Back to news

September 19, 2019 | International, Aerospace

Air Force Announces Newest Red Tail: ‘T-7A Red Hawk’

Official Designation For Boeing's T-X Trainer
The Air Force's all-new advanced trainer aircraft, the T-X, has officially been named the T-7A Red Hawk.

Acting Secretary of the Air Force Matthew Donovan made the announcement during his speech at the 2019 Air Force Association's Air, Space and Cyber Conference in National Harbor, Sept. 16.

Donovan was joined on stage by one of the original Tuskegee Airmen, Col. Charles McGee, who flew more than 400 combat missions in World War II, Korea and Vietnam. Also seated in the audience were members of the East Coast Chapter of the Tuskegee Airmen.

After a short video highlighting the aircraft's lineage, Donovan said, “ladies and gentlemen, I present to you the newest Red Tail!” A drape was then lifted to reveal a quarter-scale model of a T-7A Red Hawk painted in a distinct, red-tailed color scheme.

“The name Red Hawk honors the legacy of Tuskegee Airmen and pays homage to their signature red-tailed aircraft from World War II,” Donovan said. “The name is also a tribute to the Curtiss P-40 Warhawk, an American fighter aircraft that first flew in 1938 and was flown by the 99th Fighter Squadron, the U.S. Army Air Forces' first African American fighter squadron.”

The Tuskegee Airmen subsequently painted their Republic P-47 Thunderbolts and North American P-51 Mustangs with a red-tailed paint scheme.

The T-7A Red Hawk, manufactured by Boeing, introduces capabilities that prepare pilots for fifth generation fighters, including high-G environment, information and sensor management, high angle of attack flight characteristics, night operations and transferable air-to-air and air-to-ground skills.

“The T-7A will be the staple of a new generation of aircraft,” Donovan said. “The Red Hawk offers advanced capabilities for training tomorrow's pilots on data links, simulated radar, smart weapons, defensive management systems, as well as synthetic training capabilities.”

Along with updated technology and performance capabilities, the T-7A will be accompanied by enhanced simulators and the ability to update system software faster and more seamlessly. The plane was also designed with maintainers in mind by utilizing easy-to-reach and open access panels.

The T-7A features twin tails, slats and big leading-edge root extensions that provide deft handling at low speeds, allowing it to fly in a way that better approximates real world demands and is specifically designed to prepare pilots for fifth-generation aircraft. The aircraft's single engine generates nearly three times more thrust than the dual engines of the T-38C Talon which it is replacing.

“The distance between the T-38 and an F-35 is night and day,” said Air Force Chief of Staff General David L. Goldfein. “But with the T-7A the distance is much, much smaller, and that's important because it means the pilots trained on it will be that much better, that much faster at a time when we must be able to train to the speed of the threat.”

A $9.2 billion contract awarded to Boeing in September 2018 calls for 351 T-7A aircraft, 46 simulators and associated ground equipment to be delivered and installed, replacing Air Education and Training Command's 57-year-old fleet of T-38C Talons.

The first T-7A aircraft and simulators are scheduled to arrive at Joint Base San Antonio-Randolph, Texas, in 2023. All undergraduate pilot training bases will eventually transition from the T-38C to the T-7A. Those bases include Columbus Air Force Base, Mississippi; Laughlin AFB and Sheppard AFB, Texas; and Vance AFB, Oklahoma.

http://www.aero-news.net/index.cfm?do=main.textpost&id=ee428ce4-f656-4eb1-9167-ae750094f54f

On the same subject

  • New Strategy Outlines Path Forward for Artificial Intelligence

    February 13, 2019 | International, C4ISR, Other Defence

    New Strategy Outlines Path Forward for Artificial Intelligence

    The Department of Defense on Feb. 12 released the summary of its strategy on artificial intelligence. The strategy, Harnessing AI to Advance Our Security and Prosperity, outlines how DOD will leverage AI into the future. Key tenets of the strategy are accelerating the delivery and adoption of AI; establishing a common foundation for scaling AI's impact across DOD and enabling decentralized development and experimentation; evolving partnerships with industry, academia, allies and partners; cultivating a leading AI workforce; and leading in military AI ethics and safety. The department's strategic approach to AI emphasizes its rapid, iterative, and responsible delivery and then the use of lessons learned to create repeatable and scalable processes and systems that will improve functions and missions across the department. AI is poised to change the character of the future battlefield and the pace of threats faced in today's security environment. The United States, together with its allies and partners, must adopt AI to maintain its strategic position and prevail on future battlefields. AI will impact every corner of the department, spanning operations, training, sustainment, force protection, recruiting, healthcare and others. The focal point of DOD AI is the Joint Artificial Intelligence Center, established last June under DOD Chief Information Officer Dana Deasy and led by Lt. Gen. John "Jack" Shanahan, to provide a common vision, mission and focus to drive department-wide AI capability delivery. DOD's AI strategy supports the National Defense Strategy and is part of DOD's overall efforts to modernize information technology to support the warfighter, defend against cyber attacks and leverage emerging technologies. More information is available on defense.gov: Artificial Intelligence Strategy Fact Sheet https://dod.defense.gov/News/News-Releases/News-Release-View/Article/1755388/new-strategy-outlines-path-forward-for-artificial-intelligence/source/GovDelivery/

  • Contract Awards by US Department of Defense - December 10, 2019

    December 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 10, 2019

    DEFENSE INFORMATION SYSTEMS AGENCY Leidos Inc., Reston, Virginia, was awarded a competitive single award, indefinite-delivery/indefinite-quantity contract with a ceiling of $6,520,000,000 that includes a mix of fixed price and cost contract type pricing arrangements for Global Solutions Management – Operations (GSM-O) II, which provides support services for the operation, defense, and sustainment of the Department of Defense Information Network/Defense Information System Network. The place of performance is predominantly within the continental U.S. (CONUS); however, support services are also required at multiple locations outside CONUS. Proposals were solicited via the Federal Business Opportunities website (www.fbo.gov), now known as beta.SAM.gov website. The solicitation (HC1028-18-R-0024) was issued as a full and open competitive action. Three proposals were received. The period of performance includes a base period of five years (Jan. 1, 2020 – Dec. 31, 2025), with two two-year option periods, and one one-year option period, for a total period of 10 years (Jan. 1, 2020 – Dec. 31, 2030). The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-20-D-0001). AIR FORCE Computers Sites Inc., Denver, Colorado (P00008, FA8217-16-D-0002); Eaton, Raleigh, North Carolina (P0006, FA8217-16-D-0003); and AllCom Global, Lake St. Louis, Missouri (P00008, FA8217-16-D-0004), have been awarded an estimated maximum increase modification of $197,000,000 for power converting and continuation interfacing equipment. This modification provides for the installation of uninterruptable power supply systems across every major command. Work will be performed at Air Force bases throughout all major commands and is expected to be completed by Dec. 10, 2021. The estimated maximum value for each contract is being increased from $99,990,500 to $197,984,500, for fiscal years 2016-2021. Other procurement funds are being used and no funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity. The Boeing Co., El Segundo, California, has been awarded a $21,260,075 modification (P00036) to previously awarded contract FA8819-15-C-0007 to exercise Option 5 for Space Based Space Surveillance Block 10 sustainment. This modification provides for the exercise of an option for the sustainment and required development necessary for Air Force operations and maintenance of the Space Based Space Surveillance System and Red Local Area Network. This effort includes systems engineering, operations, operations support, and contractor logistics support. Work will be performed at El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed by June 20, 2022. The total cumulative face value of the contract is $129,825,811. Fiscal 2020 operations and maintenance funds in the amount of $2,000,000 are being obligated at the time of award. The Space and Missile Systems Center, Special Programs Directorate, Los Angeles Air Force Base, California, is the contracting activity. Raytheon Co., Aurora, Colorado, has been awarded a $13,543,046, bilaterally negotiated contract modification (P00310) to previously awarded contract FA8807-10-C-0001 to modify the technical baseline to fulfill the requirements of four requests for changes (RFC). The contract modification is for implementation of four RFCs (312, 343, 345, and 393) to the technical baseline. Work will be performed at Aurora, Colorado, and is expected to be completed by June 30, 2021. The total cumulative face value of the contract is $3,308,389,602. No additional funds are being obligated at the time of award as the contract is incrementally funded. The U.S. Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. ARMY Accenture Federal Services, Arlington, Virginia, was awarded a $75,820,763 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for unified enterprise resource planning capability support services. Bids were solicited via the internet with four received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Dec. 9, 2025. Fiscal 2020 Army working capital funds in the amount of $4,858,861 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-C-0005). Rigid Constructors LLC,* Opelousas, Louisiana, was awarded a $9,986,105 firm-fixed-price contract for excavation, placement of material for the construction of earthen retention dikes, installation of settlement plates, surveying, clearing, grubbing, steel culvert installation, painting and metalwork fabrication. Bids were solicited via the internet with eight received. Work will be performed in Calcasieu, Louisiana, with an estimated completion date of Dec. 5, 2020. Fiscal 2020 civil construction funds in the amount of $9,986,105 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0006). DEFENSE LOGISTICS AGENCY Raytheon Co., El Segundo, California, has been awarded a maximum $45,085,238 firm-fixed-priced delivery order (SPRPA1-20-F-C301) against a five-year basic ordering agreement (SPRPA1-17-G-C301) for APG-79 Radar System spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Location of performance is California, with a Dec. 30, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a maximum $19,483,754 cost-plus-fixed-fee, bridge contract for automated tank gauging, independent alarm system and overfill protection equipment maintenance. This was a sole-source acquisition using justification 10 U.S .Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 19-month base contract with one three-month option period. Locations of performance are the 48 contiguous states, with a July 12, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-20-C-0004). National Industries for the Blind, Alexandria, Virginia, has been awarded a maximum $12,063,451 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for multiple sizes of innerspring mattresses. This is a mandatory procurement contract. This is a one-year base contract with two one-year option periods. Locations of performance are North Carolina and Virginia, with a Nov. 4, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B074). Atlantic Diving Supply Inc., doing business as ADS Inc., Virginia Beach, Virginia, has been awarded a maximum $7,426,101 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 option periods. Location of performance is Virginia, with a Dec. 9, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0009). NAVY Moonlite Construction,* Corona, California, is awarded a maximum $20,000,000 indefinite-delivery/indefinite-quantity contract for painting and wall coverings construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma and San Diego and Marine Corps Air Station, Miramar, California. Work will be performed in San Diego, California. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0001). Windamir Development Inc., McDonough, Georgia, is awarded a $10,082,338 firm-fixed-price task order which provides for exercise of the first and second options for pier refurbishment of Pier XRay North and XRay South at Joint Base Charleston. After award of these options, the total cumulative contract value will be $17,048,056. Work will be performed in Charleston, South Carolina, and the option period is from December 2019 to July 2021. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $10,082,338 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 (N69450-19-F-0875). The Boeing Co., St. Louis, Missouri, is awarded a $9,475,825 firm-fixed-price delivery order (N00019-20-F-0283) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides Harpoon/SLAM-ER missile system and Harpoon launch systems follow-on integrated logistics and engineering services support for the Navy and various Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (91.89%); St. Louis, Missouri (5.47%); and Yorktown, Virginia (2.64%), and is expected to be completed in February 2022. Fiscal 2020 operations and maintenance (Navy); and FMS funds in the amount of $9,475,825 will be obligated at time of award, $2,464,306 of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($2,464,306; 26%); and FMS customers ($7,011,519; 74%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2037058/source/GovDelivery/

  • US, UK Will Have ‘Avenue' to Share Best Practices for Sixth-Gen Fighter Development - Air Force Magazine

    July 28, 2022 | International, Aerospace

    US, UK Will Have ‘Avenue' to Share Best Practices for Sixth-Gen Fighter Development - Air Force Magazine

    As the US and Great Britain pursue different sixth-gen fighters, they'll still find ways to collaborate, the US air attaché in London said.

All news