Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3558 nouvelles

    Vous pouvez affiner les résultats en utilisant les filtres ci-dessus.

  • UK Competition: developing the Royal Navy’s autonomous underwater capability

    3 mai 2019 | International, Naval

    UK Competition: developing the Royal Navy’s autonomous underwater capability

    The Defence and Security Accelerator (DASA) is looking for innovative solutions that inform future capability and understanding of utility of extra-large unmanned underwater vehicles (XLUUVs). This competition is part of the Royal Navy's efforts to better understand and shape cutting edge capabilities; a strategy of exploration and analysis has been adopted to inform capability and requirements of ‘Maritime Autonomous System' use for future Royal Navy operations. A total of £2.5m is available to fund one proposal in a 2 stage process consisting of an initial research, design and re-fit stage and a subsequent testing and trialling stage. Proposals must be submitted by midday (BST) on 11 June 2019. Queries should be sent to accelerator@dstl.gov.uk https://www.gov.uk/government/publications/competition-developing-the-royal-navys-autonomous-underwater-capability

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

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

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

    AIR FORCE Black River Systems Co.,* Utica, New York, has been awarded an $88,733,141 cost-plus-fixed-fee contract for operational counter-small unmanned aircraft systems (s-UAS) open systems architecture software/hardware systems. This contract provides for system analysis, simulation and modeling, technique development, hardware and software rapid prototyping, integration, test, demonstration, data analysis, transition, operational assessment, and hardware and software enhancement relative to the objective. Work will be performed in Utica, New York, and is expected to be complete by May 1, 2022. This award is the result of a Small Business Innovation Research III contract. Fiscal 2018 and 2019 research, development, test, and evaluation funds in the amount of $5,031,500; and fiscal 2018 and 2019 procurement funds in the amount of $9,716,140, are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0040). Northrop Grumman Systems Corp. Mission Systems, Chantilly, Virginia, has been awarded an $82,320,000 cost contract for Enhanced Polar System Recapitalization (EPS-R) Control and Planning Segment (CAPS). This contract provides for the development of software to address international host accommodations for new out of band link functions, cyber architecture, orbit planning, and the capability for controlling four EPS Payloads simultaneously on a single software baseline. Work will be performed in Redondo Beach, California, and is expected to be complete by Sept. 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $14,700,000 are being obligated at the time of award. The Space and Missile Systems Center, Military Satellite Communications Directorate, Los Angeles Air Force Base, California, is the contracting activity (FA8808-19-C-0001). Engility Corp., Andover, Massachusetts, has been awarded a $58,486,192 cost-plus-fixed-fee contract for research and development. This contract provides for the enhancement of airman combat survivability by enabling forces to counter optical hazards and threats while exploiting optical systems. The goal of the research is to further scientific knowledge of optical radiation to protect against and exploit physical, physiological, psychological, and other effects of optical radiation. Work will be performed primarily at Fort Sam Houston, Texas, and is expected to be complete by April 30, 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $5,997,330 are being obligated at the time of award. Air Force Research Laboratory, Wright Research Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-6024). MISSILE DEFENSE AGENCY Orbital Sciences Corp. (a wholly owned subsidiary of Northrop Grumman Innovation Systems), Chandler, Arizona, is being awarded a $46,809,398 cost-plus-award-fee, cost-plus-incentive-fee, fixed-price-award-fee modification (P00237) to a previously awarded contract (HQ0147-11-C-0006). The value of this contract is being increased from $1,209,315,046 by $46,809,398 to $1,256,124,444. Under this modification, the contractor will provide Intercontinental Ballistic Missile (ICBM) target capability upgrade kits and associated nonrecurring engineering. The work will be performed in Chandler, Arizona. The performance period is from April 2019 through December 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $12,730,000 are being obligated on this award. One offer was solicited and one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. NAVY Harper Construction Co. Inc., San Diego, California, is awarded $41,578,195 for firm-fixed-price task order N6247319F4561 under a previously awarded multiple award construction contract (N62473-18-D-5853) for construction of a maintenance and warehouse facility at Marine Corps Base Camp Pendleton, California. The work to be performed provides for a design-build project, consisting of demolition of existing structures, utilities, and pavement, to make room for a new amphibious vehicle maintenance complex. The complex will include a maintenance facility, general purpose warehouse, armory, overhead cover structure, and a general storage area. New utilities and pavement will be added to the maintenance complex. Work will be performed in Oceanside, California, and is expected to be completed by June 2022. Fiscal 2019 military construction (Navy) contract funds in the amount of $41,578,195 are obligated on this award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. Magnum Medical Overseas JV LLC, Angleton, Texas, is awarded a $20,800,000 firm-fixed-price contract for educational and developmental intervention services at naval military treatment facilities and any associated branch clinics outside the contiguous U.S. Pacific and Atlantic regions to include: Naval Hospital Okinawa, Japan (20 percent); Naval Hospital Yokosuka, Japan (20 percent); Naval Hospital Guam, Guam (20 percent); Naval Hospital Sigonella, Italy (20 percent); Naval Hospital Rota, Spain (10 percent); and Naval Hospital Naples, Italy (10 percent). This is a five-year single award contract and all work is expected to be completed by Jan. 31, 2024. Fiscal 2019 Defense Health Program funds in the amount of $2,198,241 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-C-0003). AAI Corp., Hunt Valley, Maryland, is awarded a $20,452,716 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-6322 for engineering and technical services for the Unmanned Influence Sweep System (UISS) Unmanned Surface Vehicle program. The UISS is the system which will allow the Littoral Combat Ship to perform its mine warfare sweep mission. UISS will target acoustic, magnetic, and magnetic/acoustic combination mine types. The UISS program will satisfy the Navy's need for a rapid, wide-area coverage mine clearance capability, required to neutralize magnetic/acoustic influence mines. UISS seeks to provide a high area coverage rate in a small, lightweight package with minimal impact on the host platform. Work will be performed in Hunt Valley, Maryland (70 percent); and Slidell, Louisiana (30 percent), and is expected to be complete by September 2019. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $7,670,225 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY Luhr Brothers Inc., Columbia, Illinois, was awarded a $22,936,000 firm-fixed-price contract for Mississippi River and tributaries flood control. Bids were solicited via the internet with three received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of May 1, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $22,936,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0010). Pond & Co., Metairie, Louisiana (W912BV-19-D-0007); Jacobs Government Services Co., Fort Worth, Texas (W912BV-19-D-0008); and Michael Baker International Inc., Moon Township, Pennsylvania (W912BV-19-D-0009), will compete for each order of the $20,000,000 firm-fixed-price contract for architect-engineer master planning services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of May 1, 2024. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY National Industries For The Blind,** has been awarded a maximum $15,036,000 modification (P00007) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B022) with two one-year option periods for Army Physical Fitness Uniform (APFU) jackets. This is an indefinite-delivery contract. Locations of performance are North Carolina and Maryland, with a May 10, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Raytheon Co., McKinney, Texas, has been awarded a maximum $9,362,924 firm-fixed-priced delivery order (SPRPA1-19-F-LG07) against a five-year basic ordering agreement (SPRPA1-14-G-001X) with no option periods for aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. Location of performance is Texas, with a Feb. 28, 2021, performance completion date. Using customers are Navy and Japan. Type of appropriation is fiscal 2019 through 2021 Navy working capital funds and foreign military sales. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. CORRECTION: The contracts announced on April 26, 2019, for Sea Box,* Cinnaminson, New Jersey (SPRD11-19-D-0100; $471,828,000); W&K Containers,* Mill Valley, California (SPRDL1-19-D-0101; $19,513,750); and NexGen Composites,* Franklin, Ohio (SPRDL1-19-D-0097, $253,608,919), were announced with an incorrect award date. The correct award date is May 2, 2019. They were also announced without the solicitation number. The solicitation number is SPRDL1-18-R-0353. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1834495/source/GovDelivery/

  • Contract Awards by US Department of Defense - May 1, 2019

    2 mai 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - May 1, 2019

    ARMY Callan Marine Ltd., Galveston, Texas (W912EP-19-D-0023); Cashman Dredging and Marine Contracting Co. LLC, Quincy, Massachusetts (W912EP-19-D-0024); Cavache Inc.,* Pompano Beach, Florida (W912EP-19-D-0025 ); Continental Heavy Civil Corp., Miami, Florida (W912EP-19-D-0026 ); Cottrell Contracting Inc.,* Chesapeake, Virginia (W912EP-19-D-0027); Great Lakes Dredge and Dock, Oak Brook, Illinois (W912EP-19-D-0028); J.T. Cleary Inc., Spring Valley, New York (W912EP-19-D-0029); Manson Construction Co., Seattle, Washington (W912EP-19-D-0030); Marinex Construction Inc., Charleston, South Carolina (W912EP-19-D-0031); Norfolk Dredging Co., Chesapeake, Virginia (W912EP-19-D-0032); Orion Marine Construction Inc., Tampa, Florida (W912EP-19-D-0033); Southern Dredging Co. Inc.,* Charleston, South Carolina (W912EP-19-D-0034); The Dutra Group, San Rafael, California (W912EP-19-D-0035); Waterfront Property Service LLC, doing business as Gator Dredging,* Clearwater, Florida (W912EP-19-D-0036 ); Weeks Marine Inc., Covington, Louisiana (W912EP-19-D-0037); Cavache Inc.,* Pompano Beach, Florida (W912EP-19-D-0038); CJW Construction Inc.,* Santa Ana, California (W912EP-19-D-0039); Coastal Dredging Co. Inc.,* Hammond, Louisiana (W912EP-19-D-0040); Cottrell Contracting Inc.,* Chesapeake, Virginia (W912EP-19-D-0041); Florida Dredge and Dock LLC,* Tarpon Springs, Florida (W912EP-19-D-0042); Southern Dredging Co. Inc.,* Charleston, South Carolina (W912EP-19-D-0043); Southwind Construction Corp.,* Evansville, Indiana (W912EP-19-D-0044); and Waterfront Property Service LLC, doing business as Gator Dredging,* Clearwater, Florida (W912EP-19-D-0045), will compete for each order of the $495,000,000 firm-fixed-price contract for dredging and shore protection projects. Bids were solicited via the internet with 24 received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2024. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity. HB&A LLC,* Colorado Springs, Colorado (W9128F-19-D-0004); Kenneth Hahn Architects Inc.,* Omaha, Nebraska (W9128F-19-D-0005); and Yeager Architecture Inc.,* Overland Park, Kansas (W9128F-19-D-0006), will compete for each order of the $30,000,000 firm-fixed-price contract for preparation of studies, analysis and design services. Bids were solicited via the internet with 22 received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. PRIDE Industries, Roseville, California, was awarded a $20,122,695 modification (P00008) to contract W91247-18-C-0011 for repair and maintenance support. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of May 31, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $5,772,517 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity. A. WBE-CCI JV One LLC,* Itasca, Illinois, was awarded a $7,828,000 firm-fixed-price contract for the construction of a new Air National Guard Fire Crash Rescue Station. Bids were solicited via the internet with five received. Work will be performed in Peoria, Illinois, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 military construction funds in the amount of $7,828,000 were obligated at the time of the award. U.S. Property and Fiscal Office Illinois is the contracting activity (W91SMC-19-C-6001). S.D.S Lumber Co.,* Bingen, Washington, was awarded a $7,757,620 modification (P00007) to contract W912EF-18-C-0010 for towboat services. Work will be performed in Walla Walla, Washington, with an estimated completion date of April 30, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $3,638,716 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity. STG Inc.,* Reston, Virginia, was awarded a $7,645,240 firm-fixed-price contract for operational and technical engineering. Bids were solicited via the internet with three received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of April 30, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,645,240 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-19-F-0142). DEFENSE LOGISTICS AGENCY Beacon Point Associates LLC, Cape Coral, Florida, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 16 responses received. This is a five-year contract with no options. Location of performance is Florida, with a May 14, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0005). Allied Tube and Conduit Corp., Harvey, Illinois, has been awarded a maximum $46,000,000 firm-fixed-price with economic-price-adjustment contract for barbed tape concertina wire. This is a competitive acquisition with two responses received. This is a two-year base contract with three one-year option periods. Locations of performance are Illinois and Ohio, with an April 30, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-19-D-0002). American Medical Depot (AMD), Miramar, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 11 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a June 11, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0009). Kandor Manufacturing Inc., Kandor, Puerto Rico, has been awarded a maximum $13,896,462 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Navy working uniform, Blouses/Trousers Type II and III, and maternity blouses. This was a competitive acquisition with five responses received. This is an 18-month base contract with three one-year option periods. Location of performance is Puerto Rico, with an Oct. 29, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1163). (Awarded April 30, 2019) AIR FORCE Rockwell Collins Inc., Collins Aerospace – Mission Systems, Cedar Rapids, Iowa, has been awarded a $43,033,042 cost-plus-incentive-fee contract for Next Generation Application Specific Integrated Circuit Preliminary Design Review (PDR). This contract provides for the design, develop, and test of modernized Global Positioning System receivers that are intended for future military applications to the PDR level. Work will be performed in Cedar Rapids, Iowa, and is expected to be complete by April 2021. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $9,000,000 are being obligated at time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-19-C-0003). International Business Machines Corp., Yorktown Heights, New York, has been awarded a $7,500,000 other transaction agreement for experimental purposes to provide an IBM Q access license. This agreement provides for remote access to the IBM Q System, a quantum computer with approximately 20 to 50 qubits. Work will be performed in Yorktown Heights, New York, and is expected to be complete by April 30, 2022. Fiscal 2019 research and development funds in the amount of $5,000,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-9-0334). NAVY Systems Application and Technologies Inc., Largo, Maryland, is awarded a $14,583,586 cost-plus-fixed-fee contract to procure continued support services to the Air Vehicle Modification and Instrumentation (AVMI) Department and the Naval Air Systems Command (NAVAIR). Required services include support for the designing, developing, procuring, building, installing, testing and evaluating, calibrating, modifying, operating and maintaining instrumentation on aircraft and engines for the Navy and other government and commercial customers. Work will be performed at Patuxent River, Maryland (74 percent); China Lake, California (13.5 percent); and Point Mugu, California (12.5 percent), and is expected to be completed in November 2020. Working capital (Navy) funds in the amount of $8,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-C-0023). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1831787/source/GovDelivery/

  • Government of Canada awards contract to Chantier Davie for refit of Canadian Coast Guard icebreaker and unveils names of interim icebreakers

    1 mai 2019 | Local, Naval, Sécurité

    Government of Canada awards contract to Chantier Davie for refit of Canadian Coast Guard icebreaker and unveils names of interim icebreakers

    LÉVIS, QC, April 30, 2019 /CNW/ - Icebreaking is a key factor in ensuring the safe and efficient movement of people and goods on Canadian waterways, and helps contribute to year-round shipping and economic growth. That is why the Government of Canada is committed to providing the Canadian Coast Guard with the equipment it needs to ensure these waterways are kept safe and open for business. The Minister of Fisheries, Oceans and the Canadian Coast Guard, the Honourable Jonathan Wilkinson, and the Minister of Public Services and Procurement and Accessibility, the Honourable Carla Qualtrough, announced today that Chantier Davie of Lévis, Quebec, was awarded a contract of $7,198,164.30 for the dry-dock refit of the CCGS Louis S. St-Laurent, Canada's largest icebreaker. The scheduled refit of the CCGS Louis S. St-Laurent will ensure the Canadian Coast Guard continues to provide critical icebreaking and other marine services effectively. This contract was awarded on April 15, 2019following an Advanced Contract Award Notice issued on November 16, 2018. Minister Wilkinson also announced the names of the two interim icebreakers currently undergoing conversion work at Chantier Davie; CCGS Jean Goodwill and CCGS Vincent Massey. These ships will be available to support Coast Guard programs by late 2019 and summer 2020, respectively. In December 2018, the Canadian Coast Guard accepted the first of three interim icebreakers which were acquired to supplement its existing fleet during vessel life extension and repair periods. CCGS Jean Goodwill takes its name from one of the founding members of the Aboriginal Nurses Association of Canada and contemporary champion of public health services for Indigenous people. CCGS Vincent Massey, is named after the first Canadian appointed to the post of Governor General, which until then was occupied by British born individuals. The Right Honourable Vincent Massey was appointed Governor General on the recommendation of then Prime Minister Louis St. Laurent. CCGS Jean Goodwill and CCGS Vincent Massey will be part of the national Coast Guard fleet which carries out icebreaking duties in Atlantic Canada, the St. Lawrence and the Great Lakes, and Arctic regions. CCGS Jean Goodwill's homeport will be in Halifax, NS, and CCGS Vincent Massey in Quebec City, QC. Quotes "The refit of CCGS Louis S. St-Laurent is an important part of the planned maintenance of the Coast Guard's icebreaking fleet. Regular maintenance helps ensure our largest vessel is ready to provide essential icebreaking services to Canadians, especially in the Arctic where shipping escorts are essential to resupplying northern communities. Furthermore, we look forward to welcoming CCGS Jean Goodwill and CCGS Vincent Massey to the fleet to help support the Coast Guard with the essential work they do in Canadian waters." The Honourable Jonathan Wilkinson Minister of Fisheries, Oceans and the Canadian Coast Guard "Canadians from coast to coast to coast rely on the Canadian Coast Guard to protect their coastlines and their livelihoods. This contract will ensure the men and women of the Canadian Coast Guard are properly equipped to do their important work, while also helping sustain good middle-class jobs at the Davie Shipyard." The Honourable Carla Qualtrough Minister of Public Services and Procurement and Accessibility "Our government's contract award to Davie Shipyard is a testament to the exceptional expertise of the shipbuilding workers in our region. Their internationally recognized expertise and professionalism will continue to be put to work for the benefit of the Canadian Coast Guard, the safety of our waterways and our economy." The Honourable Jean-Yves Duclos Member of Parliament for Québec Quick Facts The CCGS Louis S. St-Laurent is Canada's largest icebreaker, homeported in St. John's, Newfoundland and Labrador. Icebreakers are crucial to Coast Guard services, vital to the safety of mariners, the protection of coastal waters, resupply of northern communities and the orderly flow of commerce through Canadian waters. The award of this contract follows an Advance Contract Award Notice (ACAN), which was issued on November 16, 2018 and closed on December 4, 2018. The ACAN process helps to ensure a fair, open, and transparent procurement process, by allowing any interested supplier to demonstrate how it could meet the requirements of the ACAN. As of December 2018, the value of the work awarded under the repair, refit and maintenance portion of the National Shipbuilding Strategy (NSS) is now over $4.5B.This includes $1.56B in contracts awarded to Quebec shipyards under the NSS. On December 14, 2018, the Canadian Coast Guard accepted the first of three interim icebreakers being converted by Chantier Davie as part of a $610-million contract awarded in August 2018. The three icebreakers were acquired to supplement the Coast Guard's existing fleet during vessel life extension and repair periods, providing continuous on-water capability during scheduled maintenance periods. In accordance with the Canadian Coast Guard ship naming policy, CCGS Jean Goodwill and CCGS Vincent Massey were named to honour Canadian leaders who made significant contributions to Canada. Associated Links Canadian Coast Guard's new icebreakers National Shipbuilding Strategy Canadian Coast Guard Navigation Officer Program Stay Connected Follow the Canadian Coast Guard on Twitter, Facebook, Instagram and YouTube. Subscribe to receive our news releases and more via RSS feeds. For more information or to subscribe, visit http://www.dfo-mpo.gc.ca/media/rss-eng.htm. SOURCE Fisheries and Oceans (DFO) Canada For further information: Jocelyn Lubczuk, Press Secretary, Office of the Minister of Fisheries, Oceans and the Canadian Coast Guard, 343-548-7863, Jocelyn.lubczuk@dfo-mpo.gc.ca; Media Relations, Fisheries, Oceans and the Canadian Coast Guard, 613-990-7537, Media.xncr@dfo-mpo.gc.ca https://www.newswire.ca/news-releases/government-of-canada-awards-contract-to-chantier-davie-for-refit-of-canadian-coast-guard-icebreaker-and-unveils-names-of-interim-icebreakers-857320833.html

  • Contract Awards by US Department of Defense - April 30, 2019

    1 mai 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - April 30, 2019

    WASHINGTON HEADQUARTERS SERVICES Institute for Defense Analyses (IDA), Alexandria, Virginia, was awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $950,668,589 and an $11,844,044 cost-plus-fixed-fee task order. The contract is to provide research, analyses, technical evaluation, and test and evaluation support to the Office of the Secretary of Defense Joint Staff, combatant commands, and defense agencies. IDA work will involve the comprehensive evaluation of national security issues, including systems and technologies at all stages of development, deployment, and use. Work performance will take place at the Mark Center, Alexandria, Virginia, and other Department of Defense (DoD) and U.S. government facilities within the National Capital Region. Research, development, test and evaluation funds in the amount of $8,527,332; operations and maintenance funds in the amount of $2,486,712; DoD working capital funds in the amount of $340,000; and energy and water appropriations for Army Corps of Engineers in the amount of $490,000 were awarded. The expected completion date is March 30, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D0001). (Awarded April 15, 2019) NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded $419,086,770 for modification P00003 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1068). This modification exercises an option for Lot 19 AIM-9X Block II and II+ all up round tactical missiles, captive air training missiles, captive test missiles, special air training missiles, advanced optical target detectors, guidance units (live battery), captive air training missile guidance units (inert battery), Block I and II propulsion steering sections, Block II electronic units, tail caps, containers, and spares for the Navy, Air Force, and the governments of Australia, Belgium, Denmark, Finland, Indonesia, Israel, Japan, Kuwait, Malaysia, Morocco, Oman, the Netherlands, Norway, Poland, Qatar, Romania, Saudi Arabia, Singapore, Slovakia, South Korea, Switzerland, Taiwan, Turkey, and the United Arab Emirates. In addition, this modification provides for materials in support of repairs, depot maintenance, and refurbishment. Work will be performed in Tucson, Arizona (31 percent); Andover, Massachusetts (10 percent); Keyser, West Virginia (9 percent); Santa Clarita, California (8 percent); Hillsboro, Oregon (5 percent); Ottawa, Ontario, Canada (5 percent); Goleta, California (4 percent); Cheshire, Connecticut (4 percent); Heilbronn, Germany (3 percent); Simsbury, Connecticut (2 percent); San Jose, California (2 percent); Valencia, California (2 percent); Anaheim, California (2 percent); Cajon, California (2 percent); Cincinnati, Ohio (1 percent); Anniston, Alabama (1 percent); San Diego, California (1 percent); Chatsworth, California (1 percent); Amesbury, Massachusetts (1 percent); Claremont, California (1 percent); Sumner, Washington (1 percent); and other locations within the continental U.S. (4 percent). Work is expected to be completed in October 2022. Fiscal 2017, 2018, and 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy and Air Force); fiscal 2018 and 2019 missile procurement (Air Force); fiscal 2019 operations and maintenance (Navy); and Foreign Military Sales (FMS) funds in the amount of $419,086,770 of will be obligated at time of award, $7,031,336 of which will expire at the end of the fiscal year. This contract modification combines purchases for the Navy ($123,468,497; 29.46 percent); Air Force ($118,935,517; 28.38 percent); and the governments of Qatar ($38,599,559; 9.22 percent); Australia ($36,934,376; 8.81 percent), South Korea ($29,064,332; 6.94 percent); Norway ($24,637,082; 5.88 percent); Slovakia ($13,515,225; 3.22 percent); Japan ($10,653,101; 2.55 percent); Denmark ($9,417,847; 2.25 percent); Morocco ($7,428,180; 1.77 percent); Belgium ($1,317,129; 0.31 percent), the United Arab Emirates ($1,056,768; 0.25 percent); the Netherlands ($1,051,562; 0.25 percent); Singapore ($723,714; 0.17 percent); Oman ($591,932; 0.14 percent); Switzerland ($349,984; 0.08 percent); Saudi Arabia ($291,195; 0.07 percent); Poland ($171,927; 0.04 percent); Turkey ($171,841; 0.04 percent); Romania ($156,165; 0.04 percent), Taiwan ($147,705; 0.04 percent); Finland ($141,315; 0.03 percent), Indonesia ($85,415; 0.02 percent), Kuwait ($82,620; 0.02 percent), Israel ($59,114; 0.01 percent); and Malaysia ($34,668; 0.01 percent), under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded an undefinitized contract action with a not-to-exceed-value of $132,283,800. This contract procures the necessary hardware and systems engineering technical support, analysis and studies to integrate the Department of Navy (DoN) Large Aircraft Infrared Countermeasures (LAIRCM) system onto aircraft for the Navy, Army, and the governments of the United Kingdom and Norway. Hardware for this procurement includes the following weapon replaceable assemblies: 283 advanced threat warning sensors; 79 control indicator unit replaceables; 52 -2103 signal processors; 120 infrared missile warning sensors; 91 Guardian Laser Transmitter Assemblies (GLTAs); 13 multi-role electro-optical end-to-end test sets; 190 GLTA shipping containers; 46 high capacity cards; 10 LAIRCM signal processor replacements smart connector assemblies; and 123 personal computer memory card, international association cards. Work will be performed in Rolling Meadows, Illinois (34 percent); Goleta, California (30 percent); Longmont, Colorado (11 percent); Colombia, Maryland (3 percent); and various locations within the continental U.S. (22 percent), and is expected to be completed in June 2021. Fiscal 2019 aircraft procurement (Navy); fiscal 2018 aircraft procurement (Navy and Army); fiscal 2019 working capital (Navy); and Foreign Military Sales (FMS) funds in the amount of $42,387,745 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($104,986,224; 79 percent); Army ($19,606,871; 15 percent); the government of United Kingdom ($3,144,044; 2.5 percent); and the government of Norway ($4,546,661; 3.5 percent). This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0011). Gulf Island Shipyards LLC,* Houma, Louisiana, is awarded a $128,561,825 firm-fixed-price modification to previously awarded contract N00024-18-C-2207 to exercise options for construction of two towing, salvage and rescue ships. Work will be performed in Houma, Louisiana (92 percent); Hampton, Virginia (5 percent); Stord, Norway (2 percent); and New Orleans, Louisiana (1 percent), and is expected to be complete by November 2021. Fiscal 2018, 2019, and 2016 shipbuilding and conversion (Navy) funding in the amounts of $64,887,543, and $63,589,282, $85,000 respectively will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Airborne Tactical Advantage Co., Newport News, Virginia (N0042119D0058); Coastal Defense, Inc.,* Mill Hall, Pennsylvania (N0042119D0059); Draken International, Inc.,* Lakeland, Florida (N0042119D0060); and Tactical Air Support Inc., Reno, Nevada (N0042119D0061), are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity task order contracts. These contracts are for contracted close air support for the Naval Air Systems Command's Specialized and Proven Aircraft Program Office. Services to be provided include contractor-owned and operated regionally-based, geographically-distributed aviation training capabilities to support adversary and offensive air support. The estimated aggregate ceiling for all contracts is $124,518,540 with companies having an opportunity to compete for individual task orders. Work will be performed at the Naval Air Station, Fallon, Nevada (50 percent); the Marine Corps Air Station, Cherry Point, North Carolina (25 percent); and Marine Corps Air Ground Combat Center, Twenty-nine Palms, California (25 percent), and is expected to be completed in April 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $40,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. These contracts were competitively procured via an electronic request for proposals; seven offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Walashek Industrial and Marine Inc., San Diego, California (N55236-19-D-0005); and Epsilon Systems Solutions, San Diego, California (N55236-19-D-0006), are each awarded a combined aggregate $39,521,000 multiple award indefinite-delivery/indefinite-quantity contract with firm-fixed-pricing arrangements for landing craft air cushion (LCAC) repairs, maintenance, modernization, and retirement services. The work will encompass LCAC Fleet Modernization Program, LCAC Post Service Life Extension Program Extension, LCAC retirements, and LCAC planned/emergent repairs. These two companies will have an opportunity to compete for individual delivery orders. Work will be performed in Oceanside, California, and is expected to be complete by April 2020, and if all options are exercised, work will continue through April 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $20,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract's initial delivery order and expire at the end of the current fiscal year. These contracts were competitively procured via Federal Business Opportunities website, with two offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $21,109,471 for cost-plus-fixed-fee, firm-fixed-price delivery order N6134018F0067 against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for the procurement of inlet retrofit kits for the T-45 aircraft, including support equipment and special tooling and engineering and logistics support for installations. Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $21,109,471 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Boston Consulting Group, Bethesda, Maryland, is awarded $20,246,115 for modification P00003 to a previously issued firm-fixed-price order (N0042119F0106) against a General Services Administration, Federal Supply Schedule contract (GS-10-F-0253V). This modification exercises the option to continue the implementation of a new Naval Sustainment System (NSS) to include the development of governance, coordination, and accountability mechanisms across the Naval Aviation Enterprise. The Commander for the Fleet Readiness Center's contribution to the NSS will deploy commercial maintenance best practices, tailored to the Navy's operational requirements and starting position, in order to reduce component repair and heavy maintenance periodic maintenance inspection turnaround times and better enable aviation readiness recovery. Work will be performed in North Island, California (20 percent); Oceana, Virginia (15 percent); Whidbey Island, Washington (15 percent); Jacksonville, Florida (10 percent); Cherry Point, North Carolina (10 percent); Lemoore, California (10 percent); Dallas, Texas (5 percent); Bethesda, Maryland (5 percent); Miramar, California (4 percent); Patuxent River, Maryland (3 percent); Washington, District of Columbia (2 percent); and Mechanicsburg, Pennsylvania (1 percent), and is expected to be completed in October 2019. Working capital (Navy) funds in the amount of $20,246,115 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Saab Defense and Security USA LLC (Saab USA), East Syracuse, New York, is being awarded a $17,241,690 firm-fixed-price modification to previously-awarded contract N00024-17-C-5381 to exercise options for production of the Multi-Mode Radar (MMR) systems. Under this contract, Saab USA will manufacture, inspect, test and deliver MMR systems to be deployed on Navy expeditionary support base ships and Coast Guard offshore patrol cutters. Work will be performed in East Syracuse, New York (64 percent); and Gothenburg, Sweden (36 percent), and is expected to be completed by October 2020. Fiscal 2019 other procurement (Navy); and fiscal 2018 and 2016 shipbuilding and conversion (Navy) funding in the amount of $17,241,690 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Avian LLC,* Lexington Park, Maryland, is awarded $13,500,084 for modification P00041 under a previously awarded cost-plus-fixed-fee contract (N00421-17-C-0049) to exercise an option to provide support for the Naval Air Warfare Center Aircraft Division's Integrated System Evaluation Experimentation and Test Department. Services provided will include flight test engineering, programmatic, administrative, design, execution, analysis, evaluation, and reporting of tests and experiments of aircraft, unmanned air systems, weapons and weapons systems. Work will be performed in Patuxent River, Maryland, and is expected to be completed in April 2020. Fiscal 2019 research, development, test and evaluation (Navy); fiscal 2018 and 2019 working capital (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 aircraft procurement (Navy) funds in the amount of $6,855,914 will be obligated at time of award, $869,829 of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded $11,229,125 for cost-plus-fixed-fee, firm-fixed-price modification P00011 to a previously awarded firm-fixed-price contract (N61340-17-C-0014) to procure additional in-scope work for the E-2D Hawkeye Integrated Training System-III Aircraft Flight Management Computer (AFMC) Functional Equivalent Unit (FEU) Risk Reduction Analysis and Demonstration effort. This includes the development of four AFMC FEU prototypes for use in the E-2D Tactics Trainer Software Integration Lab (SIL), E-2D Flight SIL, and E2D Distributed Readiness Trainer SIL and associated technology demonstrations, technical data, and proposal preparation. Work will be performed in Sterling, Virginia (90 percent); and Orlando, Florida (10 percent), and is expected to be completed in September 2021. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $5,760,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. Raytheon Co., McKinney, Texas, is awarded $10,077,839 for firm-fixed-price, cost-plus-fixed-fee delivery order N6833519F2993 against a previously issued basic ordering agreement (N00019-15-G-0003). This order provides for eight CH-53K Helicopter Night Vision System AN/AAQ-44 Forward Looking Infrared kits, system development and demonstration ground and flight test support, parts obsolescence analysis, repair analysis, repair of repairables, system conversion, and logistical documentation. Work will be performed in McKinney, Texas, and is expected to be completed in May 2022. Fiscal 2017 and 2018 aircraft procurement (Navy); and 2019 research, development, test and evaluation (Navy) funds in the amount of $10,077,839 will be obligated at time of award, $1,876,667 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 Raytheon Co. Missile Systems, Tucson, Arizona, was awarded a $200,234,192 firm-fixed-price contract for procurement of M982A1 Excalibur Ib containerized projectiles. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona; Healdsburg, California; Karlskoga, Sweden; East Camden, Arkansas; Cedar Rapids, Iowa; Southway, Plymouth, United Kingdom; Glenrothes, Scotland, United Kingdom; Cincinnati, Ohio; Farmington, New Mexico; McAlester, Oklahoma; Joplin Missouri; Salt Lake City, Utah; Gilbert, Arizona; Lansdale, Pennsylvania; and Santa Ana, California, with an estimated completion date of April 29, 2024. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $200,234,192 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-C-0017). Honeywell International Inc., Phoenix, Arizona, was awarded a $70,486,623 modification (P00083) to contract W56HZV-12-C-0344 for total integrated engine revitalization hardware services. Work will be performed in Phoenix, Arizona, with an estimated completion date of June 30, 2021. Fiscal 2019 Army working capital funds in the amount of $70,486,623 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. AECOM Services, Arlington, Virginia, was awarded a $24,500,000 firm-fixed-price contract for multi-discipline services. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0013). Dewberry Engineers Inc., Fairfax, Virginia, was awarded a $24,500,000 firm-fixed-price contract for multi-discipline services. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0012). L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $20,083,383 modification (P00013) to Foreign Military Sales (Australia and Lebanon) contract W15QKN-17-C-0024 for M783 Point Detonating/Delay Fuze production. Work will be performed in Cincinnati, Ohio, with an estimated completion date of Jan. 31, 2021. Fiscal 2010, 2017, 2018 and 2019 other procurement, Army; and other funds in the combined amount of $20,083,383 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. COLSA Corp., Huntsville, Alabama, was awarded a $15,468,139 cost-plus-fixed-fee contract for system engineering and technical assistance. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of April 28, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $2,539,685 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-19-F-0041). Alliant Tech Systems Operations LLC, Plymouth, Minnesota, was awarded a $12,754,688 modification (P00025) to contract W15QKN-15-C-0066 for 120mm Advanced Multipurpose XM1147 High Explosive Multi-Purpose with Tracer cartridge. Work will be performed in Plymouth, Minnesota; Rocket Center, West Virginia; Middletown, Iowa; Clear Lake, South Dakota; Shafer, Minnesota; Green Bay, Wisconsin; and Coachella, California, with an estimated completion date of Dec. 30, 2023. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $12,754,688 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. EBL Engineers LLC, Baltimore, Maryland, was awarded a $10,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with 41 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0016). Summer Consultants Inc.,* McLean, Virginia, was awarded a $10,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with 41 received. Work locations and funding will be determined with each order, with an estimated completion date of April 28, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0015). R.J. Runge Co. Inc.,* Port Clinton, Ohio, was awarded an $8,290,000 firm-fixed-price contract to construct ACA Shelter at Toledo Air National Guard Base, Ohio. Bids were solicited via the internet with seven received. Work will be performed in Swanton, Ohio, with an estimated completion date of July 30, 2020. Fiscal 2018 military construction funds in the amount of $8,290,000 were obligated at the time of the award. United States Property and Fiscal Office Ohio is the contracting activity (W91364-19-C-8002). AIR FORCE Assured Information Security Inc., Rome, New York, has been awarded a $93,600,000 ceiling indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion and term orders. This contract provides for the performance of research, development, prototyping, integration, testing, demonstration, deployment, upgrades, enhancement, sustainment and training of innovative technologies and concepts in support of Virtualized Intelligence Platform Engineering and Research software baselines. Work will be performed in Rome, New York, and is expected to be complete by April 2026. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research, development, test and evaluation funds in the amount of $281,600; and fiscal 2019 operations and maintenance funds in the amount of $5,782,208 are being obligated on the first two task orders at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-D-0001). The Boeing Co., Defense, Space & Security, St. Louis, Missouri, has been awarded a $22,540,550 firm-fixed-price modification (P00028) to previously awarded contract FA8621-16-C-6397 for mission training center services. This modification provides for contractor-furnished, high-fidelity simulation equipment with the simulation capability to train pilots and weapons system operators for F-15C and F-15E aircraft platforms. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home AFB, Idaho; Langley AFB, Virginia; Kadena Air Base, Japan; and Royal Air Force Lakenheath, England, and is expected to be complete by June 30, 2020. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity. Raytheon Missile Systems Co., Tucson, Arizona, has been awarded a $19,313,603 firm-fixed-price modification (P00012) to previously awarded contract FA8675-18-C-0003 for the Advanced Medium Range Air-to-Air Missile (AMRAAM) production program. This modification provides for redesign of AMRAAM Rectifier Filter Assembly for reliability corrections as well as redesign of AMRAAM telemetry encoder due to obsolescence issues. Work will be performed in Tucson, Arizona, and is expected to be complete by April 15, 2021. This contract involves foreign military sales to Australia, Japan, Norway, Romania, and Turkey. Fiscal year 2018 (Air Force) and fiscal year 2017 (Navy) procurement funds in the amount of $6,802,251; and Foreign Military Sales funds in the amount of $4,437,720, are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY McFall Consulting Inc.,* Winchester, Virginia, has been awarded a maximum $31,950,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories. This was a competitive acquisition with 79 responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with an April 29, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0012). Epic Aviation LLC, Salem, Oregon, has been awarded a maximum $7,086,629 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with one six-month option period. Location of performance is Texas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0079). U.S. TRANSPORTATION COMMAND Five companies have received modifications to their existing MultiModal – 2 (MM-2) indefinite-delivery/indefinite-quantity, firm-fixed-price (with economic price adjustments) contracts. These modifications provided a two-month extension with an estimated value of $30,400,000: Farrell Lines Inc., Norfolk, Virginia (HTC71115DR044U00016); Liberty Global Logistics LLC, Lake Success, New York (HTC71115DR045U00015); National Air Cargo Group Inc., Orlando, Florida (HTC71115DR046U00015); American President Lines LLC, Scottsdale, Arizona (HTC71115DR048U00015); and United Airlines Inc., Chicago, Illinois (HTC71115DR049U00017). This modification provides continued international commercial multimodal transportation service to the Surface Deployment and Distribution Command. The contract is for international commercial multimodal transportation service between various continental U.S. and outside the continental U.S. points and ports. Work will be performed worldwide as specified on each individual task order. The option period of performance is from May 1, 2019, to June 30, 2019. Fiscal 2019 Transportation Working Capital Funds were available at award. This modification brings the total cumulative face value of the contract to $296,458,000 from $266,058,000. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1830734/

  • VT Halter Marine Nabs $1.9 Billion Contract To Build Polar Security Cutters

    1 mai 2019 | International, Naval

    VT Halter Marine Nabs $1.9 Billion Contract To Build Polar Security Cutters

    The Coast Guard and Navy on Tuesday awarded VT Halter Marine a potential $1.9 billion contract to begin detailed design and eventually construction on up to three Polar Security Cutters (PSCs) for the Coast Guard, the first new heavy polar icebreakers for the service... https://www.defensedaily.com/vt-halter-marine-nabs-1-9-billion-contract-build-polar-security-cutters/homeland-security/

  • Navy to Showcase Innovative Information Warfare Capabilities at the Navy Information Warfare Pavilion at Sea-Air-Space 2019

    1 mai 2019 | International, Naval, C4ISR

    Navy to Showcase Innovative Information Warfare Capabilities at the Navy Information Warfare Pavilion at Sea-Air-Space 2019

    By Elisha Gamboa, SPAWAR Public Affairs NATIONAL HARBOR, Md. (NNS) -- Eleven commands from across the Navy's Information Warfare (IW) community will come together to demonstrate the Navy's commitment to the information domain at the Sea-Air-Space (SAS) Exposition at the Gaylord National Convention Center in National Harbor, Maryland May 6-8. The IW Pavilion is designed to educate conference attendees on facets of Navy information warfare, including the key commands that lead, acquire, prepare and fight to secure the information domain. “Our Defense and Navy Strategies, as well as ‘A Design for Maintaining Maritime Superiority v2.0' all emphasize that we are in an era of Great Power Competition, with a return to a maritime warfare focus,” said Vice. Adm. Matthew Kohler, deputy chief of naval operations for information warfare (OPNAV N2N6) and director of naval intelligence (DNI). “They also note that ‘information' is key to warfighting across all domains – sea, air, space, and cyberspace – and is a warfare area in itself.” Representatives from the following commands will make up the Information Warfare Pavilion located at booth #2746 in the SAS exhibit hall: - The Office of the Deputy Chief of Naval Operations for Information Warfare (OPNAV N2N6) - Naval Information Forces Command (NAVIFOR) - U.S. Fleet Cyber Command/U.S. TENTH Fleet (FCC/C10F) - Space and Naval Warfare Systems Command (SPAWAR) - Naval Information Warfare Center Atlantic (NIWC Atlantic) - Naval Information Warfare Center Pacific (NIWC Pacific) - Program Executive Office Command, Control, Communications, Computers and Intelligence (PEO C4I) - Program Executive Office Space Systems (PEO SS) - Program Executive Office Enterprise Information Systems (PEO EIS) - Naval Meteorology and Oceanography Command (NMOC) - U.S. Naval Observatory (USNO) Together these commands will provide a glimpse into the Navy's information warfare community through the Navy IW theater speaking series, the Navy IW engagement zone and Navy IW technology demonstrations. Navy IW Theater The theater in the IW Pavilion will hold a speaker series all three-days of the conference and exposition. Topics range from digitizing the Navy, to enabling ‘compile to combat in 24 hours,' to increasing cybersecurity resiliency, to providing insight into the IW community status and mission areas. The IW Pavilion speaker's series schedule: Monday, May 6 1:45 pm – 2:30 pm: Vice Adm. Matthew Kohler, OPNAV N2N6/DNI and Vice Admiral Brian Brown, NAVIFOR 2:45 pm – 3:30 pm: Rear Adm. John Okon, NMOC Tuesday, May 7 10:00 am – 10:45 am: Rear Adm. Christian Becker, SPAWAR 1:45 pm – 2:30 pm: Rear Adm. Michael Vernazza, FCC/C10F Wednesday, May 8 11:00 am – 11:45 am: Rear Adm. Danelle Barrett, OPNAV N2N6 Navy Information Warfare Engagement Zone Situated in the middle of the IW Pavilion, the engagement zone will allow attendees to informally meet program managers and subject matter experts from multiple IW commands for short blocks of time. No appointments are necessary. Navy Information Warfare Pavilion Technology Demonstrations The IW pavilion will also feature 12 technology demonstrations spotlighting systems and capabilities that facilitate information warfare, from seafloor to space. This includes swarm modeling and control technologies, position, navigation and timing technologies, military satellite and nanosatellite communication systems, advanced military mobile applications and more. "Today, our Navy and our nation are experiencing an unprecedented degree of competition in the information warfare domain," said Rear Adm. Christian Becker, SPAWAR commander. "It's vital that our Navy adapts to this reality and responds with urgency and creativity to increase naval agility and sustainability. The IW Pavilion provides a platform for our community to engage with the best and brightest to discuss how to equip our warfighters with the most advanced technologies possible, to give them an unfair advantage today and for decades to come." Throughout the IW community's evolution over the last 10 years, it remains organized under three core pillars - battlespace awareness, assured command and control and integrated fires. Each of these areas aims to take advantage of information-related capabilities in an integrated fashion, to make decisions faster than the adversary throughout the full spectrum of Navy missions, from peacetime to conflict. The Navy League's Sea-Air-Space Exposition was founded in 1965 as a means to bring the U.S. defense industrial base, private-sector U.S. companies and key military decision makers together for an annual innovative, educational, professional and maritime based event located in the heart of Washington, DC. Sea-Air-Space is now the largest maritime exposition in the U.S. and continues as an invaluable extension of the Navy League's mission of maritime policy education and sea service support. For information about the event, visit http://www.seaairspace.org/welcome. https://www.navy.mil/submit/display.asp?story_id=109428

  • German, Norwegian officials huddle over joint submarine program

    1 mai 2019 | International, Naval

    German, Norwegian officials huddle over joint submarine program

    By: Sebastian Sprenger COLOGNE, Germany — Senior German and Norwegian defense officials met in Munich on Monday to plot a path for the two countries' multibillion-dollar joint submarine program. Officials said the meeting by the naval chiefs and defense-acquisition leaders was meant to push toward an agreement on the timing, cost and performance characteristics of the 212-CD program. The plan, these officials said, is to have the program on contract with lead vendor ThyssenKrupp Marine Systems in 2020, with the first vessel delivered to Norway in late 2026. A deal with the German shipyard was previously envisioned for this year. The design of the new boats has yet to be locked down, which may reflect a last glimmer of hope in Berlin and Oslo that other countries in the market for submarines — namely Italy, the Netherlands or Poland — could join the effort. Germany and Norway inked a strategic cooperation agreement on submarines in 2017. The idea is for TKMS to produce six identical boats — two for Germany and four for Norway. Norwegian missile-maker Kongsberg, in turn, will outfit German Navy ships with an upgraded variant of its Naval Strike Missile. The stakes are high for the program, as any delays in fielding the submarines would throw off military plans in either country. The German Navy has seen years of delays in its F-125 frigate program. According to the service, an industry consortium led by TKMS is to blame. The German military, which is seeking a budget boost beyond what is on the books so far, is under pressure to field equipment on time and on budget. The idea is to prove that the defense-acquisition apparatus can convert additional money into additional capability. As a result, officials are increasingly tight-lipped about details surrounding big-ticket projects beyond rosy statements. “After a successful meeting: We are convinced that we want to make #U212CD a success story,” German Navy chief Vice Adm. Andreas Krause wrote on Twitter late Monday. “We will act and speak as if we were ONE Navy. Both navies need the new submarines delivered in time, cost and quality. Everyone involved in this project should never forget its relevance.” Sebastian Bruns, a naval analyst with the University of Kiel in northern Germany, said the interplay between the German and Norwegian defense bureaucracies will be crucial as the program progresses. “This type of integrated process is new for Germany,” Bruns told Defense News. That is because everything from spare parts to training and operational aspects is designed to be bilateral from the start, possibly tying the two sea services together for decades. “We are talking about a time frame through the 2060s,” he said. Bruns added that questions remain about Germany's future defense budget and whether the submarine program will have to compete with other national priorities. According to a Navy spokesman, the program is reflected in the Defence Ministry's broad budget outlines. Lawmakers are expected to get details for debate next year. https://www.defensenews.com/global/europe/2019/04/30/german-norwegian-officials-huddle-over-joint-submarine-program/

  • Government of Canada awards contract for acquisition of four naval large tugs

    30 avril 2019 | Local, Naval

    Government of Canada awards contract for acquisition of four naval large tugs

    GATINEAU, QC, April 29, 2019 /CNW/ - The National Shipbuilding Strategy continues to deliver on its commitment to equip the Royal Canadian Navy with the ships needed to serve Canadians, while bringing jobs and prosperity to communities across the country and revitalizing our marine industry. Today, the Honourable Diane Lebouthillier, Minister of National Revenue and Member of Parliament for Gaspésie–Les Îles-de-la-Madeleine, announced that Public Services and Procurement Canada, on behalf of National Defence, has awarded a contract of $102 million (including taxes) to Ocean Industries Inc., from Isle‑aux-Coudres, Quebec, for the acquisition of four tugs. These new tugs will provide towing, firefighting and other critical support services to both the Atlantic and Pacific Maritime Forces. They will replace the Royal Canadian Navy's five civilian-crewed Glen-class large tugs and two Fire-class rescue boats. This contract will help sustain or create up to 140 jobs for Ocean Industries Inc. and its subcontractors. Quotes "The Government of Canada is committed to equipping the women and men of the Royal Canadian Navy with the ships they need to carry out their important work. Today's announcement is yet another example of how the National Shipbuilding Strategy is supporting jobs and prosperity in communities across Canada, including in Quebec." The Honourable Diane Lebouthillier Minister of National Revenue and Member of Parliament for Gaspésie–Les Îles-de-la-Madeleine "Large tugs are an essential part of the auxiliary fleet that supports the Royal Canadian Navy. They help berth our warships as they arrive from operations or as they leave to support our allies. The Government of Canadais providing the Royal Canadian Navy with the equipment they need to fulfill the missions we ask of them. Furthermore, this defence contract to build four large tugs in Canada will contribute to growing our economy and strengthening our middle class." The Honourable Harjit S. Sajjan Minister of National Defence "We're very pleased to have obtained this contact to complete this project at our shipyard in Isle-aux-Coudres in the Charlevoix region. Though we've built a lot of ships, this is the most important contract ever taken on by Ocean Industries Inc. Today, it's our advanced expertise as a builder and naval tug operator that is recognized by the federal government. We worked hard to present the federal government with a competitive offer, and we're pleased that our efforts are materializing in these initial significant economic results for our company related to the National Shipbuilding Strategy." Jacques Tanguay President and Chief Executive Officer, Ocean Group Quick facts Two of these tugs will go to Canadian Forces Base (CFB) Esquimalt in British Columbia. The other two will be delivered to CFB Halifax in Nova Scotia. The first two tugs are scheduled to be delivered in 2021. The last two tugs will be delivered in 2023. Canada has applied a voluntary set-aside for the Aboriginal participation component at 1% of the contract value. Related products Royal Canadian Navy Ocean Industries Inc. Follow us on Twitter Follow us on Facebook SOURCE Public Services and Procurement Canada https://www.newswire.ca/fr/news-releases/government-of-canada-awards-contract-for-acquisition-of-four-naval-large-tugs-806906347.html

Partagé par les membres

  • Partager une nouvelle avec la communauté

    C'est très simple, il suffit de copier/coller le lien dans le champ ci-dessous.

Abonnez-vous à l'infolettre

pour ne manquer aucune nouvelle de l'industrie

Vous pourrez personnaliser vos abonnements dans le courriel de confirmation.