Back to news

October 29, 2021 | International, Land

Army Awards Laser Weapon Contract To Boeing, General Atomics Team

The Army wants to demonstrate a 300 kilowatt laser weapon in fiscal 2022.

https://breakingdefense.com/2021/10/army-awards-laser-weapon-contract-to-boeing-general-atomics-team/

On the same subject

  • Contract Awards by US Department of Defense - December 12, 2019

    December 13, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 12, 2019

    NAVY Ameresco Select Inc., Framingham, Massachusetts, is awarded a firm-fixed-price task order (N39430-19-F-9901) at $402,833,556, under a multiple award indefinite-delivery/indefinite-quantity contract for energy conservation measures at Norfolk Naval Shipyard, Portsmouth, Virginia. The work to be performed provides for the construction, operations and maintenance of energy conservations to improve energy efficiency and reliability, which include steam distribution upgrades to decrease steam energy loss, energy security upgrades for energy related process improvements, replacement of transformers to improve equipment reliability and water treatment plant improvements to reduce operational and safety risks. Work will be performed at Norfolk Naval Shipyard, Portsmouth, Virginia, and is expected to be completed by January 2043. No funds will be obligated with this award as private financing obtained by the contractor, will be used for the 36-month construction (i.e. implementation) phase of the project. Two proposals were received for this task order. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency & Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-09GO29029). Lightforce USA Inc., doing business as Nightforce Optics,* Orofino, Idaho, is awarded a $53,735,930 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for Precision-Variable Power Scopes (P-VPS). This procurement is for the P-VPS Standard and the P-VPS Standard, Long Range. The P-VPS is a precision direct view optic with continuously variable magnification ranging from 3x to less than or equal to 7x and greater than or equal to 25x continuous zoom for U.S. Special Operations Command. Work will be performed in Orofino, Idaho, and is expected to be complete by December 2024. Fiscal 2020 defense procurement funding in the amount of $2,351,124 will be obligated at the time of award and will expire at the end of the current continuing resolution period. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-D-JQ57). Orion Construction Corp.,* Vista, California, is awarded a $32,363,000 firm-fixed-price contract for the construction of potable water distribution improvements at Marine Corps Base Camp Pendleton, California. The work to be performed provides for the construction of potable water supply pipelines to transport potable water from the 24 Area to the 20 Area potable water storage tanks on Marine Corps Base Camp Pendleton. This project provides necessary waterline valves, appurtenances and tie-ins to meet operational needs of the Southern Water System and meet applicable standards and codes. The contract also contains one unexercised deductive option, which, if exercised, would decrease cumulative contract value to $30,893,000. Work will be performed in Oceanside, California, and is expected to be completed by May 2022. Fiscal 2019 military construction, (Navy) contract funds in the amount of $32,363,000 are obligated on this award and the funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-C-0612). Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $30,429,224 indefinite-delivery/indefinite-quantity modification for the exercise of Option One to extend services for base operations support services at Naval Station Mayport, Marine Corps Support Facility, Blount Island, and outlying areas. The work to be performed provides for base operations support services to include port operations, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, steam, water, base support vehicles and equipment and environmental. After award of this option, the total cumulative contract value will be $61,139,761. Work will be performed in Jacksonville, Florida, Naval Station Mayport (62%); Blount Island (37%); and outlying areas (1%). This option period is from January 2020 to December 2020. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) (O&M,N); fiscal 2020 operations and maintenance (Marine Corps); fiscal 2020 Navy working capital funds; and fiscal 2020 family housing O&M,N contract funds in the amount of $24,895,628 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1800). VLJM LLC,* Fullerton, California, is awarded a maximum $25,000,000 indefinite-delivery/indefinite-quantity contract for paving construction alterations, renovations and repair projects at Naval Bases Ventura County, Port Hueneme, California. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of road paving projects. Work will be performed in Port Hueneme (50%); and Point Mugu (50%), 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 three proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0014). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $18,055,674 modification (P00055) 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 sustainment support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the United Kingdom. Work will be performed in Eglin, Florida, and is expected to be completed in February 2021. Non-U.S. Department of Defense participant funds in the amount of $18,055,674 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. Northrop Grumman, Charlottesville, Virginia, is awarded a $16,055,006 indefinite-delivery/indefinite-quantity (IDIQ), cost-plus-fixed-fee and firm-fixed-price delivery order for engineering and technical services for the design, development, testing, integration and system support of the AN/BPS-16(V)5 radar system. The work will be performed in Charlottesville, Virginia, and is expected to be completed by December 2020. The IDIQ ordering vehicle includes options, which, if exercised, would bring the cumulative value of this contract to $83,253,974 and expire in December 2024. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $410,000 will be obligated at time of award and will expire on Aug. 30, 2020. Fiscal 2019 other procurement (Navy) funding in the amount of $300,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(ii), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6203). Zero Waste Solutions Inc.,* Concord, California, is awarded a maximum $14,288,305 indefinite-delivery/indefinite-quantity firm-fixed-price contract for integrated solid waste management services at various Navy and Marine Corps installations within the San Diego metropolitan area, as well as three outlying naval training installations in the San Diego County area. The work to be performed provides for labor, supervision, management and materials (except those specified as government furnished), to perform various integrated solid waste management service functions as follows: refuse and recycling collection and disposal services. Initial task order is being awarded at $371,768 for integrated solid waste management services at Naval Base San Diego (45%); Marine Corps Air Station Miramar (24.2%); Naval Base Point Loma (23.7%); Marine Corps Recruit Depot (5.8%); Camp Michael Monsoor (0.6%); Remote Survival, Evasion, Resistance and Escape Camp Warner Springs (0.4%); and Camp Morena, California (0.3%). Work for this task order is expected to be completed by December 2020. 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); operations and maintenance, Defense Health Program (O&M, DHP); and Navy working capital (NWC) contract funds in the amount of $371,768 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N; O&M, DHP; and NWC contract funds. This contract was competitively procured via the Federal Business Opportunities website with four proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0015). DMR Consulting Inc.,* Panama City Beach, Florida, is awarded an $8,991,202 firm-fixed-price modification to previously awarded contract N61331-19-D-0002 to exercise the option for the depot level repair, overhaul and modification for the MK-105 Magnetic Minesweeping Gear. This option exercise is for depot level repair and maintenance of the MK105 Magnetic Minesweeping Gear. The MK105 Magnetic Influence Minesweeping System, better known as the "sled," is a high-speed catamaran hydrofoil platform, which is towed behind the MH-53E helicopter and is used to sweep magnetic influence mines. Work will be performed in Panama City, Florida, and is expected to be completed by December 2020. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. ARMY HDR Architecture Inc., Seattle, Washington, was awarded a $25,000,000 firm-fixed-price contract for architectural and engineering. One bid was solicited with five bids received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 11, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-20-D-0001). Weeks Marine Inc., Covington, Louisiana, was awarded a $13,071,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Recovery Act; civil works and operation and maintenance funds in the amount of $13,071,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0007). AIR FORCE The Boeing Co., Seattle, Washington, has been awarded a $12,011,819 firm-fixed-price contract modification (P00047) to previously-awarded contract FA8625-16-C-6599 for the incorporation of two engine Airworthiness Directives (ADs) and 29 engine service bulletins (SBs) on the program's eight Genx-2B engines. This contract modification will allow for VC-25B operational benefits and cost efficiencies with the work being performed concurrently with the VC-25B-specific modifications to the program's 747-8 aircraft engines under the engineering and manufacturing development activity. This contract modification will allow for the avoidance of increased costs and operational capability interruptions to the presidential aircraft by allowing for the incorporation of the ADs and SBs prior to final delivery of the VC-25B aircraft. Work will be performed at San Antonio, Texas; and Peebles, Ohio, and is expected to be completed by November 2021. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $7,831,032 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2039244/source/GovDelivery/

  • Contract Awards by US Department of Defense - October 2, 2018

    October 3, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 2, 2018

    ARMY Center for Disease Detection, San Antonio, Texas, was awarded a $59,000,000 firm-fixed-price contract for medical laboratory testing services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2024. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0003). NAVY EMCOR Government Services Inc., Arlington, Virginia, was awarded a $33,076,238 modification to extend the period of performance under previously awarded indefinite-delivery/indefinite-quantity contract (N40080-10-D-0464) for base operations support at federal installations within a 100-mile radius of the National Capitol Region. The work to be performed provides for all labor, management, supervision, tools, materials and equipment required to perform facility investment services for federal installations. After award of this option, the total cumulative contract value will be $310,373,231. Work will be performed at various installations in and around the National Capitol Region. This extension covers the period from October 2018 to September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 Navy working capital contract funds in the amount of $23,332,381 for recurring work will be obligated on individual task orders issued during the base period of the contract extension. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. (Awarded Sept. 30, 2018) John C. Grimberg Co. Inc., Rockville, Maryland, was awarded a $30,824,949 firm-fixed-price contract for the renovation of the Agile Chemical Facility, Phase III at Naval Support Facility Indian Head. The work to be performed provides for the construction of an Otto Fuel II (OFII) transfer pipeline and reconfigures other piping to accommodate the new OFII piping within the Agile Chemical Facility (ACF) compound. Project constructs one building and renovates portions of the following Buildings: 775, 781, 786A, 786B, 786C, 786E, 786F, 1006, 1695, 1696, 1769, 1784, 1829, 3152, 3177, 3464, and 3790. Renovations will repurpose facilities to complete the ACF to provide a safer and more efficient process to produce the full complement of nitrate esters and related fuels. The existing control system equipment throughout the plant will be replaced with new equipment which is forward and backward compatible with the existing Siemens process control system. Project will also upgrade, integrate and consolidate heating, lighting, process piping processes for a more efficient plant operation. Work will be performed in Indian Head, Maryland, and is expected to be completed by August 2021. Fiscal 2017 military construction, (Navy) contract funds in the amount of $30,824,949 are obligated on this award and will not expire at the end of the current fiscal year. Pursuant to Federal Acquisition Regulation 6.302-01(a)(iii)(A) and (B), authorizes the use of other than full and open competition when there is only one available source. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-18-C-0008). (Awarded Sept. 29, 2018) The Whiting-Turner Contracting Co. Inc., Greenbelt, Maryland, was awarded a $20,450,000 firm-fixed-price contract for the improvement of Fuller Road at Marine Corps Base Quantico. The work to be performed provides for the reconstruction, widening and minor realignment of existing Fuller Road from U.S. Route 1 to Mason Drive, and new entry control facility/access control point with entrance to security building(s). The security facilities include new gate house, two sentry houses, inspection shelters, a canopy structure, and personnel weather shelters. The work includes forest clearing; demolition and removals; grading; retaining walls; utility relocations; site utilities (storm drain, sanitary sewer, telecom, and power); buildings structures; vehicle inspection canopy; active vehicle barrier; and incidental related work. Work will be performed in Quantico, Virginia, and is expected to be completed by June 2020. Fiscal 2014 military construction (Navy) contract funds in the amount of $20,450,000 are obligated on this award and expired at the end of fiscal 2018. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-18-C-0034). (Awarded Sept. 29, 2018) Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $7,560,586 for firm-fixed-price delivery order N0001919F0267 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for the procurement of 163 repairable spare items in support of the E-2D Advanced Hawkeye aircraft. Work will be performed in Palmdale, California (81.96 percent); Irvine, California (4.79 percent); Ronkonkoma, New York (4.10 percent); Marlborough, Massachusetts (2.26 percent); San Diego, California (2.09 percent); Hauppauge, New York (2.07 percent); and various locations within the continental U.S. (2.73 percent), and is expected to be completed in August 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,560,586 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Diversified Service Contracting Inc.,* Dunn, North Carolina, was awarded a $7,269,740 modification to extend the period of performance under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-11-D-3020) for base operations support at Patuxent River. The work to be performed provides for all labor, management, supervision, tools, materials and equipment required to perform pest services, grounds services, janitorial services, and transportation services. After award of this modification, the total cumulative contract value will be $78,351,571. Work will be performed in Patuxent River, Maryland. This extension covers the period from October 2018 to September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 Navy working capital contract funds in the amount of $6,069,740 for recurring work will be obligated on individual task orders issued during the base period of the contract extension. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. (Awarded Sept. 30, 2018) AIR FORCE The Boeing Co., St. Louis, Missouri, has been award a $30,000,000 firm-fixed-price requirements, indefinite-delivery/indefinite-quantity single award contract for Qatar Emiri Air Force F-15QA aircrew and maintenance courseware. The contractor will provide F-15QA aircrew and maintenance courseware, syllabi, student tracking system and program management to support the QEAF. Work will be performed in St. Louis, Missouri, and is expected to be completed Dec. 28, 2020. This award is the result of a sole-source acquisition. Foreign military sales funds in the amount of $24,857,542 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-D-0011). Parsons Government Services, Pasadena, California, has been awarded a $17,769,011 cost-plus-fixed-fee contract for Agent-Based Data Analytics and Persistence Technology. The scope of this effort is to generate input data; perform data modeling; research, design, develop, and implement novel algorithms, frameworks, information management tools, data stores and services; and integrate capabilities and services into robotic and content production systems. Work will be performed in Arlington, Virginia, and is expected to be completed Sept. 28, 2023. This award is a result of a competitive acquisition and two offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $10,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-18-C-0138). (Awarded Sept. 28, 2018) Motorola Solutions Inc., Linthicum Heights, Maryland, has been awarded a $16,348,704 contract for performing a land mobile radio trunking system technology refresh. This contract provides for updating and replacing outdated technology on Air Force Global Strike Command and Air Force Space Command land mobile radio trunking systems across 23 Air Force bases. Work will be performed in Eglin, Illinois, and is expected to be completed by Sept. 28, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $16,348,704 are being obligated at the time of award. The 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity (FA251718C7005). (Awarded Sept. 28, 2018) AeroVironment Inc. has been awarded a $13,000,000, single-award, indefinite-delivery/indefinite-quantity contract, for Raven RQ-11B small unmanned aircraft systems (SUAS). This contract satisfies recurring requirements for RQ-11B SUAS, spares kits, ancillary equipment, and recurring related training. The location of performance is U.S. Southern Command Area of Responsibility which includes Central America, South America and the Caribbean nations. The work is expected to be completed by Sept. 28, 2023. This award is the result of a non-competitive acquisition and one offer was received. Fiscal 2018 operations and maintenance funds in the amount of $2,800,000 is being obligated at the time of award. Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-18-D-0010). (Awarded Sept. 30, 2018) GSD&M Idea City LLC, Austin, Texas, has been awarded a $9,870,088 task order modification against a previously awarded requirements contract for national television advertising. The contractor will provide online and television media in support of the Air Force Recruiting Service television campaign for calendar year 2018. Work will be performed in Austin, Texas, and is expected to be completed March 29, 2019. Fiscal 2018 operations and maintenance funds in the amount of $9,870,088 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-08-D-0019). (Awarded Sept. 29, 2018) ACE World Companies, Fort Worth, Texas, has been awarded a $7,290,103, firm-fixed-price contract for four Aerial Work Platforms. The contractor will provide all equipment, labor, transportation, tools, consumables, design, fabrication, delivery, assembly, installation, inspection, testing, training, and documentation for the four Aerial Work Platforms. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be completed by April 28, 2020. This award is the result of a competitive acquisition and two offers were received. Capital improvement funds in the amount of $7,290,103 are being obligated at the time of award. Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8125-18-C-0015). (Awarded Sept. 30, 2018) CORRECTION: A Sept. 27, 2018, announcement that Rockwell Collins Inc., Cedar Rapids, Iowa (FA8540-18-D-0018), was awarded a $28,914,642 firm-fixed-price requirements contract for the Defense Advanced Global Positioning System Receiver was incorrectly posted. The contract was awarded Sept. 28, 2018. DEFENSE HEALTH AGENCY Leidos, Reston, Virginia, was awarded a five-year, $21,208,213, firm-fixed-price task order (HHSN316201200044W) utilizing the National Institutes of Health Information Technology Acquisition and Assessment Center contract tool. This contract providesshared services to support current and future infrastructure for enterprise data transport and data processing, and performance and performance management operations for the Defense Health Agency Health Information Technology Directorate, Infrastructure and Operations Division. In addition, the contract will develop engineering and performance monitoring supporting optimization of networks. This award was open competition with two quotes received. Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded Sept. 28, 2018) Tuknik Government, Anchorage, Alaska, was awarded a five-year, $7,137,145, firm-fixed-price task order (HT001-18-C-0030) through the U.S. Small Business Administration 8(a) Business Development Program. This contract supports the Medical Circuit Management Program in the Military Health System, Defense Health Agency Information Technology division. Contract supports communications, telephone switches and computing infrastructure required to maintain the Military Health System circuits worldwide. The base year of $1,614,917 is being funded with fiscal 2018 operations and maintenance funds. This award is a non-competitive direct 8(a) acquisition. Place of performance is Falls Church. Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded Sept. 28, 2018) *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1650791/

  • Australia chooses General Atomics MQ-9B Sky Guardian RPAS

    November 29, 2019 | International, Aerospace

    Australia chooses General Atomics MQ-9B Sky Guardian RPAS

    The Australian Department of Defence (DoD) has down-selected General Atomics' MQ-9B Sky Guardian for the programme to acquire an armed Medium Altitude Long Endurance (MALE) remotely piloted aircraft system (RPAS). Australia is looking to purchase the MQ-9B unmanned aerial vehicle (UAV) for its armed MALE RPAS requirement under Project Air 7003. The DoD has selected the MQ-9B over the MQ-9A unmanned aircraft for the A$1.3bn ($884m) programme. It will now work on preparing an acquisition proposal for government consideration, which is expected to take place in 2021-22. Australia Defence Minister Linda Reynolds said: “Cutting-edge technology of this kind, with advanced sensors and systems, would complement advanced aircraft such as the F-35 Joint Strike Fighter and ensure that Australian Defence Force maintains state-of-the-art capability.” The team assembled by General Atomics to deliver the RPAS for the Australian Defence Force (ADF) is known as Team Reaper Australia. It includes Cobham Aviation Services Australia, Flight Data Systems, Collins Aerospace, Raytheon Australia, Airspeed, CAE Australia, Sentient Vision Systems, Ultra Electronics Australia, Quickstep Technologies and TAE Aerospace. Australia Defence Industry Minister Melissa Price said: “Local companies that provide a range of innovative sensor, communication, manufacturing and lifecycle support capabilities will have the opportunity to showcase their capabilities throughout this development process. “Australian defence industries are world-class and are extremely well-placed to be involved in projects like this.” The DoD select General Atomics Aeronautical Systems Inc (GA-ASI) to provide an armed RPAS solution in November last year. To be operated by the Royal Australian Air Force (RAAF), the MQ-9B drone is part of the MQ-9 series of unmanned systems. Belgium and the UK also selected the MQ-9B Sky Guardian to meet their defence requirements. https://www.airforce-technology.com/news/australia-general-atomics-mq-9b-sky-guardian/

All news