14 mai 2018 | International, Aérospatial, Naval

What do Marines want in their next drone? Everything

By:

The Marine Corps has revamped its requirements for a large unmanned aerial system after industry leaders said an early version of the drone could cost as much as $100 million.

Now, Marine leaders are following a tiered approach to the requirements as a way to manage costs and work closely with industry.

The Marines are charting ahead with the Marine Air Ground Task Force (MAGTF) Unmanned Expeditionary, or MUX, group 5 UAS. The Marines have long expressed a desire for an organic drone in the Group 5 category, the largest category of military drones.

The initial desired capability set for the MUX was extremely broad, mirroring a Swiss Army knife of mission sets. When first presented to industry, leaders derided the expansive mission set as too costly.

“They came back and said you're talking about something that's going to be $100 million, as big as a V-22. Are you sure that's what you want?,” Lt. Gen. Robert Walsh, commanding general of the Marine Corps Combat Development Command and Deputy Commandant for Combat Development and Integration, told a small group of reporters following his appearance at the Modular Open Systems Summit in Washington May 1.

“We said ‘No, that's not what we want, not something that big. We want something to fly off a ship, off an expeditionary site. What that allowed us to do through the industry involvement then was to neck down, if you look at the [request for information] we sent out for the industry day, it tiered the requirements.”

The initial RFI was released March 8.

With the tiered requirements approach, Walsh explained that the Marines listed four capabilities they wanted most, while others could be nice to haves or even be handled by other assets.

Tier 1 capabilities include airborne early warning – which Walsh said industry wasn't heavily considering but is a capability the Marines absolutely need coming off a ship – command and control communications, digitally passing information, intelligence, surveillance and reconnaissance and electronic warfare.

Additional capabilities include potential weapons armament if the drone will escort V-22s and logistics.

“Amazon, FedEx, somebody else will help us with that and we'll probably buy what they're developing,” Walsh said of the logistics portion.

Similarly, Col. James Frey, the director of the Marine Corps' Aviation Expeditionary Enablers branch, told USNI News that the Future Vertical Lift program might fill this void, adding that whatever is not covered by the program could be done with the CH-53K heavy-lift helicopter.

Ultimately, Walsh noted that bringing industry in early will help the service refine its requirements before setting them in stone, leading to a better capability.

The industry day, slated for June 6 and 7, will “bring everybody together and help us with this and have like a workshop approach to that. Both primes and small subs,” he said. “I find this is a way that will allow us to go fast.”

https://www.c4isrnet.com/unmanned/2018/05/02/what-do-marines-want-in-their-next-drone-everything/

Sur le même sujet

  • Contract Awards by US Department of Defense - December 11, 2019

    12 décembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 11, 2019

    ARMY Galveston Coastal Services JV, Houston, Texas, was awarded a $228,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 10, 2027. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-D-0001). Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $22,441,319 cost-plus-fixed-fee contract to design, develop and validate system prototypes for a combined arms squad. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Jan. 31, 2021. Fiscal 2019 Defense Advanced Research Projects Agency funds in the amount of $11,323,800 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W912CG-20-C-0005). NAVY Ahtna-CDM JV,* Irvine, California (N62473-20-D-0026); R. A. Burch Construction Inc.,* Ramona, California (N62473-20-D-0027); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-20-D-0028); Insight Pacific LLC,* Brea, California (N62473-20-D-0029); I.E.-Pacific Inc.,* Escondido, California (N62473-20-D-0030); Patricia I. Romero Inc., doing business as Pacific West Builders,* National City, California (N62473-20-D-0031); and Heffler Contracting Group,* El Cajon, California (N62473-20-D-0032), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations (AO). The work to be performed provides for, but is not limited to, new construction, renovation, alteration, demolition and repair work by design-build or by design-bid-build of commercial and institutional facilities, administrative and industrial facilities, housing facilities, child care centers, lodges, recreational/fitness centers, retail complexes, warehouses, offices, community centers, medical facilities, operational airfield facilities, hangars, armories, fire stations, auditoriums, religious facilities and manufacturing facilities. The maximum dollar value including the base two-year performance period and one three-year option period for all seven contracts combined is $99,999,000. No task orders are being issued at this time. All work on this contract will be performed primarily within the NAVFAC Southwest AO which includes California (55%); Nevada (40%); Arizona (1%); Colorado (1%); New Mexico (1%); Utah (1%); and remainder of the U.S. (1%), with an expected completion date of December 2024. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $35,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the Navy Electronic Commerce Online website with 33 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Southwest, San Diego, California, is the contracting activity. Etolin Strait Partners LLC,* Norfolk, Virginia, was awarded a $30,000,000, indefinite-delivery/indefinite-quantity, firm-fixed-price job order contract for minor construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington, District of Columbia, area of responsibility (AOR). The work to be performed provides for the accomplishment of various maintenance, repair, alteration and minor new construction projects to government facilities located primarily within the NAVFAC. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the task order's request for proposal. Work will be performed primarily in Maryland, Virginia and the District of Columbia, and is expected to be completed by September 2020. Fiscal 2019 operations and maintenance, Navy (O&M) funding in the amount $10,000 and will expire at the end of fiscal 2019. Future task orders will be funded primarily by military construction (Navy); O&M (Navy); O&M (Defense Logistics Agency); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-19-D-0007). (Awarded Sept. 30, 2019) AIR FORCE Nightingale Corp., Tonawanda, New York (FA8003-20-A-0001); Great Journey West LLC, Saint Charles, Missouri (FA8003-20-A-0002); SCS Integrated Support Solutions LLC, Manassas, Virginia (FA8003-20-A-0003); Feigus Inc., Wall, New Jersey (FA8003-20-A-0004); Govsolutions Inc., Virginia Beach, Virginia (FA8003-20-A-0005); SLM Contract Furniture Inc., San Diego, California (FA8003-20-A-0006); Workplace Solutions Inc., Virginia Beach, Virginia (FA8003-20-A-0007); NxVet LLC, Woodbridge, Virginia (FA8003-20-A-0008); Seating Inc., Nunda, New York (FA8003-20-A-0009); and Trade Products Corp., Fairfax, Virginia (FA8003-20-A-0010), have been awarded an $80,000,000 multiple award blanket purchase agreement for executive, task, conference room and side chairs. This agreement provides for delivery of office chairs at a discount off General Services Administration Federal Supply Schedules pricing to Air Force offices in the continental U.S. Work will be performed at Tonawanda, New York; Hawthorne, California; Buena Park, California; Bryan, Texas; Hillsboro, Oregon; and Nunda, New York, and is expected to be completed by December 2024. This award is the result of a 100% small business set-aside competitive acquisition and 26 offers were received. Current fiscal year operations and maintenance funds will be obligated with each order and no funds are being obligated at the time of award. The 771st Enterprise Sourcing Squadron, Wright Patterson Air Force Base, Ohio, is the contracting activity. DEFENSE LOGISTICS AGENCY Thomas Scientific LLC, Swedesboro, New Jersey, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies. This was a competitive acquisition with 15 responses received. This is a five-year contract with no options. Location of performance is New Jersey, with a Dec. 18, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0006). KaVo Dental Technologies LLC, Charlotte, North Carolina, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 101 responses received. This is a five-year contract with no option periods. Location of performance is North Carolina, with a Dec. 10, 2024, 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-0026). Duck Delivery Produce Inc.,* Portland, Oregon, has been awarded a maximum $26,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a 48-month contract with no option periods. Locations of performance are Oregon and Washington state, with a Dec. 10, 2023, performance completion date. Using customers are Department of Agriculture schools and reservations. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S740). Chemring Sensors and Electronic Systems Inc., Charlotte, North Carolina, has been awarded a maximum $12,141,494 firm-fixed-price, definitive type contract for Biological Agent Warning System 4 Plus Assembly units. 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 one-year contract with one one-year option period being exercised at the time of award. Location of performance is North Carolina, with an April 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-C-0014). KBRwyle Technology Solutions LLC, Rockville, Maryland, has been awarded a maximum $9,690,076 cost-plus-fixed-fee, bridge contract for hydrant fueling automation maintenance. 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 17-month base contract with one three-month option period. Locations of performance are all 50 states, Japan, Wake Island, South Korea, Guam, Diego Garcia, Portugal, Crete, Spain, Germany, Italy, Turkey and the United Kingdom, with a May 12, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-20-C-0006). KBRwyle Technology Solutions LLC, Rockville, Maryland, has been awarded a maximum $7,936,316 cost-plus-fixed-fee, bridge contract for automated tank gauging, independent alarm system, and overfill protection equipment maintenance. 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 21-month base contract with one three-month option period. Locations of performance are Belgium, Djibouti, Germany, Greece, Greenland, Italy, Portugal, Spain, Turkey and the United Kingdom with a Sept. 12, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-20-C-0005). U.S. TRANSPORTATION COMMAND Marine Terminals Corp., San Pedro, California, has been awarded a firm-fixed-price contract, HTC711-20-D-R003, in the amount of $34,025,191. The contract provides stevedoring and terminal services at Port Naval Base Ventura County-Port Hueneme and the Port of San Diego. Work will be performed at Port Naval Base, Ventura County-Port Hueneme and the Port of San Diego, California. The contract base period of performance is from Feb. 7, 2020, to Feb. 6, 2025. Fiscal 2020 transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2038047/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 23, 2020

    24 juillet 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - July 23, 2020

    AIR FORCE BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, has been awarded a $495,482,136 firm-fixed-price, cost-plus-fixed-fee and cost-reimbursable indefinite-delivery/indefinite-quantity contract for the Instrumentation Range Support Program. This contract provides for serviceable components and subsystems for instrumentation tracking systems, worldwide for both foreign and domestic government agencies to include radars, telemetry and optical range mission systems, flight termination systems, data acquisition systems and Global Positioning Systems. Work will be performed on participating ranges in the program, including Air Force, Army, Navy, NASA, Department of Energy, as well as foreign ranges in the United Kingdom, Germany, Norway, Sweden, Republic of Korea and Switzerland. Work is expected to be completed Sept. 30, 2027. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount of $116,235 are being obligated on a delivery order at the time of award. This contract has a ceiling amount of $945,234,462. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-20-D-0005). The Boeing Co., St. Louis, Missouri (FA8694-20-D-0400); General Atomics Aeronautical Systems Inc., Poway, California (FA8694-20-D-0600); Kratos Unmanned Aerial Systems Inc., Oklahoma City, Oklahoma (FA8694-20-D-0700); and Northrop Grumman Systems Corp., Palmdale, California (FA8694-20-D-0900), have each been awarded indefinite-delivery/indefinite-quantity contracts with a shared ceiling of $400,000,000 for all subsequent competitively selected delivery orders in support of the Skyborg Vanguard Program. Skyborg is an autonomous attritable aircraft capable of achieving a diverse set of missions to generate massed combat power; delivering a future Air Force which can deter, blunt and defeat peer adversaries. The Skyborg prototyping, experimentation and autonomy development contract will be used to deliver missionized prototypes in support of operational experimentation and develop the first Skyborg air platform with modular hardware and software payloads that will incorporate the Skyborg autonomy core system and enable manned/unmanned teaming. The locations of performance are to be determined at the order level and are expected to be completed by July 2026. These awards are being made as a result of a competitive acquisition and 18 offers were received. No funds are obligated on the awards and funding will be provided on each individual order. Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity. Accenture Federal Services LLC, Arlington, Virginia, has been awarded an $89,615,577 multiple-year firm-fixed-price contract action to sustain existing infrastructures and establish new cloud common infrastructure and services for Air Force enterprise resource planning: Air Force Integrated Personnel and Pay System, Defense Enterprise Accounting and Management System, and maintenance, repair and overhaul initiative. Work will be performed in Arlington, Virginia; Wright-Patterson Air Force Base, Ohio; Maxwell AFB-Gunter Annex, Alabama; Randolph AFB, Texas; and other locations as required. Work is expected to be completed by July 31, 2025. This award is the result of a competitive acquisition and 28 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $5,000,000; and fiscal 2020 research, development, test and evaluation funds in the amount of $1,750,340 are being obligated at the time of award. Air Force Life Cycle Management Center, Maxwell AFB – Gunter Annex, Alabama, is the contracting activity (FA8771-20-C-0014). Advanced Concepts Enterprises Inc., Shalimar, Florida, has been awarded a $43,099,833 firm-fixed-price contract for command and control contract academic training, courseware development and distance learning training program. This contract provides services for training support/mission system interface and staff support services to the Control and Reporting Center, Battle Control Center, Air Operations Center and Tactical Air Control Party missions at various locations. The total cumulative face value of the contract is $43,099,834. Work is expected to be completed by Sept. 30, 2025. This award is a result of a 100% small business set-aside competitive acquisition and six offers were received. Fiscal 2020 operations and maintenance funds in the amount of $943,015 are being obligated at time of award for the phase-in period. Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-20-C-0013). ARMY SRC Inc., North Syracuse, New York, was awarded a $425,870,432 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for development, production, deployment and support of the Expeditionary-Low, Slow, Small Unmanned Aircraft System Integrated Defeat System (E-LIDS). 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 July 26, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0032). Addon Services LLC,* Warren, Michigan (W56HZV-20-D-L007); A&H-Ambica JV LLC,* Livonia, Michigan (W56HZV-20-D-L008); Angels General Construction Inc.,* Detroit, Michigan (W56HZV-20-D-L009); Custom Mechanical Systems Corp.,* Bargersville, Indiana (W56HZV-20-D-L010); Erie Affiliates Inc.,* Wickliffe, Ohio (W56HZV-20-D-L011); Expo Technologies LLC,* Pontiac, Michigan (W56HZV-20-D-L012); F.H. Martin Construction Co.,* Warren, Michigan (W56HZV-20-D-L013); Genoa Contracting LLC,* Saint Clair Shores, Michigan (W56HZV-20-D-L014); McGahey Construction LLC,* Sault Sainte Marie, Michigan (W56HZV-20-D-L015); Nisou LGC JV LLC,* Detroit, Michigan (W56HZV-20-D-L016); Pontiac Drywall Systems,* Pontiac, Michigan (W56HZV-20-D-L017); Q.B.S. Inc.,* Alliance, Ohio (W56HZV-20-D-L018); RB Construction Co.,* Mount Clemens, Michigan (W56HZV-20-D-L019); and Wolverine Fire Protection Co.,* Mount Morris, Michigan (W56HZV-20-D-L020), will compete for each order of the $92,000,000 firm-fixed-price contract for construction support on Detroit Arsenal and surrounding locations. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. AHI, Grand Prairie, Texas, was awarded a $73,999,755 modification (PZ0014) to contract W58RGZ-18-C-0007 for 15 UH-72 D-2 production aircraft and options to procure three additional D-2 production aircraft, 18 jettisonable cockpit doors, 14 engine inlet barrier filters and 14 environmental control units. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Aug. 31, 2022. Fiscal 2018, 2019 and 2020 aircraft procurement (Army) funds in the amount of $73,999,755 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Barlovento LLC, Dothan, Alabama, was awarded a $45,000,000 firm-fixed-price contract to support the advanced contract initiative for emergency temporary roof repairs for the Gulf Coast of the continental U.S. 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 May 31, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0043). Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $19,511,833 firm-fixed-price contract for overhaul and repair of the tail rotor blade with pitch horn replacement for UH60 Blackhawk aircraft. 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 July 23, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0473). Indtai Inc.,* Vienna, Virginia, was awarded a $9,598,566 firm-fixed-price contract for educational support services in support of the U.S. Army Continuing Education System. Bids were solicited via the internet with one received. Work will be performed at Fort Sam Houston, Texas, with an estimated completion date of Jan. 27, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,487,090 were obligated at the time of the award. The U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-C-0012). Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded an $8,613,292 modification (P00023) to contract W9133L-16-F-0027 for continued modernization and engineering services for the Air National Guard Air Force Reserve Command Test Center. Work will be performed in Tucson, Arizona, with an estimated completion date of July 26, 2021. Fiscal 2020 operational test and evaluation, defense funds in the amount of $8,613,292 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity. NAVY Alexandria Technical and Community College, Alexandria, Minnesota (N00189-20-D-Z800); Anne Arundel Community College, Arnold, Maryland (N00189-20-D-Z801); Arizona State University, Tempe, Arizona (N00189-20-D-Z802); Ashford University, San Diego, California (N00189-20-D-Z803); Bethel University, St. Paul, Minnesota (N00189-20-D-Z804); Bismarck State College, Bismarck, North Dakota (N00189-20-D-Z805); Black Hills State University, Spearfish, South Dakota (N00189-20-D-Z806); Blackhawk Technical College, Janesville, Wisconsin (N00189-20-D-Z807); Bowling Green State University, Bowling Green, Ohio (N00189-20-D-Z808); Brandman University, Irvine, California (N00189-20-D-Z809); Bristol Community College, Fall River, Massachusetts (N00189-20-D-Z810); California University of Pennsylvania, California, Pennsylvania (N00189-20-D-Z811); Cape Fear Community College, Wilmington, North Carolina (N00189-20-D-Z812); Capitol Technology University, Laurel, Maryland (N00189-20-D-Z813); Cecil College, North East, Maryland (N00189-20-D-Z814); Central Georgia Technical College, Macon, Georgia (N00189-20-D-Z815); Central Michigan University, Mount Pleasant, Michigan (N00189-20-D-Z816); Central Texas College, Killeen, Texas (N00189-20-D-Z817); Chesapeake College, Wye Mills, Maryland (N00189-20-D-Z818); Clarion University of Pennsylvania, Clarion, Pennsylvania (N00189-20-D-Z819); Cleveland State University, Cleveland, Ohio (N00189-20-D-Z820); Coastline College, Fountain Valley, California (N00189-20-D-Z821); Colorado Mountain College, Glenwood Springs, Colorado (N00189-20-D-Z822); Columbia College, Columbia, Missouri (N00189-20-D-Z823); Columbia Southern University, Orange Beach, Alabama (N00189-20-D-Z824); Community College of Baltimore County, Baltimore, Maryland (N00189-20-D-Z825); Dakota College at Bottineau, Bottineau, North Dakota (N00189-20-D-Z826); Dakota State University, Madison, South Dakota (N00189-20-D-Z827); Delaware Technical Community College, Dover, Delaware (N00189-20-D-Z828); Des Moines Area Community College, Ankeny, Iowa (N00189-20-D-Z829); East Carolina University, Greenville, North Carolina (N00189-20-D-Z830); Embry-Riddle Aeronautical University, Daytona, Florida (N00189-20-D-Z831); Excelsior College, Albany, New York (N00189-20-D-Z832); Finger Lakes Community College, Canandaigua, New York (N00189-20-D-Z833); Florida State College at Jacksonville, Jacksonville, Florida (N00189-20-D-Z834); Frederick Community College, Frederick, Maryland (N00189-20-D-Z835); George Mason University, Fairfax, Virginia (N00189-20-D-Z836); Georgia Southern University, Statesboro, Georgia (N00189-20-D-Z837); Iowa Central Community College, Fort Dodge, Iowa (N00189-20-D-Z838); Ivy Tech Community College of Indiana, Indianapolis, Indiana (N00189-20-D-Z839); Jackson College, Jackson, Michigan (N00189-20-D-Z840); Jefferson Community and Technical College, Louisville, Kentucky (N00189-20-D-Z841); Kent State University, College of Applied and Technical Studies, Kent, Ohio (N00189-20-D-Z842); Lake Area Technical College, Watertown, South Dakota (N00189-20-D-Z843); Lake Region State College, Devils Lake, North Dakota (N00189-20-D-Z844); Lake Superior College, Duluth, Minnesota (N00189-20-D-Z845); Macomb Community College, Warren, Michigan (N00189-20-D-Z846); Mid-State Technical College, Wisconsin Rapids, Wisconsin (N00189-20-D-Z847); Minerva Schools Keck Graduate Institute, San Francisco, California (N00189-20-D-Z848); Minnesota State University Moorhead, Moorhead, Minnesota (N00189-20-D-Z849); Mississippi Community College Board, Jackson, Mississippi (N00189-20-D-Z850); Monroe Community College, Rochester, New York (N00189-20-D-Z851); Montgomery College, Rockville, Maryland (N00189-20-D-Z852); North Dakota State College of Science, Wahpeton, North Dakota (N00189-20-D-Z853); North Dakota University System, Bismarck, North Dakota (N00189-20-D-Z854); Northeast Iowa Community College, Calmar, Iowa (N00189-20-D-Z855); Northeastern Technical College, Cheraw, South Carolina (N00189-20-D-Z856); Northeastern University-College of Professional Studies, Boston, Massachusetts (N00189-20-D-Z857); Northern Essex Community College, Haverhill, Massachusetts (N00189-20-D-Z858); Northern State University, Aberdeen, South Dakota (N00189-20-D-Z859); Northern Virginia Community College, Annandale, Virginia (N00189-20-D-Z860); Northwest Technical College, Bemidji, Minnesota (N00189-20-D-Z861); Northwestern Michigan College, Traverse City, Michigan (N00189-20-D-Z862); Norwich University, Northfield, Vermont (N00189-20-D-Z863); Ocean County College, Toms River, New Jersey (N00189-20-D-Z864); Oklahoma City Community College, Oklahoma City, Oklahoma (N00189-20-D-Z865); Old Dominion University, Norfolk, Virginia (N00189-20-D-Z866); Oregon Institute of Technology, Klamath Falls, Oregon (N00189-20-D-Z867); Oregon State University, Corvallis, Oregon (N00189-20-D-Z868); Paris Junior College, Paris, Texas (N00189-20-D-Z869); Park University, Parkville, Missouri (N00189-20-D-Z870); Parkland College, Champaign, Illinois (N00189-20-D-Z871); Prince George's Community College, Largo, Maryland (N00189-20-D-Z872); Purdue University Global, Indianapolis, Indiana (N00189-20-D-Z873); Quinsigamond Community College, Worcester, Massachusetts (N00189-20-D-Z874); Rio Salado College, Tempe, Arizona (N00189-20-D-Z875); Saint Leo University, Saint Leo, Florida (N00189-20-D-Z876); San Diego Community College District, San Diego, California (N00189-20-D-Z877); San Diego State University, San Diego, California (N00189-20-D-Z878); San Jacinto Community College District, La Porte, Texas (N00189-20-D-Z879); San Juan College, Farmington, New Mexico (N00189-20-D-Z880); Savannah Technical College, Savannah, Georgia (N00189-20-D-Z881); Seminole State College of Florida, Sanford, Florida (N00189-20-D-Z882); Sinclair Community College, Dayton, Ohio (N00189-20-D-Z883); South Dakota State University, Brookings, South Dakota (N00189-20-D-Z884); South Florida State College, Avon Park, Florida (N00189-20-D-Z885); South Orange County Community College District doing business as Saddleback College, Mission Viejo, California (N00189-20-D-Z886); Southern New Hampshire University, Manchester, New Hampshire (N00189-20-D-Z887); Stark State College of Technology, North Canton, Ohio (N00189-20-D-Z888); State University of New York (SUNY) System Administration, Albany, New York (N00189-20-D-Z889); Syracuse University, Syracuse, New York (N00189-20-D-Z890); Tallahassee Community College, Tallahassee, Florida (N00189-20-D-Z891); Temple University, Philadelphia, Pennsylvania (N00189-20-D-Z892); The Catholic University of America, Washington, D.C. (N00189-20-D-Z893); The College of William and Mary, Williamsburg, Virginia (N00189-20-D-Z894); The University of Toledo, Toledo, Ohio (N00189-20-D-Z895); Thomas Edison State University, Trenton, New Jersey (N00189-20-D-Z896); Trident Technical College, Charleston, South Carolina (N00189-20-D-Z897); University at Albany, SUNY, Albany, New York (N00189-20-D-Z898); University of Alaska Fairbanks, Fairbanks, Arkansas (N00189-20-D-Z899); University of Arizona, Tucson, Arizona (N00189-20-D-Z900); University of Central Florida, Orlando, Florida (N00189-20-D-Z901); University of Charleston, Charleston, West Virginia (N00189-20-D-Z902); University of Cincinnati, Cincinnati, Ohio (N00189-20-D-Z903); University of Florida, Gainesville, Florida (N00189-20-D-Z904); University of Hawaii Community College System, Honolulu, Hawaii (N00189-20-D-Z905); University of Mary Washington, Fredericksburg, Virginia (N00189-20-D-Z906); University of Maryland Global Campus, Adelphi, Maryland (N00189-20-D-Z907); University of South Dakota, Vermillion, South Dakota (N00189-20-D-Z908); Villanova University-College of Professional Studies, Villanova, Pennsylvania (N00189-20-D-Z909); Virginia Commonwealth University, Richmond, Virginia (N00189-20-D-Z910); Virginia Community College System, Richmond, Virginia (N00189-20-D-Z911); Waldorf University, Forest City, Iowa (N00189-20-D-Z912); Wallace State Community College, Hanceville, Alabama (N00189-20-D-Z913); Webster University, Webster Groves, Missouri (N00189-20-D-Z914); Western Governors University, Salt Lake City, Utah (N00189-20-D-Z915); White Mountains Community College, Berlin, New Hampshire (N00189-20-D-Z916); Williston State College, Williston, North Dakota (N00189-20-D-Z917); and Wilmington University, Dover, Delaware (N00189-20-D-Z918), are awarded $147,050,000 in multiple-award, indefinite-delivery/indefinite-quantity contracts to provide educational services to the entire enlisted workforce and to establish the U.S. Naval Community College in support of the Office of the Chief Learning Officer. The contracts will run concurrently with no option period. The ordering period of the contracts is anticipated to begin August 2020, and is expected to be completed by July 2025. Work will be performed at various locations across 37 states and the District of Columbia. The percentage of work at each of the facilities cannot be determined at this time. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $59,500 will be obligated ($500 on each of the 119 contracts to fund the contracts' minimum amounts), and funds will expire at the end of the current fiscal year. The funding for task orders to be issued under these contracts will come from a variety of sources and will be consistent with the purpose for which the funds were appropriated. This contract was competitively procured with the solicitation posted through beta.SAM.gov and 245 offers were received. The Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity. Wu and Associates Inc.,* Mt. Laurel, New Jersey (N62473-20-D-1103); Macro Z Technology,* Santa Ana, California (N62473-20-D-1104); Corbara MGS JV,* National City, California (N62473-20-D-1105); Pacific West Builders,* Simi Valley, California (N62473-20-D-1106); Ahtna-CDM JV,* Irvine, California (N62473-20-D-1107); Insight Pacific LLC,* Brea, California (N62473-20-D-1108); Dimensions Construction Inc.,* San Diego, California (N62473-20-D-1112); and I. E. Pacific Inc.,* Escondido, California (N62473-20-D-1120), are awarded a $99,999,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation and repair by design-build or design-bid-build of general construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility in California. The maximum dollar value including one two-year base period and one three-year option period for all eight contracts combined is $99,999,000. Wu and Associates Inc. is being awarded an initial task order at $633,000 to design and construct repairs for Building 16139, Naval Air Weapons Station, China Lake, California. All work on these contracts will be performed at various government installations located in California. The work to be performed provides for new construction, renovation and repair within the North American Industry Classification System (Code 236220). The various types of construction projects may include, but are not limited to, administration buildings; academic and applied instruction training facilities; maintenance/repair facilities; military operations facilities; aircraft hangars; fire stations; office buildings; laboratories; dining facilities; related structures; and other similar facilities located in California. Work for this task order is expected to be completed by July 2021. The terms of the contracts are not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 Navy working capital funds; and operations and maintenance (Navy) (O&M, N) contract funds in the amount of $668,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); Navy working capital funds; O&M, N; and O&M, Marine Corps. This contract was competitively procured as a small business set-aside via the Navy Electronic Commerce Online website and 36 proposals were received. These eight contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Southwest, San Diego, California, is the contracting activity. Florida Atlantic University, Boca Raton, Florida, is awarded an $11,179,001 cost reimbursement contract for the development of a next-generation, high-intake, compact, defined excitation bathyphotometer sensor for natural oceanic bioluminescence assessments. Work will be performed in Boca Raton, Florida, and is expected to be completed by July 2025. The total cumulative value of this contract, including a 48-month base period and one 12-month option year, is $11,179,001. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,179,001 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-20-S-B001, “Long Range broad agency announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-2035). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY SRI International, Menlo Park, California, was awarded a $10,991,741 cost-plus-fixed-fee contract for a research project under the Semantic Forensics (SemaFor) program. The SemaFor program will develop technologies to automatically detect, attribute and characterize falsified, multi-modal media assets (e.g., text, audio, image, video) to defend against large-scale, automated disinformation attacks. Work will be performed in Menlo Park, California; Baltimore, Maryland; Buffalo, New York; and Pittsburgh, Pennsylvania, with an expected completion date of July 2024. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,713,323 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and 37 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0124). DEFENSE LOGISTICS AGENCY DCX-CHOL Enterprises Inc., Los Angeles, California, has been awarded a maximum $8,125,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for grip assemblies. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The initial delivery order (SPRDL1-20-F-0297) for $225,000 will be issued at the same time as the contract. Location of performance California, with a July 20, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0108). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2286392/source/GovDelivery/

  • BAE Systems to supply assault amphibious vehicles to Taiwan

    27 juin 2018 | International, Terrestre

    BAE Systems to supply assault amphibious vehicles to Taiwan

    Gabriel Dominguez BAE Systems has been awarded a USD83.6 million contract to provide to Taiwan the “necessary material and technical engineering to build, integrate, test, and deliver” 36 AAV7A1 Assault Amphibious Vehicles. The contract is for 30 AAVP7A1 personnel carriers, four AAVC7A1 command post vehicles and two AAVR7A1 recovery vehicles, according to a 22 June announcement by the US Department of Defense (DoD). This deal, which involves Foreign Military Sales (FMS) under the Taipei Economic Cultural Representative Office (TECRO) – FMS case TW-P-SEQ – also includes support and test equipment, spares, publications, training, engineering services, logistics, and other technical support required. All work will be performed in York, Pennsylvania, and is expected to be completed by 22 July, 2020, said the DoD, adding that this contract “was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(ii) - only one responsible source and no other supplies or services that will satisfy agency requirements”. The contracting authority is the US Marine Corps Systems Command in Quantico, Virginia. Once delivered, the AAV7A1s are very likely to be used by the Republic of China Marine Corps (RoCMC), but will not be the first ones to be operated by the Corps. In 2003 Taiwan signed a contract for 54 ex-US Marine Corps AAV7A1-series vehicles that have begun replacing the LVTP5 series of amphibious fighting vehicles used by the RoCMC. The latest contract announcement comes a few weeks after Taiwan said it welcomed a potential shift in policy by the United States' government to facilitate military sales to the island on a case-by-case basis as opposed to the current approach of ‘bundling' several defence deals together, as Jane's reported. The Ministry of National Defense (MND) in Taipei said in comments reported by the state-owned Central News Agency on 5 June that any US transition to approving FMS requests separately would improve its ability to plan and budget military modernisation requirements. http://www.janes.com/article/81335/bae-systems-to-supply-assault-amphibious-vehicles-to-taiwan

Toutes les nouvelles