Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3558 nouvelles

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

  • CSC Home Team Celebrates Canadian Industry Success

    11 février 2019 | Local, Naval

    CSC Home Team Celebrates Canadian Industry Success

    Canada's Combat Ship Team awarded contract for Canadian Surface Combatant OTTAWA, Ontario, Feb. 8, 2019 /PRNewswire/ -- Canadian technology, experience and infrastructure proved a winning combination for Canada's new fleet of surface combatants, as Canada's Combat Ship Team has been awarded the Canadian Surface Combatant design contract by Irving Shipbuilding. Irving Shipbuilding is the Canadian Surface Combatant prime contractor and will build all 15 ships at Halifax Shipyard. BAE Systems, CAE, Lockheed Martin Canada, L3 Technologies, MDA and Ultra Electronics partnered as Canada's Combat Ship Team to offer the Royal Canadian Navy the most advanced and modern warship design, the Type 26 Global Combat Ship, with high-tech platform innovations from prominent Canadian companies. The solution includes the internationally renowned and Canadian-developed combat management system, CMS 330. Bringing together a pan-Canadian team, the six companies have a uniquely skilled workforce and supply chain that are ready to begin work on the program today. Canada's Combat Ship team employs a combined 9,000 Canadians in 40 facilities from coast to coast and engages a Canadian supply chain of more than 4,000 small and medium sized enterprises. The team also secured several additional partners, including Rolls-Royce with its Canadian-designed and manufactured Mission Bay Handling System that will enable adaptability for the ships' operations. The Type 26 Global Combat Ship is a globally deployable multi-role warship that meets the distinctive mission requirements of the Royal Canadian Navy. It is enhanced with the team's collective Canadian naval expertise in combat system design, integration, training, logistics and program management. Purposely designed for high-end anti-submarine warfare and capable of performing a variety of missions around the world, the Type 26 is acoustically quiet, versatile, highly survivable, and allows for significant growth margins for future modernization. Canada's Combat Ship Team will deliver lasting economic benefits to Canadian industry through $17 billion in value proposition commitments in innovation across Canada's priority areas, including $2 billion in supplier development, $2 billionin research and development, and $200 million in advanced manufacturing. All of this contributes to a strong Canadian team - Canada's Home Team - ready to begin work on day one as promised. Quotes "We are delighted to be part of Canada's Combat Ship Team that has been awarded the Canadian Surface Combatant design contract. We believe that the Type 26 Global Combat Ship is the right solution for Canada, combining Canada's trusted Combat Management System with the world's most advanced warship design and bringing together a pan-Canadian team with a proven track record and current capability to perform complex defence projects." Anne Healey, General Manager - Canada, BAE Systems "As one of Canada's largest defence companies, we are proud to be part of this pan-Canadian team selected for the Canadian Surface Combatant program. We look forward to working closely with the Government of Canada, Irving Shipbuilding and the entire team to develop and deliver world-class capability that prepares the men and women of the Royal Canadian Navy for mission success." Joe Armstrong, Vice President and General Manager - Canada, CAE "This award is true validation of our Canadian capability. Our team is honoured, knowing that we offered the right solution for Canada and a proven ability to perform on complex defence programs. Lockheed Martin Canada is ready to continue serving as Canada's trusted Combat System Integrator, as it has for more than three decades, leveraging the innovation and talent here at home that will ultimately result in unprecedented economic outcome for Canada." Gary Fudge, Vice President and General Manager, Lockheed Martin Canada Rotary and Mission Systems "With over 2,200 Canadians working at L3 Technologies, we stand ready to deliver the latest EO/IR sensors, Integrated Platform Management, Integrated Communications and Torpedo Handling systems for the Canadian Surface Combatant. With proven capability on existing Canadian ships, L3 Technologies is proud to be on the team that will deliver the world leading performance expected by the Royal Canadian Navy." Rich Foster, Vice President, L3 Technologies Canada "As one of Canada's leading space and defence companies, MDA's participation in this project validates our expertise in electronics, antennas, signal processing, system engineering and mission software capabilities. In addition to providing world-class operational CSC capability to the Canadian Armed Forces, this project will be a catalyst for exporting more of our technology to the global naval market." Mike Greenley, Group President, MDA "As the underwater warfare lead on the CSC Home Team we are bringing to bear our considerable depth of anti-submarine warfare experience and capability, ensuring Canada's new ships will provide an enduring operational advantage to the Royal Canadian Navy. This work will generate high-tech jobs in Nova Scotia for sonar design and manufacturing and add to our existing significant export capability." Bernard Mills, President, Ultra Electronics Maritime Systems "Our experience and world-leading capability as providers of integrated power and propulsion solutions will deliver these warships with exceptional power through-life and the superb acoustic performance essential to anti-submarine warfare operations. Our Canadian-designed and manufactured Mission Bay Handling System will allow the essential flexibility and adaptability for future operations." Bruce Lennie, Vice President Business Development & Government Affairs, Rolls-Royce Canada About BAE Systems BAE Systems is a world leading shipbuilding, support and maintenance company with the skills and expertise to design, build, integrate, test, commission and support complex warships. BAE Systems has a strong track record of collaboration with customers and industrial partners worldwide to share technology and skills – helping countries grow their naval and industrial capabilities. Canadian industry is already integral to the Type 26 Global Combat Ship program. BAE Systems has operated in Canada for over 100 years partnering over a recent period with over 240 Canadian companies. BAE is active across Canada with equipment including Hawk trainer jets, Submarines, cyber security, Hybrid drive busses, and naval guns. About CAE As a globally-recognized training systems integrator, CAE is committed to providing defence and security forces world-class training centres, training services, and a comprehensive portfolio of training solutions. CAE is headquartered in Canada and has employees in 15 locations across the country. About Lockheed Martin Canada Lockheed Martin Canada has been Canada's trusted defence partner for nearly 80 years and has a proud legacy of providing innovative naval systems and sustainment solutions for Canada and abroad. For more than three decades, Lockheed Martin Canada has demonstrated its capability and commitment to the Royal Canadian Navy as the Prime Contractor and Combat System Integrator for the HALIFAX Class Frigates. The company employs approximately 1,000 employees at major facilities in Ottawa, Montreal, Halifax, Calgary, and Victoria, working on a wide range of major programs spanning the aerospace, defence and commercial sectors. About L3 Technologies A leading provider of communication, electronic and sensor systems used on military, homeland security and commercial platforms, L3 Technologies is also a prime contractor in aerospace systems, security and detection systems, and pilot training. With over 50 years of business operations in Canada, L3 has a strong Canadian presence with L3 MAPPS, L3 MAS, L3 Communication Systems Canada and L3 WESCAM that each have experience working on technologies and projects for the Royal Canadian Navy. About MDA MDA is an internationally recognized leader in space robotics, space sensors, satellite payloads, antennas and subsystems, surveillance and intelligence systems, defence and maritime systems, and geospatial radar imagery. MDA's extensive space expertise and heritage translates into mission-critical defence and commercial applications that include multi-platform command, control and surveillance systems, aeronautical information systems, land administration systems and terrestrial robotics. MDA is also a leading supplier of actionable mission-critical information and insights derived from multiple data sources. Founded in 1969, MDA is recognized as one of Canada's most successful technology ventures with locations in Richmond, Ottawa, Brampton, Montreal, Halifax and the United Kingdom. MDA has supported the Royal Canadian Navy for over two decades. About Ultra Electronics Based in Dartmouth, Nova Scotia, Ultra Electronics is a part of the Ultra Electronics Group, an international defense and aerospace company. Ultra Electronics has been delivering world-leading underwater warfare solutions to the defense market for 70 years. Ultra Electronics has been highly successful in transforming its research investment into the technologically-advanced underwater battlespace sensor systems that it delivers to both Royal Canadian Navy and internationally. Today, Ultra Electronics is recognized worldwide for its expertise in hull mounted sonar, towed active and passive arrays, sonar sensors, and underwater acoustics. About Rolls-Royce Rolls-Royce pioneers cutting edge technology to provide highly-efficient integrated power and propulsion solutions. Rolls-Royce has been established in Canada for over 70 years and today employs over 1500 Canadians at eight locations across six provinces. Rolls-Royce plays an active role in many of the world's major defence programs offering advanced system solutions to navies and coastguards. SOURCE Lockheed Martin https://news.lockheedmartin.com/2019-02-08-CSC-Home-Team-Celebrates-Canadian-Industry-Success

  • Contract Awards by US Department of Defense - February 7, 2019

    11 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 7, 2019

    NAVY BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4419); Huntington Ingalls Industries Inc., San Diego, California (N00024-16-D-4420); and General Dynamics, National Steel and Shipbuilding Co., San Diego, California (N00024-16-D-4421), are each awarded firm-fixed-price modifications to exercise Option Period Three under previously-awarded indefinite-delivery/indefinite-quantity multiple-award contracts for complex, emergent and continuous maintenance and Chief of Naval Operations availabilities on amphibious ships. Each company will have the opportunity to provide offers for individual delivery orders during Option Period Three, with an estimated cumulative combined value of $406,853,897. Work will be performed in San Diego, California, and is expected to be complete by March 2020. No funding will be obligated at time of award. Funding will be provided as individual delivery orders are issued. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Bell Helicopter Textron Inc., Fort Worth, Texas, is awarded $240,266,448 for modification P00009 to a previously awarded fixed-price-incentive contract (N00019-17-C-0030) for the manufacture and delivery of 12 Lot 16 AH-1Z aircraft for the kingdom of Bahrain under the Foreign Military Sales (FMS) program. Work will be performed in Fort Worth, Texas (60 percent); and Amarillo, Texas (40 percent), and is expected to be completed in August 2022. FMS funds in the amount of $240,266,448 are being obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Leidos Inc., Reston, Virginia, is awarded a $33,001,816 firm-fixed-price, indefinite-delivery/indefinite-quantity supply contract with cost-reimbursable services for the Digital Video Surveillance System in support of guided-missile destroyer (DDG) modernization. The Naval Surface Warfare Center, Philadelphia Division is the Navy's agent for the coordination and planning of all the engineering and technical support services for the modernization program. The modernization program provides a full spectrum of technical support encompassing all phases of the alteration installation process. Supplies are to be delivered to various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. Work will be performed in Reston, Virginia (85 percent); and at various places below one percent (15 percent), and is expected to be completed by February 2024. Fiscal 2018 other procurement (Navy) funding in the amount of $2,916,500 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (N64498-19-D-4011) The Boeing Co., St. Louis, Missouri, is awarded $23,108,547 for firm-fixed-priced delivery order N00383-19-F-0AY1 under previously awarded basic ordering agreement N00383-18-G-AY01 for the repair of various avionics equipment used on the F/A-18 aircraft. Work will be performed in Lemoore, California (99 percent); and Philadelphia, Pennsylvania (1 percent). Work is expected to be completed by December 2021. Working capital funds (Navy) in the amount of $23,108,547 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. URS Group Inc., Morrisville, North Carolina, is awarded a $21,000,000 modification on a firm-fixed-price task order under a previously awarded multiple award construction contract (N62470-13-D-6022) for Phase One of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity Panama City, Florida. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean-up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to damage from the hurricane. After award of this modification, the total task order value will be $42,510,000. Work will be performed in Panama City, Florida, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $21,000,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $18,265,659 for modification P00045 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification provides for the maintenance and operation of the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the U.K. Work will be performed in Valparaiso, Florida, and is expected to be completed in February 2020. Non-Department of Defense participant funds in the amount of $18,265,659 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $16,680,230 modification to a previously awarded firm-fixed-price contract (N00039-16-C-0050) to exercise options to deliver spare items for the Navy Multiband Terminal (NMT) system and to produce, test and deliver fully integrated NMT. NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. NMT supports Extremely High Frequency (EHF) / Advanced EHF Low Data Rate / Medium Data Rate / Extended Data Rate, Super High Frequency, Military Ka (transmit and receive) and Global Broadcast Service receive-only communications. Work will be performed in Largo, Florida (54 percent); South Deerfield, Massachusetts (25 percent); Stow, Massachusetts (13 percent); and Marlborough, Massachusetts (8 percent), and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); Navy working capital funds; and Foreign Military Sales funds in the amount of $16,680,230 will be obligated at the time of award. Funds will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $15,637,609 cost-plus-fixed-fee modification, against previously awarded contract N00024-14-C-4313 for LCS Planning Yard Services. This modification procures waterjet assembly battle spares for the LCS-6 and follow ships (Independence Class). Work will be performed in Chesapeake, Virginia (99 percent); and Bath, Maine (1 percent), and is expected to be complete by March 2021. Fiscal 2018 other procurement (Navy) funding in the amount of $15,637,609 will be obligated at award, and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. American Petroleum Tankers LLC, Blue Bay, Pennsylvania, is awarded a $15,111,000 firm-fixed-price option with reimbursable elements under a previously awarded contract (N3220517C3502) to exercise Option One for the vessel the M/V Evergreen State in support of the Department of Defense Logistics Agency Energy. The U.S. flagged vessel provided under the contract is employed in the worldwide transportation of petroleum products. The vessel will primarily be expected to operate in, but not limited to, the U.S. East Coast/Gulf Coast region, in accordance with the terms of this charter. Work for this option is expected to be completed February 2020. Working capital funds in the amount of $9,687,600 are obligated on this award. The cumulative value of this contract, if all options are exercised, is $81,048,250. This procurement was released under full and open competition, with an unlimited number of companies solicited via the Federal Business Opportunities website, with three offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $14,512,050 firm-fixed-price modification to previously awarded contract N00024-16-C-5352 to exercise options for Surface Electronic Warfare Improvement Program (SEWIP) Block 1B3 full-rate production. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP provides enhanced shipboard electronic warfare for early detection, analysis, threat warning, and protection from anti-ship missiles. SEWIP Block 1 focuses on obsolescence mitigation and special signal intercept. Work will be performed in Pittsfield, Massachusetts (55 percent); Thousand Oaks, California (25 percent); Mountain View, California (15 percent); and Fairfax, Virginia (5 percent), and is expected to be complete by May 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 and 2017 shipbuilding and conversion (Navy) funds in the amount of $14,512,050 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. Assurance Technology Corp., Carlisle, Massachusetts, is awarded $11,471,334 for cost-plus-fixed-fee modification P00029 to task order N00173-15-F-6201 under previously awarded contract (N00173-15-F-6201). This contract action is for research, development, and integration as it relates to Software Definable/Reconfigurable Systems design. This modification provides additional level of effort to be executed under the task order. The total cumulative face value of this task order is $46,792,500. Work will be performed in Washington, District of Columbia (93 percent); and Carlisle, Massachusetts (7 percent), and work is expected to be completed in July 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,500,000 are obligated at the time of award. Funds will not expire at the end of the current fiscal year. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. ARMY The Raytheon Co., Fort Wayne, Indiana, was awarded a $406,280,000 hybrid (cost, cost-plus-fixed-fee, firm-fixed-price and fixed-price-incentive) contract for AN/ARC-231 Multiple-Mode Aviation Radio Suite, hardware components, repair services, technical, engineering and logistical support services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-D-0014). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $107,390,788 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks, Palletized Load System (PLS) trucks, and new PLS trailers. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2020. Fiscal 2017 and 2019 other procurement Army funds in the amount of $107,390,788 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0193). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $55,093,787 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks, Palletized Load System (PLS) trucks, and new PLS trailers. One bid was solicited via the internet with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2017, 2018 and 2019 other procurement Army funds in the amount of $55,093,787 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0192). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $40,946,478 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2020. Fiscal 2019 other procurement Army funds in the amount of $40,946,478 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0194). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $29,319,096 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2020. Fiscal 2017 other procurement Army funds in the amount of $29,319,096 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0195). Record Steel and Construction Inc., Boise, Idaho, was awarded a $25,393,000 firm-fixed-price contract for design and construction of an E-3G mission and flight simulator training facility at Tinker Air Force Base, Oklahoma. Bids were solicited via the internet with eight received. Work will be performed in Tinker Air Force Base, Oklahoma, with an estimated completion date of Feb. 21, 2021. Fiscal 2017 military construction funds in the amount of $25,393,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0002). STANTEC Consulting Services, Raleigh, North Carolina, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0001). Clark Nexsen Inc., Virginia Beach, Virginia, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0002). AECOM Technical Services Inc., Los Angeles, California, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0003). Whitman, Requardt and Associates LLP, Baltimore, Maryland, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0004). AAI Corp. doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $7,050,000 modification (0004 10) to Foreign Military Sales (Australia) contract W58RGZ-17-D-0006 for contractor logistics support of the One System Remote Video Terminal. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of May 7, 2019. Fiscal 2019 operations and maintenance Army; and Foreign Military Sales funds in the amount of $7,050,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE Parsons, Pasadena, California, has been awarded a $94,359,257 firm-fixed-price contract, for Launch Manifest Systems Integrator (LMSI). This acquisition will allow for necessary integration and manifesting services for the LMSI requirement. Work will be performed in Pasadena and Torrance, California, and is expected to be completed by Feb. 6, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 space procurement funds in the amount of $5,898,895 will be obligated at the time of award. The Contracting Division, Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-F-0003). https://dod.defense.gov/News/Contracts/Contract-View/Article/1751801/source/GovDelivery/

  • Liberals rush to sign Canadian Surface Combatant contract- deal could be signed by Friday

    7 février 2019 | Local, Naval

    Liberals rush to sign Canadian Surface Combatant contract- deal could be signed by Friday

    DAVID PUGLIESE, OTTAWA CITIZEN The Liberal government is pushing ahead to try to get the Canadian Surface Combatant deal signed with Irving and the Lockheed Martin-BAE consortium either Thursday or Friday, sources say. That $60 billion project will see the eventual construction of 15 warships in the largest single government purchase in Canadian history. Lockheed is offering Canada the Type 26 warship designed by BAE in the United Kingdom. Irving is the prime contractor and the vessels will be built at its yard on the east coast. Public Services and Procurement Canada did not respond to a request for comment. But some industry representatives are questioning why the government is moving so quickly to get the contract signed. They say with a deal of such financial size – and potential risk to the taxpayer – federal bureaucrats should move slowly and carefully. The entry of the BAE Type 26 warship in the competition was controversial from the start and sparked complaints the procurement process was skewed to favour that vessel. Previously the Liberal government had said only mature existing designs or designs of ships already in service with other navies would be accepted, on the grounds they could be built faster and would be less risky. Unproven designs can face challenges as problems are found once the vessel is in the water and operating. But that criteria was changed and the government and Irving accepted the BAE design, though at the time it existed only on the drawing board. Construction began on the first Type 26 frigate in the summer of 2017 for Britain's Royal Navy, but it has not yet been completed. Company claims about what the Type 26 ship can do, including how fast it can go, are based on simulations or projections. The two other bidders in the Canadian program had ships actually in service with other navies so their capabilities are known. Both Irving and the federal government have insisted the procurement was conducted in a way that ensures all bidders are treated equally, overseen by a fairness monitor with no unfair advantage given to any individual bidder. Nonetheless, while three consortiums submitted bids for the surface combatant program, several European shipbuilders decided against participating because of concerns about the fairness of the process. Others raised concerns about BAE's closeness with the Halifax firm. The Canadian Surface Combatant program has already faced rising costs. In 2008 the then-Conservative government estimated the project would cost roughly $26 billion. But in 2015, Vice-Admiral Mark Norman, then commander of the navy, voiced concern that taxpayers may not have been given all the information about the program, publicly predicting the cost for the warships alone would approach $30 billion. Last year, Alion, one of the companies that submitted a bid on the project, filed a complaint with the Canadian International Trade Tribunal alleging the process was flawed and that BAE's Type 26 can't meet Canadian requirements. Alion has also filed a legal challenge in federal court, asking for a judicial review of the decision by Irving and the government to select the BAE design. Alion argued the Type 26 cannot meet the stated mandatory requirements, including speed, that Canada set out for the new warship, so it should be disqualified. The CITT, however, rejected that complaint on Jan. 30. “The Canadian International Trade Tribunal has determined that Alion Science and Technology Canada Corporation and Alion Science and Technology Corporation did not have standing to file a complaint before the Canadian International Trade Tribunal,” it noted in a statement. https://ottawacitizen.com/news/national/defence-watch/liberals-rush-to-sign-canadian-surface-combatant-contract-deal-expected-to-be-signed-by-friday

  • Contract Awards by US Department of Defense - February 6, 2019

    7 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 6, 2019

    NAVY BAE Systems Information and Electronic Systems Integration Inc., Hudson, New Hampshire, is awarded $225,034,247 for firm-fixed-price delivery order N0001919F2701 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-17-D-5517) to procure 9,999 additional Lot 7, full-rate production units of the Advanced Precision Kill Weapon System (APKWS) II. The procurement of the additional APKWS II weapons will upgrade the current 2.75-inch rocket system to a semi-active laser guided precision weapon in support of the Army, Navy, Marine Corps, Air Force and the governments of Nigeria and the Netherlands. Work will be performed in Hudson, New Hampshire (70 percent); and Austin, Texas (30 percent), and is expected to be completed in September 2020. Fiscal 2019 procurement of ammunition (Army, Navy and Marine Corps and Air Force); and Foreign Military Sales funds in the amount of $225,034,247 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems Norfolk Ship Repair, Norfolk, Virginia, was awarded an $114,563,249 firm-fixed-price contract for the execution of USS Bulkeley (DDG 84) fiscal 2019 depot maintenance period Chief of Naval Operations availability. This availability will include a combination of maintenance, modernization, and repair of USS Bulkeley. This is a “long-term” availability and was competed on a coast-wide (East coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $136,226,668. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $114,563,249 will be obligated at time of award, $85,275,770 of which will expire at the end of the fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to Solicitation No. N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4448). (Awarded Feb. 1, 2019) Marine Hydraulics International Inc. (MHI), Norfolk, Virginia, was awarded a $103,384,447 firm-fixed-price contract for the execution of USS Gunston Hall (LSD 44) fiscal 2019 Chief of Naval Operations-scheduled dry-docking selected restricted availability. This availability will include a combination of maintenance, modernization and repair of USS Gunston Hall. This is a “long-term” availability and was competed on a coast-wide (East Coast) basis without limiting the place of performance to the vessel's homeport. MHI will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $149,237,975. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 2020. Fiscal 2019 operations and maintenance (Navy) funding; and fiscal 2019 other procurement (Navy) funding in the amount of $103,384,447 will be obligated at time of award, and $103,159,625 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to solicitation N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4450). (Awarded Feb. 1, 2019) General Dynamics NASSCO-Norfolk, Norfolk, Virginia, was awarded a $67,179,025 firm-fixed-price contract for the execution of USS Arleigh Burke (DDG 51) fiscal 2019 dry-docking selected restricted availability Chief of Naval Operations availability. This availability will include a combination of maintenance, modernization, and repair of USS Arleigh Burke. This is a “long-term” availability and was competed on a coast-wide (East Coast) basis without limiting the place of performance to the vessel's homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $74,718,063. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $67,179,025 will be obligated at time of award and will expire at the end of the current fiscal year. Work will be performed in Norfolk, Virginia, and is expected to be complete by November 2019. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to solicitation No. N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4449). (Awarded Feb. 1, 2019) Group W Inc., Vienna, Virginia, is awarded a $24,999,999 indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a five-year ordering period for research and innovative technical analysis support services for the Marine Corps Operations Analysis Directorate. Work will be performed in Vienna, Virginia. Work is expected to be completed within the delivery dates set forth in each task order. The ordering period will commence on Feb. 5, 2019 and end on Feb. 4, 2024. No funds will be obligated at the time of award. Funding on this contract will be obligated at the task order level. Operations and maintenance (Marine Corps), and research and development (Marine Corps and Navy) funding will be used for the task orders. Fiscal 2019, operations and maintenance (Marine Corps) funds in the amount of $950,200 will be obligated for task orders one and two and will expire at the end of the current fiscal year. This contract was competitively procured via solicitation on the Federal Business Opportunities website, with three proposals received. The Marine Corps Installations Command, National Capital Region, Regional Contracting Office Quantico, Virginia, is the contracting activity (M00264-19-D-0007). PAE Aviation and Technical Services LLC, Arlington, Virginia, is awarded a $23,000,000 firm-fixed-price, indefinite-delivery, requirements contract. This contract provides continued Contractor Instruction, Maintenance, Operations and Training Support (CIMOTS). CIMOTS will support the national strategic sealift Cargo Offload Discharge System requirements and facilitate training for the Improved Navy Lighterage System powered and non-powered craft at Expeditionary Warfare Training Groups, Pacific and Atlantic. Work will be performed in Coronado, California (90 percent);and Norfolk, Virginia (10 percent), and is expected to be completed in December 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-19-D-1020). General Atomics, San Diego, California, is awarded $8,417,378 for ceiling-priced delivery order N00383-19-F-NA05 under previously awarded basic ordering agreement (N00383-18-G-NA01) for the manufacture of 17 various line items for initial spares acquisition in support of the Electromagnetic Aircraft Launch System for use on aircraft carriers. Work will be performed in Tupelo, Mississippi, and work will be completed by January 2022. Working capital funds (Navy) in the amount of $6,313,034 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. ARMY MDM Construction,* Rockford, Illinois (W911SA-19-D-2005); Greenstone Construction,* Fargo, North Dakota (W911SA-19-D-2006); Richard Group,* Glenview, Illinois (W911SA-19-D-2007); Allcon Construction,* Butler, Wisconsin (W911SA-19-D-2008); Progressive Construction Services,* Janesville, Wisconsin (W911SA-19-D-2009); JMJ Construction,* Baraboo, Wisconsin (W911SA-19-D-2010); Relyant Global,* Maryville, Tennessee (W911SA-19-D-2011); RHI Construction Services,* West Haven, Utah (W911SA-19-D-2012); Platt Construction,* Franklin, Wisconsin (W911SA-19-D-2013); and Signature Renovations,* Capitol Heights, Maryland (W911SA-19-D-2014), will compete for each order of the $45,000,000 firm-fixed-price contract for Fort McCoy, Wisconsin, Department of Public Works construction. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 14, 2024. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $26,182,720 modification (P00136) to contract W31P4Q-13-C-0129 to procure Command Launch Unit retrofits. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $26,182,720 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Social Services Missouri Dept., Jefferson City, Missouri, was awarded a $19,195,300 modification (P00003) to contract W911S7-18-C-0011 for full food service. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Aug. 5, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $19,195,300 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity. Valiant Government Services LLC, Hopkinsville, Kentucky, was awarded a $16,255,102 modification (P00009) to contract W91278-18-C-0011 for operations and maintenance services. Work will be performed in Natick, Massachusetts; Daleville, Alabama; Silver Spring, Maryland; Aberdeen, Maryland; Frederick, Maryland; and Dover, Delaware, with an estimated completion date of Feb. 6, 2020. Fiscal 2019 operations and maintenance Army; and research, development, test and evaluation funds in the amount of $16,255,102 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Panamerican Consultants Inc.,* Memphis, Tennessee, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related 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 Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0003). R. Christopher Goodwin & Associates Inc.,* New Orleans, Louisiana, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related 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 Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0006). Coastal Environments Inc.,* Baton Rouge, Louisiana, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related 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 Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0007). MISSILE DEFENSE AGENCY General Atomics Electromagnetic Systems, San Diego, California, is being awarded a $30,900,000 cost-plus-fixed-fee contract modification (P00013) to a previously awarded contract (HQ0277-l 7-C-0001). The value of this contract is increased from $37,850,000 to $68,750,000. Under this modification, the contractor will continue to demonstrate passive Missile Defense Agency configured MQ-9 unmanned aerial vehicles in Ballistic Missile Defense System tests. The work will be performed in San Diego, California. Fiscal 2019 research, development, test and engineering funds in the amount of $l,445,000 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity (HQ0277-17-C- 0001). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1750408/source/GovDelivery/

  • Ottawa pushes navy's planned supply ships to the front of the construction queue

    6 février 2019 | Local, Naval

    Ottawa pushes navy's planned supply ships to the front of the construction queue

    Murray Brewster · CBC News The Liberal government has decided to pull out all the stops on the construction of the navy's planned permanent supply ships — a move that's raised questions about how quickly the Canadian Coast Guard will get a critical oceanographic science vessel. Public Services and Procurement Canada (PSPC) issued a statement Tuesday that announced the re-sequencing of the construction schedules for vessels being built at the Vancouver Shipyard, which is owned by Seaspan. The company has already started preliminary construction work on the first of the navy's long-awaited Joint Support Ships and the federal government says the work will continue until the vessel is completed. Under the National Shipbuilding Strategy, Seaspan was suppose to first construct three small fisheries research ships and a larger oceanographic vessel before working on the navy's long-awaited supply ships. Adhering to that plan in the face of repeated organizational delays meant delivery of those supply ships — which are considered critical to allowing the navy to operate beyond Canadian shores — would not happen until 2023 at the earliest. The PSPC statement said that once the first supply ship is finished, Seaspan will turn its attention to the coast guard oceanographic ship and then build the last planned naval supply ship. "Given the complexity of this build, this change in sequencing will ensure focused engineering resources on each of the projects, while allowing for time between construction of the first and second [Joint Support Ship] to incorporate lessons learned," said PSPC spokesman Pierre-Alain Bujold in a statement. "Moreover, this allows for uninterrupted work at the shipyard, mitigating the risk of potential layoffs and production gaps between builds." Bujold said additional details on the construction schedule will be released at a later date. The change to the schedule was, according to sources in the defence industry, agreed upon at the recent Trudeau government cabinet retreat in Sherbrooke, Que. Rob Huebert, a defence expert at the University of Calgary, said the decision "leaves most people scratching their heads" because of the difficulty involved in getting a shipyard to switch up construction between different types of vessels. "Why you would interrupt the building of ships by putting another style and class of vessel in the middle completely boggles my mind," said Huebert, a noted expert on the Arctic. "I don't know why you would do it." If anything, he said, the federal government should simply build both naval ships and then move on the coast guard ship. The re-sequencing means the navy could be waiting until the late 2020s for its second supply vessel, which would make the program a multi-decade odyssey. The Liberal government of former prime minister Paul Martin originally ordered the replacement of the auxiliary ships in 2004, but the program was cancelled in 2008 by the Conservatives when cost estimates exceeded the budget envelope. Huebert said Tuesday's announcement also raises questions about when Canadians will see the heavy icebreaker that Seaspan is also slated to build. The PSPC website says the program is under review and "no activities are planned until work on other projects has advanced." The federal government apparently has not yet formally notified Seaspan of the schedule change, although the shipyard has awarded a series of sub-contracts to companies such as INDAL in Mississauga, Ont., and L3 MAPPS in Montreal, for supply ship components. Seaspan is expected to announce another contract on Wednesday with Lockheed Martin Canada related to the supply ships. Ever since the Conservatives cancelled the first iteration of the supply ship project, the federal government has struggled to get it back on track, setting and missing several deadlines. The supply ships were supposed to arrive in 2017. The date was pushed back to 2019, and then to 2022. The absence of a supply ship prompted the Davie shipyard, in Levis, Que., to pitch a converted civilian cargo ship for navy use. That $668 million lease deal is at the centre of the breach-of-trust case against Vice-Admiral Mark Norman. Davie is pitching the federal government on leasing another cargo ship. A spokesman for Davie, Frederik Boisvert, called Tuesday's decision "an insult to taxpayers" and claimed that Seaspan has failed to deliver on the supply ship project and "should be blacklisted by the government and not rewarded for failure." The effect of switching up the schedule means the navy might not need a second supply ship leasing deal. Sources within the coast guard and the defence industry have said that the design and project coordination for the fisheries science vessel is not as far advanced as the navy supply ship program and that is an important factor in the federal government's timing decision. https://www.cbc.ca/news/politics/ottawa-pushes-navy-s-planned-supply-ships-to-the-front-of-the-construction-queue-1.5006785

  • Contract Awards by US Department of Defense - February 5, 2019

    6 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 5, 2019

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $90,345,180 modification to a previously awarded cost-plus-incentive-fee contract (N00019-17-C-0001). This modification provides for the identification and execution of cost reduction initiatives to reduce the cost of the F-35 Lightning II Air System. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2022. Fiscal 2017 aircraft procurement (Air Force, Navy, and Marine Corps) funds in the amount of $90,345,180 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($44,929,818; 50 percent); Navy ($26,000,000; 29 percent); and the Marine Corps ($19,415,362; 21 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Q.E.D. Systems Inc., Virginia Beach, Virginia, was awarded an $11,503,892 cost modification to previously-awarded contract N00024-15-C-4400 for third party advanced planning services in support of Chief of Naval Operations availabilities, Continuous Maintenance Availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, continuous maintenance and emergent maintenance windows of opportunity for Navy surface combatant ship classes (CG 47/DDG 51). Work will be performed in Norfolk, Virginia (53 percent); San Diego, California (36 percent); and Everett, Washington (11 percent), and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $6,282,400 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. (Awarded Feb. 1,2019) ARMY CACI-ISS Inc., Arlington, Virginia, was awarded a $37,234,235 modification (P00048) to contract W15QKN-15-C-0049 for the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $35,387,111 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. DEFENSE LOGISTICS AGENCY SOPAKCO Inc., Mullins, South Carolina, has been awarded a maximum $26,214,300 firm-fixed-price contract for religious and halal Meal Ready to Eat. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a Feb. 4, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-19-DZ117). UPDATE: Hoist Liftruck Manufacturing,* East Chicago, Indiana (SPE8EC-19-D-0038), has been added as an awardee to the multiple-award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. DEFENSE HEALTH AGENCY Bluewater Federal Solutions Inc., Chantilly, Virginia, was awarded a firm-fixed-price contract for $8,194,502 on Jan. 22, 2019. The contract has an effective date of Feb. 1, 2019 and was awarded following a competitive solicitation conducted amongst small businesses in accordance with Federal Acquisition Regulation 8.405, using General Services Administration eBuy Schedule 70, Special Item Number 132-56. This award provides for non-personal information technology services in support of mobile application development, web design, web development, and necessary support (to include testing, information assurance compliance and risk mitigation in accordance with Department of Defense standards) for Military Health System internet, intranet, and extranet websites, web applications, and mobile applications. The contractor place of performance is Falls Church, Virginia. In addition, this contract provides for four option periods, if exercised. This contract is funded with fiscal 2019 operations and maintenance appropriations in the amount of $8,194,502. The Defense Health Agency, Contracting Office – Health Information Technology, San Antonio, Texas, is the contracting activity (HT0015-19-F-0022). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1749121/source/GovDelivery/

  • India’s new defense budget falls way short for modernization plans

    6 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    India’s new defense budget falls way short for modernization plans

    By: Vivek Raghuvanshi NEW DELHI – India's defense budget for 2019 included a marginal 6.87 percent bump to $49.68 billion, which is unlikely to meet modernization demands or ‘Make in India' manufacturing increases. Out of the total allocation, $16.91 billion has been set aside to buy new weapons and other military hardware, compared to $14.68 billion in the previous financial year. But not accounted for are the liabilities, say some defense analysts, which could chip away at available funds. “As of now, one doesn't know about the extent of committed liabilities to be able to say how much money will be available for new purchases,” said Amit Cowshish, former financial advisor for the Ministry of Defence acquisition. "But it can be said with reasonable certainty that the allocation must be much less than the requirement projected by the ministry. That being the case, the ministry will have to make do with whatever money they have got, just the way they have been managing in the past.” India's defence budget is more than five times that of Pakistan, pegged at $9.6 billion — barely enough to maintain its basic operational capability. Presenting the interim budget for 2019-20 in parliament, Union Minister for Finance and Corporate Affairs Piyush Goyal said additional funds, if necessary, would be provided to secure India's borders and maintain its defense preparedness. Under capital outlay, the Army was granted $4.60 billion and the Navy granted $3.61 billion — both nearly flat compared to the year before. The Indian Air Force was allocated $6.14 billion, combared to $5.58 billion in the previous year. One MoD official said the majority of funds will go towards past committed liabilities for Rafale fighters, S-400 missile systems, warships and helicopters. Still, the fact that the budget saw an increase is noteworthy to some. “The allocation for defense, which for the first time has crossed the $49 billion threshold is encouraging," said Baba Kalyani, chairman of leading private sector defense enterprise Bharat Forge Ltd. In terms of manufacturing, "we hope that ‘Make in India' will result in a greater role for the private industry in this critical sector of the country's economy.” Cowshish is less encouraged, seeing very few noteworthy programs on the horizon. “It doesn't seem likely that many big contracts for fighters, helicopters, submarines, etc. will get concluded in the coming year," he said. "This is not because of paucity of funds but on account of the fact that none of these procurement proposals are likely to reach anywhere near the contract conclusion stage any time soon. “ https://www.defensenews.com/global/asia-pacific/2019/02/05/indias-new-defense-budget-falls-way-short-for-modernization-plans/

  • Germany’s plan to boost defense spending hits a snag

    6 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Germany’s plan to boost defense spending hits a snag

    By: Sebastian Sprenger COLOGNE, Germany — Germany may be unable to deliver on its pledge to increase the defense budget due to smaller-than-expected economic growth, according to a new Finance Ministry analysis. The projections peg the military budget to be several billion euros short of the trajectory to meet the government's goal of reaching 1.5 percent of gross domestic product by 2024. Analysts even see the current spending curve unable to sustain 1.35 percent in the years ahead. NATO members in 2014 agreed to boost their defense spending to 2 percent of GDP within 10 years. Germany's defense budget is roughly €43 billion (U.S. $49 billion) for 2019, or about 1.2 percent of GDP. That is a boost of €4 billion over the previous year. Defence Minister Ursula von der Leyen on Monday said Germany remains committed to hitting the self-declared 1.5 percent target in 2024. She portrayed the Finance Ministry's analysis as a mere first step toward a budget proposal negotiated by Cabinet secretaries. The government is expected to unveil such a plan in late March. The Trump administration has often criticized Germany for underspending on defense, arguing Berlin rides on American coattails when it comes to security. News that the country's spending target is at risk is sure to embolden the narrative in Washington that Europe is somehow taking advantage of the United States. It could weaken the negotiating position of German government delegates at two high-profile events in mid-February: a meeting of NATO defense ministers in Brussels, and the Munich Security Conference. The Finance Ministry's economic outlook estimates that agencies will have to reconcile new spending priorities within their previously established budget targets. That means no fresh money would become available for the government's push on artificial intelligence, for example, according to the document. https://www.defensenews.com/global/europe/2019/02/05/germanys-plan-to-boost-defense-spending-hits-a-snag/

  • Contract Awards by US Department of Defense - February 4, 2019

    5 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 4, 2019

    DEFENSE COMMISSARY AGENCY Coast Produce Co., Los Angeles, California, is being awarded an indefinite-delivery, requirements type contract to provide fresh fruits and vegetable products for commissaries located in the west areas of the continental U.S. The award amount is estimated at $153,648,855 for the base year. Actual obligations using resale stock activity group, defense capital funds, will occur upon issuance of delivery orders during the period of performance. Contract funds will not expire at the end of the current fiscal year. The contract is for a 24-month base period beginning Feb. 25, 2019, through Feb. 21, 2021. The contract includes three one-year option periods. If all three option periods are exercised, the contract will be completed Feb. 21, 2024. The Defense Commissary Agency, Fort Lee, Virginia, is the contracting activity (HDEC02-19-D-0002). NAVY General Dynamics Bath Iron Works (BIW), Bath, Maine, was awarded a $126,171,106 cost-plus-award-fee contract for DDG 51 class integrated planning yard services. BIW will provide expert design, planning and material support services for both maintenance and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $719,178,832. Work will be performed in Bath, Maine, and is expected to be completed by January 2024. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $21,022,460 was obligated at time of award, and $4,549,434 will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4452). (Awarded Jan. 30, 2019) Swiftships LLC,* Morgan City, Louisiana, is awarded a $26,683,722 modification to previously awarded fixed-price incentive contract N00024-18-C-2401 to exercise an option for construction of Landing Craft, Utility (LCU) 1701 and 1702. LCU 1700 will replace the existing LCU 1610 class of amphibious landing craft on a one for one basis. LCU 1700 will be a similarly rugged steel craft which will recapitalize the LCU 1610 capabilities and have a design life of 30 years. LCU 1700 craft will be a highly reliable and fuel efficient heavy lift platform whose capability will be complementary to the faster air cushion landing craft which have a significantly shorter range, smaller payload capacity, no habitability, and operating hour limitations. Work will be performed in Morgan City, Louisiana, and is expected to be completed by May 2021. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $26,683,722 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. Kingfisher Systems Inc., Falls Church, Virginia, is awarded a $14,236,278 cost-plus-fixed-fee contract for advanced cyber support services in support of the Marine Corps Cyberspace Operations Group. This one-year contract includes four one-year option periods which, if exercised, would bring the potential value of this contract to an estimated $73,344,685. Work will be performed in Quantico, Virginia. The period of performance of the base period is from Feb. 4, 2019, through Feb. 3, 2020. If all options are exercised, the period of performance would extend through Feb. 3, 2024. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $5,500,000 will be obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via request for proposal N66001-18-R-0011 which was published on the Federal Business Opportunities website and the Space and Naval Warfare e-Commerce Central website, with five offers received and one selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-C-3406). Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded $11,654,051 for modification P00068 to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-9999). This modification provides for non-recurring engineering to incorporate the Multifunctional Information Distribution System/Joint Tactical Radio System into the E-2D Advanced Hawkeye aircraft in support of the government of Japan. Work will be performed in Melbourne, Florida (75.15 percent); Norfolk, Virginia (8.98 percent); Ronkonkoma, New York (8.42 percent); St. Augustine, Florida (6.34 percent); Misawa, Japan (.32); and various locations within the continental U.S. (.79 percent), and is expected to be completed in June 2020. Foreign Military Sales funds in the amount of $11,654,051 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Canadian Commercial Corp., Ottawa, Ontario, Canada, is awarded an $11,382,478 firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides services in support of Navy ship and weapons systems test events such as target presentations, planning and conducting of test, and analysis and evaluation of the assigned surface weapons systems during test events as well as systems engineering and program management support. Work will be performed at Point Mugu, California (85 percent); Ridgecrest, California (6 percent); Las Cruces, New Mexico (3 percent); Kauai, Hawaii (2 percent); Salt Lake City, Utah (2 percent); Lompoc, California (1 percent); and various locations outside the continental U.S. (1 percent), and is expected to be completed in February 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0008). UPDATE: The contract deductive modification awarded to Gilbane Federal, Concord, California (N39430-15-D-1634) on Jan. 16, 2019, to decrease the value of the contract for the cleaning, inspection and repair of Fuel Storage Tanks 305, 307, and 308 at Defense Fuel Support Point, Tsurumi, Japan, was not signed on that actual date. The modification for $10,966,383 will now be executed Feb. 4, 2019. Work on Tanks 305, 307, and 308 is being removed from the contract by mutual agreement of the parties. 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 hospital equipment and accessories. This is a five-year contract with no option periods. This was a competitive acquisition with 71 responses received. Location of performance is Florida, with a Feb. 3, 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-0010). AIR FORCE Akima Logistics Services LLC, Herndon, Virginia, has been awarded a $13,536,602 firm-fixed-price contract for fuels and supply services. This contract provides for services to support all management, personnel and equipment to perform fuels and supply services. Work will be performed at Joint Base Andrews, Maryland, and is expected to be completed by Feb. 29, 2020. This award is the result of a competitive acquisition and five offers were received. Fiscal 2019 operations and maintenance funds in the amount of $6,768,301 are being obligated at the time of award. The 11th Contracting Squadron, Joint Base Andrews, Maryland, is the contracting activity (FA2860-19-C-0004). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY General Dynamics Mission Systems Inc., San Antonio, Texas, has been awarded an $11,816,042 modification (P00037) to previously awarded contract HR0011-16-C-0001 for classified information technology services. The modification brings the total cumulative face value of the contract to $116,832,430 from $105,016,388. Work will be performed in Arlington, Virginia, with an expected completion date of February 2020. Fiscal 2019 research and development funds in the amount of $5,430,798 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business **Service-Disabled Veteran Owned Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1747970/

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.