Back to news

October 5, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - October 4, 2018

NAVY

Asturian-Consigli JV LLC,* Virginia Beach, Virginia (N40085-18-D-1124); Edifice LLC, doing business as Edifice Solutions,* Beltsville, Maryland (N4008-18-D-1125); ED DesignBuild LLC,* Germantown, Maryland (N40085-18-D-1126); HCG-JCG JV,* Escondido, California (N40085-18-D-1127); and Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-18-D-1128), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for general construction projects in the Hampton Roads area of Virginia. The maximum dollar value for all five contracts combined is $249,000,000. The work to be performed provides for, but is not limited to, new construction, renovation, alteration, and repairs for general construction projects. Types of facilities include, but are not limited to warehouses, training facilities, personnel support and service facilities, housing facilities, etc. Asturian-Consigli JV LLC is awarded initial task order at $2,947,636 for the foundation and crawl space repairs at the advanced electronic guidance and instrumentation system facility (V-10) on Wallops Island, Accomack County, Virginia. Work for this task order is expected to be completed by December 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads area, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance, (Navy) contract funds in the amount of $2,967,636 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operation and maintenance, (Navy) and military construction. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018)

MacDonald-Bedford | MBP JV,* Alameda, California, was awarded a maximum amount $98,000,000 indefinite-delivery/indefinite-quantity contract to provide construction management services in support of the Guam Defense Policy Review Initiative (DPRI) Program. The work to be performed will support the existing Naval Facilities Engineering Command (NAVFAC) workforce capabilities and provide increased capability to support construction projects and associated efforts undertaken by NAVFAC Pacific. The outcome to be achieved is the hiring of temporary supplemental construction management and engineering technician services. No task orders are being issued at this time. Work will be performed primarily in the Marianas region of operation (to include the following islands but not limited to: Guam, Tinian, Pagan, Palau, Chuuk, Saipan, and Northern Mariana Islands) (80 percent); Australia (10 percent); and Hawaii (10 percent), and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-18-D-1171). (Awarded Sept. 29, 2018)

Davcon Inc.,* Virginia Beach, Virginia (N40085-18-D-1149); Delaware Corp.,* Topping, Virginia (N4008-18-D-1150); Doyon Project Services,* Federal Way, Washington (N40085-18-D-1151); Rand Enterprises,* Newport News, Virginia (N40085-18-D-1152); and Within Interior Design Inc., doing business as Tazewell Contracting,* Norfolk, Virginia (N40085-18-D-1153), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for heating, ventilating and air conditioning construction projects in the Hampton Roads area of Virginia. The maximum dollar value for all five contracts combined is $95,000,000. The work to be performed will primarily consist of new construction, demolition, repair, alteration, and renovation of heating, ventilating and air conditioning equipment, systems and infrastructure to include system components such as fans, motors, ductwork, controls, pumps, piping, supports, and insulation. Types of facilities on which work will be performed include administrative/industrial buildings, maintenance shops, warehouses, hangars, communications facilities, personnel support/instructional buildings, recreational facilities, lodging/dormitory facilities, medical clinics, training areas, indoor ranges, etc. Davcon Inc. is being awarded initial task order at $148,400 for the replacement of a chiller at Building 3889 at Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia. Work for this task order is expected to be completed by February 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads area, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $168,400 are obligated on this award and expired at the end of the fiscal 2018. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 11 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018)

A&H-Ambica JV LLC,* Livonia, Michigan (N40085-18-D-8733); Building Associates Inc.,* Bloomington, Indiana (N4008-18-D-8734); Federal Construction Group Inc.,* San Diego, California (N40085-18-D-8735); Krempp Construction Inc., Jasper, Indiana (N40085-18-D-8736); Midnight Sun Global Services LLC,* South Bend, Indiana (N40085-18-D-8737); and SEI Group Inc., Huntsville, Alabama (N40085-18-D-8738), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for general construction projects in Crane, Indiana. The maximum dollar value for all six contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, roads, etc., in support of the Naval Facilities Engineering Command, Public Works Department Crane, Indiana. A&H-Ambica JV LLC is awarded initial task order at $1,876,276 for the renovation of Building 2724 Break Room Renovation at Public Works Department Crane, Indiana. Work for this task order is expected to be completed by October 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Public Works Department Crane, Indiana area of responsibility. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 Navy working capital contract funds in the amount of $1,901,276 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operations and maintenance (Navy); and military construction. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018)

DEFENSE LOGISTICS AGENCY

BP Products North America Inc., Chicago, Illinois, has been awarded a maximum $47,075,766 fixed-price with economic price adjustment contract for aviation fuel. This was a competitive acquisition with 19 offers received. This is a one-year base contract with no option periods. Location of performance is Singapore, with a Dec. 31, 2019, performance completion date. Using military services are Army, Navy, and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0452).

Olgoonik Technical Services LLC, Anchorage, Alaska, has been awarded a maximum $11,579,403 modification (P00027) exercising the third one-year option period of a one-year base contract (SP3300-16-C-5001) with four one-year option periods for warehousing and distribution support services. This is a fixed-price-incentive firm contract with cost-reimbursement line items. The modification brings the total cumulative face value of the contract to $40,706,113 from $29,126,709. Locations of performance are Alaska and California, with an Oct. 15, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

AIR FORCE

Onvoi LLC, De Funiak Springs, Florida, has been awarded a $39,951,581 contract for base operating services at March Air Reserve Base, California. This contract provides for all personnel, supervision, equipment, tools, materials, supplies, test equipment, and other items and services necessary to accomplish supply, vehicle operations and maintenance, traffic management, real property maintenance, fuels management, and airfield management. Work will be performed at March ARB, California, and is expected to be completed by Oct. 31, 2023. This award is the result of a competitive acquisition and 10 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,106,974 are being obligated at the time of award. Air Force Reserve Command Robins Air Force Base, Georgia, is the contracting activity (FA4664-19-C-0001).

CORRECTION: The Sept. 28, 2018, announcement of a $1,051,818,540 cost-plus-fixed-fee contract award to The Aerospace Corp., El Segundo, California (FA8802-19-C-0001), for Federally Funded Research and Development Center support, was not for a contract modification. All other information in the announcement is correct.

ARMY

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $16,038,473 modification (P00151) to contract W56HZV-15-C-0095 for spares acquisition integrated with production. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 31, 2018. Fiscal 2018 procurement Marine Corps; and other procurement, Army funds in the amount of $16,038,473 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

*Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1654951/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - November 01, 2019

    November 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 01, 2019

    NAVY Rightstar Inc., Vienna, Virginia, is being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. The potential estimated value of this category of BPA is $820,450,000. This agreement is being awarded as part of a multi-reseller/multi-software publisher software category management award for commercial off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category. The software publisher under this agreement is Nlyte. The BPA provides for the purchase of Nlyte products and services by the DoD, U.S. intelligence community, and the Coast Guard worldwide. The ordering period will be for a maximum of 10 years from Nov. 1, 2019, through July 11, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Two offers were received and two were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-A-0006). Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a cost-plus incentive-fee $77,377,019 contract modification (P00002) to a previously awarded contract (N00030-19-C-0015) for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment (CMC). Work will be performed in Sunnyvale, California (55%); Ridgecrest, California (20%); Cape Canaveral, Florida (10%); Bangor, Washington (5%); Kings Bay, Georgia (5%); Barrow-In-Furness, England (2%); New London, Connecticut (1%); Quonset Point, Rhode Island (1%); and Arlington, Virginia (1%), and is expected to be completed by March 31, 2024. Fiscal 2020 shipbuilding and conversion Navy funding in the amount of $34,868,308 will be obligated on this award. Fiscal 2020 United Kingdom common funding in the amount of $42,508,711 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Ultra Electronic Ocean Systems, Braintree, Massachusetts, is awarded a $45,161,439 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and firm-fixed-price contract for engineering and technical service for the design, development, testing, integration, technology insertion/refreshment and system support of the AN/BPS radar software management system on new construction and in-service submarines. Work will be performed in Chantilly, Virginia (50%); and Wake Forest, North Carolina (50%), and is expected to be completed by October 2020. This contract includes options which, if exercised, would bring the cumulative value of this contract to $100,861,439, and be complete by May 2026. Fiscal 2019 shipbuilding and conversion (Navy-SCN); 2015 shipbuilding and conversion (Navy-SCN); 2019 other procurement (Navy-OPN); and 2014 shipbuilding and conversion (Navy-SCN) funding in the amount of $1,700,000 will be obligated at time of award and will not expire at the end of current fiscal year — funding: fiscal 2019 SCN (58%); fiscal 2015 SCN (18%); fiscal 2019 OPN (18%); and fiscal 2014 SCN (6%). In accordance with 10 U.S. Code 2304(c)(5), authorized or required by statute 15 U.S. Code 638(r)(4) states: "To the greatest extent practical, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6202). Lockheed Martin, Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,019,951 cost-plus-fixed-fee modification to a previously-awarded contract N00024-11-C-2300 to exercise an option for the accomplishment of post-delivery support for USS Minneapolis-Saint Paul (LCS 21) of the Littoral Combat Ship (LCS) program. This option exercise is for post-delivery support for the LCS program. Lockheed Martin, Rotary and Mission Systems, will provide expert design, planning and material support for LCS 21's post-delivery period. Lockheed Martin will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support USS Minneapolis-St. Paul sail-away and follow-on post-delivery test and trials period. Work will be performed in Marinette, Wisconsin (57%); Hampton, Virginia (14%); Moorestown, New Jersey (11%); San Diego, California (11%); and Washington, District of Columbia (7%), and is expected to be completed by October 2021. Fiscal 2015 shipbuilding and conversion (Navy) funding for $7,000,000 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. General Electric Co., Cincinnati, Ohio, is awarded an $8,747,720 firm-fixed-price delivery order (N00024-20-F-4117) under a previously-awarded basic ordering agreement N00024-18-G-4113 for integrated electronic controller kits for LM2500 marine gas turbine engines. The materials procured under this basic ordering agreement are LM2500 MGTEs and related material. MGTEs are installed in FFG 7, CG 47, DDG 51, LCS Independence variant, LHD 8 and LHA 6AF-class vessels. Work will be performed in Cincinnati, Ohio, and is expected to be completed by December 2020. Fiscal 2020 other procurement (Navy) funding in the amount of $8,747,720 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. DEFENSE INTELLIGENCE AGENCY Dynetics Inc., Hunstville, Alabama (HHM402-19-D-0023), was awarded a five-year base with possible five-year option indefinite-delivery/indefinite-quantity contract with a ceiling value of $737,992,267. This contract will provide support services for the Missile and Space Intelligence Center. Work will be performed at Redstone Arsenal and Huntsville, Alabama, with an expected completion date of Oct. 31, 2029. The contract was awarded through a full and open solicitation and one offer was received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. Booz Allen Hamilton, Alexandria, Virginia (HHM402-20-D-0002); Deloitte Consulting LLP, Arlington, Virginia (HHM402-20-D-0003); Logistics Management Institute, Tysons, Virginia (HHM402-20-D-0004); and Solutions Through Innovative Technologies, Fairborn, Ohio (HHM402-20-D-0005); were awarded a one-year base plus four one-year options indefinite-delivery/indefinite-quantity (ID/IQ), multiple-award contract for strategic workforce analysis planning and management (SWAPM) with a maximum obligation amount of $88,714,746. This contract will provide support services to strategic workforce planning and analysis initiatives to support career field managers and organizational talent and position management requirements. Work will be performed in the National Capital Region with an estimated completion date of Oct. 17, 2024. No funds were obligated at time of award. The SWAPM contract was awarded through a full and open solicitation and five offers were received. Each company will receive a $2,500 minimum guarantee. Task Orders (TO) will be issued competitively under this ID/IQ, which will allow for the following TO contract types: firm-fixed-price, labor hour and time-and-material. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. (Awarded Oct. 18, 2019) MISSILE DEFENSE AGENCY Raytheon Missile Systems, Tucson, Arizona, is being awarded a sole source, cost only contract modification (P00069) under previously awarded contract HQ0276-15-C-0003 to increase the CLIN 0014 undefinitized contract action not-to-exceed value by $267,178,800 from $387,187,200 to $654,366,000. Under this modification, the "pacing items only" restriction is removed and the contractor is now authorized to work the full, unchanged, effort to manufacture, assemble, test and deliver 20 Standard Missile-3 Block IIA missiles and related efforts, and four missiles under Foreign Military Sales (FMS) case JA-P-ATB to Japan. The value of the contract is increased by $267,178,800 from $1,198,400,240 to $1,465,579,040. The work will be performed in Tucson, Arizona; and Huntsville, Alabama, with an estimated completion date of December 2022. Fiscal 2018 procurement, defense-wide funds in the amount of $209,000,000; and FMS funds in the amount of $7,652,000 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-15-C-0003). ARMY Ravenswood Solutions, Fremont, California, was awarded a $62,896,230 hybrid (cost-no-fee and firm-fixed-price) contract for a fully instrumented, highly realistic, and immersive training environment. 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 Oct. 31, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0002). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $9,043,846 modification (P00091) 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, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles; and operations and maintenance, Army funds in the amount of $9,043,846 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Montana State University, Bozeman, Montana, was awarded an $8,600,000 modification (P00001) to contract W911W6-18-C-0050 for or primary aircraft structure, to understand and overcome challenges to production of primary aircraft structure using stretch-broken carbon fiber. Work will be performed in Bozeman, Montana, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 and 2019 research, development, test and evaluation, Army funds in the amount of $8,600,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Shearwater Mission Support LLC,* Anchorage, Alaska, was awarded a $7,238,172 modification (P00008) to contract W911S8-18-D-0018 for installation support services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 30, 2020. U.S. Army Mission Installation Contracting Command, Yuma Proving Ground, Arizona, is the contracting activity. DEFENSE LOGISTICS AGENCY U.S. Foods Inc., Salem, Missouri, has been awarded a maximum $43,988,785 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution for customers in the Missouri and Illinois area. 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 364-day bridge contract with no option periods. Location of performance is Missouri, with an Oct. 31, 2020, performance completion date. Using customers are Army, Air Force, Army National Guard, Air National Guard and other federal agencies. Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3243). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded an estimated $25,340,721 fixed-price, indefinite-delivery/indefinite-quantity contract for tire and wheel assemblies. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Locations of performance are Wisconsin and New Jersey, with an Oct. 31, 2022, performance completion date. Using customers are Army and foreign military sales. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0022). AIR FORCE Raytheon Missile Systems, Tucson, Arizona, has been awarded a $16,553,897 cost-plus-fixed-fee contract for universal armament interface. This contract provides for system engineering and program management for universal armament interface development. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 19, 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $923,829 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 (FA8628-20-C-2267). Pacific Scientific Energetic Materials Co., Hollister, California, has been awarded a $13,394,557 firm-fix-price with economic-price-adjustment for sustainment of B-1B Aircraft. This contract provides 48 shield mild detonating cord (SMDC) kits for B-1B aircraft; with each kit contains 461 SMDC lines. Work will be performed at Hollister, California, and is expected to be completed by June 30, 2023. This award is the result of a sole source acquisition. Fiscal 2018, 2019 and 2020 aircraft procurement funds in the amount of $13,394,557 will be obligated at the time of the award. The Air Force Life Cycle Management Center, Ammunition Contracting Division, Hill Air Force Base, Utah, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2006604/source/GovDelivery/

  • US Army triggers design competition for future attack reconnaissance helicopter

    October 4, 2018 | International, Aerospace

    US Army triggers design competition for future attack reconnaissance helicopter

    By: Jen Judson WASHINGTON — The U.S. Army has kicked off a major design competition for its Future Attack Reconnaissance Aircraft by releasing a request to industry on Oct. 3 to submit plans that could lead to a chance to build flyable prototypes in just a few years. The service, in June, released a draft solicitation that outlined its intention to get two different helicopter prototypes flying in 2023. The effort is part of the Army's larger move to procure a family of Future Vertical Lift, or FVL, aircraft in the early 2030s, if not sooner. The Army has been talking about procuring an FVL family of helicopters for the better part of a decade and has debated whether to prioritize the pursuit of a medium-lift helicopter to replace UH-60 Black Hawks and AH-64 Apache helicopters. Alternatively, the service was considering buying an armed reconnaissance helicopter to fill the gap left by the OH-58 Kiowa Warrior's 2014 retirement. With the advent of the Army Futures Command and its focus on six modernization priorities, of which FVL is third, progress is being made at lightning speed to make FVL a reality. The service, through an FVL Cross-Functional Team, led by Brig. Gen. Wally Rugen, has settled on going after both a long-range assault helicopter and a Future Attack Reconnaissance Aircraftsomewhat back-to-back. But the FARA procurement plans are fast-paced and lead straight to a winner through a fly-off competition, which deviates from the way the Army has gone about its future medium-lift helicopter development. While the Army collected designs, reviewed them and selected two teams to build prototypes to fly in a Joint Multi-Role technology demonstration for a medium-lift aircraft, the results will simply inform requirements for the Army to move into a program of record where the service will make a determination on how it will compete, build and procure a long-range assault variant of FVL. With the FARA competition, the Army plans to award four to six initial design contracts in June of 2019, and then nine months later — to avoid camping out in the PowerPoint stage — the service will choose up to two designs to move forward in fiscal 2021 with a fly-off planned to start in the first quarter of 2023 (November 2022 to be specific, according to the solicitation). The Army will choose a winner and move forward into a milestone appropriate to advance the procurement of the helicopter, whether that is a technology development phase or engineering and manufacturing development or even a production phase, Rugen told a small group of reporters in an Oct. 3 media roundtable. It all depends on where the technology stands following the fly-off and what phase of the acquisition process the Army will enter once it chooses a winner, Dan Bailey, the Army's JMR-TD director, said in the interview. “The Army currently lacks the ability to conduct armed reconnaissance, light attack, and security with improved stand-off and lethal and non-lethal capabilities with a platform sized to hide in radar clutter and for the urban canyons and mega cities,” the solicitation states. The helicopter would be the “ ‘knife-fighter' of future Army Aviation capabilities” in a small package with “maximized performance,” it describes. The Army doesn't want to carve out requirements in granite, according to Rugen, and intends to be flexible as technology capability unfolds in the program, but the solicitation does state it wants a 40-foot maximum rotor diameter, and the fuselage should also not exceed 40 feet in width. By staying flexible, the Army hopes to steer clear of some of the mistakes it has made in the past attempting to acquire an armed reconnaissance helicopter. The Army failed three times to procure a new aircraft — the most memorable being the cancellation of the Comanche helicopter program in 2004 after two aircraft were built and $6.9 billion was spent. Rugen said the Army also wants to make sure affordability considerations are driven into the program and the designs from the beginning are a top requirement for industry to consider. The Army also wants the designs to incorporate the Improved Turbine Engine Program, or ITEP,engine that is being competitively developed to replace the engines in Black Hawks and Apaches. The Army is close to choosing a winner from two teams designing engines to move into the engineering and manufacturing development phase of the program within the next few months. The Army plans to spend approximately $15 million per industry participant in the initial design phase. Participants would receive $8.5 million in FY19 and $6.5 million in FY20. The two participants selected to continue into the prototype phase of the program would receive about $735 million each from FY20 to FY23. Rugen and Bailey said industry interest following the release of the draft solicitation in June has been higher than anticipated and included both industry partners that were not expected and all of those that were. Bailey said that, based on industry interest and participation so far, choosing six designs would be a competitive process because there are more than six possible entrants that have expressed interest in submitting designs. Tim Malia, Sikorsky's program director for FVL light development, told Defense News in a recent interview that the Lockheed Martin-owned company planned to use its X2 technology that is used in its S-97 Raider coaxial helicopter program as the centerpiece to its design offering for the FARA competition. The company is already scaling its X2 technology used in Raider up to a medium-lift aircraft — called the SB-1 Defiant that is participating in the JMR technology demonstration and expected to fly by the end of the year. Malia said it would not be difficult to scale the helicopter from the 34-foot main rotor diameter size of the Raider to the desired 40-foot diameter rotor blades envisioned for FARA. The company has also been working on designs to outfit Raider or any aircraft it builds with X2 technology with the ITEP engine. Sikorsky announced Oct. 3 that its Raider aircraft exceeded 200 knots in a flight test at its West Palm Beach, Florida, flight test center. Bell, which has been flying its V-280 Valor til-trotor helicopter as part of the JMR-TD effort for the better part of a year, continues to hold tight its plans for a design to submit to the FARA competition. https://www.defensenews.com/land/2018/10/03/us-army-triggers-design-competition-for-future-attack-reconnaissance-helicopter

  • Ukrainian Minors Recruited for Cyber Ops and Reconnaissance in Russian Airstrikes

    December 16, 2024 | International, C4ISR, Security

    Ukrainian Minors Recruited for Cyber Ops and Reconnaissance in Russian Airstrikes

    Ukrainian security exposes Russian FSB's use of teens in espionage. Detained minors aided airstrikes.

All news