Back to news

December 20, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - December 19, 2018

NAVY

Raytheon Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $114,065,820 cost-plus-fixed fee, firm-fixed-price, cost only contract for air and missile defense radar AN/SPY-6(V) integration and production support efforts. The work to be performed is the integration and production support for continued combat system integration and test, engineering, training, software and depot maintenance, and field engineering services, as well as the procurement of spare parts. This contract includes options which, if exercised, would bring the cumulative value of this contract to $357,827,708. Work will be performed in Marlborough, Massachusetts (64 percent); Kauai, Hawaii (18 percent); Portsmouth, Rhode Island (8 percent); San Diego, California (7 percent); Fair Lakes, Virginia (2 percent); and Moorestown, New Jersey (1 percent), and is expected to be completed by December 2019. Fiscal 2017 and 2018 shipbuilding and conversion (Navy); and fiscal 2018 and 2019 research, development, test and evaluation (Navy) funding in the amount of $46,221,947 will be obligated at time of award and funding in the amount of $6,887,511 will expire at the end of the current fiscal year. This contract was not competitively procured. This contract was procured under the statutory authority of 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5501).

The Boeing Co., St. Louis, Missouri, is awarded $90,428,967 for modification P00002 to a previously awarded cost-reimbursable contract (N00019-18-C-1012). This modification provides for the performance of studies and analysis related to the MQ-25 unmanned air vehicle engineering, manufacturing and development phase of the program. The work will be performed in St. Louis, Missouri, and is expected to be completed in August 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,000,000 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.

Deloitte Consulting LLP, Arlington, Virginia, is awarded an estimated value $23,041,113 indefinite-delivery/indefinite-quantity contract for a Training Virtual Environment (TVE) that will host the Consolidated Afloat Networks and Enterprise Services (CANES) training curriculum and deliver curriculum packages for CANES baselines. Orders issued under the contract will produce a training environment capable of being accessed from Navy electronic classrooms and provide multiple instances of cloud-based training for CANES system administrator training that will be established. The TVE will include a virtualized computing environment that fully replicates the functionality of CANES to provide realistic and testable training and scenarios. The TVE will provide a centrally located and integrated learning management system that allows for rapid curriculum updates and configuration changes. The TVE will facilitate training as well as record keeping (e.g., synchronization with current approved fleet training tracking databases) to document and track progress and training completion. Additionally, the scope of this procurement will include conducting front-end analysis; job, duty, task analysis; curriculum delivery; and training delivery, as well as conduct train-the-trainer and course events. Work will be performed in Arlington, Virginia, and is expected to be completed by December 2023. Fiscal 2017 other procurement (Navy) funds in the amount of $2,800,000 will be obligated with the first task order at the time of award. Funds will expire at the end of the current fiscal year. This contract was competitively procured with seven bids received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0007) .

CSRA LLC, a General Dynamics Information Technology company, Stafford, Virginia, is awarded a $78,804,642 modification to a previously awarded indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N00039-17-D-0002) for Information Technology (IT) services to support the Navy's outside the U. S. (OCONUS) Naval Enterprise Network (ONE-Net). The ONE-Net contract is used to continue IT services during the transition from the ONE-Net contract to the proposed Next Generation Enterprise Network Re-compete family of contracts in support of the Naval Enterprise Networks program office. ONE-Net provides OCONUS Navy commands and claimants core IT services such as: Non-Classified Internet Protocol Router Network and Secret Internet Protocol Router Network access, network connectivity and security, mobile access and desktop support. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $159,641,872. Work will be performed in Navy and Marine Corp locations in Bahrain, Greece, Guam, Italy, Japan, Poland, Republic of Korea, Romania, Singapore, Spain and United Arab Emirates, and is expected to be completed by Jan. 18, 2020. If all options are exercised, work could continue until May 2020. Contract funds in the amount of $19,920,766 will expire at the end of the current fiscal year. No funds will be placed on contract or obligated at the time of award. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

Orbital Sciences Corp., Chandler, Arizona, is awarded a $46,471,808 modification to a previously awarded firm-fixed-price, cost reimbursable contract (N00019-18-C-1047) that exercises an option to procure 15 full-rate production Lot 13 GQM-163A Coyote supersonic sea skimming target base vehicles, 14 for the Navy and one for the Army. The Army procured target vehicle will be used to test and evaluate the Lower Tier Air and Missile Defense Sensor, Limited User Test target system. Work will be performed in Chandler, Arizona (50 percent); Camden, Arkansas (37 percent); Vergennes, Vermont (6 percent); Lancaster, Pennsylvania (5 percent); Hollister, California (2 percent), and is expected to be completed in December 2022. Fiscal 2019 weapons procurement (Navy); and fiscal 2019 research, development, test and evaluation (Army) funds in the amount of $46,471,808 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 ($43,378,169; 93 percent); and the. Army ($3,093,639; 7 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., McKinney, Texas, is awarded $40,313,300 for a firm-fixed-price requirements contract for the repair of the Multi-Spectral Targeting system in support of the H-60 aircraft. The contract will include a two-year base period and a one-year option period which if exercised, the total value of the contract will be $58,777,194. All work will be performed in Jacksonville, Florida. Work is expected to be completed by July 2020; if all options are exercised, work will be completed by July 2021. Working capital funds (Navy) in the amount of $11,268,133 will be issued as a delivery order (N00383-19-F-U200) that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in accordance with 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (N00383-19-D-U201)

BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded $18,623,000 for firm-fixed-price delivery order N0001919F0033 against a previously awarded indefinite-delivery/indefinite quantity contract (N00019-17-D-0007). This delivery order provides for the procurement of eight Mode 5 upgrade kits for the government of Canada; and 265 receiver transmitter upgrade kits (179 for the Navy, 43 for the government of Switzerland and 43 for the government of Kuwait) in support of the F/A-18 series aircraft. Work will be performed in Greenlawn, New York (85 percent); and Austin, Texas (15 percent), and is expected to be completed in February 2021. Fiscal 2017, 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS)funds in the amount of $18,623,000 will be obligated at time of award, $918,176 of which will expire at the end of the current fiscal year. This award combines purchases for the Navy ($11,739,536; 63 percent); the government of Switzerland ($2,820,112; 15 percent); the government of Kuwait ($2,820,112; 15 percent); and the government of Canada ($1,243,240; 7 percent) under the FMS program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $13,999,253 for modification P00086 to a previously awarded firm-fixed-price contract (N00019-13-C-0004) that exercises an option for the installation of one E-6B Block I/Internet Protocol Bandwidth Expansion Phase 3/Block IA Very Low Frequency Transmit Terminal/Nuclear Planning and Execution System kit. Additionally, this modification provides field support engineering, differences training for one aircraft, software licenses, technology refresh activities, isolation software lab support, and program management oversight in support of E-6B Block I full-rate production contract. Work will be performed in Richardson, Texas (58 percent); and Oklahoma City, Oklahoma (42 percent), and is expected to be completed in September 2020. Fiscal 2019 aircraft procurement; and fiscal 2019 operations and maintenance (Navy) funds in the amount of $13,999,253 will be obligated at time of award, $300,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Space, Sunnyvale, California, is awarded $12,845,212 for cost-plus-fixed-fee modification P00004 under a previously awarded contract (N00030-18-C-0100) to exercise an option for Trident II (D5) missile production and deployed system support. The work will be performed in Sunnyvale, California (85.19 percent); Titusville, Florida (9.12 percent); Denver, Colorado (5.69 percent), and work is expected to be completed Sept. 30, 2019. Fiscal 2019 weapons procurement (Navy) funds in the amount of $12,845,212 are being obligated on this award, none of which will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Boston Ship Repair LLC, Boston, Massachusetts, is awarded a $10,960,315 firm-fixed-price contract for a 60-calendar day shipyard availability for the Regular Overhaul Dry Docking (ROH / DD) of USNS Leroy Grumman (T-AO 195). Work will include general services; laundry room deck steel replacement; jacket water pump room steel replacement; ship service diesel generator 60K overhaul; port main engine 24K service; 06 level fan room port side steel replacement, and underwater hull and freeboard preservation. The contract includes options which, if exercised, would bring the total contract value to $11,995,109. Work will be performed in Boston, Massachusetts, and is expected to begin on March 4, 2019, and is expected to be completed by May 2, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $10,960,315 are obligated at the time of award. Funds will expire at the end of the current fiscal year. This contract was competitively procured having proposals solicited via the Federal Business Opportunities website, with two offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4011).

Marshall Communications Corp. ,* Ashburn, Virginia, is awarded $9,671,972 for firm-fixed-price order N0042119F0244 against a previously issued NASA Solutions for Enterprise-Wide Procurement contract (NNG15SD82B). This order provides for the customization and configuration of the Teamcenter Product Lifecycle Management (PLM) system. The Teamcenter PLM system will be a common system used to manage maintenance and repair data across Fleet Readiness Centers. This order also provides for the migration of existing maintenance and repair data that resides within separate standalone systems into the Teamcenter PLM system. Work will be performed in Patuxent River, Maryland (70 percent); Cherry Point, North Carolina (10 percent); Jacksonville, Florida (10 percent); North Island, California (10 percent), and is expected to be completed in December 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $9,671,972 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Cubic Defense Applications Inc., San Diego, California, is awarded a $7,582,658 firm-fixed-price contract for non-recurring engineering efforts to include specification and requirements, definition and development, qualification testing, the procurement of three full motion video test articles, verification and validation activities, test support and refurbishment of test articles in support of the H-60 Multi-Mission aircraft. Work will be performed in San Diego, California (90 percent); Norcross, Georgia (4 percent); Poway, California (3 percent); Centennial, Colorado (2 percent); and Greenville, Tennessee (1 percent), and is expected to be completed in June 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $7,582,658 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0025).

AIR FORCE

Pivotal Software Inc., San Francisco, California, has been awarded a $100,116,589 fixed-base, production-other-transaction agreement for support of the Kessel Run Experimentation Lab and will utilize the prototyped methodology and the software and services that support them across the entire Air Force enterprise architectures. Work will be performed in Boston, Cambridge, Massachusetts, and Washington, District of Columbia, and is expected to be completed by Dec. 18, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $10,620,123; and fiscal 2018 research, development, test and evaluation funds in the amount of $764,500 are being obligated at the time of award. This contract is a follow-on to the successful prototype contract between Pivotal Software Inc. and the Army Contracting Command-New Jersey. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-19-9-0002).

Lockheed Martin Corp., Orlando, Florida, has been awarded a not-to-exceed $99,254,206 undefinitized contract to procure equipment and tooling needed to increase Joint Air-to-Surface Standoff Missile/Long Range Anti-Ship Missile production to a maximum rate where installation is required during the construction phase of the new facility. Work will be performed in Orlando, Florida, and is expected to be completed by Feb. 28, 2022. This award is the result of sole-source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-19-C-0008).

Switching Power Inc., Ronkonkoma, New York, has been awarded a ceiling $57,981,395 firm‐fixed‐price, single‐award, five‐year, indefinite‐delivery/indefinite‐quantity contract for Sub‐array Power Supply Energy Savings (SAPS-ES) with an option to extend the ordering period one year. This contract provides for the production of SAPS-ES units and line replacement units spares to complete a full fleet replacement of legacy units for the Ballistic Missile Early Warning System and Precision Acquisition Vehicle Entry Phased Array Warning System radars. Work will be performed in Ronkonkoma, New York, and is expected to be completed by Sept. 30, 2024. This award is the result of a sole-source acquisition. Fiscal 2018 procurement funds in the amount of $8,978,511 are being obligated at the time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity (FA8723‐19‐D‐0002).

Raytheon Co., Aberdeen Proving Ground, Maryland, has been awarded a $33,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00008) to contract FA8730-17-D-0006 for the delivery of Identify Friend or Foe transponders and ancillary equipment. work will be performed in Largo, Florida, and is expected to be completed by Jan. 7, 2022. The total cumulative face value of the contract is $111,000,000. No funds are being obligated at the time of award. Aerospace Management Systems, Hanscom Air Force Base, Massachusetts, is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded an estimated $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00015) to contract FA8106-17-D-0001 for contractor logistic support of the Air Force C-12 fleet. Work will be performed in Madison, Mississippi; San Angelo, Texas; Okmulgee, Oklahoma; Buenos Ares, Argentina; Gaborone, Botswana; Brasilia, Brazil; Bogota, Columbia; Cairo, Egypt; Accra, Ghana; Tegucigalpa, Honduras; Budapest, Hungary; Joint Base Andrews, Maryland; Nairobi, Kenya, Rabat, Morocco; Manila, Philippines; Riyadh, Saudi Arabia; Bangkok, Thailand; Ankara, Turkey; Edwards Air Force Base, California; Holloman AFB, New Mexico; Joint Base Elmendorf-Richardson, Alaska; and Yokota Air Base, Japan. Work is expected to be completed by Dec. 31, 2019. The estimated cumulative face value of the contract is $70,000,000. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Applied Research Associates, Albuquerque, New Mexico, has been awarded a $33,556,686 cost-plus-fixed-fee/firm-fixed-price contract for Technology Enabler Raptor Environment for Cloud Compute Services. This contract provides for development of cloud-based software development environment(s) within the Amazon Web Services Secret Cloud Compute Service region. Work will be performed in Raleigh, North Carolina; and Fulton, Maryland, and is expected to be completed by November 2022. This award is the result of a sole-source acquisition for a task order placed against the General Service Administration. Fiscal 2018 research, development, text and evaluation funds in the amount of $7,609,682 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-19-F-0002).

Space Exploration Technologies Corp., Hawthorne, California, has been awarded a $28,713,994 competitive, firm-fixed-price, other transaction agreement for experimentation per the advanced research announcement, FA8650-17-S-9300. This agreement allows for experimentation in the areas of establishing connectivity, operational experimentation, and special purpose experimentation. Experimentation will include connectivity demonstrations to Air Force ground sites and aircraft for experimental purposes. For the proposed Phase 2, the awardee proposes to perform experiments in two other key areas: early versions of a commercial space-to-space data relay service and mobile connectivity directly from space to aircraft. Work will be performed in Hawthorne, California, and is expected to be completed by June 18, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $19,167,989 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-9-9320). (Awarded Dec. 19, 2018)

Sierra Nevada Corp., Centennial, Colorado, has been awarded a $23,917,275 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the Tactical Systems Emulator (TSE) development and sustainment via sole-source direct award. This contract provides for continued development of the TSE for tactical systems operator airborne signals intelligence terminal guidance training, funds new development for direct support operator training, upgrades delivered TSE classrooms, adds a mobile TSE capability, and provides sustainment to delivered systems and software for the duration of the contract period. Work will be performed in Centennial, Colorado, and is expected to be completed by Dec. 31, 2022. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $2,826,050 are being obligated at the time of award. Acquisition Management and Integration Center, Joint Base San Antonio - Lackland, Texas, is the contracting activity (FA7037-19-D- A001).

Raytheon Co., El Segundo, California, has been awarded a $16,666,821 cost-plus-fixed-fee contract for the Precision Real-Time Engagement Combat Identification Sensor Exploitation (PRECISE) program. The program will primarily develop technologies that continue to advance combat ID for warfighters. PRECISE will leverage current efforts supporting the Air-to-Air Hydravision program, and is principally focused on radar-based identification of air and ground targets for airborne platforms, both tactical and reconnaissance. The effort may investigate other sensors to include electro-optical, infrared, and multi-and hyperspectral. Improvements in these areas may include technical assessments; prototype hardware and software modifications and development; systems engineering development; performance simulations; system integration; laboratory demonstrations; flight demonstrations, and participation in large demonstrations/exercises. Work will be performed in El Segundo, California, and is expected to be completed March 27, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $100,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-1673).

CORRECTION: The contract announced on Dec. 14, 2018, to Peraton Inc., Herndon, Virginia (FA8750-19-F-0003) for Xdomain technology through research, evolution, enhancement, maintenance, and support software and report, was actually awarded today, Dec. 19, 2018. The expected completion date is now Dec. 18, 2023. All other information in the announcement is correct.

ARMY

Phoenix Logistics Inc.,* Mesa, Arizona, was awarded a $95,700,000 firm-fixed-price contract for the procurement and deployment of commercial off-the-shelf hardware and software, furniture, fixtures and equipment. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 18, 2023. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0002).

Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $23,224,795 firm-fixed-price contract for signal data processor kits. Bids were solicited via the internet with one received. Work will be performed in Fullerton, California, with an estimated completion date of Dec. 31, 2024. Fiscal 2018 other procurement, Army funds in the amount of $23,224,795 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0021).

Affigent LLC, Herndon, Virginia, was awarded an $18,233,752 modification (BA04 08) to contract W91QUZ-09-A-0001 for software maintenance. Work will be performed in Herndon, Virginia, with an estimated completion date of May 24, 2020. Fiscal 2019 Army working capital; research, development, test and evaluation; operations and maintenance Army; and other funds in the combined amount of $18,233,752 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $16,474,525 firm-fixed-price contract for special operations forces human performance training center. Bids were solicited via the internet with five received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of June 22, 2020. Fiscal 2018 military construction funds in the amount of $16,474,525 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0007).

Sig Sauer Inc., Newington, New Hampshire, was awarded a $13,400,000 firm-fixed-price contract for various Sig Sauer firearm systems. Bids were solicited via the internet with one received. Work will be performed in Newington, New Hampshire, with an estimated completion date of Dec. 1, 2023. Fiscal 2018 operations and maintenance Army funds in the amount of $13,400,000 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-D-0011).

Michael Baker International Inc., Pittsburgh, Pennsylvania, was awarded a $12,000,000 firm-fixed-price contract for architectural and master planning services, and architect-engineering and general engineering services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 18, 2023. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-D-0005).

Critical Solutions International Inc., Charleston, South Carolina, was awarded a $10,446,373 cost-plus-fixed-fee contract for technical support services to support the Product Manager Mine Resistant Ambush Protected Vehicle Systems and the Vehicle Mounted Mine Detector Husky M1231. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 18, 2021. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0037).

DEFENSE LOGISTICS AGENCY

Excel Manufacturing Ltd.,** El Paso, Texas, has been awarded a maximum $72,169,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Army Combat Uniform trousers. This was a competitive acquisition with 14 responses received. This is a one-year contract with four one-year option periods. The maximum dollar amount is for the life of the contract, including options. Locations of performance are Texas and Puerto Rico, with a June 18, 2024, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1120).

Gexa Energy LP, Houston, Texas, has been awarded a $30,463,435 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a 24-month contract with no option periods. Location of performance is Texas, with a Jan. 31, 2021, performance completion date. Using customers are Air Force, Navy, Army Air Force Exchange Service , and NASA. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8010).

Reliant Energy Retail Services LLC, Houston, Texas, has been awarded a $13,351,029 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a 24-month contract with no option periods. Location of performance is Texas, with a Jan. 31, 2021, performance completion date. Using customers are Air Force and Texas Air National Guard. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8009).

Chevron Product Co., Houston, Texas, has been awarded an $8,038,407 indefinite-delivery, requirements contract for lubricants. This was a competitive acquisition with 12 responses received. This is a two-year contract with a 30-day carry-over period. Locations of performance are Texas, Oregon, and South Carolina, with an April 30, 2021, performance completion date. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0751).

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Mesa, Arizona, was awarded a maximum $48,050,000 single award, indefinite-delivery/indefinite quantity contract (H92241-19-D-0002) for the production of Mission Enhanced Little Bird (MELB) kits to upgrade the A/MH-6 in support of U.S. Special Operations Command (USSOCOM). Fiscal 2018 procurement funds in the amount of $4,633,100 will be obligated at the time of award as a firm-fixed-price contract. Individual task orders will be funded with procurement appropriations under the appropriate fiscal year and are not multiyear. A majority of the work will be performed in Mesa, Arizona, and is expected to be completed by December 2026. This contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. USSOCOM, Tampa, Florida, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Ernst & Young LLP, Washington, District of Columbia, is being awarded a labor-hour contract option with a maximum value of $32,961,728 for audit services of the Department of the Air Force General Fund and Working Capital Fund Financial Statements and Examination. Work will be performed in Washington, District of Columbia, with an expected completion date of Dec. 31, 2019. This contract is the result of a competitive acquisition for which one quote was received. The contract had a 16-month base period plus three individual one-year option periods, with a maximum value of $135,006,112. This award brings the total cumulative value of the contract to $68,367,603. Fiscal 2019 operations and maintenance, Air Force funds in the amount of $32,961,728 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-16-F-0114).

*Small business

** Small disadvantaged, woman-owned business in historically underutilized business zone

https://dod.defense.gov/News/Contracts/Contract-View/Article/1718270/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - November 03, 2020

    November 4, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 03, 2020

    ARMY RC Construction Co. and Millstone Weber JV, Greenwood, Mississippi, was awarded an $81,499,929 firm-fixed-price contract for removal and replacement of existing electrical equipment, including airfield lighting and lighting vault equipment, and the reconstruction of Runway 05-23 at Pope Army Airfield. Bids were solicited via the internet with two received. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of May 1, 2021. Fiscal 2021 operation and maintenance, Army funds in the amount of $81,499,929 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-21-C-3001). Phylway Construction LLC, Thibodaux, Louisiana, was awarded a $59,310,781 firm-fixed-price contract for construction of hurricane protection features in Plaquemines Parrish, Louisiana. Bids were solicited via the internet with six received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Nov. 10, 2024. Fiscal 2020 civil construction funds in the amount of $59,310,781 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912P8-21-C-0002). DEFENSE LOGISTICS AGENCY Medtronic USA Inc., Minneapolis, Minnesota, has been awarded a maximum $62,658,150 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for spinal orthopedic procedural packages. 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 four one-year option periods. Location of performance is Minnesota, with a Nov. 2, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0001). NAVY Northrop Grumman Systems Corp., Chandler, Arizona, is awarded a $57,096,626 firm-fixed-price contract. This contract provides for the manufacture and delivery of 19 full rate production Lot 14 GQM-163A Coyote supersonic sea skimming targets; 16 for the Navy and three for the government of Japan. Additionally, this contract procures associated technical and administrative data. Work will be performed in Camden, Arkansas (43%); Chandler, Arizona (35%); Vergennes, Vermont (8%); Cincinnati, Ohio (4%); Oconomowoc, Wisconsin (4%); Lancaster, Pennsylvania (4%); and various locations within the continental U.S. (2%), and is expected to be completed in December 2023. Fiscal 2020 weapons procurement (Navy) funds in the amount of $48,081,369; and Foreign Military Sales funds in the amount of $9,015,257 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 (N00019-21-C-0005). Detyens Shipyards, Charleston, South Carolina, is awarded an $18,144,376, 76-calendar day, firm-fixed-price contract (N32205-21-C-4015) for the regular overhaul dry-docking availability of the fleet replenishment oiler USNS Leroy Grumman (T-AO 195). The contract includes options which, if exercised, would bring the total contract value to $18,144,376. Funds will be obligated Nov. 3, 2020. Work will be performed in Charleston, South Carolina, and is expected to begin Jan. 20, 2021, and be completed by April 5, 2021. Contract funds in the amount of $17,554,850, excluding options, are obligated for fiscal 2021 using working capital funds (Navy). This contract was competitively procured with proposals solicited via the beta.sam.gov website and three offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. HDR Engineering Inc., Charlotte, North Carolina, is awarded a firm-fixed-price task order modification (N40085-19-F-6080) at $8,492,340 under architect/engineer, indefinite-delivery/indefinite-quantity contract for post award construction services in support of Hurricane Florence Recovery Package 2, located at Marine Corps Base Camp Lejeune, North Carolina. Hurricane Florence Recovery Package 2 consists of eight separate military construction projects. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by October 2024. Fiscal 2020 military construction (Navy) contract funds in the amount of $8,144,376 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-0601). Sealift Inc. of Delaware, Oyster Bay, New York, is awarded an $8,030,000 option for the fixed-price portion of previously awarded firm-fixed-price contract N32205-17-C-3510 with reimbursable elements to exercise a one-year option period to support Military Sealift Command's Sealift program for U.S.-flagged container vessel M/V MAJ Bernard F. Fisher to support the Air Force for the prepositioning and transportation of cargo. The contract includes one 116-day firm period of performance, four one-year option periods, and one 212-day option period, which if exercised, would bring the cumulative value of this contract to $42,579,948. Work will be performed worldwide and is expected to be completed, if all options are exercised, by June 11, 2022. Transportation working capital funds in the amount of $7,238,000 are obligated for fiscal 2021 and will not expire at the end of the fiscal year. Contract funds in the amount of $792,000 for the remainder of Option Four are to be provided for fiscal 2022 and are subject to the availability of funds in accordance with Federal Acquisition Regulation 52.232-18. This contract was a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and four offers received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-17-C-3510). AIR FORCE Supertel Network Inc., Melbourne, Florida, has been awarded a $9,099,694 cost-plus-award-fee contract for the Minuteman III Remote Visual Assessment program. Work will be performed in Ogden, Utah; Malmstrom Air Force Base, Montana; Minot AFB, North Dakota; and F.E. Warren AFB, Wyoming, and is expected to be completed by Nov. 3, 2021. Fiscal 2021 operation and maintenance funds in the amount of $2,181,000 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity (FA8214-21-C-0001). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2403972/source/GovDelivery/

  • Contract Awards by US Department of Defense - May 07, 2020

    May 8, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 07, 2020

    DEFENSE LOGISTICS AGENCY Royal Food Service Co.,* Atlanta, Georgia, has been awarded a maximum $465,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Georgia, with a May 6, 2025, performance completion date. Using customers are Army, Navy and Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-P353). Inficon Inc., East Syracuse, New York, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is New York, with a May 6, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0034). Emergent LLC,* Virginia Beach, Virginia, has been awarded a maximum $13,787,428 firm-fixed-price task order (SP4701-20-F-0075) against a five-year base contract (SP4701-20-Q-0030) with one five-year option period for Oracle software licenses and maintenance renewal. This was a competitive acquisition with three responses received. This is a one-year contract with no option periods. Location of performance is Virginia, with a May 29, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania. Extra Packaging LLC,* Boca Raton, Florida, has been awarded a maximum $7,562,500 modification (P00005) exercising the first 20-month option period and second 20-month option period simultaneously of a 20-month base contract (SPE2DS-19-D-0082) with two 20-month option periods for human remains pouches. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Texas and Florida, with a Jan. 7, 2022, performance completion date. Using customers are Army, Navy, Air Force, Coast Guard, Federal Emergency Management Agency and federal civilian agencies. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. MISSILE DEFENSE AGENCY The Boeing Co., Huntsville, Alabama, is being awarded a $128,481,291 contract modification (P00542/P00051) to previously awarded HQ0147-12-C-0004/19-C-0004 on the Ground-based Midcourse Defense development and sustainment contract. The value of this contract, including options, is increased from $11,208,915,599 to $11,337,396,890. The definitized scope of work requires continued support to Ground-based Midcourse Defense by manufacturing C2 boost vehicles, booster spare parts and associated avionics to maintain fleet and flight test programs. The period of performance is from Jan. 31, 2018, to Sept., 30, 2022. This acquisition was executed on a sole-source basis. Fiscal 2017 and 2018 research, development, test and evaluation funds in the amount of $52,890,819 have been obligated. To definitize the contract action, fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $65,070,681 were obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. AIR FORCE Lockheed Martin Corp., Orlando, Florida, has been awarded a $49,856,351 cost-plus-fixed-fee modification (P00004) to contract FA8682-19-C-0008 to procure additional equipment and tooling needed to increase Joint Air-to-Surface Standoff Missile production. Work will be performed in Orlando, Florida, and is expected to be complete by March 31, 2023. This award is the result of sole-source acquisition. Fiscal 2019 missile procurement funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. ARMY MD Helicopters Inc., Mesa, Arizona, was awarded a $35,823,838 modification (P00032) to contract W58RGZ-17-C-0038 for logistics support for the Afghanistan Air Force MD-530F aircraft fleet. Work will be performed in Mesa, Arizona; and Kabul, Afghanistan, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 Afghanistan Security Forces funds (Army) in the amount of $35,823,838 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $14,719,719 modification (P00104) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2023. Fiscal 2018 research, development, test and evaluation (Army) funds; and 2019 procurement of weapons and tracked combat vehicles (Army) funds in the amount of $14,719,719 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Science Applications International Corp., Reston, Virginia, was awarded a $9,699,157 modification (000179) to contract W31P4Q-18-A-0011 for live virtual constructive modeling and simulation support to U.S. Army Central. Work will be performed at Shaw Air Force Base, South Carolina, with an estimated completion date of May 6, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $9,699,157 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Raytheon Co., Largo, Florida, is awarded a $32,740,207 firm-fixed-price, cost-plus-fixed- fee, cost-only contract for Planar Array Antenna Assembly (PAAA) production requirements to support the Cooperative Engagement Capability (CEC) program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $237,882,026. Work will be performed in Largo, Florida (58%); McKinney, Texas (32%); St. Petersburg, Florida (7%); and Andover, Massachusetts (3%). The PAAA is a multi-face antenna assembly used in the shipboard AN/USG-2x CEC configuration. The CEC program supports integrated fire control capability. CEC provides the means to network sensors, thereby significantly improving strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract will include scope for performance and delivery of PAAA production units, PAAA spare parts and engineering services with option quantities in support of both Foreign Military Sales and Navy requirements. Work is expected to be complete by June 2022. If all options are exercised, work will continue through April 2025. Fiscal 2016, 2017, 2018, 2019 and 2020 shipbuilding and conversion (Navy) funds; and 2019 and 2020 other procurement (Navy) funds in the amount of $31,996,107 will be obligated at time of award, and funding in the amount of $5,182,158 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5203). Raytheon Missile Systems, Tucson, Arizona, is awarded a $19,061,000 firm-fixed-price modification to previously awarded contract N00024-19-C-5404 to exercise options for fiscal 2020 Navy Rolling Airframe Missile (RAM) Mod 5 Guided Missile Launching System (GMLS) requirements. Work will be performed in St. Petersburg, Florida (36%); Louisville, Kentucky (21%); Tucson, Arizona (15%); Huntsville, Alabama (10%); Ottobrunn, Germany (8%); San Diego, California (4%); Tulsa, Oklahoma (3%); and various locations within the continental U.S. (3%). The RAM Guided Missile Weapon System is co-developed and co-produced under an international cooperative program between the U.S. and Federal Republic of Germany governments. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. This contract is to procure material, fabricate parts, assemble and test, and deliver RAM MK 49 Mod 5 GMLS and GMLS ordnance alteration kits. Work is expected to be complete by December 2022. Federal Republic of Germany funds in the amount of $19,061,000 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 exception 10 U.S. Code 2304(c)(4), international agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Bowman, Foster & Associates,* Norfolk, Virginia, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for mechanical and electrical architect-engineering services for projects located primarily at Naval Station Norfolk, Virginia; and Naval Support Activity, Hampton Roads, Virginia. Initial task order is being awarded $170,471 for design and engineering of boiler replacement at Navy Medical Center, Portsmouth, Virginia. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility. Work provides for comprehensive architect-engineering services required for projects that may involve single or multiple disciplines, primarily for mechanical and electrical, but may also include fire protection and/or other disciplines that may be deemed incidental. Work is expected to be complete by December 2020. The term of the contract is not to exceed 60 months with an expected completion date of May 2025. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $170,471 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, and 16 proposals were received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0005). Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded an $8,548,173 modification to a previously awarded firm-fixed-price contract N00039-16-C-0050 to exercise options to deliver spare items for the Navy Multiband Terminal (NMT) system. Work will be performed in Largo, Florida (54%); South Deerfield, Massachusetts (25%); Stow, Massachusetts (13%); and Marlborough, Massachusetts (8%). NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. NMT supports extremely high frequency (EHF)/advanced EHF low data rate, medium data rate, extended data rate, super high frequency, Military Ka (transmit and receive) and global broadcast service receive-only communications. Work is expected to be complete by May 2022. Fiscal 2020 other procurement (Navy); fiscal 2020 other customer funds (Naval Supply Systems Command and Coast Guard); and fiscal 2020 Foreign Military Sales (Canada, United Kingdom and Netherlands) funds in the amount of $8,548,173 will be obligated at the time of award. Funds will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039). Joyce & Associates Construction Inc.,* Newport, North Carolina, is awarded an $8,145,647 firm-fixed-price task order (N40085-20-F-5204) under a multiple award construction contract for the replacement of Vacuum Test Chamber Building 137, Marine Corp Air Station, Cherry Point, North Carolina. Work will be performed in Havelock, North Carolina, and provides for the installation and replacement of aircraft vacuum component test system in Building 137. Project consists of equipment, equipment installation, repair and minor construction funding. Equipment cost includes the vacuum chamber and seven 50-horse power vacuum pumps. Equipment installation includes interior electrical hook-ups, new roof penetrations and vacuum piping. Repair work includes demo of existing electrical wiring, demo of existing vacuum piping, removal of existing vacuum chamber, removal of two existing 75-horse power vacuum pumps and patching of old roof penetrations. Minor construction includes concrete pad, new exterior electrical utilities for vacuum pumps and support structure for exterior overhead vacuum piping. Work is expected to be complete by April 2022. Fiscal 2018 aircraft procurement (Navy) contract funds; and fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $8,145,647 are obligated on this award, of which $197,826 will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-D-6302). Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $7,267,110 cost-plus fixed-fee order (N62786-20-F-0014) against the previously awarded basic ordering agreement N00024-19-G-2319 to provide advance planning, accomplishment and emergent availabilities for LCS-19 post shakedown availability. Work will be performed in Mayport, Florida (55%); Virginia Beach, Virginia (19%); Moorestown, New Jersey (14%); and Washington, D.C. (12%). This delivery order is expected to be completed by September 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $7,267,110 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES Eccalon LLC, Hanover, Maryland, has been awarded a $7,078,869 firm-fixed-price contract. This contract provides National Security Technology Accelerator program support for the Office of Manufacturing and Industrial Base Policy. Work performance will take place at the Mark Center, Alexandria, Virginia. Fiscal 2020 and 2021 research, development, test, and evaluation funds in the amount of $7,078,869 are being awarded. The expected completion date is Sept. 27, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-18-F-0572). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2180277/source/GovDelivery/

  • L’avion qui aurait pu remplacer le F-35

    June 22, 2020 | International, Aerospace

    L’avion qui aurait pu remplacer le F-35

    Point clé: L'armée avait le choix entre quelques options lorsqu'elle recherchait le prochain chasseur furtif. Il a finalement décidé de ce qui allait devenir le F-35. Le ministère de la Défense (DoD) n'a pas eu à opter pour le F-35. Dans les années 1990, Boeing et Lockheed Martin ont soumissionné pour le prochain gros contrat de chasse, un avion qui servirait dans chacune des forces aériennes, navales et marines, ainsi que pour soutenir les forces aériennes de nombreux alliés américains. Boeing a servi le X-32; Lockheed le X-35. Le Pentagone a choisi le F-35. Compte tenu des luttes de la dernière décennie avec le Joint Strike Fighter, il est impossible de ne pas se demander ce qui aurait pu être; Et si le DoD était parti avec le X-32 de Boeing à la place, ou avec une combinaison des deux appareils? Histoire: À la fin de la guerre froide, le Pentagone a proposé un projet de chasseurs conjoints dans l'espoir de réduire la queue logistique globale des forces en campagne, ainsi que de minimiser les coûts de développement. Chacun des trois services d'avions de chasse avait besoin d'être remplacé par l'avion de 4e génération dans son inventaire; les F-15 et F-16 dans le cas de l'Air Force, et les F / A-18 et AV-8B Harrier dans le cas de la Navy et du Marine Corps. Le nouveau chasseur avait donc besoin de configurations conventionnelles, porteuses et STOVL (atterrissage vertical à décollage court). Historiquement, le DoD n'avait pas eu de chance avec les programmes conjoints, mais l'espoir était qu'une «articulation» accrue entre les services, combinée à des techniques de production plus avancées et à des procédures logistiques plus soigneusement affinées, ferait qu'un combattant partagé en valait la peine. Toutes les parties ont compris que le vainqueur de la compétition connaîtrait probablement un grand succès à l'exportation, car de nombreuses forces aériennes du monde entier avaient besoin d'un chasseur de cinquième génération. En bref, il s'agissait de la plus grosse transaction à l'horizon de l'industrie de la défense de l'après-guerre froide. Boeing et Lockheed Martin ont remporté des contrats pour développer chacun deux démonstrateurs. L'histoire continue Capacités: Construits selon les mêmes spécifications, le X-32 et le F-35 avaient des paramètres de performances relativement similaires. Décidant de rivaliser sur les coûts, Boeing a conçu le X-32 autour d'une aile delta monobloc qui s'adapterait aux trois variantes. Le X-32 n'avait pas la portance du turboréacteur entraîné par l'arbre du F-35, utilisant à la place le même système de vectorisation de poussée que l'AV-8 Harrier. Le système du X-32 était moins avancé que celui du F-35, mais aussi moins complexe. Le X-32 a été conçu pour atteindre Mach 1,6 en vol conventionnel. Il pourrait transporter six AMRAAM ou deux missiles et deux bombes dans sa baie d'armes interne. Les caractéristiques de portée et de furtivité étaient généralement similaires à celles attendues du F-35, et le corps de l'avion pouvait accueillir une grande partie de l'équipement électronique avancé que le F-35 transporte maintenant. Décision: Une chose est sûre; le X-32 était un avion ridiculement laid. Cela ne ressemblait pas tellement à la ponte d'un A-7 Corsair et à un lamantin hideusement déformé. Le F-35 n'est pas un prix d'un point de vue esthétique, sans les lignes élégantes et dangereuses du F-22, mais le X-32 a rendu le F-35 positivement sexy en comparaison. Quelle importance cela devrait-il avoir? Pas du tout. Quelle importance cela avait-il? Bonne question. Les pilotes de chasse n'aiment pas piloter des avions qui semblent pouvoir être écrasés par un hors-bord en Floride. Pour des raisons plus concrètes, la stratégie de Boeing a probablement nui à ses chances. Au lieu de construire un démonstrateur capable de répondre aux exigences des trois services, Boeing en a construit deux; l'un capable de vol supersonique conventionnel, et l'autre de décollage et d'atterrissage vertical. Le prototype de Lockheed pourrait faire les deux. Le Pentagone a également apprécié la nature innovante (bien que risquée) du turbolift du F-35. Enfin, l'expérience de Lockheed avec le F-22 a suggéré qu'il pourrait probablement gérer un autre grand projet de chasseur furtif. Conclusion: Choisi en 2001, le F-35 est devenu le plus grand projet d'approvisionnement du Pentagone de tous les temps et l'un des plus assaillis. Le X-32 a échappé à tous les défis les plus importants pour le F-35. Le X-32 n'a jamais fait face à des décennies de tests et de refonte; il n'a jamais connu de dépassements de coûts massifs; il n'a jamais été soumis à une série interminable d'articles sur la façon dont il ne pouvait pas déjouer un F-16A. La nostalgie de ce qui aurait pu être est courante dans les compétitions d'avions, et il est impossible de dire si le X-32 aurait rencontré les mêmes difficultés que le F-35. Étant donné la nature complexe des projets de chasse avancés, la réponse est presque certainement «oui». Mais avec le recul, il aurait presque certainement été plus logique de choisir un chasseur alternatif VSTOL pour le Marine Corps. Cela aurait éliminé l'aspect le plus complexe du projet «conjoint»; la nécessité de créer un avion qui partage des composants critiques à travers trois variantes très différentes. Cela aurait également aidé à répartir la richesse entre les différents grands entrepreneurs de la défense, une pratique qui est devenue de plus en plus une priorité du Pentagone. Bien sûr, étant donné que les aspects STOVL des F-35 et X-32 ont été intégrés au stade de la proposition, cela aurait nécessité de revenir en arrière jusqu'en 1993, pas seulement en 2001. Robert Farley, un contributeur fréquent de TNI, est l'auteur du Battleship Book. Il est maître de conférences à la Patterson School of Diplomacy and International Commerce de l'Université du Kentucky. Son travail comprend la doctrine militaire, la sécurité nationale et les affaires maritimes. Il blogue sur Avocats, Armes à feu et Diffusion d'argent et d'informations et Le Diplomate. Cela est apparu pour la première fois en 2016. https://www.breakingnews.fr/international/lavion-qui-aurait-pu-remplacer-le-f-35-523306.html

All news