Back to news

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

Contract Awards by US Department of Defense - September 3, 2019

AIR FORCE

Leidos Inc., Reston, Virginia, has been awarded a $445,361,476 indefinite-delivery/indefinite-quantity contract for Air Force National Capital Region information technology services. This contract provides a full range of classified and unclassified information technology services in the National Capital Region. Work will be performed in the National Capital Region to include Joint Base Andrews, Joint Base Anacostia-Bolling and the Pentagon, and is expected to be complete by Sept. 2, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $7,522,000 are being obligated at the time of award. The Air Force, District of Washington Contracting, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-D-A005).

GTA Containers Inc., South Bend, Indiana, has been awarded a $9,478,079 contract modification (P00004) to previously awarded FA8533-16-D-0001 for collapsible fuel tank production. The contract modification provides for the purchase of additional quantities of 34 10K collapsible fuel tanks; 171 50K collapsible fuel tanks; and 130 210K collapsible fuel tanks being produced under the basic contract. Total cumulative face value of the contract is $15,102,610. Work will be performed at South Bend, Indiana, and is expected to be completed by Jan. 31, 2021. Fiscal 2018 other procurement funds are being used and no funds are being obligated at the time of delivery order award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

NAVY

Science Applications International Corp., Reston, Virginia, is awarded a $69,929,520 firm-fixed-price, cost-plus-fixed-fee modification to previously-awarded contract N00024-16-C-6425 to exercise Option Year Three for the production of Mk 48 Mod 7 heavyweight torpedo afterbody/tailcone sections, production support material, spares, auto-electrical power source test sets, engineering support, other direct costs and hardware repair services. Work will be performed in Bedford, Indiana (50%); Marion, Massachusetts (29%); Middletown, Rhode Island (16%); and Indianapolis, Indiana (5%), and is expected to be completed by March 2021. Fiscal 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2018 shipbuilding and conversion (Navy); and Foreign Military Sales funding in the amount of $69,929,520 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.

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $50,307,909 cost-plus-incentive-fee modification to previously awarded contract N00024-15-C-5151 to exercise options for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build 16. The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, Ballistic Missile Defense test team support, Aegis ashore support and AWS element assessments. This contract will cover the AWS ship integration and test efforts for nine new construction DDG 51 class ships and the major modernization of seven DDG 51 class ships. It will additionally cover the integrated combat system modifications and upgrades for all current ships with all AWS Baselines up to and including ACB 16. Work will be performed in Moorestown, New Jersey (49%); Deveselu, Romania (12%); Norfolk, Virginia (8%); San Diego, California (8%); Washington, District of Columbia (7%); Pascagoula, Mississippi (5%); Mayport, Florida (4%); Bath, Maine (3%); and various places each below one percent (4% cumulative), and is expected to be complete by September 2024. Fiscal 2014 shipbuilding and conversion (Navy); fiscal 2019 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funds in the amount of $4,774,574 will be obligated at time of award and $1,452,864 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Ultra Electronics Ocean Systems, Braintree, Massachusetts, is awarded a $46,679,930 modification to previously awarded contract N00024-18-C-6405 to exercise Option Year One for the production of MK54 MOD 0 lightweight torpedo array kits. This option provides spares, production support material, and related engineering services, hardware support and maintenance of government-furnished equipment. This modification combines purchases for the Navy (23%); the government of Canada (46%); Netherlands (28%); and Norway (3%) under the Foreign Military Sales (FMS) program. Work will be performed in Braintree, Massachusetts (70%); and Lititz, Pennsylvania (30%), and is expected to be completed by September 2022. FMS funding in the amount of $36,031,476; and fiscal 2019 weapons procurement (Navy) in the amount of $10,648,454 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 (N00024-18-C-6405).

General Atomics, San Diego, California, is awarded a $33,187,541 cost-plus-incentive-fee, indefinite-delivery/definite-quantity contract for up to two Bearing Support Structure (BSS) inseparable assemblies in support of the Columbia-class program. This contract is for a five-year ordering period and does not include options. Work will be performed in Tupelo, Mississippi, and is expected to be completed by August 2024. Fiscal 2019 National Sea-Based Deterrence Fund (NSBDF) funding in the amount of $12,497,115 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-19-D-0006).

Homeland Security Solutions Inc., Hampton, Virginia, is awarded a $10,951,521 firm-fixed-priced modification to previously awarded contract M00264-19-C-0007 to exercise Option Year One. The work to be performed provides program management support, training, human resources services and non-guard security support services to the Marine Corps. Work will be performed in Camp Lejeune/New River, North Carolina (11%); Camp Pendleton, California (10%); Washington, District of Columbia (9%); Cherry Point, North Carolina (8%); Miramar, California (8%); Quantico, Virginia (8%); Camp Smith and Kaneohe Bay, Hawaii (7%); Beaufort/Parris Island, South Carolina (6%); Yuma, Arizona (5%); Barstow, California (5%); San Diego, California (5%); Albany, Georgia (5%); Okinawa, Japan (5%); Bridgeport, California (2%); Blount Island, Florida (2%); New Orleans, Louisiana (2%); and Iwakuni, Japan (2%), and is expected to be completed by September 2020. Fiscal 2019 operation and maintenance (Marine Corps) funds in the amount of $10,095,934 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations, National Capitol Region - Regional Contracting Office, Marine Corps Base Quantico, Virginia, is the contracting activity.

Progeny Systems Corp., Manassas, Virginia, is awarded a $10,688,154 modification to previously awarded contract N00024-18-C-6410 to exercise Option Year Two for the production of MK54 MOD 1 lightweight torpedo proof of design components, test equipment, associated production support material, spares, and engineering and hardware support services. This modification combines purchases for the Navy (99%); and the government of the United Kingdom (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Charleroi, Pennsylvania (70%); Salt Lake City, Utah (26%); and Manassas, Virginia (4%), and is expected to be completed by March 2022. Fiscal 2019 weapons procurement (Navy) funding in the amount of $10,680,514; and FMS funding in the amount of $32,306 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.

DEFENSE LOGISTICS AGENCY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded an estimated $38,040,445 modification (P00039) to a three-year base contract (SPE7MX-16-D-0100) with two one-year option periods adding vehicle spare parts. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Michigan and South Carolina, with an Aug. 11, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $8,845,490 firm-fixed-price delivery order (SPRPA1-19-F-QH08) against a five-year basic ordering agreement (FA8122-19-G-0001) for compressor casings. 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 47-month contract with no option periods. Location of performance is Massachusetts, with a July 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

ARMY

RTI Technologies LLC,* McEwen, Tennessee, was awarded an $18,601,016 firm-fixed-price contract for or the procurement of the M700 time blast fuse. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 2, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0086).

CACI-ISS Inc., Chantilly, Virginia, was awarded a $10,172,707 modification (P00058) to contract W15QKN-15-C-0049 for the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of Nov. 30, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $10,172,707 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

NW Construction Inc.,* Bozeman, Montana, was awarded a $7,656,775 firm-fixed-price contract for equalizer dam and dike modifications, construction, electrical, controls, and concrete. Bids were solicited via the internet with three received. Work will be performed in Fort Hall Indian Reservation, Idaho, with an estimated completion date of June 30, 2021. Fiscal 2019 Bureau of Indian Affairs construction funds in the amount of $7,656,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-C-0022).

CORRECTION: A $377,006,101 contract award to Southwest Range Services LLC, Las Cruces, New Mexico (W91151-19-C-0008), was announced Aug. 30, 2019, with an incorrect amount of obligated funds. The correct contract obligation amount is $231,230. All other information in the announcement is correct.

U.S. TRANSPORTATION COMMAND

International Auto Logistics LLC, Brunswick, Georgia, has been awarded a task order modification (P00024) on contract HTC711-14-D-R025 in the estimated amount of $14,950,112. This modification provides continued support of transportation and storage of Department of Defense-sponsored (DoD) shipments of privately owned vehicles belonging to military service members, and transportation of DoD-sponsored shipments of privately owned vehicles belonging to DoD civilian employees. Work will be performed at multiple locations within and outside the U.S. The option period of performance is Sept. 1, 2019, to Sept. 30, 2019. Fiscal 2019 transportation working capital funds were obligated. This modification brings the total cumulative face value of the contract to $942,359,138 from $927,409,026. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1950681/source/GovDelivery/

On the same subject

  • China Planning High Speed Helicopter to Compete Against Boeing-Sikorsky’s Defiant-X

    June 29, 2021 | International, Aerospace

    China Planning High Speed Helicopter to Compete Against Boeing-Sikorsky’s Defiant-X

    China Planning High Speed Helicopter to Compete Against Boeing-Sikorsky's Defiant-X

  • Contract Awards by US Department of Defense - December 05, 2019

    December 6, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 05, 2019

    ARMY Tidewater Inc.,* Elkridge, Maryland, was awarded a $230,000,000 firm-fixed-price contract for environmental services. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 4, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0012). Woodward Inc., Loves Park, Illinois, was awarded a $54,054,836 firm-fixed-price contract for maintenance and overhaul of the common hydro-mechanical unit. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 4, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0011). Merrick & Co., Greenwood Village, Colorado, was awarded a $28,000,000 firm-fixed-price contract for facilities and infrastructure studies, engineering, design and construction projects. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 4, 2024. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-D-0003). NAVY General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $145,754,568 cost-plus-award-fee modification, against a previously awarded contract N00024-19-C-4452 to exercise an option for Destroyer Designated Guided or Guided Missile Destroyer Planning Yard Services. This modification exercise is for the continuation of integrated planning yard services for Arleigh Burke-class ships. Work will be performed in Bath, Maine, and is expected to be complete by January 2021. Fiscal 2020 operations and maintenance (Navy) funding for $2,139,971 will be obligated at time of award and expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown, & Root Services Inc., Arlington, Virginia (N62470-13-D-6021); and URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022) are awarded a $92,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. After award of this modification, the total cumulative contract value will be $1,242,000,000. The work to be performed provides for the Navy, the Navy on behalf of the Department of Defense, and the Navy on behalf of other federal agencies when authorized, an immediate response for construction services. The construction and related engineering services would respond to natural disasters, humanitarian assistance, conflict or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. The term of the contract is not to exceed 71 months with a completion date of May 2019. No funds will be obligated at time of award; funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. General Dynamic Electric Boat, Groton, Connecticut, is awarded a $47,285,685 cost-plus-fixed-fee modification to a previously awarded contract N00024-18-C-4321 to exercise options for the New England Maintenance Manpower Initiative for non-nuclear maintenance on submarines based at Naval Submarine Support Facility, New London. This option exercise will allow Electric Boat to continue non-nuclear repair services required to support submarine overhauls, maintenance, repair and modernization upgrades; ship alterations, temporary modifications and field changes; supplies and/or ancillary services, and corrective and preventative maintenance. Work will be performed in Groton, Connecticut, and is expected to be complete by December 2022. Fiscal 2020 operations and maintenance (Navy) funds for $2,500,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Far Western Anthropological Research Group Inc.,* Davis, California (N62473-20-D-0009); PaleoWest LLC doing business as Paleo West Archaeology,* Phoenix, Arizona (N62473-20-D-0010); Statistical Research Inc.,* Tucson, Arizona (N62473-20-D-0011); and UltraSystems Environmental Inc.,* Irvine, California (N62473-20-D-0012), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for cultural resource services located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value, including the base period and four option years, for all four contracts combined is $30,000,000. No task orders are being issued at this time. The work to be performed provides for contractors to perform cultural resources services at various locations within NAVFAC Southwest's AOR. The contractors shall furnish all labor, management, supervision, tools, materials, travel, lodging/subsistence, equipment and transportation to provide cultural resources related studies, investigation, preparation of historic and archaeological documents, and implementation of plans in accordance with Sections 106 and 110 of the National Historic Preservation Act of 1966, as amended. All work on this contract will be performed in California (95%); Arizona (1%); Colorado (1%); Nevada (1%); New Mexico (1%); and Utah (1%). On occasion, work may also be performed in other locations for the Navy or Marine Corps. The term of the contract is not to exceed 60 months, with an expected completion date of December 2024. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $20,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N and O&M, Marine Corps. This contract was competitively procured via the Federal Business Opportunities websites with nine proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. CACI National Security Solutions Inc. (CACI), Reston, Virginia, is awarded a modification to a previously awarded (N65236-16-D-8011) indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee performance based contract. This single award contract (SAC) is currently in its fourth year with a contract expiration date of Sept. 14, 2020. This modification increases the basic contract estimated ceiling by $21,678,272 and changes the cumulative estimated value of the contract from $104,541,625 to $126,219,897. This SAC is for Special Operations Communications Systems Satellite Communications and Network Support Services in support of U.S. Special Operations Command and other joint warfighting commands. Work will be performed in Charleston, South Carolina; Tampa, Florida; and Fayetteville, North Carolina, and is expected to be completed by September 2020. This SAC was previously procured competitively by full and open competition via the Space and Naval Warfare Systems Command e-commerce Central website and the Federal Business Opportunities website. This sole source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). Naval Information Warfare Center, Charleston, South Carolina, is the contracting activity. Boston Ship Repair LLC, Boston, Massachusetts, is awarded a $13,379,140 firm-fixed-price contract (N32205-20-C-4015) for an 87-calendar day shipyard availability for the mid-term availability of the USNS Leroy Grumman (T-AO 195). The $13,379,140 consists of the amounts listed in the following areas: Category “A” work item cost, additional government requirement, other direct costs and the general and administrative costs. Work will include furnishing general services, port side shell repair, starboard main engine overhaul, port main engine overhaul, ship service diesel generator turbocharger overhaul, new life boat installation, tank deck overhead preservation and underway replenishment station eight deck and steel replacement. The contract includes options, which, if exercised, would bring the total contract value to $15,142,310. Funds will be obligated Dec. 5, 2019. Contract completion will be May 20, 2020. Work will be performed in Boston, Massachusetts, and is expected to begin Feb. 24, 2020, and is expected to be completed by May 20, 2020. Contract funds for $13,379,140 excluding options, are obligated for fiscal 2020 using (Navy) working capital funds. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and two offers were received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. AIR FORCE Alliant Techsystems Inc., Fort Worth, Texas, has been awarded a $37,788,519 firm-fixed-price modification (P00052) to previously awarded contract FA8106-16-C-0004 for contractor logistic support for the Iraqi Air Force's Cessna 208 and 172 fleet. Work will be performed in Iraq and is expected to be completed by Dec. 31, 2020. This contract involves 100% foreign military sales to Iraq. This award is the result of a sole source acquisition. The dollars obligated is $169,153,380. The total cumulative face value of the contract is $235,000,000. Foreign Military Sales funds in the amount of $19,429,623.80 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Raytheon Co. Space and Airborne Systems, McKinney, Texas, has been awarded a $13,121,979 modification (P00002) to previously awarded agreement FA8650-19-9-9326 for High Energy Laser Weapon Systems (HELWS). This modification provides for the purchase of one additional HELWS being produced under the basic agreement, including outside continental U.S. (OCONUS) field assessment for purposes of experimentation. Experimentation includes, but is not limited to, six months of in-field operation by Air Force personnel against unmanned aerial systems threats. In addition, experimentation includes, but is not limited to, full mission capable, partial mission capable and non-mission capable operator training in theater maintenance of systems while collecting availability; reliability, maintainability and supportability data; and system operation against real-world or simulated hostile vignettes without disrupting other necessary installation operations. Work will be performed at OCONUS locations and is expected to be completed by Nov. 1, 2020. The total cumulative face value of the agreement is $36,939,636. Fiscal 2019 research, development, test and evaluation funds in the amount of $13,121,979 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity. CORRECTION: The $988,832,126 definitization modification (PZ0010) announced on Dec. 2, 2019, to previously awarded contract FA8681-18-C-0021 (Lockheed Martin Missile and Fire Control, Orlando, Florida), was actually awarded today, Dec. 5, 2019. All other information in the Dec. 2 announcement is correct. DEFENSE LOGISTICS AGENCY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a maximum $8,870,921 cost-plus-fixed-fee, bridge contract for automated tank gauging, independent alarm system and overfill protection equipment Pacific maintenance. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 21-month base contract with one three-month option period. Locations of performance are Alaska, Hawaii, South Korea, Okinawa, Wake Island, Marshall Islands, Guam, Diego Garcia and Japan, with a Sept. 12, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-20-C-0003). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2033316/source/GovDelivery/

  • Trump administration considering new plan to ease drone export rules

    June 15, 2020 | International, Aerospace

    Trump administration considering new plan to ease drone export rules

    By: Valerie Insinna WASHINGTON —The Trump administration reportedly plans to reinterpret a key arms agreement that governs the sale of unmanned aircraft, opening the door for more countries to buy drones from U.S. defense contractors. According to Reuters, the Trump administration plans to loosen its interpretation of the Missile Technology Control Regime, an agreement among the U.S. and 34 other nations that governs the export of missiles and unmanned aerial vehicles. The report does not exactly lay out how the White House's interpretation of the MTCR will change, but it likely involves how the administration construes the phrase “strong presumption of denial.” Currently, the U.S. government's interpretation of that clause leads to a blanket denial of most countries' requests to buy “category-1” systems capable of carrying 500-kilogram payloads for more than 300 kilometers. The White House's National Security Council is set to review the change during a June 16 meeting, according to Reuters. The departments of Commerce, Energy, Justice and Homeland Security signed on to the new interpretation in May, and key industry stakeholders — including General Atomics and Northrop Grumman — have already been notified. The State Department could approve the first UAV sales under the new interpretation as soon this summer, a U.S. official and multiple industry executives told Reuters. The Trump administration has made loosening arms sale restrictions a major priority, but so far the changes to drone export policies have not had the impact desired by defense companies, which argue that they continue to lose sales to China and Israel. During a June 3 event on drone export policy, Keith Webster, president of the U.S. Chamber of Commerce's defense and aerospace export council, said the administration has made some positive changes — including the approved sale of General Atomics MQ-9 Sea Guardian drones to India — but “for the policy changes, it has been disappointing.” In April 2018, the White House announced changes in policy allowing companies to sell certain unmanned aircraft through direct commercial sales to international militaries rather than having to go through the more laborious Foreign Military Sales process, where the U.S. government plays a large role in negotiating an agreement. It also struck rules that categorized unarmed drones with laser-designator technology as “strike enabling,” which grouped them with more highly restricted armed drones. The United States also attempted to change the MTCR by proposing language that would assign drones that fly under 800 kilometers per hour to “category-2” status, where sales are subject to approval on a case-by-case basis, said Heather Penney, a senior fellow at the Mitchell Institute of Aerospace Studies. However, that proposal was not approved by all members of the regime and was thus denied. “We have information that the U.S. is potentially looking at an additional airspeed proposal, not from 800 kilometers per hour, but dropping that to 600 kilometers per hour — which is roughly about 320 knots,” she said at a June 3 event hosted by the Mitchell Institute. “This does not solve the problem set. It enables the look of advancement, the look of change, but really it does not move the ball forward.” Webster agreed, calling proposed changes to the MTCR a Band-Aid. “That buys us a year or two, but we're right back to square one because we haven't resolved the issue,” he said. https://www.defensenews.com/air/2020/06/12/trump-administration-considering-new-plan-to-ease-drone-export-rules/

All news