6 juin 2024 | International, Terrestre

US test-fires two unarmed Minuteman III nuclear weapons

The reentry vehicle of each missile traveled approximately 4,200 miles to the Ronald Reagan Ballistic Missile Defense Test Site on the Kwajalein Atoll.

https://www.defensenews.com/training-sim/2024/06/06/us-test-fires-two-unarmed-minuteman-iii-nuclear-weapons/

Sur le même sujet

  • Contract Awards by US Department of Defense - December 18, 2018

    19 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 18, 2018

    MISSILE DEFENSE AGENCY Lockheed Martin Corp., Moorestown, New Jersey, is being awarded a $585,206,351 fixed-price incentive delivery order for the Homeland Defense Radar - Hawaii (HDR-H). The contractor will design, develop, and deliver the HDR-H radar providing autonomous acquisition and persistent precision tracking and discrimination to optimize the defensive capability of the Ballistic Missile Defense System (BMDS) and counter evolving threats. This award is the result of a competitively awarded acquisition in which one offer was received. Fiscal 2018 and 2019 research development test and evaluation funds in the amount of $51,389,757 are being obligated at time of award. The work will be performed in Moorestown, New Jersey; and Oahu, Hawaii. The exact location in Oahu, Hawaii, will be determined at the conclusion of the ongoing site selection and National Environmental Policy Act processes. The period of performance is from Dec. 18, 2018, through Dec. 17, 2023. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-F-0018). DEFENSE INFORMATION SYSTEMS AGENCY Hewlett Packard Enterprise, Reston, Virginia, was awarded a competitive, single award indefinite-delivery/indefinite–quantity, firm-fixed-price contract for X86 processor capacity services. The total lifecycle amount of the contract is $323,921,060. The minimum guarantee for this effort is $770,000, $675,000 of which is being met by the first delivery order under HC1084-19-F-0001, and is funded by fiscal 2019 research, development, test and evaluation funds. Performance will be at current Defense Information Systems Agency (DISA) data centers or future DISA centers in the continental U.S. (CONUS), DISA outside CONUS (OCONUS) data centers, and other DISA or DISA-approved locations worldwide in which DISA may acquire an operational responsibility. Proposals were solicited via the Federal Business Opportunities websites, and six proposals were received from the proposals solicited. The period of performance is for a base of five years beginning Dec. 19, 2018, and five one-year periods through Dec. 18, 2028. The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity (HC1084-19-D-0002). NAVY General Electric Co., Lynn, Massachusetts, is awarded $290,834,776 for modification P00014 to a previously awarded firm-fixed-price contract (N00019-17-C-0047) for the procurement of eight F414-GE-400 install engines for the Navy. In addition, this modification provides for the procurement of 56 F414-GE-400-1A install engines; four F414-GE-400 spare engines; two spare engine containers and 12 spare engine modules for the government of Kuwait. These engines power the F/A-18E/F Super Hornet aircraft. Work will be performed in Lynn, Massachusetts (59 percent); Hooksett, New Hampshire (18 percent); Rutland, Vermont (12 percent); and Madison, Kentucky (11 percent), and is expected to be completed in December 2020. Fiscal 2018 aircraft procurement (Navy); and foreign military sales funds in the amount $290,834,776 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the. Navy ($33,261,704; 11 percent); and the government of Kuwait ($257,573,072; 89 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $91,720,000 ceiling-priced, cost-plus-fixed-fee, firm-fixed-price contract for the procurement of new aircrew and maintenance training systems, as well as upgrades and modifications to the existing F/A-18E/F and EA-18G aircrew and maintenance training systems to ensure the systems are representative of fleet aircraft and systems and interface with the F-35 Joint Strike Fighter Joint Simulation Environment. Work will be performed in St. Louis, Missouri, and is expected to be completed in December 2023. Fiscal 2017 aircraft procurement (Air Force); fiscal 2019 aircraft procurement (Navy); and 2018 research, development, test and evaluation funds in the amount of $32,260,000 will be obligated at time of award, $32,097,000 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. This contract combines purchase for the Navy ($90,836,000; 99.03 percent); and the Air Force ($884,000; 0.97 percent). The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134019D0906). Raytheon Co., McKinney, Texas, is awarded $65,648,632 for firm-fixed-price delivery order N00383-19-F-HC02 under a previously awarded basic ordering agreement (N00383-15-G-005D) for the repair of the Advanced Targeting Forward Looking Infrared system used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas (77 percent); Jacksonville, Florida (20 percent); and El Segundo, California (3 percent). Work is expected to be completed by December 2020. Working capital funds (Navy) in the full amount of $65,648,632 will be obligated to fund the delivery order and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, is awarded a $32,396,621 five-year, firm-fixed-price requirements, long-term contract for the repair of 103 items of the ALQ-126B electronic countermeasures systems and two items of the ALE-55 radio frequency countermeasure system to support countermeasures for various aircraft. Work will be performed in Nashua, New Hampshire (47 percent); Jacksonville, Florida (48 percent); and Crane, Indiana (5 percent). Work is expected to be completed by December 2023. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UA01). Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $14,915,670 for modification P00004 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-18-D-0004) to exercise additional contract line item numbers under Option Year I for the manufacture and delivery of additional quantities of the AN/ARC-210 family of radio equipment in support of Navy, Air Force, Marine Corps, and Foreign Military Sales customers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2021. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded $11,740,000 for not-to-exceed delivery order N0001919F2610 against a previously issued basic ordering agreement (N00019-15-G-0003) for the Navy and Air Force. This order provides for non-recurring engineering for the redesign of the Control Actuation System electronic controller and the requalification of the dimeryl diisocyanate utilized in the AIM-9X Sidewinder Block I/II/II+ missiles. Work will be performed in Santa Clarita, California (48 percent); Rocket Center, West Virginia (33 percent); and Tucson, Arizona (19 percent), and is expected to be completed in March 2021. Fiscal 2019 weapons procurement (Navy); and fiscal 2019 missile procurement (Air Force) funds in the amount of $3,471,918 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($5,870,000; 50 percent); and the Air Force ($5,870,000; 50 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. L3 Adaptive Methods, Centreville, Virginia, is awarded a $7,674,780 cost-plus-fixed-fee modification to a previously awarded contract (N00024-15-C-5220) to exercise an option for the accomplishment of services for the Undersea Warfare and Surface Warfare command and control systems. The services include systems engineering, program management, software development, risk management, prototype development, information assurance, training, and integrated logistics support. Work will be performed in Centreville, Virginia (50 percent); and Keyport, Washington (50 percent), and is expected to be completed by December 2019. Fiscal 2019 research, development, test, and evaluation (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $4,279,000 will be obligated at time of award and funding in the amount of $420,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. AIR FORCE Raytheon Missile Systems, Tucson, Arizona, has been awarded a $141,447,329 firm-fixed-price contract (FA8672-19-C-0010) to exercise an option to previously awarded contract FA8672-10-C-0002 for Small Diameter Bomb (SDB) II. The contractor will provide low-rate initial production for 1,260 SDB II Lot Five munitions, 389 single-weapon containers, 344 dual-weapon containers, 20 production reliability incentive demonstration effort captive vehicles, 20 production reliability incentive demonstration effort tests, 36 weapon load crew trainers/conventional munitions maintenance trainers and data. Work will be performed in Tucson, Arizona, and is expected to be completed by June 30, 2022. This award is the result of a sole-source acquisition resulting from follow-on to competition. Fiscal 2019 missile procurement funds in the amount of $141,447,329 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, has been awarded a $7,394,373 modification (P00063) to contract FA808-12-C-0010 for Advanced Extremely High Frequency satellite vehicles 5/6. The contract modification is for Space Vehicle 5 Liquid Apogee Engine (LAE) 4-corners testing request for equitable adjustment. Work for this effort is complete. The testing of the LAE engine took place in Tokyo, Japan, the removal and replacement took place in Sunnyvale, California. Fiscal 2017 missile procurement funds will fund the contract. Total cumulative face value of the contract is $2,032,081,111. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. ARMY M.A. Mortenson Co., doing business as Mortenson Construction, Minneapolis, Minnesota, was awarded a $36,298,000 firm-fixed-price contract to design and construct a 61,515 square foot administrative facility including administrative spaces, classrooms, and secure spaces. Bids were solicited via the internet with six received. Work will be performed in Buckley Air Force Base, Colorado, with an estimated completion date of March 10, 2021. Fiscal 2018 military construction funds in the amount of $36,298,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0006). DEFENSE LOGISTICS AGENCY Michelin North America Inc., Greenville, South Carolina, has been awarded a maximum $26,289,870 fixed-price, indefinite-delivery, requirements contract for aircraft tires supporting the Global Tire Program. This is a three-year contract with no option periods. Location of performance is South Carolina, with a Dec. 17, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0046). Goodyear Tire and Rubber Co., Akron, Ohio, has been awarded a maximum $24,047,839 fixed-price, indefinite-delivery, requirements contract for aircraft tires supporting the Global Tire Program. This was a competitive acquisition with two offers received. This is a three-year contract with no option periods. Location of performance is Ohio, with a Dec. 17, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0045). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $17,040,935 firm-fixed-price delivery order (SPRPA1-18-F-0003) against a five-year basic ordering agreement (SPRPA1-14-D-002U) for F/A-18 depot level repairable parts support. 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 four-year, four-month contract with no option periods. Locations of performance are Missouri, California, Florida and North Carolina, with an April 18, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Raytheon Co., McKinney, Texas, has been awarded a maximum $9,549,053 firm-fixed-price contract for 128 display control modules for the Abrams tank. 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 two-year base contract with one six-month option period. The option is being exercised at the time of award. Location of performance is Texas, with an April 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0070). Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a $9,309,281 modification (P00007) to a one-year contract (SPE1C1-17-D-1090) with two one-year option periods for various parkas. This is a fixed-price contract. Locations of performance are Florida and Tennessee, with a Dec. 19, 2019, performance completion date. Using military services are Marine Corps and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY General Dynamics Mission Systems, Inc., San Antonio, Texas, has been awarded a $24,916,847 modification (P00036) to previously awarded contract HR0011-16-C-0001 for classified information technology services. The modification brings the total cumulative face value of the contract to $105,016,388 from $80,099,541. Work will be performed in Arlington, Virginia, with an expected completion date of February 2020. Fiscal 2018 and 2019 research and development funds in the amount of $20,949,939 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1717218/source/GovDelivery/

  • National Cybersecurity Strategy is a North Star for federal agencies

    23 mars 2023 | International, C4ISR

    National Cybersecurity Strategy is a North Star for federal agencies

    Many government agencies still rely on legacy IT systems that are costly to maintain and difficult to defend, the author says.

  • Army testing more effective ghillie suits

    5 octobre 2018 | International, Terrestre

    Army testing more effective ghillie suits

    By David Vergun, Army News Service FORT BELVOIR, Va. -- The Army is looking for an improved ghillie suit to replace the flame-resistant, camouflage suit now worn by snipers to keep them from being seen by the enemy. The current ghillie suits are bulky, somewhat uncomfortable and hot in warm weather, said Debbie Williams, a systems acquisition expert with Program Executive Office Soldier, Product Manager Soldier Clothing and Individual Equipment. The current suit is known as the Flame Resistant Ghillie System, or FRGS. The replacement the Army is looking for will be called the Improved Ghillie System, or IGS, Williams said. She added that although the term "flame resistant" is not in the new name, the IGS will still have flame-resistant properties. Soldiers will receive most of their protection from the base layer worn under the IGS, such as the Flame Resistant Combat Uniform, or FR ACU. The IGS will be a modular system, worn over the field uniform, she said. It will be modular in that it can be taken apart, with pieces added or subtracted as needed, such as sleeves, leggings, veil, cape and so on. Another change is that the IGS will not come with the accessory kit, like the one supplied with the FRGS, Williams said. It was found that Soldiers were not using a majority of the items in their accessory kit or preferred a different material. Williams said the cost of the IGS will be lower than the current $1,300 FRGS. Mary Armacost, a textile technologist with Product Manager Soldier Clothing and Individual Equipment, said the IGS will be made of lighter, more breathable material than the FRGS. Also, the material for the skeins that accompany the IGS will be stiffer than that of the FRGS, thereby making the IGS more effective at camouflaging the Soldier. A request for proposal for the IGS went out Aug. 28 and closed Sept. 24, she said. Vendors must each provide three samples. About 3,500 suits are expected to be produced under the contract for approximately 3,300 snipers in all three Army components, as well as Soldiers in U.S. Special Operations Command, Williams said. After the samples are obtained, lab and field testing will begin at various locations in November, she said. For example, the Army's Night Vision Laboratory will do full-spectrum testing. It will also use night vision goggles to see how well the suits remain hidden in darkened conditions. Daytime testing for visual camouflage effectiveness will take place as well, with sniper-qualified Soldiers at Eglin Air Force Base, Florida, Williams said. Additionally, acoustic testing will be done by the Army Research Laboratory to determine how much noise the IGS produces in field conditions. ARL will also test the effectiveness of the fabric regarding tear resistance and fire retardant effectiveness, she added. Following all of this, a limited user evaluation should commence next spring using instructors from the Sniper School at Fort Benning, Georgia. https://www.army.mil/article/211933

Toutes les nouvelles