Back to news

November 14, 2019 | International, Aerospace

FAcT to Deliver Relevant, Flexible and Effective Aircrew Training Solution

An interview with Colonel Pete Saunders, Director of Air Simulation and Training, Royal Canadian Air Force

In February 2016, the Future Aircrew Training program was granted a broader scope to include current Air Combat Systems Officers (ACSO) and Airborne Electronic Sensor Operators, otherwise known as AES Ops. As a result, the “Future Pilot Training Project” was renamed Future Aircrew Training, or FAcT.

Pilots, ACSOs and AES Ops share core skills and knowledge for which a common training system may be employed. The design of the new training system will seek to incorporate the latest and best concepts and technologies for aircrew training available from industry and in use by other militaries around the world.

Through the FAcT program, the Canadian Armed Forces (CAF) will ensure that the three aircrew occupations move on to their Operational Training Units with sufficient immersion in live flying and simulation to provide them with appropriate skill sets in their respective fields.

Recently, Vanguard had the opportunity to interview Colonel Pete Saunders Director of Air Simulation and Training with the Royal Canadian Air Force (RCAF) about the FAcT program.

Col Saunders enrolled in the Canadian Forces in March 1990. Since that time, he has enjoyed operational postings flying and instructing on his beloved Sea King Helicopters at 443 (MH) Sqn in Pat Bay, British Columbia; 423 (MH) Sqn, and 12 Wing Operations in Shearwater, Nova Scotia; culminating in Command of 406 (M) OTS. He has served onboard HMCS Annapolis, HMCS Iroquois, HMCS Fredericton and HMCS Toronto and has deployed throughout the Middle East.

Col Saunders, we know that there is a shortage of pilots in Canada. Of course, this problem is not just limited to Canada, but is a global issue as well. What is the current level of pilot/aircrew production in Canada, and how many more will FAcT produce once that program is in place?

While the RCAF does not have a shortage of applicants for a career as a pilot, low levels of experienced personnel pose a risk to the RCAF's operational output, which impacts the RCAF's ability to train, absorb, and employ its personnel in certain capabilities.

The RCAF, in conjunction with CAF senior leadership, is putting in place targeted short-term objectives and holistic long-term activities that will stabilize and grow the RCAF pilot experience levels across all training and operational aircraft fleets.

One of these initiatives is the augmentation of pilot training capacity. This will serve to increase the timeliness, absorption, and production of New Wing Graduates (NWG) and pilot Operational Training Unit Graduates (OTU), while being postured to rapidly absorb these pilots at the tactical squadrons.

The FAcT program will deliver a relevant, flexible and effective aircrew training solution that modernizes the initial phases of pilot training currently provided via the NFTC and CFTS contracts as well as initial training ACSOs and AES Ops.

2 Canadian Air Division produced 100 New Winged Grads (NWG) during the 2018-2019 fiscal year. Broken down into the subsequent streams for pilots, this number represents 21 Phase III Harvard, 49 helicopter, and 33 multi-engine pilots. Additionally, 38 ACSOs and 17 AES Ops were produced in the same timeframe.

The new program will produce an increased number of graduates to a newly defined standard. Specifically, FAcT seeks to generate 120 Pilots, 40 ACSOs and 36 AES Ops each year.

Pilot training can be quite costly. What is the current cost of training a basic pilot, and how much will it cost under the new contract?

The current training program for pilots is conducted under the auspices of two service contracts:

  • A $3.8 billion, 25-year contract with CAE Military Aviation Training, ending in 2023 (as last amended), for the North Atlantic Treaty Organization Flying Training in Canada (NFTC) program, which operates out of Moose Jaw, Saskatchewan;
  • A $1.8 billion, 22-year contract with Allied Wings, ending in 2027, for the Contracted Flying Training and Support (CFTS) program, which operates out of Southport Aerospace Centre near Portage la Prairie, Manitoba. 3 Canadian Forces Flying Training School (3 CFFTS) conducts flying training on the Multi-Engine and the Helicopter training programs while the contractor, Allied Wings, provides all other aspects of training and support services for primary, basic and advanced training programs.

The invitation to qualify for the FAcT program identified five qualified suppliers (Airbus Defence and Space, Babcock Canada Inc., Leonardo Canada, Lockheed Martin Canada Inc., SkyAlyne Canada Limited Partnership). Canada is currently in an engagement phase which involves in-depth consultation with the five qualified suppliers. Phase 3 of the solicitation process will be a competitive Request for Proposal (RFP) process open to the Qualified Suppliers. The potential value of the future contract has yet to be determined.

How do you plan to maintain output during the transition between the current contracts (NFTC and CFTS) and FAcT, considering the limited number of instructors on the market and overlap of facilities?

One of the tenets of the FAcT transition strategy is that the FAcT contractor will be expected to ramp up with minimal interference and interdependencies with the legacy contractors, including the use of instructors. The FAcT contractor will not have access to infrastructure being used to deliver NFTC and CFTS during transition as it will be in use by the incumbent contractors to deliver legacy training. All FAcT Qualified Suppliers must prepare their bids accordingly.

The FAcT transition strategy will continue to evolve as the program moves forward throughout the current and future phases. As other major capital projects have done in the past, the implementation of FAcT will leverage the creation of a program governance structure and the FAcT Training Implementation Working Group (TIWG). All FAcT stakeholders will have a voice at the TIWG to ensure a smooth implementation while the legacy programs continue to operate.

What kind of aircraft are we likely to see in Portage and Moose Jaw?

The aircraft utilized in training will depend on the training solution proposed by the successful bidder. FAcT is not an aircraft acquisition program; rather, it is a training program. Aircraft – as much as ground-based training systems, courseware, and buildings – are all training aids whose role is to enable the production of winged aircrew.

Are any of the current units or wings likely to close or move due to FAcT?

RCAF has determined that the basing solution for the FAcT program will remain status quo at contract award in 2021. Ab-initio pilot training will be delivered in Moose Jaw and Southport. Ab-initio training for Air Combat Systems Officers and Airborne Electronic Sensor Operators will be delivered in Winnipeg.

Are we going to see more simulation and less actual flying? And what are some of the key capabilities Canada is looking for with FAcT?

The FAcT program will increase the overall amount of live flying and simulation for ab-initio Pilot, ACSO and AES Op training as increased output of personnel will of necessity drive an increase in the flying rate. Additionally, fundamental to FAcT is the intent to incorporate training from the operational training units where it makes sense to do so. This will likewise increase both simulated and live-fly training leading to Wings-standard.

A comparison between the ratio of the current NFTC/CFTS programs and the FAcT program is not yet possible because the proposed training solutions from the Qualified Suppliers will differ in their approach to live flying and simulation.

The FAcT program will ensure that Pilots, ACSOs and AES Ops move on to their Operational Training Units with sufficient immersion in live flying and simulation to provide them with appropriate skill sets in their respective fields.

The importance of a solid foundation in the air environment for ab-initio military aircrew is imperative to ensure that our future Aircraft Captains, Mission Commanders and AES Op leads are appropriately equipped with the right practical skills for operational service.

To learn more about the FAcT program and the next steps, visit https://www.tpsgc-pwgsc.gc.ca/app-acq/amd-dp/air/snac-nfps/ffpn-fact-eng.html.

https://vanguardcanada.com/2019/11/11/fact-to-deliver-relevant-flexible-and-effective-aircrew-training-solution/

On the same subject

  • SASC Bill Adds Advanced Procurement To Navy’s Shipbuilding Funds

    May 31, 2019 | International, Naval

    SASC Bill Adds Advanced Procurement To Navy’s Shipbuilding Funds

    The Senate Armed Services Committee's (SASC) draft FY 2020 defense authorization bill would authorize a moderate amount of funds over the Navy's shipbuilding request for additional advanced procurement funds. According to the bill summary, the committee... https://www.defensedaily.com/sasc-bill-adds-advanced-procurement-navys-shipbuilding-funds/navy-usmc/

  • Contract Awards by US Department of Defense - May 06, 2020

    May 7, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 06, 2020

    DEFENSE LOGISTICS AGENCY Intuitive Surgical Inc., Sunnyvale, California, has been awarded a maximum $420,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surgical robots, instruments and their related accessories. This is a five-year contract with no option periods. This was a competitive acquisition with 105 responses received. Location of performance is California, with a May 5, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0006). Hartford Provision Co., doing business as HPC Foodservice, South Windsor, Connecticut, has been awarded a maximum $49,473,750 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a four-year contract with no option periods. Locations of performance are Massachusetts, Rhode Island and Connecticut, with a May 6, 2024, performance completion date. Using customers are Air Force, Army, Marine Corps, Navy and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3271). The Will-Burt Co., Orrville, Ohio, has been awarded a maximum $43,186,213 fixed-price long term contract for masts. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is Ohio, with a May 5, 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 Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0078). CORRECTION: The contract announced on April 29, 2020, for Raytheon Co., Andover, Massachusetts (SPRRA2-20-C-0023), for $13,688,190 was announced with an incorrect award date. The correct award date is May 4, 2020. NAVY Huntington Ingalls Industries Inc., Newport News, Virginia, is awarded an $187,126,853 modification to previously awarded contract N00024-18-C-2106 to prepare and make ready for the refueling complex overhaul (RCOH) of USS John C. Stennis (CVN 74). Work will be performed in Newport News, Virginia (65%); and Norfolk, Virginia (35%). This modification will extend the period of performance for continued advance planning efforts including material forecasting, long lead time material procurement, purchase order development, technical document and drawing development, scheduling, resource forecasting and planning, development of cost estimates for work to be accomplished, data acquisition, pre-overhaul tests and inspections, pre-overhaul preparations, refueling preparations and other technical studies as required to prepare and make ready for the CVN 74 RCOH accomplishment. Work is expected to complete by January 2021. This modification constitutes the award of an existing option for an additional six months of effort. The original contract and this modification will be accomplished by Huntington Ingalls Industries Inc., Newport News, Virginia, under the authority of 10 U.S. Code 2304(c)(1). Huntington Ingalls Industries Inc. is the original building yard contractor for all ships of the CVN-68 class, the reactor plant planning yard, the lead design refueling yard and the only private shipyard capable of refueling and overhauling nuclear powered aircraft carriers. Therefore, it is the only source with the knowledge, experience and facilities required to accomplish this effort in support of the CVN 74 RCOH. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $187,126,853 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, D.C., is the contracting activity. The Boeing Co., Seattle, Washington, is awarded a $29,059,944 modification (P00172) to previously awarded firm-fixed-price contract N00019-14-C-0067 for the production and delivery of 10 P-8A A-kits, 10 turret deployment units and eight mechanism units in support of Lot 10 P-8A production aircraft. Work will be performed in Seattle, Washington (91%); and Mesa, Arizona (9%), and is expected to be complete by January 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $29,059,944 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. W.M. Jordan Co. Inc., Newport News, Virginia, is awarded $26,929,000 for firm-fixed-price task order N40085-20-F-5271, under a multiple award construction contract for the design-build repair and renovation of Bachelor Enlisted Quarters Building (BEQB) 3609, Joint Expeditionary Base, Little Creek-Fort Story, Virginia. Work will be performed in Virginia Beach, Virginia. The work will provide for the design and construction renovation of BEQB 3609 to meet current quality standards and facility criteria for unaccompanied housing for the Navy. The site and building will be modified to meet anti-terrorism force protection requirements. Major building systems such as plumbing, heating, ventilation, and air condition, electrical and fire protection will be replaced with new systems. Work is expected to be complete by October 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $26,929,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9089). L3 Adaptive Methods Inc., Centreville, Virginia, is awarded a $12,719,770 cost-plus-fixed-fee and cost contract for engineering services and capability development in support of the Undersea Warfare and Surface Warfare systems. Work will be performed in Keyport, Washington (30%); Centreville, Virginia (25%); Rockville, Maryland (15%); Manassas, Virginia (10%); Herndon, Virginia (5%); Dahlgren, Virginia (5%); Newport, Rhode Island (5%); Austin, Texas (1%); Moorestown, New Jersey (1%); Honolulu, Hawaii (1%); Fairfax, Virginia (1%); and Laurel, Maryland (1%), and is expected to be complete by April 2021. If all options are exercised, work will continue through April 2025. This contract includes options which, if exercised, would bring the cumulative value of this contract to $69,458,660. This contract combines purchases for the Navy (98%) and the government of Japan (2%) under the Foreign Military Sales (FMS) program. Fiscal 2020 research, development, test and evaluation (Navy); 2020 operations and maintenance (Navy); 2020 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $6,142,292 will be obligated at time of award. Funding in the amount of $1,191,829 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r), this Small Business Innovative Research Phase (SBIR) III contract is being awarded to L3 Adaptive Methods Inc., which is the same firm that was competitively selected for the SBIR Phase I and II awards. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5211). The Boeing Co., Seattle, Washington, is awarded a $7,039,596 cost-plus-fixed-fee order (N00019-20-F-0647) against previously issued basic ordering agreement N00019-16-G-0001. This order procures non-recurring engineering for the design, fabrication and correction of deficiencies required for the delivery and installation of retrofit kits for Navy P-8A aircraft with Increment 3 Engineering Change Proposal (ECP) 6 capabilities. Work will be performed in Puget Sound, Washington. The P-8A ECP 6 provides a significant modification to the baseline aircraft, installing new airframe racks, radomes, antennas, sensors and wiring, while incorporating a new combat system suite with an improved computer processing and security architecture capability at the higher than secret level, a wide band satellite communication system, an anti-submarine warfare signal intelligence capability, a minotaur track management system and additional communications and acoustics systems to enhance search, detection and targeting capabilities. Work is expected to be complete by May 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,039,596 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. ARMY Stantec Consulting Services Inc., Lexington, Kentucky, was awarded a $45,000,000 firm-fixed-price contract for U.S. Army Corps of Engineers Dam Safety Modification Mandatory Center of Expertise, national dam and levee safety, and geotechnical services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 5, 2025. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-20-D-0010). Thomas Instrument Inc.,* Brookshire, Texas, was awarded an $8,788,301 firm-fixed-price contract for maintenance and overhaul of UH-60 Blackhawk helicopters. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 6, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0368). AIR FORCE Space Exploration Technologies Corp., Hawthorne, California, has been awarded an $8,904,146 firm-fixed-price modification (P00007) to contract FA8811-19-C-0004 for non-National Security Space (NSS) Fleet surveillance. This contract provides for non-NSS Fleet surveillance efforts across the Space Exploration family of launch vehicles for non-NSS missions. The location of performance is Hawthorne, California; Vandenberg, California; and Cape Canaveral Air Force Space Station, Florida. The work is expected to be completed by Nov. 8, 2020. Fiscal 2019 missile procurement funds in the amount of $2,226,037; and fiscal 2019 space procurement funds in the amount of $6,678,110 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-C-0004). AT&T Government Solutions Inc., Oakton, Virginia; and El Segundo, California, has been awarded a $8,449,798 modification (P00047) to contract FA8819-15-F-0005 for continued mission support services to the Space Force, Air Force Space and Missile Systems Center, Special Programs Directorate. Work will be performed at Los Angeles Air Force Base, California; and Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,976,668; fiscal 2020 operations and maintenance funds in the amount of $453,295; and fiscal 2019 Space production funds in the amount of $76,500 are being obligated at the time of award. Total cumulative face value of the contract is $54,074,819. The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2178741/source/GovDelivery/

  • US may field new fighter by FY 2029

    March 8, 2021 | International, Aerospace

    US may field new fighter by FY 2029

    The United States may field a new fighter aircraft type by fiscal year (FY) 2029, according to a related contract notification posted on 4 March. An artist's impression of an NGAD concept. According to a DoD contract notification, the US mil...

All news