Back to news

May 24, 2019 | International, Aerospace

French Air Force introduces new UAV pilot training scheme

Frédéric Lert, Bordeaux - Jane's Defence Weekly

The French Air Force is ramping up the recruitment and training of unmanned aerial vehicle (UAV) crews to cope with the service's expanding air vehicle inventory.

While the 1/33 Belfort UAV squadron currently flies five GA-ASI MQ-9 Reaper medium-altitude long-endurance (MALE) UAVs using 20 qualified crews (with each crew consisting of a pilot, sensor operator, tactical co-ordinator and image analyst), the plan is to have 24 MALE UAVs operational by 2030, generating a requirement for 80 to 100 crews.

The greatest urgency is to train the pilots to cope with this expansion, so the air force is introducing a new course into its flying schools alongside those already existing for fighters, transport aircraft and helicopters.

The first phase of training will fall under the responsibility of the Centre d'excellence drone (CED) in Salon de Provence, southern France. The CED, which until now was more oriented towards research, thus sees its mission considerably evolve. During this phase the students will fly Cirrus light aircraft and receive some specific training, especially in relation to instrument flight rules (IFR).

The second phase will then take the student pilots to the air force flying school in Cognac, where they will improve their piloting skills on the Grob 120 basic trainer. They will then move on to the UAV Operational Conversion Squadron (Escadron de Transformation Opérationnelle Drone - ETOD) and the 1/33 Belfort to acquire the particular tactical know-how required to operate the Reapers.

https://www.janes.com/article/88729/french-air-force-introduces-new-uav-pilot-training-scheme

On the same subject

  • Contract Awards by US Department of Defense - July 24, 2020

    July 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 24, 2020

    DEFENSE LOGISTICS AGENCY General Electric Aviation, Cincinnati, Ohio, has been awarded an estimated $259,403,817 modification (P00051) exercising the three-year option period of an eight-year base contract (SPE4AX-15-D-9412) with one three-year option period for supplies related to airplane engine platform support. This modification brings the total cumulative face value of the contract to $892,596,638 from $633,192,821. This is a firm-fixed-price, requirements-type contract. Location of performance is Ohio, with a May 31, 2023, performance completion date. Using customers are Air Force, Navy and Foreign Military Sales partner countries. Type of appropriation is fiscal 2020 through 2023 defense working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-15-D-9412). EFW Inc., Fort Worth, Texas, has been awarded a maximum $11,999,844 firm-fixed-price contract for Bradley Fighting Vehicle controller grip assemblies. 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 three-year contract with no option periods. Location of performance is Texas, with a July 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0020). Curtiss-Wright Defense Systems, Santa Clarita, California, has been awarded a maximum $7,532,963 firm-fixed-price contract for an advanced mission management system in support of the MQ4-C Triton aircraft program. 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 19-month contract with no option periods. Location of performance is California, with a Feb. 28, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy operations, maintenance and procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-K019). NAVY RQ-DPR JV, Carlsbad, California, is awarded a $143,587,704 firm-fixed-price contract for the construction of Hurricane Florence Recovery Package 2, Headquarters, located at Marine Corps Base Camp Lejeune, North Carolina. The contract also contains 45 unexercised planned modifications and 19 unexercised options, which if exercised will increase the cumulative contract value to $178,308,510. Work will be performed in Camp Lejeune, North Carolina. This contract provides replacements for buildings damaged during Hurricane Florence. The construction is divided into eight separate projects encompassing the following areas: Combat Logistics Battalion Headquarters Facilities; 2nd Marine Division Tank Battalion and Company Headquarters and Armory; Regimental Headquarters, 2nd Marine Division; 1/8 Battalion Headquarters; 24th and 26th Marine Expeditionary Unit Headquarters; 2nd Marine Division Transportation Support Battalion Headquarters; Environmental Management Division; and Marine Corps Advisor Battalion Headquarters. Work is expected to be completed by March 2025. Fiscal 2019 military construction (Marine Corps) contract funds in the amount of $120,616,899; and fiscal 2020 military construction (Marine Corps) contract funds in the amount of $22,970,805 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, and 13 proposals were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0044). Archer Western Construction, Tampa, Florida, is awarded an $117,995,000 firm-fixed-price contract for the construction of Hurricane Florence Recovery Package 4, Bridges, located in Marine Corps Base Camp Lejeune, North Carolina. Work will be performed in Camp Lejeune, North Carolina. This contract provides replacements for bridges damaged during Hurricane Florence. The construction is divided into two separate projects encompassing a moveable bridge across the Intracoastal Waterway, the White Oak River and Queens Creek Trestles. Work is expected to be completed by March 2025. Fiscal 2019 military construction (Marine Corps) contract funds in the amount of $117,995,000 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, and six proposals were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8505). American Petroleum Tankers LLC, Blue Bell, Pennsylvania, is awarded a $26,462,500 firm-fixed-price contract with reimbursable elements for the U.S. Flagged, West Coast, Jones Act tanker vessel M/T Empire State. This contract includes one 12-month firm period, three one-year options and one 11-month option period, which if exercised will bring the cumulative value of this contract to $190,364,159. Work will be performed worldwide, and is expected to be completed by July 2025. Transportation Working Capital Funds in the amount of $26,462,500 are obligated for fiscal 2020 and fiscal 2021, and will expire at the end of the fiscal 2021. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, and two offers were received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4105). Analysis, Computing & Engineering Solutions Inc., Columbia, Maryland, is awarded a $19,062,904 cost-plus-fixed-fee contract for Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Systems design and development. This contract includes options which, if exercised, will bring the cumulative value of this contract to $100,273,144. Work will be performed in Washington, D.C. The services to be acquired consist of continuing advanced research and development for scientific, technical and engineering efforts associated with the development and integration of C4ISR systems. Work is expected to be completed by July 2025. Fiscal 2020 Working Capital Funds (Navy) in the amount of $2,395,802; and fiscal 2020 research, development, test and evaluation (Navy) in the amount of $150,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured and three offers were received via Federal Business Opportunities (FedBizOpps). This contract was a negotiated acquisition under the authority of Title 10 U.S. Code 2304(b)(2), as stated in Federal Acquisition Regulation 6.203. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity (N00173-20-C-6002). Deloitte Consulting, Arlington, Virginia, is awarded a $13,296,822 cost-plus-fixed-fee contract for complete engineering changes to the Order to Payment System (OTPS), also known as NEST. The objective of this contract is to enable effective management of the current Next Generation Enterprise Network contracts, as well as to obtain the full range of systems engineering, software engineering, project management, integration and application sustainment services to assist and support the Navy's Program Executive Office Digital and Enterprise Services to complete OPTS/NEST engineering changes. The three option periods, if exercised, will bring the cumulative value of this contract to an estimated $49,158,628. Work will be performed in Arlington, Virginia, and is expected to be completed by January 2024 if all options are exercised. $3,486,500 in fiscal 2020 operation and maintenance (Navy); and $5,456,500 in fiscal 2020 research, development, test and evaluation (Navy) funding will be applied to this contract after contract award. $3,486,500 of the obligated funds would have expired at the end of the current fiscal year if this award had not been made. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1). There is only one responsible source under the Federal Acquisition Regulation subpart 6.302-1. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-C-0011). Oceanetics Inc., doing business as Truston Technologies,* Annapolis, Maryland, is awarded a $11,811,782 firm-fixed-price contract for the detailed design, fabrication and installation of a waterside security barrier (WSB) system at three commercial shipyards located in San Diego Bay: General Dynamics (National Steel and Shipbuilding Co.), BAE Systems Inc. and Huntington-Ingalls Industries. The effort will also include the training of personnel on the maintenance and operation of the WSB system and an initial suite of spares and repair parts. Work will be performed in Welch, West Virginia (75%); San Diego, California, (20%); and Annapolis, Maryland (5%). The new WSB will meet force protection requirements and allow for the cessation of manned security patrols. Work is expected to be completed by February 2022. Fiscal 2018 other procurement (Navy) funding in the amount of $11,811,782 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, and three offers were received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-6303). DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $10,048,979 firm-fixed-price modification to previously awarded contract N00024-15-C-5228 to exercise options for the production of Cooperative Engagement Capability (CEC) AN/USG-3B equipment sets and installation and checkout replacement components. Work will be performed in Largo, Florida (60%); Johnstown, Pennsylvania (30%); and Menlo Park, California (10%). The CEC is a sensor netting system that significantly improves battle force capability by extracting and distributing sensor-derived information, such as the superset of data that is available to all participating CEC units. The CEC also improves overall situational awareness by enabling longer range, cooperative, multiple, or layered engagement strategies. Work is expected to be completed by January 2022. Fiscal 2020 aircraft procurement (Navy); fiscal 2020 other procurement (Navy); fiscal 2019 procurement Marine Corps; and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $10,048,979 will be obligated at the 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. Vigor Marine LLC, Portland, Oregon, is awarded a $10,000,000 modification to previously awarded contract N00024-19-C-4447 to support USS Chosin (CG 65) extended dry-docking selected restricted availability. Work will be performed in Seattle, Washington. This modification will provide docking and pier-side services to USS Chosin (CG 65) during the performance of the extended availability at Vigor Shipyard, Seattle, Washington. The contract will include all necessary docking and pier-side services, labor, material and equipment deemed necessary to support the performance of depot level repairs. Work is expected to be completed by October 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $5,454,170 will be obligated at the time of award and will not expire at the end of the current fiscal year. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $4,545,830 will be obligated at the time of award and will expire at the end of the current fiscal year. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. ARMY Airfield Contracting,* Columbus, Ohio, was awarded a $21,456,750 firm-fixed-price contract to repair airfield drainage at Laughlin Air Force Base. Bids were solicited via the internet with three received. Work will be performed in at Laughlin Air Force Base, Texas, with an estimated completion date of March 26, 2021. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $21,456,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0026). Government Marketing and Procurement LLC,* Wimberley, Texas, was awarded an $18,000,000 modification (P00005) to contract W912DY-18-D-0024 for Vocera wireless hands-free communications systems and supporting hardware/software infrastructure. Work will be performed in Wimberley, Texas, with an estimated completion date of Aug. 1, 2023. Fiscal 2020 Defense Health Program funds in the amount of $18,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. AIR FORCE Kearney & Company P.C., Alexandria, Virginia, has been awarded an $11,119,320 firm-fixed-price modification (P00011) to contract FA7014-18-F-1022 for advisory and assistance support. This modification exercises Option Year Two that continues support for Total Force analysis to include capability and capacity analysis of Air Force mission areas; linking results to the strategy, planning, and programming process; performing planning, programming, and budgeting study excursions; analytically supporting Total Force initiatives, strategy review and assessment, and planning support. Work will be performed in Washington, D.C., and if all options are exercised, work is expected to be completed July 31, 2023. This award is the result of a competitive acquisition with one offer received. Fiscal 2020 operations and maintenance funds in the amount of $5,399,055 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2287902/source/GovDelivery/

  • DoD SBIR/STTR Component BAA Open: Army SBIR BAA 21.4, Topic A214-001

    December 8, 2020 | International, Land

    DoD SBIR/STTR Component BAA Open: Army SBIR BAA 21.4, Topic A214-001

    The DoD Small Business and Technology Partnerships Office announces the opening of the following Broad Agency Announcement (BAA): Army SBIR 21.4 • A214-001: Identifying and Enabling Emerging Technology Leaders IMPORTANT DATES: • December 8, 2020: BAA opens, begin submitting proposals in DSIP • December 23, 2020: Topic Q&A (formerly SITIS) closes to new questions at 12:00 p.m. ET • January 12, 2021: BAA closes, full proposals must be submitted in DSIP no later than 12:00 p.m. ET The instructions and topics for these BAAs are available on DSIP at https://www.dodsbirsttr.mil/submissions/login and at https://rt.cto.mil/rtl-small-business-resources/sbir-sttr/. Please be sure to submit your proposals as early as possible in order to avoid unexpected delays due to high volume of traffic during the final hours before BAA close. Report system difficulties to the DSIP Help Desk IMMEDIATELY and include screenshots of any error messages received [NEW!] DSIP Registration and Login Effective August 13, 2020: The DoD SBIR/STTR Innovation Portal (DSIP) is now integrated with Login.gov – a government-wide registration platform that provides a seamless login experience. ALL Small Business Concerns (SBCs) are required to register for a Login.gov account and link it to your DSIP account. If you already have a Login.gov account, simply link your existing account to DSIP. To set up your Login.gov account, click the “Login/Register” button on the DSIP homepage, here: https://www.dodsbirsttr.mil/submissions/login. NOTE: The email address you use for Login.gov should match the email address associated with your existing DSIP account. If you do not recall the email address associated with your DSIP account, or if you already have an existing Login.gov account using a different email address, you will need your Firm's DUNS number and your Firm PIN in order to link your Login.gov account with your DSIP account. If the email address associated with your existing DSIP account has been used for multiple DSIP accounts within your Firm, you will also need your Firm's DUNS number and your Firm PIN in order to link your Login.gov account with your DSIP account. The Firm PIN can be obtained from your Firm Admin. You can view the Firm Admin's contact information by entering your Firm's DUNS number when prompted. If you are the Firm Admin, please ensure that you contact all DSIP users in your Firm and provide them with the Firm PIN. Job Aids and Help Videos are in the Learning & Support section of DSIP, here: https://www.dodsbirsttr.mil/submissions/learning-support/training-materials. ALL SBCs MUST complete your Login.gov setup as soon as possible to avoid delays in submitting proposals in DSIP. After setting up your Login.gov account, take a few minutes to log in and become familiar with DSIP. • Returning users can log in from the DSIP homepage. • For new program participants, follow the steps for New User Registration to create your account in DSIP. Topic Q&A (formerly SITIS) Proposers may submit technical questions through Topic Q&A page at https://www.dodsbirsttr.mil/submissions/login. All questions and answers are posted electronically for general viewing. Topic Q&A will close to new questions on December 23, 2020 at 12:00 p.m. ET, but will remain active to view questions and answers related to the topics until the BAA close. Proposers are advised to monitor Topic Q&A during the BAA period for questions and answers and frequently monitor DSIP for updates and amendments to the topics. Learning & Support Visit the Learning & Support section for Job Aids and Help Videos to guide you through submitting and viewing questions and answers in the Topic Q&A, preparing and submitting your proposal in DSIP, and more: https://www.dodsbirsttr.mil/submissions/learning-support/training-materials DSIP Help Desk Contact Info • Phone Number: 703-214-1333 • Email: DoDSBIRSupport@reisystems.com • Non-Holiday Hours: Monday – Friday, 9:00 a.m. – 5:00 p.m. ET • Please refer to the DSIP homepage for Help Desk availability on holidays. Thank you for your interest in the DoD SBIR/STTR Program. DoD SBIR/STTR Support Team To sign up and receive upcoming emails, please follow this link: https://secure.campaigner.com/CSB/Public/Form.aspx?fid=667492&ac=g9gk https://rt.cto.mil/rtl-small-business-resources/sbir-sttr/

  • U.S. Army extends contract for Bradley Fighting Vehicle upgrades

    October 9, 2019 | International, Land

    U.S. Army extends contract for Bradley Fighting Vehicle upgrades

    October 8, 2019 - The U.S. Army has awarded BAE Systems a contract modification worth up to $269 million for continued production of the Bradley Fighting Vehicle (BFV). The award for an additional 168 upgraded Bradley A4 Infantry Fighting Vehicles is part of the Army's combat vehicle modernization strategy and helps ensure force readiness of the Armored Brigade Combat Teams (ABCT). The Bradley A4 is equipped with an enhanced powertrain that maximizes mobility and increases engine horsepower, providing rapid movement in reaction to combat or other adverse situations. Wide angle Driver's Vision Enhancer, improved Force XXI Battle Command Bridge and Below (FBCB2) software integration improves friendly and enemy vehicle identification, enhancing situational awareness. The addition of a High Speed Slip Ring, greater network connectivity and Smart Displays that simultaneously display classified and unclassified information also improve situational awareness. “The Bradley is one of the most critical vehicles in the Army's ABCT today because it allows the Army to transport troops to the fight, and provide covering fire to suppress enemy vehicles and troops,” said Scott Davis, vice president of combat vehicle programs for BAE Systems. “Upgrading to the A4 configuration provides soldiers with more power to increase their speed and ability to integrate enhanced technology to ensure they maintain the advantage on the battlefield.” Previously awarded funding for initial production of 164 Bradley A4 vehicles allowed BAE Systems to begin production. The award of this option brings the total production funding to $578 million. It includes upgrades and associated spares of two Bradley variants: the M2A4 Infantry Fighting Vehicle and the M7A4 Fire Support Team Vehicle. BAE Systems is a premiere supplier of combat vehicles to the U.S. military and international customers. The company has an extensive manufacturing network across the United States and continues to invest in it. Work on the program will take place at Red River Army Depot in Texarkana, Texas, and BAE Systems' facilities in Aiken, South Carolina; Anniston, Alabama; Minneapolis, Minnesota; San Jose, California; Sterling Heights, Michigan; and York, Pennsylvania. View source version on BAE Systems: https://www.baesystems.com/en/article/u-s--army-extends-contract-for-bradley-fighting-vehicle-upgrades

All news