Back to news

January 14, 2019 | International, Land

Here’s when the Army will pick three companies to build the M16/M4 and SAW replacements for soldiers and Marines

By:

By the end of this summer, the Army plans to pick three vendors to build prototypes of the weapons that will replace the M16/M4 and the Squad Automatic Weapon for both soldiers and Marines, both in a new, common cartridge.

In the coming weeks, officials will release the official “prototype opportunity notice” with detailed expectations of the new weapons family, including not only the new caliber but also what it wants from the weapons' fire control system.

Companies will then have between two and four months to submit their samples for Army officials at Program Executive Office Soldier, Crew Served Weapons to evaluate.

At the same time, submissions for a SAW replacement, which was part of an earlier effort that helped lead to this approach, will undergo test-firings in July. That will then close the previous prototyping.

Once officials select the three vendors in late summer, officials said, they are expected to have 27 months to mature and finalize the weapon.

That means the long-awaited replacement for the basic weapons at the core of Army and Marine squad firepower could be ready for troops by 2021.

That far outpaces what used to be the norm for acquiring new weapons, Lt. Col. Jason Bohannon, head of PEO Soldier, Crew Served Weapons, told Military Times in a recent interview. That was because the program was approved last year for rapid prototyping.

Bohannon said that allowed the program to “jumpstart” weapon and fire control development.

Otherwise, the simple requirements approval portion would have taken at least two years.

The testing on the first initiative from last year, the SAW replacement, allowed for what Bohannon called an “unprecedented dialogue with the small arms industrial base.”

For more than a decade, researchers and industry experts have advocated for an intermediate caliber replacement for the 5.56mm round. Some advocated for simply converting existing 5.56mm rifles to a 6mm caliber with upper receiver swaps.

The Army as a whole received a lot of criticism from experts in those areas for continuing on with the 5.56mm, even with enhanced round versions of the caliber.

But, Bohannon said that the Army had squeezed out advances not only in the round but also in the weapons platform of the M16/M4, which has seen hundreds of modifications since it first hit units more than half a century ago.

For true “leap-ahead” changes, Bohannon said, “You really had to take a systems approach.”

Less than a year ago, the search for a replacement caliber was being kept within the intermediate range, anything from 5.56mm to 7.62mm, the existing calibers used in small units.

Most saw something in the 6mm range as ideal, based on decades of ballistics research and advocacy.

The service narrowed in on the 6.8mm round, but it has kept how that round is delivered up to industry submissions — they're looking for weight savings so polymer, cased telescope, and hybrid materials such as stainless steel, are all on the table.

But while it doesn't get as much attention as the new round, the fire control system is likely as important to the new system.

For that, officials are expecting the submission to have three fire control capabilities built into one device — a laser range finder, ballistic computer and disturbed reticle.

Those are advancements that put basic infantry shooting on par with sniper equipment.

And they're not the end of development.

The fire control will have to be compatible with the upcoming Enhanced Night Vision Goggle-Binocular, expected to field near the end of the year and with the Family Weapons Sights-Individual system, which includes thermal capabilities and Rapid Target Acquisition that allows troops to shoot around corners and fire quickly from the hip, if necessary.

Those capabilities are on a longer timeline, as tech evolves, mostly to avoid strapping too many accessories onto the weapon. To that end, they've built an open architecture system requirement into the fire control so that future features and hardware can work together, Bohannon said.

Originally, the Army was looking to start with a SAW replacement and work the rifle/carbine replacement afterward, but that changed with the most recent prototype notice.

Following that notice, Brig. Gen. Anthony Potts, who leads PEO Soldier, told Military Times that the new approach is to develop both along the same path, with the same round, so that designers can find the best fit for ammo in both weapons, much like existing M4s and Squad Automatic Weapons both fire the 5.56mm.

The first prototype, which will see test firings of weapons systems in July, resulted in five companies being selected.

Those companies are:

  • AAI Corporation Textron Systems
  • FN America LLC (two prototypes)
  • General Dynamics-OTS Inc.
  • PCP Tactical, LLC
  • Sig Sauer, Inc.

Though they won the right to participate in that first set of submissions and testing, it doesn't mean any of them has a free pass into this next effort.

According to the draft prototype notice from October, once production begins, companies will be expected to build at least 200 weapons per month. Within six months of the award, they need to pump out 2,000 weapons a month within three years for a potential total order of 250,000 weapons systems, both NGSW-R and NGSAR, over a 10-year period.

That cashes out to $10 million the first year and an estimated $150 million a year for the higher production rate years.

https://www.armytimes.com/news/your-army/2019/01/11/heres-when-the-army-will-pick-three-companies-to-build-the-m16m4-and-saw-replacements-for-soldiers-and-marines

On the same subject

  • Le soutien aux exportations d'armement risque de mettre les armées sous tension pour certaines missions - Zone Militaire

    May 13, 2022 | International, Aerospace, Naval, Land, C4ISR, Security

    Le soutien aux exportations d'armement risque de mettre les armées sous tension pour certaines missions - Zone Militaire

    Comme l'a souligné la Cour des comptes dans le rapport qu'elle a publié le 11 mai sur les capacités des forces françaises, la trajectoire financière

  • Contract Awards by US Department of Defense - August 8, 2019

    August 9, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 8, 2019

    AIR FORCE Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8606-19-D-0029); Nightline Inc., Mountain City, Tennessee (FA8606-19-D-0036); Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8606-19-D-0039); Federal Resources, Stevensville, Maryland (FA8606-19-D-0032); Sera Star LLC, Carrollton, Texas (FA8606-19-D-0038); Hurricane Aerospace Solutions, Pompano Beach, Florida (FA8606-19-D-0033); Baker and Associates Inc., Centerville, Ohio (FA8606-19-D-0030); Mountain Horse Solutions, Colorado Springs, Colorado (FA8606-19-D-0035); Rapid Response Defense Systems Inc., Irvine, California (FA8606-19-D-0037); Capewell Aerial Systems LLC, Meadows of Dan, Virginia (FA8606-19-D-0031); and Life Support International Inc., Langhorne, Pennsylvania (FA8606-19-D-0034), have been awarded a contract with a ceiling of $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for commercial aircrew items. This contract is a commercial item contract vehicle, designed to rapidly equip aircrew with non-stock listed, commercial items including: uniforms, cold weather clothing systems, visual augmentation equipment, personal protective equipment, helmets, body armor, tactical carriers, individual equipment, lighting, survival equipment, air crew support equipment, communication equipment, tactical equipment, load bearing equipment, lethality support items, boots, gloves, eye protection, egress equipment, aerial insertion equipment, search & rescue equipment, personnel recovery equipment, medical equipment, power management, hydration, electronics test equipment, ancillary services and testing. Work will be performed, as indicated, by contractor in the list above and is expected to be completed by Aug. 8, 2029. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2018 and other procurement funds in the amount of $11,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $369,000,000 ceiling increase modification (P00013) to previously awarded contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems world-wide for both foreign and domestic government agencies to include radars, telemetry and optical instrumentation tracking systems. This increase is to support range instrumentation sustainment and obsolescence management requirements. Work will be completed at the program's 28 worldwide participating ranges and is expected to be completed by Dec. 31, 2020. Fiscal 2019 operational and maintenance funds will be used, and no funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity. ARMY JE Dunn, Kansas City, Missouri, was awarded a $295,974,160 firm-fixed-price contract for design-build construction to replace the hospital at Fort Leonard Wood, Missouri. Bids were solicited via the internet with four received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Oct. 31, 2023. Fiscal 2018 military construction funds in the amount of $79,235,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4011). HydroGeoLogic Inc.,* Reston, Virginia, was awarded a $95,000,000 cost-plus-fixed-fee contract for hazardous, toxic and radioactive waste remediation activities at the Formerly Utilized Sites Remedial Action Program St. Louis sites. 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 Feb. 7, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0011). Massman Construction, Leawood, Kansas, was awarded an $8,414,000 firm-fixed-price contract for lock and dam gate anchorage. Bids were solicited via the internet with five received. Work will be performed in Clarksville, Missouri, with an estimated completion date of Aug. 7, 2020. Fiscal 2010 civil operations and maintenance funds in the amount of $8,414,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-C-0009). U.S. TRANSPORTATION COMMAND Columbia Helicopters Inc. Aurora, Oregon, has been awarded an option year modification to contract HTC711-17-D-R018 in the estimated amount of $224,394,412. This modification, P00008, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $670,327,669 from an estimated $445,933,257. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. CHI Aviation Inc., Howell, Michigan, has been awarded an option year modification to contract HTC711-17-D-R017 in the estimated amount of $149,819,159. This modification, P00009, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $460,456,492 from an estimated $310,637,333. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Berry Aviation Inc., San Marcos, Texas, has been awarded option year modification to contract HTC711-16-D-R021 in an estimated amount of $29,848,000. This modification, P00006, provides fixed wing passenger, cargo, combined passenger and cargo, aeromedical evacuation, and short take-off and landing air transportation services within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $117,746,500 from an estimated $87,898,500. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $108,987,777 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide engineering and technical services in support of the Integrated Battlespace Simulation and Test Department, Naval Air Warfare Center, Aircraft Division 5.4.3 Simulation Division laboratories. These laboratories support activities that include research and development of requirements for aviation systems, supporting system development, providing developmental and operational flight test support, and providing life-cycle operational support to include system enhancement, procedure refinement and accident investigations. Work will be performed in Patuxent River, Maryland, (78%); and Lexington Park, Maryland (22%), and is expected to be completed in August 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 competitively procured via an electronic request for proposal as a small business set-aside; one offer was received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0074). ZITEC Inc.,** Niceville, Florida, is awarded a $25,110,110 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides up to 672 alternate mission equipment mobility ready storage systems; two first article units, and 670 production systems for the Navy and Marine Corps. Work will be performed in Niceville, Florida, and is expected to be completed in August 2025. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $71,969 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a Service-Disabled Veteran-Owned Small Business set-aside; three offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0242). APTIM Federal Services LLC, Alexandria, Virginia, is awarded $15,248,090 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N39430-15-D-1632) to clean, inspect, repair and inspect repairs to mined-in-place military petroleum storage tanks (Red Hill Tanks 4 and 13). After award of this modification, the total cumulative contract value will be $30,112,525. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by December 2021. Fiscal 2016 working capital funds (Navy) in the amount of $15,248,090 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California, is awarded $14,749,825 for cost-plus-award-fee modification to task order N62742-18-F-0126 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-1800) for investigation and remediation of releases, and groundwater protection and evaluation for Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam. Work will be performed in Hawaii, and is expected to be completed by January 2021. Working capital funds (Defense) in the amount of $14,749,825 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY North American Rescue LLC, Greer, South Carolina, has been awarded a maximum $41,742,284 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This is a one-year base contract with nine one-year option periods. To date, this is the 13th contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is South Carolina, with an Aug. 10, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0005). Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded a $24,946,260 modification (P00008) to a 50‐year contract (SP0600‐18‐C‐8325) with no option periods for the ownership, operation and maintenance of the electric utility systems at Fort Jackson, South Carolina. This is a fixed‐price with economic‐price‐adjustment contract. Locations of performance are South Carolina and Virginia, with a May 1, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Jackson, South Carolina. Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-19-D-7519; $15,881,084); Constellation New Energy-Gas Division LLC, Louisville, Kentucky (SPE604-19-D-7520; $10,742,319); and CenterPoint Energy Services Inc., Houston, Texas (SPE604-19-D-7521; $10,738,786), have each been awarded a fixed‐price with economic‐price-adjustment requirements contract under solicitation SPE604-19-R-0405 for pipeline quality direct supply natural gas. This was a competitive acquisition with seven offers received. They are two-year base contracts with a six‐month option period. Locations of performance are Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, Ohio, and New York, with a Sept. 30, 2021, performance completion date. Using customers are Army, Navy, Air Force, and federal civilian agencies. No money is obligated at the time of award; however, customers are solely responsible to fund these requirements contracts. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1929800/source/GovDelivery/

  • Contracts for March 18, 2021

    March 19, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contracts for March 18, 2021

    Today

All news