Back to news

February 13, 2024 | International, Naval

Franchetti confident prototypes will usher in manned-unmanned fleet

The chief of naval operations said she's bullish on the Navy’s ability to operate a manned-unmanned fleet within the next decade or so.

https://www.defensenews.com/naval/2024/02/13/franchetti-confident-prototypes-will-usher-in-manned-unmanned-fleet/

On the same subject

  • U.S. Army Upgrades Vision For Future Vertical Lift Programs

    July 27, 2020 | International, Aerospace

    U.S. Army Upgrades Vision For Future Vertical Lift Programs

    Steve Trimble In piecing together a delicate plan to field two advanced rotorcraft simultaneously within a decade, the U.S. Army chose its priorities carefully. The Army could load the first Future Long-Range Assault Aircraft (FLRAA) and Future Attack Reconnaissance Aircraft (FARA) with advanced new systems and weapons needed for operations in the 2030s or keep to existing or highly mature technologies and field both aircraft years earlier. Ultimately, the Army selected an acquisition strategy based on the latter. Increment 1 versions of the FLRAA and FARA are now scheduled to enter service together in the third quarter of fiscal 2030. More advanced Increment 2 versions of both should enter service in 2034 and 2035, respectively. U.S. Army FVL Vision: Competition, open systems and incremental upgrades Empty weight and costs emerge as early concerns But the key to fielding both increments for each new type on time may depend less on rotor systems and drivetrains than on software architecture and resolving industry concerns about government demands for data rights. In a series of briefings to defense contractors the week of July 13, Army leaders laid out a vision for using the FLRAA and FARA contracts to change the aviation branch's relationship with suppliers. The Army is seeking to make the aircraft and mission systems installed on both as common as possible, with a modular open-systems architecture (MOSA) allowing the service to rapidly upgrade payloads, subsystems and design rights, thereby enabling a perpetual cycle of competitive bidding. Although the Army's commitment to the new industrial model was clear, the service's acquisition leaders acknowledged that such a strategy will force companies at all levels of the supply chain to adopt a new, unproven business model. “Most of you are thinking, ‘OK, a modular systems approach is a nice buzz term, but how do I sell that to a board of directors; how do I sell it to the [company] leadership?' Because I can potentially give up all of the future revenue streams,” says Pat Mason, the program executive officer for Army aviation. “So we owe you greater answers on that, because it's the question that you're asking, and we have to understand your perspective. From that, we then have to develop a clear business case that allows you to move forward.” In purely aircraft performance terms, the FLRAA and FARA requirements do not compromise on performance. Any of the four candidates selected by the Army in March to compete for both contracts—Bell's V-280 and Boeing/Sikorsky's SB-1 for the FLRAA; Bell's 360 Invictus and Sikorsky's Raider X for the FARA—would enter service in 2030 exceeding the 170-kt. speed limit for most conventional helicopters. But despite appearances, speed is not everything in the Future Vertical Lift (FVL) program that spawned the FLRAA and FARA contract competitions. The FVL initiative is seeking to introduce a revolutionary leap in how the Army acquires the evolving array of software, electronics, sensors and weapons that come with an aircraft and represent an increasingly important share of its overall capability. With schedule and cost driving the acquisition strategy, the Army will seek to deliver the FARA and FLRAA with as many common electronic systems and payloads as possible, along with a MOSA for software. To minimize schedule and cost risk, FARA and FLRAA aircraft entering service in 2030 will be designed with electronics and systems already available or due to reach a high level of maturity by 2024. More advanced systems capabilities still at the laboratory stage mid-decade will be considered for Increment 2 versions of both types. The Increment 2 version of the FLRAA is scheduled for delivery in fiscal 2034. A year later, the FARA program plans to field an Increment 2 version. Limiting development activity during Increment 1 to the airframe is the Army's goal. “One of the key things we're trying to do with Increment 1 is get the ‘truck' right—the vehicle,” says Jason Lucas, the Army's FLRAA technical division chief. “We need to get us an air vehicle platform that can take us into the future. The other thing that we absolutely have to get right is our architecture, and our modular open-system approach to enable us to integrate advanced technologies [and] keep up with the pace of threats. “One of the things you didn't hear me say is that we need to develop a lot of advanced mission system equipment, a lot of new development” in Increment 1, Lucas adds. “We are going to take existing mission equipment.” The Army's risk-averse approach comes after decades of frustration over new aircraft development. Three failed attempts to field a scout helicopter to perform a mission similar to FARA's weigh on current program leaders. Col. Gregory Fortier, FARA project manager, notes that as a younger officer he had been told to expect an assignment in a Sikorsky/Boeing RAH-66 squadron, a Bell ARH-70 squadron and an Armed Aerial Scout test squadron. “As we know, those three did not come to fruition,” Fortier says, adding that avoiding a fourth program failure requires having “critical and difficult conversations” with industry up front. Such discussions came up during the industry day event. As a possible consequence of relying on existing maturing systems and payloads for the Increment 1 versions of the FARA and FLRAA, Army program managers are growing concerned about aircraft weight estimates. “I'm still seeing very heavy empty weights across our air vehicles, which I don't enjoy,” says Brig. Gen. Walter Rugen, director of the Army's FVL cross-functional team. FLRAA and FARA technology “should be lighter and lower-cost,” he says. “You all may say I'm asking for the impossible, but I think it's nuanced. At the end of the day, we're in a hypercompetitive environment with budgets, and if we don't bring things in that are leap-ahead and fully capture the deflationary nature of the technology and get lighter and cheaper, I think we may find ourselves on the outside looking in.” Another difficult conversation inside the programs concerns the Army's plan to demand ownership of more of the intellectual property and data rights for technologies installed in the aircraft. As each of the armed services seeks a greater share of the ownership rights on future weapon systems, the defense industry is being forced to adapt to a new paradigm in the government-industry relationship. “We realize this runs contrary to some of the legacy business models, such as, ‘Here's a box. We want to integrate it and then we want to sustain it for 30 years,' ” says Michael “Ski” Horrocks, integration project manager for FLRAA and FARA mission systems. “So we do have teams working right now brainstorming how to create new collaborative and sustainable business models.” The in-service date for the FLRAA and FARA may be a decade away, but the Army is already facing critical decision points by year-end. The most important is creation of the FVL Architecture Framework (FAF) to define the interfaces and standards for the common mission systems architecture of both. Last year, the Army stood up a body composed of military, industry and academic experts called the Architecture Control Working Group to deliver the FAF by November 2020 for scheduled approval the following month. “We see Increment 2 as an opportunity to provide advanced mission system solutions to help tackle some of the most significant threats and integrate some innovation,” Lucas says. The Army's schedule calls for selecting the FLRAA developer in fiscal 2023 and the FARA prime contractor in fiscal 2024, with limited user tests of production aircraft beginning for each program four years later. But a lesson from the Army's painful experience with new aircraft development suggests little tolerance for costly technology, even if the contractors can deliver better performance. “We can develop and design and deliver this tremendous capability at the end of this fiscal 2028 timeframe,” Fortier says. “But if it's not affordable, they're walking away from it.” https://aviationweek.com/defense-space/aircraft-propulsion/us-army-upgrades-vision-future-vertical-lift-programs

  • Space Force lays out acquisitions reforms in new report

    May 25, 2020 | International, Aerospace

    Space Force lays out acquisitions reforms in new report

    Nathan Strout In a new proposal, the U.S. Space Force is asking Congress to overhaul the tools it uses to acquire new space systems, allowing the new service to move with more agility and keep pace with near-peer adversaries. “Our nation requires a bold Alternative Space Acquisition System that not only matches the pace of change but also manages unpredictability and regularly disrupts our adversaries' threat cadence," the Department of the U.S. Air Force report concludes. “The features outlined in this report will create a new space acquisition approach for the USSF that is the envy of all other services and ultimately enables the USSF to rapidly leverage industry innovation to outpace space threats.” When Congress passed legislation establishing the Space Force as the nation's sixth branch of the armed services in December, it included a provision requiring the Secretary of the Air Force to provide a report by the end of March on whether the military should adopt an alternative space acquisition system. While the Pentagon did deliver a report to Congress in March, it largely kicked the can down the road on any specific acquisitions reforms. Space Force leadership have touted this more detailed acquisitions report as “groundbreaking” in recent appearances. The new report, which was first reported by Bloomberg Government, includes nine specific proposals to improve Space Force contracting, although it doesn't make any suggestions towards unifying the various organizations involved in purchasing space platforms and systems, such as the Space Development Agency, the Space Rapid Capabilities Office, the Space and Missile Systems Center, or the National Reconnaissance Office, which purchases satellites for the intelligence community. Instead, the report's recommendations include changes to the contracting tools and reporting requirements the Space Force will use to acquire new systems, with a focus on increasing flexibility and delegating authority. Three of the suggestions require legislative action, while the remaining proposals will simply require internal Department of Defense adjustments. Perhaps the most important recommendation in the report, according to the Air Force, is the consolidation of budget line items along mission portfolios, such as missile warning or communications, instead of by platform. While this has been done on a limited basis in the past for the Space Rapid Capabilities Office and some classified efforts, it marks a change from standard DoD budgeting practices. Theoretically, this would allow the Space Force to move funding between missile warning systems without having to submit reprogramming requests to Congress, something it did several times last year in order to move up the delivery date for the first Next Generation Overhead Persistent Infrared satellite. The Air Force's repeated reprogramming requests rankled some members of Congress, leading to a fight between lawmakers and the White House over the program's funding for fiscal 2020. The Air Force claims this fix is needed to give program managers the flexibility to adapt to growing threats. According to the report, transparency at the program level would be preserved in future budget documents. This change would not require legislation. Beyond that, the Air Force is asking Congress for permission to push milestone decision authority down the chain of command, similar to what's been demonstrated by the Missile Defense Agency and National Reconnaissance Office. This change would speed up decision making for space programs. The third major change the Air Force is pursuing is authority for the Space Force to use incremental funding for space systems and programs. This “Efficient Space Procurement” coding was used to acquire the fifth and sixth satellites in the Advanced Extremely High Frequency satellites at the same time as well as the fifth and sixth Space-Based Infrared System satellites, resulting in significant savings. The department claims full funding each space vehicle has lead to affordability issues in the past, and can “lead to production breaks, obsolescence, and industrial base impacts.” Instead, the department wants to spread out funding for satellites over multiple years to help keep costs in check and avoid funding spikes. Other changes include streamlining requirements validation and reporting requirements. “Under these reforms, our Nation's newest military service will have unprecedented agility to build resilient, defendable, and affordable space capabilities through streamlined processes and closer partnerships with one of America's decisive advantages—its innovative and rapidly changing commercial space industry,” Secretary of the Air Force Barbara Barrett wrote in the introduction to the report. https://www.c4isrnet.com/battlefield-tech/space/2020/05/21/space-force-lays-out-acquisitions-reforms-in-new-report/

  • Contract Awards by US Department of Defense - September 04, 2020

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

    Contract Awards by US Department of Defense - September 04, 2020

    DEFENSE HEALTH AGENCY International SOS Government Services Inc., Trevose, Pennsylvania, was awarded a $960,362,689 single-award, indefinite-delivery/indefinite-quantity, fixed-price task order contract for health care support services by the Defense Health Agency (DHA). This contract supports the TRICARE Overseas Program (TOP) by supplementing the healthcare capabilities and capacities of overseas military treatment facilities and provides healthcare in remote overseas locations. This was a full and open competitive acquisition. The TOP contract is for $19,803,735 operations and maintenance funds for a base year (transition-in) and seven one-year option periods. It provides a wide range of health care support services for TRICARE eligible beneficiaries outside the U.S. and Washington, D.C. The performance completion date is Aug. 31, 2028. The DHA Managed Care Contracting Division, Aurora, Colorado, is the contracting activity (HT9402-20-D-0002). (Awarded Aug 31, 2020) NAVY Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $579,837,316 indefinite-delivery/indefinite-quantity contract, which includes $146,269,941 firm-fixed-price undefinitized line items and $433,567,375 firm-fixed-price, fixed-price-incentive-firm-target, cost-plus-fixed-fee definitized line items. This contract provides unit and depot level F-135 propulsion system spare parts, spare engines and modules in support of the F-135 propulsion initial spares requirements for the Air Force, Navy, Marine Corps, non-Department of Defense participants and Foreign Military Sales customers. Work will be performed in East Hartford, Connecticut (93%); Indianapolis, Indiana (6%); and Bristol, United Kingdom (1%), and is expected to be completed in December 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0013). Bell Textron Inc., Fort Worth, Texas, is awarded a $272,161,641 fixed-price-incentive-firm-target contract for the production and delivery of eight UH-1Y and four AH-1Z helicopters for the government of the Czech Republic. Work will be performed in Fort Worth, Texas (60%); and Amarillo, Texas (40%), and is expected to be completed in November 2023. Foreign Military Sales funds in the amount of $272,161,641 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 10 U.S. Code 2304(f)(2)(e). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0061). Advex Corp., Hampton, Virginia (N00164-20-D-GW63); Chesapeake Machining and Fabrication, Baltimore, Maryland (N00164-20-D-GW06); Kodiak Manufacturing, Allison, Pennsylvania (N00164-20-D-GW07); and Merrill Technologies Group, Saginaw, Michigan (N00164-20-D-GW08), will compete for each order of the $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts for machining and fabrication requirements in support of the development, maintenance and sustainment of systems, sub-systems, equipment and components. The Platform and Launch Systems Division, Naval Surface Warfare Center, Crane, Indiana, in support of the strategic systems program, requires the establishment of multiple award contracts for the purpose of competing machining and fabrication requirements to manufacture new parts, and major overhaul of existing parts for systems in the operation and sustainment phase of their lifecycle. This acquisition provides support for Trident missile launcher subsystems, fire control and guidance subsystems and navigational subsystems. Work locations will be determined by individual task orders and is expected to be complete by September 2025, and if all options are exercised, work is expected to be complete by September 2030. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $19,250 will be obligated at time of award and will not expire at the end of the current fiscal year. These multiple award contracts were set-aside for small business concerns in accordance with 10 U.S. Code 2304(b)(2). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. MEB General Contractors Inc., Chesapeake, Virginia, is awarded a $43,681,000 firm-fixed-price contract for construction of dry dock flood protection improvements located at Norfolk Naval Shipyard, Virginia. The work includes subsurface cutoff wall for construction of cast-in-place concrete flood wall with manual flood gates, utility valve vaults, Dry Dock 1 and 3 caisson gunwale and seal extension and incidental related work in the small dock area of Norfolk Naval Shipyard. Work will be performed in Portsmouth, Virginia, and is expected to be completed by June 2023. Fiscal 2020 military construction contract funds in the amount of $43,681,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with six proposals received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0063). Huntington Ingalls Inc., Pascagoula, Mississippi (N00024-20-C-6319); Lockheed Martin Corp., Baltimore, Maryland (N00024-20-C-6320); Bollinger Shipyards Lockport LLC, Lockport, Louisiana (N00024-20-C-6316); Marinette Marine Corp., Marinette, Wisconsin (N00024-20-C-6317); Gibbs & Cox Inc., Arlington, Virginia (N0002420C6318); and Austal USA LLC, Mobile, Alabama (N00024-20-C-6315), are each being awarded a firm-fixed price contract for studies of a Large Unmanned Surface Vessel with a combined value across all awards of $41,985,112. Each contract includes an option for engineering support, that if exercised, would bring the cumulative value for all awards to $59,476,146. The contract awarded to Huntington Ingalls Inc. is $7,000,000; the contract awarded to Lockheed Martin Corp. is $6,999,978; the contract awarded to Bollinger Shipyards Lockport LLC, is $6,996,832; the contract awarded to Marinette Marine Corp. is $6,999,783; the contract awarded to Gibbs & Cox Inc. is $6,989,499; and the contract awarded to Austal USA LLC is $6,999,020. Work will be performed in various locations in the contiguous U.S. in accordance with each contract and is expected to be complete by August 2021, and if option(s) are exercised, work is expected to be complete by May 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount $41,985,112 will be obligated at time of award and will not expire at the end of the current fiscal year. These contracts were competitively procured via Federal Business Opportunities (now beta.SAM.gov) with eight offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. National Steel and Shipbuilding Co., San Diego, California, is awarded a $35,553,202 fixed-price-incentive modification to previously-awarded contract N00024-19-C-2235 to incorporate Engineering Change Proposal H-004, Forward House Habitability Modification in support of Expeditionary Sea Base (ESB) 6 and ESB 7. This Engineering Change Proposal is applicable to ESB 6 and ESB 7 to modify the existing ESB class berthing requirement to support an additional 100 military crewmembers and is deemed essential to Fleet operational requirements planned for this class of ships. Work will be performed in San Diego, California, and is expected to be completed by January 2024. Fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $18,511,945 (52%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $17,041,257 (48%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Bath, Detachment San Diego, San Diego, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $12,529,557 cost-plus-fixed-fee modification to previously awarded contract N64267-18-C-0132 to exercise options for Aegis design agent field engineering services. The services include test and evaluation, engineering change development, ordnance and ship alterations, modernization engineering, logistics and technical support, ordnance alterations kit development, integration and test support, AN/SPY-1 series radar antenna refurbishment and Coast Guard deep-water program design agent field engineering support. These services are in support of Aegis-equipped guided missile cruisers and destroyers, allied Aegis-equipped ships and Coast Guard Aegis-configured ships. Work will be performed in Norfolk, Virginia (30%); San Diego, California (30%); Yokosuka, Japan (17%); Wallops Island, Virginia (6%); Pearl Harbor, Hawaii (5%); Pascagoula, Mississippi (4%); Port Hueneme, California (4%); and Rota, Spain (4%), and is expected to be completed by September 2021. Fiscal 2020 other procurement (Navy) funds in the amount of $1,566,205 (75%); and fiscal 2020 operations and maintenance (Navy) funds in the amount of $272,303 (25%), will be obligated at time of award and $272,303 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. Invicta Defense LLC,* Fort Worth, Texas, is awarded a $8,064,483 indefinite-delivery/indefinite-quantity contract for transportation management and logistic support services at Naval Support Activities Andersen Air Force Base, Guam. The work to be performed provides for all labor, supervision, management, tools, material, equipment, facilities, transportation and other items necessary to accomplish all work to perform transportation management and logistics support services at Naval Support Activities, Andersen Air Force Base, Guam. The maximum dollar value including the base period and one option period is $22,300,325. Work will be performed at Naval Support Activities, Andersen Air Force Base, Guam, and is expected to be completed by June 2022. Fiscal 2020 operations and maintenance (O&M) (Navy); and O&M (Air Force) in the amount of $8,064,483 are obligated on this award. This contract was competitively procured via the beta.sam.gov with five proposals received. Naval Facilities Engineering Command Marianas, Guam, is the contracting activity (N40192-20-D-7040). ARMY Carnegie Mellon University, Pittsburgh, Pennsylvania, was awarded a $70,000,000 cost-no-fee contract to research and develop a new translational research methodology that leverages autonomy and artificial intelligence to minimize time spent on low-impact, high-time activities. Bids were solicited via the internet with 999 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 3, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-20-D-0008). (Awarded Sept. 3, 2020) Goldbelt Frontier LLC,* Alexandria, Virginia, was awarded a $36,828,500 hybrid (firm-fixed-price, time-and-materials) contract for equipment maintenance and repair and administrative, advisory, inventory and training services at U.S. Army Medical Research and Development Command/Defense Health Agency. 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 Sept. 4, 2025. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-D-0062). SLSCO Ltd, Galveston, Texas, was awarded a $29,177,910 modification (P00007) to contract W912PP-19-C-0018 to provide all labor, material and equipment necessary to design and construct approximately 48.4 miles of three-phase power distribution, lighting and all necessary supports, closed circuit, linear ground detection system and electronic equipment shelters. Work will be performed in Santa Teresa, New Mexico, with an estimated completion date of Sept. 2, 2021. Fiscal 2019 and 2020 operations and maintenance (Army) funds in the amount of $29,177,910 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. Lockheed Martin Missile Fire Controls, Grand Prairie, Texas, was awarded a $23,067,054 modification (P00017) to contract W31P4Q-19-C-0101 for the purchase of production parts for the production of M142 High Mobility Artillery Rocket System launchers. Work will be performed in Camden, Arizona, with an estimated completion date of Dec. 30, 2023. Fiscal 2019 missile procurement (Army) funds; 2020 United States Marine Corp funds; and 2020 Foreign Military Sales (Romania, Singapore, United Arab Emirates, Jordan and Finland) funds in the amount of $23,067,054 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. WHH Nisqually-Garco JV 2,* Olympia, Washington, was awarded a $20,217,000 firm-fixed-price contract for construction of a 29,000 square-foot modified tactical equipment maintenance facility. Bids were solicited via the internet with four received. Work will be performed in Yakima, Washington, with an estimated completion date of May 17, 2022. Fiscal 2019 military construction (Army Reserve) funds in the amount of $20,217,000.00 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0035). Kokosing Construction Co.; and O'Brien & Gere JV, Fredericktown, Ohio, was awarded a $10,281,100 firm-fixed-price contract to provide 24/7 construction management services that include extensive water treatment management services and dredging material disposal and related services at the Indiana Harbor & Canal Confined Disposal Facility. 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. 30, 2021. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-16-D-0004). Technical and Project Engineering LLC,* Alexandria, Virginia, was awarded a $9,221,888 firm-fixed-price contract to provide computer programming support services to Headquarters, Department of the Army; U.S. Army Training and Doctrine Command; U.S. Army Special Operations Command; the Office of the Chief of Army Reserve; Army National Guard; and TRADOC Centers of Excellence. Bids were solicited via the internet with three received. Work will be performed in Alexandria, Virginia, with an estimated completion date of Sept. 6, 2024. Fiscal 2020 operations and maintenance (Army) funds in the amount of $9,221,888 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-F-0446). K&K Industries Inc.,* Junction City, Kansas, was awarded an $8,431,214 firm-fixed-price contract for construction of a maintenance storage facility at Whiteman Air Force Base. Bids were solicited via the internet with eight received. Work will be performed at Whiteman Air Force Base, Missouri, with an estimated completion date of Sept. 30, 2021. Fiscal 2020 military construction (defense-wide) funds in the amount of $8,431,214 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4009). Huckstep Holdings Corp., doing business as Techwise,* Colorado Springs, Colorado, was awarded a $7,891,131 firm-fixed-price contract to provide air traffic control service for Fort Bliss, Texas. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 4, 2025. The 418th Contracting Support Brigade, Fort Bliss, Texas, is the contracting activity (W911SG-20-D-0002). Triumph Engine Control Systems LLC, West Hartford, Connecticut, was awarded a $7,697,480 firm-fixed-price contract for the overhaul and repair of fuel engine controls for the CH-47 Chinook. Bids were solicited via the internet with one received. Work will be performed in West Hartford, Connecticut, with an estimated completion date of July 31, 2021. Fiscal 2020 Army working capital funds in the amount of $7,697,480 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0556). Definitive Logic Corp., Arlington, Virginia, was awarded a $7,090,619 modification (P00004) to contract W912HZ-18-F-0339 to provide all personnel, supervision and services necessary to maintain and integrate the Comprehensive Planning Platform. Work will be performed in Arlington, Virginia, with an estimated completion date of Sept. 3, 2021. Fiscal 2018, 2019 and 2020 operations and maintenance (Air Force) funds in the amount of $7,090,619 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity. AIR FORCE Northrop Grumman Systems Corp., Warner Robins, Georgia, has been awarded an estimated $66,851,248 requirements contract for the supply chain management of the AN/ALQ-155, AN/ALQ-161, AN/ALQ-184 and AN/APN-241 systems. This contract provides for repairs, spares and engineering services for the mentioned systems. Work will be performed at Warner Robins, Georgia, and is expected to be completed Sept. 9, 2028. This award is the result of a sole-source acquisition. Fiscal 2020 defense working capital funds are being used and no funds are being obligated at the time of the award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-20-D-0012). Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $33,394,848 cost-plus, award-fee task order under the Ground Subsystems Sustainment contract to definitize an undefinitized contract action issued for Minuteman III general sustainment. Work will be performed in Ogden, Utah, and is expected to be completed Aug. 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $4,177,579 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-20-F-0082-PZ0001). Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded an estimated $24,296,844 firm-fixed-price requirements contract for the repair and overhaul of augmentor fuel control and augmentor fuel pump located on the F100-PW-229 engine. Work will be performed in Windsor Locks, Connecticut, and is expected to be completed Sept. 3, 2025. This contract includes Foreign Military Sales contract line items and is the result of a sole-source acquisition. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8121-20-D-0010). Benham Design, Oklahoma City, Oklahoma (FA4419-20-D-0002); and SLA+Cyntergy JV, Wichita Falls, Texas (FA4419-20-D-0003), have collectively been awarded a multiple year $20,000,000 indefinite-delivery/indefinite-quantity architect and engineer contract. This contract provides for architect and engineering Services at Altus Air Force Base, Oklahoma; and Sheppard AFB, Texas. Work is expected to be completed Sept. 3, 2025, and is the result of a competitive acquisition with seven offers received. Fiscal 2020 operations and maintenance funds in the total amount of $57,990 will be obligated at the time of award. The 97th Contracting Flight Altus AFB, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY Campbell Oil Co.,* Elizabethtown, North Carolina (SPE605-20-D-8505, $53,178,404); Petroleum Traders Corp.,* Fort Wayne, Indiana (SPE605-20-D-8526, $31,184,840); Brad Hall and Associates Inc.,* Idaho Falls, Idaho (SPE605-20-D-8512, $14,957,834); and Lykins Energy Solutions,* Milford, Ohio (SPE605-20-D-8514, $12,104,624), have each been awarded a minimum fixed-price with economic-price-adjustment contract under solicitation SPE605-20-R-0028 for various types of fuel. These were competitive acquisitions with 45 responses received. They are five-year contracts with one one-month option period. Locations of performance are Idaho, Ohio, Indiana, Alabama, Arkansas, Florida, Georgia, Louisiana, Mississippi, Missouri, North Carolina and South Carolina, with a Sept. 30, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard, Defense Logistics Agency, Department of Defense, National Aeronautics and Space Administration and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded August 31, 2020) Akorn Inc., Lake Forest, Illinois, has been awarded a maximum $42,080,784 indefinite-delivery/indefinite-quantity contract for numerous pharmaceutical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Illinois, with a Sept. 3, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 defense warstopper funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0011). Airgas Nitrogen Services LLC, Abita Springs, Louisiana, has been awarded a maximum $17,649,805 firm-fixed-price, requirements type contract for gaseous nitrogen. This was a restricted acquisition using justification 10 U.S. Code 2304 (c)(2), as stated in Federal Acquisition Regulation 6.302-2. This is a five-month contract with no option periods. Locations of performance are Louisiana and California, with a Jan. 31, 2021, performance completion date. Using customer is Space Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Energy-Aerospace Energy, San Antonio, Texas (SPE601-20-D-1502). Stonewin LLC,* Miami, Florida, has been awarded a minimum $14,397,083 fixed-price with economic-price-adjustment contract under solicitation SPE605-20-R-0028 for various types of fuel. This was a competitive acquisition with 45 responses received. This is a five-year contract with one six-month option period. Locations of performance are Alabama, Arkansas, Florida, Georgia, Louisiana, Mississippi, Missouri, North Carolina and South Carolina, with a Sept. 30, 2025, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, National Guard, Defense Logistics Agency, Department of Defense, National Aeronautics and Space Administration and federal civilian agencies. Type of appropriation is fiscal 2020 through fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-20-D-8525). (Awarded Sept. 2, 2020) CORRECTION: The contracts announced on Aug. 28, 2020, for Petro Star, Inc.,* Anchorage, Alaska (SPE605-20-D-4008, $62,088,432); Delta Western LLC, Seattle, Washington (SPE605-20-D-4002, $32,629,727); Crowley Government Services, Jacksonville, Florida (SPE605-20-D-4005, $26,468,885); and Petro 49 Inc.,* doing business as Petro Marine Services, Seward, Alaska (SPE605-20-D-4009, $15,852,473), under solicitation SPE0600-20-R-0222, were announced with an incorrect award date. The correct award date is Aug. 30, 2020. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2337845/source/GovDelivery/

All news