Back to news

November 21, 2022 | International, Aerospace

How the US plans to train armed overwatch pilots for counterterrorism

The Air Force plans to start training new pilots to fly the OA-1K armed overwatch planes in fall 2025.

https://www.c4isrnet.com/management/2022/11/21/how-the-us-plans-to-train-armed-overwatch-pilots-for-counterterrorism/

On the same subject

  • Contract Awards by US Department of Defense - November 20, 2018

    November 23, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 20, 2018

    ARMY DDB Chicago Inc., Chicago, Illinois, was awarded a $4,000,000,000 hybrid (cost, cost-plus-award-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for services in support of the U.S. Army Marketing and Advertising Program. 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 Nov. 18, 2028. U.S. Army Mission and Installation Contracting Command, Fort Knox, Kentucky, is the contracting activity (W9124D-19-D-0001). Tetra Tech-Maytag Aircraft Corp., Pasadena, California, was awarded a $10,252,498 modification (0007 03) to contract W912DY-13-G-0010 for maintenance and minor emergency repair of equipment and appurtenances. Work will be performed in Jacksonville, Florida; Fort Worth, Texas; Tallahassee, Florida; Mayport, Florida; Panama City, Florida; New Orleans, Louisiana; Parris Island, South Carolina; Pensacola, Florida; Quantico, Virginia; Albany, Georgia; Milton, Florida; Andros Island, the Bahamas; and Guantanamo, Cuba, with an estimated completion date of Dec. 15, 2019. Fiscal 2019 defense working capital funds in the amount of $10,252,498 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Threat Tec LLC,* Hampton, Virginia, was awarded an $8,215,050 modification (P00003) to contract W9124E-18-D-0002 for training support services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 24, 2019. U.S. Army Mission and Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity. DEFENSE LOGISTICS AGENCY Pacific Unlimited Inc., Barrigada, Guam, has been awarded a maximum $288,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for full food-line distribution. This is a 90-month contract with no option years, but three tier periods. This was a small business set-aside with two responses received. The maximum dollar amount is for the life of the contract. Location of performance is Guam, with a May 20, 2026, performance completion date. Using customers are Army, Air Force, Navy, Marine Corps and the Guam Department of Education. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-4045). WGL Energy Services Inc., Vienna, Virginia (SPE604-19-D-7503; $68,917,749); Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-19-D-7500; $28,236,905); UGI Energy Services Inc., Reading, Pennsylvania (SPE604-19-D-7501, $9,110,525) and Enspire Energy LLC, Chesapeake, Virginia (SPE604-19-D-7504, $8,626,448), have been awarded a fixed‐price with economic‐price-adjustment contract under solicitation SPE604-18-R-0405 for natural gas. These were competitive acquisitions with eight offers received. These are two-year base contracts with six‐month option periods. Locations of performance are Massachusetts, New York, New Jersey, Pennsylvania, Delaware, Maryland, Washington, District of Columbia, and Virginia, with a March 31, 2021, performance completion date. Using customers are Army, National Guard, Marine Corps, Navy, Air Force, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. NAVY Vista Outdoor Sales LLC – Federal Cartridge Co., Anoka, Minnesota, is awarded a $41,181,315 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 5.56mm ball, carbine, barrier ammunition. This ammunition is designed to defeat intermediate barriers such as auto windshields and doors while providing sufficient terminal performance. Work will be performed in Anoka, Minnesota, and is expected to be completed by November 2023. Fiscal 2019 procurement of ammunition (Navy and Marine Corps) funding in the amount of $219,981 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-JN58). IMSAR LLC,* Springfield, Utah, is awarded a $9,952,769 cost-plus-fixed-fee, firm-fixed-price delivery order (N6833519F0016) against a previously issued basic ordering agreement (N6833518G0015). This order provides for the procurement of Small Business Innovation Research (SBIR) Phase III work that derives from, extends, or completes an effort performed under SBIR Topic AF112-144 entitled “Advanced Radar Concepts for Small (Tier I/II) Remotely Piloted Aircrafts.” Research and development will be performed in Springfield, Utah, and is expected to be completed in November 2019. Fiscal 2018 research, development, test and evaluation (Navy); and fiscal 2018 procurement (Marine Corps) funds in the amount of $9,952,769 are being obligated on this award, $5,332,588 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Iridium Satellite LLC, Tempe, Arizona, is awarded a $9,141,484 cost-plus-fixed-fee option modification to previously-awarded contract N00178-17-C-0001 to continue to support commercial satellite-based network services for the Department of Defense in the areas of satellite, ground node, user equipment/terminal software and hardware development, integration and testing. This award is a follow-on requirement to procure continued communication support services that may be implemented for use in tactical, operational and strategic-level activities. Work will be performed McLean, Virginia (50 percent); and Tempe, Arizona (50 percent), and is expected to be completed by November 2019. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $300,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively awarded, in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1695728/source/GovDelivery/

  • Germany approves software development of NH90 - Army Technology

    April 29, 2024 | International, Security

    Germany approves software development of NH90 - Army Technology

    Germany approves software update investment for its existing 82 Army and 18 Navy NH90 helicopters, which will provide display information.

  • Contract Awards by US Department of Defense - Aug 1, 2019

    August 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - Aug 1, 2019

    DEFENSE LOGISTICS AGENCY Tesoro Refining and Marketing Co., San Antonio, Texas (SPE602-19-D-0506, $348,692,953); BP Products North America Inc., Chicago, Illinois (SPE602-19-D-0514, $315,599,804); Par Hawaii Refining LLC, Houston, Texas (SPE602-19-D-0510, $271,274,321); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-19-D-0504, $260,554,844); Equillon Enterprises LLC, doing business as Shell Oil Products, Houston, Texas (SPE602-19-D-0509, $228,126,037); BP West Coast Products LLC, Blaine, Washington (SPE602-19-D-0512, $157,502,370); U.S. Oil and Refining Co., Tacoma, Washington (SPE602-19-D-0513, $156,746,055); Petro Star Inc.,* Anchorage, Alaska (SPE600-19-D-0505, $110,836,555); Phillips 66 Co., Houston, Texas (SPE602-19-D-0515, $58,246,377); Epic Aviation LLC, Salem, Oregon (SPE602-19-D-0508, $38,905,276); and Sinclair Oil Corp.,* doing business as Sinclair, Salt Lake City, Utah, (SPE602-19-D-0507, $38,197,366), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-19-R-0703 for various types of fuel. These were competitive acquisitions with 21 offers received. They are one-year contracts with a 30-day carryover. Locations of performance are Texas, Illinois, Washington, Alaska, Oregon, Utah, and the Rocky Mountain Region of the continental U.S., with an Oct. 30, 2020, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Petro Star Inc.,* Anchorage, Alaska, has been awarded a maximum $52,630,968 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for JA1 jet fuel. 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 one-year contract with a 30-day carryover. Location of performance is Alaska, with an Oct. 30, 2020, performance completion date. Using customer is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0517). Sysco Raleigh LLC, Selma, North Carolina, has been awarded a maximum $49,019,871 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. 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 286-day contract with no option periods. Location of performance is North Carolina, with a May 16, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3230). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $27,537,300 firm-fixed-price requirements contract for pneumatic tire wheel 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. Locations of performance are Wisconsin and New Jersey, with a July 29, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0130). (Awarded July 30, 2019) U.S. TRANSPORTATION COMMAND Crowley Logistics Inc., Jacksonville, Florida, has been awarded a contract modification, P00009, on contract HTC711-17-D-R003 in the estimated amount of $328,000,000. This modification provides continued surface transportation coordination services for the movement of freight within the continental U.S. and Canada under the Department of Defense Freight Transportation Services program to the Defense Logistics Agency and Defense Contract Management Agency. Work will be performed in the continental U.S. and in Canada. The period of performance is from Aug. 1, 2019, to July 31, 2020. Fiscal 2019 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract from $110,285,829 to $438,285,829. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. AIR FORCE Raytheon Co., Woburn, Massachusetts, has been awarded a $36,250,251, firm-fixed-price contract modification (P00014) to previously awarded contract FA8730-17-C-0010 for the Qatar Early Warning Radar (QEWR). This modification is for procurement and storage of obsolescent spares in support of QEWR sustainment. The modification brings the total cumulative face value of the contract to $1,094,776,076. Work will be performed in Woburn, Massachusetts, and is expected to be completed by August 2023. This modification involves 100% foreign military sales to the country of Qatar. Foreign Military Sales funds in the amount of $36,250,251 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Summers Concrete Contracting Inc., Hahira, Georgia, has been awarded a ceiling $25,000,000 indefinite-delivery/indefinite-quantity contract for repair airfield pavements. This contract provides for repair or alteration of airport runways and taxiways construction requirements. Work will be performed at Moody Air Force Base, Valdosta, Georgia; and Sebring, Florida, and is expected to be completed by July 31, 2024. This award is the result of a competitive acquisition with three offers received. No funds are being obligated at the time of award. The 23d Contracting Squadron, Moody Air Force Base, Georgia, is the contracting activity (FA4830-19-D-A001). Verdis-Takisaki JV, Coeur d'Alene, Idaho (FA4620-19-D-A007); National Native American Construction Inc., Coeur d'Alene, Idaho (FA4620-19-D-A010); Global-Northcon JV, Hayden, Idaho (FA4620-19-D-A011); and Imperial Construction NW LLC, Wapato, Washington (FA4620-19-D-A012), have been awarded a combined, not-to-exceed $23,000,000 indefinite-quantity multiple award task order contract for design-build construction efforts. Work will be performed at Fairchild Air Force Base, Washington, and is to be expected to be complete by July 31, 2024. These awards are the result of a competitive acquisition and eight offers were received. Fiscal 2019 operation and maintenance funds in the amount of $500 are being obligated to each company at the time of award. The 92d Contracting Squadron, Fairchild Air Force Base, Washington, is the contracting activity. L3 Technologies Inc., Link Training & Simulation Division, Arlington, Texas, has been awarded a $10,411,380 cost-plus-fixed-fee contract task order modification (P00011) to the previously awarded FA8621-19-6251 task order for F-16 aircraft simulator training program services. This contract modification will provide aircraft concurrency requirements for the M7.3 Operation Flight Plan to deliver medium and high-fidelity simulation capability to train pilots for the F-16 aircraft platform. The modification brings the total cumulative face value of the contract to $28,440,800. Work will be performed at Arlington, Texas, and is expected to be completed by March 31, 2021. Fiscal 2019 research and development funds in the amount of $800,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contract activity. University of Dayton Research Institute, College Park, Dayton, Ohio, has been awarded a $9,800,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides enhancement and improvement to the non-destructive evaluation capabilities for aerospace structures and components. This contract promotes discovery and provides increased accuracy, precision, reliability and optimization of the material state awareness of aerospace materials. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 3, 2026. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $304,000 will be obligated at the time of award via task order 0001. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5230). ARMY Kinder Brothers Excavating Inc.,* Dexter, Missouri (W912EQ-19-D-0009); SYTE Corp.,* Chicago, Illinois (W912EQ-19-D-0007); Randy Kinder Excavating Inc.,* Dexter, Missouri (W912EQ-19-D-0008); and C&M Contractors Inc.,* Doniphan, Missouri (W912EQ-19-D-0006), will compete for each order of the $50,000,000 firm-fixed-price contract for all plant, labor, materials and equipment for construction of relief wells, repairs to existing relief wells and construction of earthen berms. 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 Aug. 20, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity. Sehlke Consulting LLC,* Arlington, Virginia, was awarded a $9,999,500 order-dependent contract for financial management support services. 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 Aug. 9, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-A-0001). P&S Construction Inc.,* North Chelmsford, Massachusetts, was awarded a $9,457,700 firm-fixed-price contract for construction of a small arms range at Westover Air Reserve Base, Massachusetts. Bids were solicited via the internet with two received. Work will be performed in Westover, Massachusetts, with an estimated completion date of Dec. 9, 2020. Fiscal 2016, 2017 and 2018 military construction funds in the amount of $9,457,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0020). Nisou LGC JV LLC,* Detroit, Michigan, was awarded an $8,945,520 firm-fixed-price contract for construction of the aerial port facility at Grissom Air Reserve Base, Indiana. Bids were solicited via the internet with two received. Work will be performed in Grissom, Indiana, with an estimated completion date of Oct. 12, 2020. Fiscal 2015, 2017 and 2019 military construction funds in the amount of $8,945,520 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0026). Navistar Defense LLC, Lisle, Illinois, was awarded a $7,766,045 firm-fixed-price contract for 4x4 cargo trucks, 6x6 general transport truck, 6x6 30 ton recovery wrecker and medium tactical vehicles general transport truck spares. Bids were solicited via the internet with one received. Work will be performed in Lisle, Illinois, with an estimated completion date of Sept. 27, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,766,045 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0455). NAVY Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded $18,849,765 for cost-plus award-fee order N62786-19-F-0055 against the previously awarded basic ordering agreement N00024-15-G-2303 to provide engineering and management services for LCS-15 post shakedown availability. Lockheed Martin will provide support of the following: 62,462 man-hours level of effort; and to provide the work specification, pre-fabrication and material. Work will be performed in Moorestown, New Jersey (37%); Mayport, Florida (35%); Hampton, Virginia (14%); and Washington, District of Colombia (14%), and is expected to be complete by January 2021. Fiscal 2013 and 2019 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $13,631,677 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity. BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is awarded an $8,411,293 cost-plus-fixed-fee delivery order for MK38 Gun Weapon System Repair Program support. This contract action is for labor, material and services required to support the Gun Weapon System Repair Program in pre/post testing, removal/installation, refurbishment, fleet technical assistance, maintenance, training and fleet modernization of MK 38 machine gun system. Work will be performed in Norfolk, Virginia (29%); San Diego, California (27%); Yokosuka, Japan (16%); Manama, Bahrain (7%); Rota Spain (7%); Everett, Washington (4%); Tacoma, Washington (4%); Pearl Harbor, Hawaii (4%); and Pascagoula, Mississippi (2%), and is expected to be complete by September 2021. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 weapons procurement (Navy and Coast Guard) in the amount of $1,050,000 will be obligated at the time of award, and $750,000 will expire at the end of the current fiscal year. This delivery order was solicited as a sole source under basic ordering agreement N00174-18-G-0001 in accordance with 10 U.S. Code 2304(c)(1). The Naval Surface Warfare Center, Indian Head, Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-F-0420). Leidos Innovations Corp, Gaithersburg, Maryland, is awarded an $8,208,133 performance-based, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Micro-processor En-route Automated Radar Tracking System (MEARTS). The contract is for the acquisition of hardware, software, logistics and on-call help desk support for MEARTS. The contract includes a single five-year ordering period and one six-month option to extend services in accordance with Federal Acquisition Regulations (FAR) Clause 52.217-8. The option period, if exercised, would bring the cumulative value of this contract to an estimated $8,737,303. Work will be performed in Charleston, South Carolina, and is expected to be completed by January 2025. An order utilizing fiscal 2019 operations and maintenance (Navy) funds in the amount of $605,690 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This requirement was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) only one Responsible Source FAR Subpart 6.302-1). Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-19-D-1001). EFW Inc., Fort Worth, Texas, is awarded $7,228,544 for firm-fixed-price delivery order N68335-19-F-0006 against a previously issued basic ordering agreement (N00019-17-G-0014). This delivery order procures 15 Fast Characterization Tools, 15 Helmet Kit Modification Fixtures, 15 Ready Room Testers and 20 Night Vision Goggle Modification Kits for the V-22 Color Helmet Mounted Display System. In addition, this delivery order provides drawing packages and the upgrade of five Fast Characterization Tools. Work will be performed in Haifa, Israel (70%); and Fort Worth, Texas (30%), and is expected to be completed in October 2020. Fiscal 2017 aircraft procurement (Air Force); and fiscal 2019 procurement defense-wide funds in the amount of $7,228,544 will be obligated at time of award, $3,496,053 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. DEFENSE INTELLIGENCE AGENCY CoSolutions EIS JV LLC,* Sterling, Virginia, was awarded a labor hour contract (HMM402-19-F-0098) with an estimated total value of $10,000,148 to support intelligence training in Europe. Work will be performed at the Regional Joint Intelligence Training Facility at RAF Molesworth, United Kingdom; Patch Barracks, Stuttgart, Germany; and, on a temporary duty basis, at other locations in Europe and within the continental U.S. The expected completion date is July 31, 2024, if all options are exercised. Fiscal 2019 operations and maintenance funds in the amount of $1,713,015 are being obligated at time of award. This contract was solicited through a small business set aside and one offer was received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1923647/source/GovDelivery/

All news