 2020. Fiscal 2019 working capital contract funds in the amount of $8,221,449 are obligated on this award and will not expire at the end of the current fiscal year. Five solicitation emails were sent and four proposals were received for this task order. The Naval Facilities Engineering Command (NAVFAC), Northwest, Silverdale, Washington, is the contracting activity for the basic contract and the NAVFAC Bremerton Field Engineering, Acquisition Department is the contracting activity for the task order. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $7,103,403 for cost-plus-fixed-fee order N00019-19-F-2555 against a previously issued basic ordering agreement N00019-19-G-0029. This order procures non-recurring engineering, development, tooling, manufacturing, qualification, reporting and delivery of the nose, main, intermediate and tail gearbox gears in support of the low rate initial production of the CH-53K aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in October 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,103,403 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. ARMY Yulista Support Services,* Huntsville, Alabama, was awarded a $226,911,155 cost-plus-fixed-fee contract for maintenance and modifications of C5ISR flight activity platforms. Bids were solicited via the internet with zero received. Work locations and funding will be determined with each order, with an estimated completion date of June 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-19-D-0002). Cornforth Consultants Inc.,* Portland, Oregon (W91237-19-D-0016); K S Ware & Associates LLC,* Nashville, Tennessee (W91237-19-D-0017); and Aterra-Schnabel JV,* Ambler, Pennsylvania (W91237-19-D-0015), will compete for each order of the $15,000,000 firm-fixed-price contract for national dam safety engineering and design services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of July 1, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. AIR FORCE Leidos Inc., Reston, Virginia, has been awarded a $66,752,500 cost-plus-fixed-fee contract for rapid technology development and demonstrations. This contract provides for the development of new/novel concepts for sensor and systems of sensor systems across the multiple domains and spectrums that aid in command, control, communications, computers, intelligence, surveillance and reconnaissance and battlespace awareness. Work will performed in Reston, Virginia, with base support at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by June 12, 2024. This award is a result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $546,050 are being obligated at the time of award. Contracting activity is the U.S. Air Force, Air Force Materiel Command, Air Force Research Laboratory, Wright-Patterson AFB, Ohio (FA8650-19-C-1941). Engility Corp., Andover, Massachusetts, has been awarded a $40,000,000 firm-fixed-price/cost reimbursement/cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services supporting the Space and Missile Systems Center, Advanced Systems and Development Directorate, Ground Systems and Space Operations Division at Kirtland Air Force Base, New Mexico. This contract provides engineering, development, integration and sustainment services supporting the current ground system enterprise throughout its evolution, including the transition to and buildout of enterprise ground services. Work will be performed at Kirtland AFB, New Mexico; Schriever AFB, Colorado; Buckley AFB, Colorado; Colorado Springs, Colorado; Space Based Infrared Radar Payload On-Orbit Test Station facility, Azusa, California; the Space Management Battle Lab, Colorado Springs, Colorado; Vandenberg AFB, California, as well as future sites at Naval Research Laboratory, Blossom Point, Maryland, and is expected to be completed by Sept. 20, 2019. This award is the result of a sole source acquisition. Space and Missile Systems Center, Advanced Systems & Development Directorate, Kirtland AFB, New Mexico, is the contracting activity (FA8818-19-D-0004). General Dynamics Information Technology Inc., doing business as General Dynamics Mission Systems, Fairfax, Virginia, have been awarded a $35,683,952, cost-plus-incentive-fee modification (P00015) to previously awarded FA8307-17-F-0004 for next generation GEO overhead persistent infrared (NGG-OPIR). The contract modification provides for additional Medium/LargeSat Common Solutions (MLCS) variants for the NGG-OPIR program, additional MLCS engineering development modules, increased tempest testing and to fund an overrun. Work will be performed at General Dynamics Mission System, Scottsdale, Arizona, and is expected to be completed by March 31, 2022. Fiscal 2019 research and development funds in the amount of $12,726,494.04 are being obligated at the time of award. The Air Force Life Cycle Management Center, Cryptologic Systems Division, Contracting Division, Joint Base San Antonio, Texas, is the contracting activity. DEFENSE LOGISTICS AGENCY Valley Apparel, LLC,* Knoxville, Tennessee, has been awarded a maximum $10,794,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy working uniform parkas. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Location of performance is Tennessee, with a July 1, 2020 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1172). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1895053/source/GovDelivery/

  • Rheinmetall expects up to 25 bln eur in orders for JV with Leonardo

    8 août 2024 | International, Terrestre

    Rheinmetall expects up to 25 bln eur in orders for JV with Leonardo

    DUSSELDORF, Aug 8 (Reuters) - Rheinmetall (RHMG.DE), opens new tab expects orders worth up to 25 billion euros ($27.27 billion) from the Italian government for its joint tank-building venture with defence manufacturer Leonardo (LDOF.MI), opens new tab, the German defence group's CEO said on Thursday. https://www.reuters.com/business/aerospace-defense/rheinmetall-expects-up-25-bln-eur-orders-jv-with-leonardo-2024-08-08/

Toutes les nouvelles