Back to news

November 17, 2024 | International, Land

Air Force buying more drone wingmen to develop operational tactics

Anduril's Fury and General Atomics' Gambit are in the running for the first iteration of the Air Force's drone wingman program.

https://www.defensenews.com/air/2024/11/15/air-force-buying-more-drone-wingmen-to-develop-operational-tactics/

On the same subject

  • Contract Awards by US Department of Defense - February 12, 2020

    February 13, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 12, 2020

    AIR FORCE Canadian Commercial Corp., Ottawa, Canada, has been awarded a $225,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-138 engine and component depot repair. This contract provides the Air Force with the depot repair support required for the F-138 engine and components. Work will be performed at Richmond, British Columbia, and is expected to be completed by Feb. 11, 2030. This award is the result of a competitive acquisition. Fiscal 2020 operations and maintenance funds in the amount of below $1,118,975 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-20-D-0004). The Victor Group, San Antonio, Texas, has been awarded a $10,564,430 modification (P00016) to previously-awarded contract FA8052-18-C-0010 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Dover Air Force Base (AFB), Delaware; Hanscom AFB, Massachusetts; Andrews AFB, Maryland; Bolling AFB, Washington, District of Columbia; Wright-Patterson AFB, Ohio; Langley AFB, Virginia; Scott AFB, Illinois; Whiteman AFB, Missouri; Seymour Johnson AFB, North Carolina; Minot AFB, North Dakota; and Grand Forks AFB, North Dakota, and is expected to be completed Feb. 13 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,564,430 will be obligated at the time of award. The total cumulative value of this contract including Option One is $24,234,322. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. Main Building Maintenance Inc., San Antonio, Texas, has been awarded a $10,400,074 modification (P00015) to contract FA8052-18-C-0006 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at the Air Force Academy, Colorado; Buckley Air Force Base (AFB), Colorado; Peterson AFB, Colorado; Schriever AFB, Colorado; Beale AFB, California; Eielson AFB, Alaska; Elmendorf AFB, Alaska; Fairchild AFB, Alaska; Ellsworth AFB, South Dakota; FE Warren AFB, Wyoming; Hill AFB, Utah; Malmstrom AFB, Montana; McConnell AFB, Kansas; Mountain Home AFB, Idaho; Nellis AFB, Nevada; and Offutt AFB, Nebraska, and is expected to be completed on Feb. 13, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,400,074 will be obligated at time of award. The total cumulative value for this contract, not including Option One, is $9,677,258. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. Titan Facility Services LLC, Gilbert, Arizona, has been awarded a $10,012,679 modification (P00019) to contract FA8052-18-C-0009 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Little Rock Air Force Base (AFB), Arkansas; Barksdale AFB, Louisiana; Keesler AFB, Mississippi; Eglin AFB, Florida; Hurlburt Field AFB, Florida; MacDill AFB, Florida; Tyndall AFB, Florida; Patrick AFB, Florida; Charleston AFB, South Carolina; Shaw AFB, South Carolina; Moody AFB, Georgia; Robins AFB, Georgia; Columbus AFB, Mississippi; Altus AFB, Oklahoma; Tinker AFB, Oklahoma; and Vance AFB, Oklahoma, and is expected to be completed Feb. 13, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,012,679 will be obligated at the time of award. The total cumulative value of this contract including Option One is $19,858,371. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. TFOM HHS Group JV, Austin, Texas, has been awarded a $9,843,221 modification (P00010) to contract FA8052-19-C-A002 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Cannon Air Force Base (AFB), New Mexico; Holloman AFB, New Mexico; Kirtland AFB, New Mexico; Davis-Monthan AFB, Arizona; Luke AFB, Arizona; Dyess AFB, Texas; Goodfellow AFB, Texas; Lackland AFB, Texas; Laughlin AFB, Texas; Randolph AFB, Texas; Sheppard AFB, Texas; Los Angeles AFB, California; Edwards AFB, California; and Vandenberg AFB, California, and is expected to be completed by Feb. 13, 2021. Fiscal 2020 operations and maintenance funds for $9,843,221 will be obligated at time of award. The total cumulative value of this contract, including Option One is $18,784,172. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. NAVY Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $40,000,000 cost-plus-incentive-fee and cost-only modification to a previously-awarded delivery order N00024-19-F-6201 under an indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) for the design, prototyping and qualification testing for electronic warfare systems equipment. This effort will award the design of Navy equipment. Work will be performed in Syracuse, New York, and is expected to be completed by February 2021. Fiscal 2020 research, development, test and evaluation (Navy) funding for $8,207,000 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Raytheon Co., Missile Systems, Tucson, Arizona, is awarded a $35,874,452 firm-fixed-price modification to a previously-awarded contract (N00024-18-C-5432) for over-the-horizon weapon systems. Under this contract, Raytheon Co., Missile Systems, will manufacture and deliver over-the-horizon weapon systems that consist of encanistered missiles (EM) loaded into launching mechanisms (LM) and a single fire control suite (FCS). This contract consists of firm-fixed-price EMs (tactical, telemetered and inert operational); FCSs; LMs; mission support equipment; training equipment and courses; cost-plus-fixed-fee engineering services; and cost-only travel and other direct costs. Work will be performed in Kongsberg, Norway (75%); Tucson, Arizona (15%); Schrobenhausen, Germany (4%); Raufoss, Norway (3%); McKinney, Texas (2%); and Louisville, Kentucky (1%), and is expected to be completed by February 2022. Fiscal 2020 weapon procurement (Navy) for $34,369,290 (95.8%); and other procurement (Navy) for $1,505,162 (4.2%), 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 Navy Yard, Washington, District of Columbia, is the contracting activity. Childs Engineering Corp.,* Bellingham, Massachusetts, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $15,000,000 for underwater and above-water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations; underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities predominantly in the U.S. but also worldwide to include Florida (15%); Connecticut (10%); Georgia (10%); Massachusetts (10%); Maine (10%); New Hampshire (10%); New Jersey (10%); Pennsylvania (10%); Rhode Island (10%); Illinois (2%); Puerto Rico and U.S. Virgin Islands (1%); South Carolina (1%); and Tennessee (1%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 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 funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2207). Marine Solutions Inc.,* Nicholasville, Kentucky, is awarded as a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities in Mid-Atlantic region including Maryland (40%); Virginia (40%); and Washington, District of Columbia (20%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 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 funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2208). Lloyd Collins JV, Houston, Texas, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities in various states to include Florida (28%); California (25%); Hawaii (25%); Texas (15%); Louisiana (5%); and Mississippi (2%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 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 funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with six proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2209). Appledore Marine Engineering LLC,* Portsmouth, New Hampshire, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build request for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; and construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Northwest states and all Pacific U.S. territories including Washington state (80%); Alaska and American Pacific territories (18%); and Oregon (2%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 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 funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with seven proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2210). Jacobs Government Services Co., Irvine, California, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations outside of the continental U.S. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities worldwide. The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 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 funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2211). Client Solution Architects LLC, Mechanicsburg, Pennsylvania, is awarded a $7,560,402 modification to a previously-awarded cost-plus-fixed-fee task order issued by the Naval Information Warfare Systems Command. This modification increases the value of the basic contract by $7,560,402; the contract's new total value is $26,964,672. This modification provides for the exercise of a cost-plus-fixed-fee option for an additional year of acquisition management, program management and integrated logistics support services for the Undersea Communications and Integration Program Office. Fiscal 2020 operations and maintenance, Navy (O&M, N); research, development, test and evaluation (Navy); and other procurement (Navy) funds for $1,530,328 will be obligated at the time of award. O&M, N funds for $374,000 will expire at the end of the fiscal year. Work will be performed in San Diego, California, and is expected to be completed by February 2021. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-17-F-3001). DEFENSE LOGISTICS AGENCY Carter Industries,* Olive Hill, Kentucky, has been awarded a maximum $30,294,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men's and women's sage-green flyer coveralls. This was a competitive acquisition with one response received. This is an 18-month base contract with two one-year option periods. Location of performance is Kentucky, with an Aug. 11, 2021, performance completion date. Using customer is Air Force and Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1238). ARMY Bencor Global Inc., Frisco, Texas, was awarded a $24,500,000 modification (P00031) to contract W911WN-14-C-0002 for work related to East Branch Dam Cutoff Wall. Work will be performed in Wilcox, Pennsylvania, with an estimated completion date of Dec. 7, 2020. Fiscal 2020 funds in the amount of $24,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity. Crosby Dredging LLC, Galliano, Louisiana, was awarded a $12,492,900 firm-fixed-price contract to dredge and remove approximately 1.3 million cubic yards of shoal material from the Turning and Anchorage Basin in the Sabine Neches Waterway. Bids were solicited via the internet with five received. Work will be performed in Port Arthur, Texas, with an estimated completion date of Aug. 11, 2020. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0004). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2082835/source/GovDelivery/

  • Boeing’s new F-15X may replace an aging fleet of F-15C/D Eagles

    July 31, 2018 | International, Aerospace

    Boeing’s new F-15X may replace an aging fleet of F-15C/D Eagles

    By: Kyle Rempfer The Air Force's fleet of F-15 C and D Eagle fighters are aging faster than F-35 joint strike fighters are being fielded, a gap in the transition that some think needs to be filled. And even when more F-35s have been fielded, F-15s could still fill a tactical role to help the Air Force carry out its mission. Boeing's new, single-seat F-15X design may be the Air Force's answer to that issue. Very little has been made known about the F-15X initiative, which was first reported by Defense One, and the Air Force's Pentagon officials could not provide comment on it, only telling Air Force Times that “there is no acquisition program” with respect to the new platform. But multiple media outlets still reported this week that the F-15X was being pitched to the Air Force by Boeing. Alternatively, some reports state that the Air Force first solicited Boeing for the new fighter. Regardless, the possibility of a new platform to replace aging the fourth-generation F-15 fighters could alleviate the strain put on F-22 Raptors and make up for the F-35s slow roll-out. Created during the Cold War, the more than 40-year-old F-15 has been the U.S. Air Force's primary air-to-air fighter jet for decades. The aircraft has been known for its range of operational roles, however, to include close-air support in the Global War on Terrorism. Dan Grazier, the Jack Shanahan Military Fellow at the Project On Government Oversight, writes extensively on military procurement, to include the F-35 acquisition. He said that while he can't comment on the specific designs of the F-15X, it is generally better to develop weapon systems from “an evolutionary approach.” “Whenever the military possesses a proven basic design like the F-15, the Pentagon should focus its efforts on maintaining and improving it until the state of technology changes to the point where the basic design is no longer viable,” Grazier told Air Force Times. “Until that happens, there is no reason to continually reinvent the wheel. If it is possible to incorporate improved technology into a design that has already been bought and paid for, then it only makes financial and common sense to do so.” “There will doubtless be arguments made that the unit flyaway costs of the F-15X and F-35 will be roughly comparable," he said. "When you factor in the development costs of both into the program unit average cost, I bet the F-15X will be much less expensive.” While the F-35 is a supposed to be a multi-role aircraft — capable of a stealth mode, as well as an air-to-ground combat mode once air dominance is achieved — it has been questioned whether the F-35 can outperform an F-15 in an air-to-air dogfight, or an A-10 Warthog in close-air support missions. As to what the F-15X includes that separates it from older F-15s, not too much is definitively known. Citing sources close to the initiative, The War Zone reported the most extensive breakdown so far. The F-15X reportedly came out of an Air Force inquiry to Boeing and Lockheed Martin about fielding an aircraft that could easily transition into the service's existing air combat infrastructure, specifically to help counter the Air Force's shrinking force. There were some caveats to the solicitation: it needs to be cost-effective, low-risk and not considered an alternative to the larger F-35 procurement program, The War Zone reported. It seems those requirements were met, based on the reported features. The F-15X armament would be designed for a mixed air-to-air and air-ground-role, including “eight air-to-air missiles and 28 Small Diameter Bombs (SDBs), or up to seven 2,000-pound bombs and eight air-to-air missiles," according to The War Zone. The F-15X would allegedly be very affordable, as well. The aircraft reportedly costs roughly $27,000 per hour to fly. Meanwhile, the F-35A costs more than $40,000 an hour to fly, according to The War Zone. Finally, The War Zone said the F-15X will have a 20,000-hour service life, meaning it could be flying for several more decades. Still, Boeing officials have not outright confirmed they were pitching the F-15X. “We see the marketplace expanding internationally and it's creating opportunities then to go back and talk to the U.S. Air Force about what might be future upgrades or even potentially future acquisitions of the F-15 aircraft,” Gene Cunningham, vice president of global sales of Defense, Space & Security, told DefenseOne. The Air Force has been considering retiring its F-15 Eagles for some time. In March 2016, service officials said they were considering a retirement for the more than 230 F-15 C and D fighters, and replacing them with F-16 Fighting Falcons. Speaking before the Senate Armed Services air land forces subcommittee in April, Lt. Gen. Jerry Harris, the Air Force's deputy chief of staff for strategic plans and requirements, said the service was still looking at options for the F-15 fleet. “There's nothing off the table,” Harris said. “We're looking at, as we bring F-35s in, can we grow our capacity rather than just replace one-for-one? If we can't do that, what's our least-capable asset to retire, based on the value that it would provide for us?” https://www.airforcetimes.com/news/your-air-force/2018/07/30/boeings-new-f-15x-may-replace-an-aging-fleet-of-f-15cd-eagles/

  • Contract Awards by US Department of Defense - March 26, 2019

    March 29, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 26, 2019

    NAVY Huntington Ingalls Industries, Pascagoula, Mississippi, was awarded a $1,471,290,677 fixed-price-incentive modification to previously awarded contract N00024-18-C-2406 for the procurement of the detail design and construction of Landing Platform Dock (LPD) 30, the first LPD 17 Flight II ship which will meet all the capabilities and capacities requirements for the Amphibious Ship Replacement. Work will be performed in Pascagoula, Mississippi (82 percent); Crozet, Virginia (3 percent); Beloit, Wisconsin (2 percent); and New Orleans, Louisiana (2 percent), with other efforts performed at various sites less than one percent throughout the U.S. (11 percent), and is expected to be completed by February 2025. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $1,369,362,790 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. (Awarded March 25, 2019) Raytheon Co., Indianapolis, Indiana, was awarded a $49,989,867 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract in support of radar antenna system overhauls, coatings, shipboard installations and removals, and incidental technical support services for the following Radar Restoration Program systems: AN/SPS-48, AN/SPS-49, AN/SPS-67(V)1, AN/SPS-40, AN/SPS-73, AN/SPS-67(V)3/5, AN/SPQ-9B, AN/SPS-55, AN/SPS-75 and AN/SPS-77. All systems in the Radar Restoration Program are in the sustainment phase of their life cycle. The restored systems provided via this contract action are the above-deck components. The systems, subsystems, subassemblies and components are critical shipboard systems providing detect-to-engage capability to defend against incoming enemy aircraft and/or missiles. Some systems provide safe navigation processes for collision avoidance. This contract involves foreign military sales to Taiwan. Work will be performed in Odon, Indiana (75 percent); and Indianapolis, Indiana (25 percent), and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $271,807; and foreign military sales funding in the amount of $436,602 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 three offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP40). (Awarded March 22, 2019) The Raytheon Co., McKinney, Texas, is awarded $39,718,809 for modification P00036 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-15-C-0116). This modification exercises an option for the procurement of three APY-10 Radar System production kits for the Navy, four for the government of the United Kingdom, and five for the government of Norway, as well as related services in support of P-8A Poseidon Lot 10 production aircraft. Work will be performed in McKinney, Texas (77.1 percent); Andover, Massachusetts (7.2 percent); Chelmsford, Massachusetts (3.4 percent); Woodland Park, New Jersey (3.3 percent); Black Mountain, North Carolina (1.8 percent); San Carlos, California (1.7 percent); Ashburn, Virginia (1.6 percent); Etobicoke, Ontario, Canada (1.4 percent); Simsbury, Connecticut (1.3 percent); and Clearwater, Florida (1.2 percent), and is expected to be completed in September 2022. Fiscal 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $39,718,809 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($9,168,076; 23 percent); and FMS ($30,550,733; 77 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. National Institute of Building Sciences, Washington, District of Columbia, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for architectural design and engineering services for the National Institute of Building Sciences, District of Columbia. The work to be performed provides for ongoing criteria preparation and shall fall under the following two categories: preparation and dissemination of emerging innovative technology source information and/or criteria, commercially supported, embedded within the whole building design guide; and make findings and advise public/private sectors of the economy with respect to the use of building science and technology in achieving nationally acceptable standards and the irregularities and inconsistencies which arise from their application to particular localities or special local conditions. Work will be performed in Washington, District of Columbia. The term of the contract is not to exceed 60 months with an expected completion date of March 2024. Fiscal 2015 Office of the Secretary of Defense contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by military construction funds. This contract was a sole-source procurement under Federal Acquisition Regulations 6.302-5, authorized or required by statute. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-5013). BAE Systems, Information and Electronic Systems Integration, Nashua, New Hampshire, is being awarded an $18,184,174 firm-fixed-price contract for the procurement of nine OE-120B/UPX Identification Friend or Foe antenna groups and one retrofit kit for the Navy. Work will be performed in Nashua, New Hampshire, and is expected to be completed in May 2022. Fiscal 2017, 2018, and 2019 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funds in the amount of $18,184,174 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0052). Noble Sales Co. Inc.,* Rockland, Massachusetts, is awarded a $14,126,593 firm-fixed-price blanket purchase agreement contract to stock, store, and issue supplies, construction materials, and hardware in support of Naval Facilities Engineering Command Hawaii, Joint Base Pearl Harbor Hickam, Oahu, Hawaii. The contract will include a 12-month base period, four one-year option periods, and a six-month extension, which if exercised, the total value of this contract will be $79,409,916. Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2020; if all options are exercised, work will be completed by September 2024. Fiscal 2019 working capital (Navy) funds will be provided on individual task orders as they are issued against the agreement and funds will not expire at the end of the current fiscal year. This contract was solicited unrestricted to all General Services Administration (GSA) Federal Supply Schedule vendors under GSA Schedule Special Item Number 51V for maintenance, repairs, and operations with two offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Regional Contracting Department, Pearl Harbor, Hawaii, is the contracting activity (N00604-19-A-4000). QRC Technologies, Fredericksburg, Virginia, is awarded a $13,748,268 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract for the purchase of QRC brand materials and components, hardware deliverables, and engineering services required to support design, upgrade, integration, test, and evaluation of sensor system integration projects for the U.S. Special Operations Command and the Navy. This three-year contract includes a two-year option which, if exercised, would bring the cumulative value of this contract to an estimated $21,660,140. All work will be performed in Fredericksburg, Virginia. The period of performance of the base period is from March 27, 2019, through March 26, 2022. If the option is exercised, the period of performance would extend through March 26, 2024. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task/delivery orders. The types of funding to be obligated include operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This sole-source procurement is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3403). Raytheon Co., Tewksbury, Massachusetts, is awarded a $9,140,826 modification to previously-awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed and precision firepower and long ranges in support of forces ashore, while incorporating signature reduction, active and passive self-defense systems and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (50 percent); and Tewksbury, Massachusetts (50 percent), and is expected to be completed by March 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $5,772,655 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. AIR FORCE Sierra Nevada Corp., Circle, Sparks, Nevada, has been awarded a $317,000,000 indefinite-delivery/indefinite-quantity contract for the Precision Strike Package program. This contract provides contractor logistics support for the Precision Strike Package in support of the AC-130W and AC-130J. Work will be performed at Cannon Air Force Base, New Mexico; and Hurlburt Field, Florida, and is expected to be complete by Sept. 30, 2026. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $26,784,295 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509‐19‐D‐0001). DZYNE Technologies Inc., Fairfax, Virginia, has been awarded a $48,990,806 cost-plus-fixed-fee contract for Mobile Onboard Nexus for Autonomy and Radical Computation Handling (MONARCH) Small Business Innovative Research III effort. This contract provides for further development of technologies they have established under previous and current contracts, and the rapid development and maturation of novel Airborne, Space, and Terrestrial (ground) technologies and systems so that MONARCH technologies and associated capabilities can be transitioned to military markets. Work will be performed in Irvine, California, and is expected to be complete by March 27, 2024. This award is the result of a sole-source acquisition. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-9203). (Awarded March 25, 2019) General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $9,211,561 cost-plus-fixed-fee contract for the United Kingdom (UK) MQ-9 Reaper contractor logistics support effort. This contract provides for ongoing sustainment of the UK MQ-9 fleet. Work will be performed at multiple stateside and international locations, and is expected to be completed by June 30, 2019. This award is the result of a sole-source acquisition and involves 100 percent foreign military sales to the government of the United Kingdom. Foreign military sales funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-G-4040 0017 21). ARMY Valiant Global Defense Services Inc., San Diego, California, was awarded a $60,685,000 modification (P00013) to contract W91247-18-C-0001 for mission support services. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of March 26, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $60,685,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity. Up-Side Management Co.,* Hubert, North Carolina, was awarded a $46,000,000 firm-fixed-price contract for general construction and repair. Bids were solicited via the internet with 33 received. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0017). Widman Inc.,* Godfrey, Illinois, was awarded a $30,000,000 firm-fixed-price contract for upper-river land repair. Bids were solicited via the internet with seven received. Work will be performed in West Alton, Missouri, with an estimated completion date of March 25, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $30,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0003). Widman Inc.,* Godfrey, Illinois, was awarded a $15,000,000 firm-fixed-price contract for lower-river land repair. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2024. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0004). Mississippi Department of Rehabilitation Services, Madison, Mississippi, was awarded a $14,523,875 firm-fixed-price contract for dining facility management functions. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Property and Fiscal Office for Mississippi is the contracting activity (W9127Q-19-D-0001). BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $9,576,532 modification (P00681) to contract DAAA09-98-E-0006 for natural gas and fuel oil for the commissioning and emission testing of the new natural gas-fired steam plant currently under construction at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 other procurement, Army funds in the amount of $9,576,532 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Avion Solutions Inc., Huntsville, Alabama, was awarded an $8,656,308 modification (000006) to contract W31P4Q-18-A-0047 for logistics support. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 28, 2020. Fiscal 2019 operations and maintenance, Army; other procurement, Army; and research, development, test and evaluation funds in the amount of $8,656,308 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. MISSILE DEFENSE AGENCY Lockheed Martin Corp., Sunnyvale, California, was awarded a $30,000,000 cost-plus-fixed-fee contract modification (P00015) to a previously awarded HQ0277-18-C-0001 contract. The value of this contract is increased from $36,000,000 to $66,000,000. Under this modification, the contractor will complete their laser scaling and beam control critical design review in support of the Low Power Laser Demonstrator risk reduction. The work will be performed in Sunnyvale, California. The period of performance for this effort is Oct. 6, 2017, to Sept. 6, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $29,951,935 are being obligated on this award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. General Atomics, San Diego, California, was awarded a $29,000,000 cost-plus-fixed-fee contract modification (P00017) to a previously awarded HQ0277-18-C-0002 contract. The value of this contract is increased from $33,000,000 to $62,000,000. Under this modification, the contractor will complete their laser scaling and beam control critical design review in support of the Low Power Laser Demonstrator risk reduction. The work will be performed in San Diego, California. The period of performance for this effort is Nov. 6, 2017, to Sept. 6, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $28,955,517 are being obligated on this award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. Boeing Co., Huntsville, Alabama, was awarded a $29,000,000 cost-plus-fixed-fee contract modification (P00019) to a previously awarded HQ0277-18-C-0003 contract. The value of this contract is increased from $33,000,000 to $62,000,000. Under this modification, the contractor will complete their laser scaling and beam control critical design review in support of the Low Power Laser Demonstrator risk reduction. The work will be performed in Huntsville, Alabama. The period of performance for this effort is Dec. 8, 2017, to Sept. 6, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $28,685,504 are being obligated on this award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. DEFENSE LOGISTICS AGENCY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $11,789,305 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel engines. This is a three-year contract with no option periods. This was a sole-source acquisition, using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Wisconsin, with a March 26, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0084). CACI Inc.-Federal, Chantilly, Virginia, has been awarded a $10,031,056 firm-fixed-price, cost-plus-incentive-fee contract for technical and functional services for the Defense Agency Initiative. This was a competitive acquisition with one response received. This is a one-year base contract with three one-year option periods. Locations of performance are Virginia and other areas in the continental U.S., with a March 28, 2020, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 operations and maintenance funds; and fiscal 2019 through 2020 research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania (SP4701-19-C-0009). Beaver Aerospace & Defense Inc.,* Livonia, Michigan, has been awarded a maximum $9,036,355 firm-fixed-price contract for linear electro-mechanical actuators. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with no option periods. Location of performance is Michigan, with a July 19, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-19-C-0071). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1796426/

All news