Back to news

September 18, 2018 | International, Aerospace

Insitu unveils new extended range unmanned system

By:

NATIONAL HARBOR, Md – Insitu, a Boeing subsidiary, today unveiled a new extended-range drone that it claims can hit previously unattainable distances for small unmanned systems.

The company's Integrator Extended Range design has a 200-nautical mile radius with 10 hours on station, or 300 miles with six hours on station, according to company officials. The 145-pound system was unveiled at the annual Air Force Association conference.

Those ranges improve on current capabilities for unmanned systems of that size, which traditionally have been limited to around 50-70 miles distance and line-of-sight tethering. The increased distance and time comes from advances in satcom technology that have made it possible to shrink down the needed components to useable size.

Esina Alic, Insitu CEO, made it clear the company is targeting the Integrator-ER for the Air Force, saying bluntly during her presentation, “Air Force customer, we have heard you. We are giving you a theater range platform, at a fraction of cost, at a fraction of a footprint compared to today's ISR asset in the field.”

Specifically, Alic and Don Williamson, vice president and general manager for defense with the company, positioned the system as giving the Air Force an option to stop using high end systems for surveillance missions. Buying a lower-cost system like the Integrator would allow higher-capability MALE systems, like the MQ-9, to focus on higher-stakes opportunities or strike missions, while also allowing those systems to pick up missions currently tasked to top-end fighter jets.

“No one in the air force has specifically evaluated this capability,” Williamson said. “One of the purposes of being able to show here is, to be able to reveal this with our Air Force customer. We have a number of engagements coming up over the next couple of days.”

Full article: https://www.defensenews.com/digital-show-dailies/air-force-association/2018/09/17/insitu-unveils-new-integrator-extended-range-unmanned-system

On the same subject

  • Contract Awards by US Department of Defense - June 18, 2020

    June 19, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 18, 2020

    NAVY BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded an $85,912,640 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for in-service engineering activity and production services for various Navy identification and data link systems in support of the Combat Integration and Identification Systems Division at the Naval Air Warfare Center Webster Outlying Field. Work will be performed in Patuxent River, Maryland (77%); and Rockville, Maryland (23%). Services will support integration and production efforts, including design and feasibility evaluation, component and system design, system integration, production, installation testing and evaluation, in-service engineering, logistics, repair and validation, training, lab maintenance, quality assurance and technical management on a worldwide range of naval ship and shore platforms. Work is expected to be complete by June 2025. 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, and one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0117). BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is awarded an $18,771,034 firm-fixed-price modification to previously awarded contract N00174-17-C-0022 to exercise Option Year Three for the fiscal 2017-2020 production of the MK 38 MOD 3 machine gun system (MGS) and associated spares. Work will be performed in Hafia, Israel (67%); and Louisville, Kentucky (33%). The production of the MGS is derived from the application of an ordnance alteration to the MK 38 MOD 1 25mm MGS. Once installed, this version will incorporate two-axis stabilizations, an improved electro-optical sight system, improved multi-function display, a modified main control panel, a new main computing unit, a 7.62mm machine gun and remote control operation. Work is expected to be complete by November 2021. Fiscal 2020 weapon procurement (Coast Guard) funds; 2017 shipbuilding and conversion (Navy) funds; and 2020 weapon procurement (Navy) funds in the amount of $18,771,034 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. AV3 Inc., Mechanicsville, Maryland, is awarded a $9,770,558 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures the audio and visual video teleconference equipment for the integration of specialized network video teleconference systems in support of the integrated command, control and intelligence divisions of the Joint Staff and combatant commanders, Department of Defense agencies and services, and Department of Homeland Security operational and support components. Work will be performed in Mechanicsville, Maryland, and supports the command, control, communications, computers, cyber, intelligence, surveillance and reconnaissance missions. Work is expected to be complete by June 2022. 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 and two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0028). ARMY Raytheon, Fort Wayne, Indiana, was awarded a $29,237,124 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for procurement of Jordan's Advanced Field Artillery Tactical Data System. Bids were solicited via the internet with one received. Work will be performed in Fort Wayne, Indiana, with an estimated completion date of Oct. 31, 2024. Fiscal 2020 Foreign Military Sales (Jordan) funds in the amount of $29,237,124 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-C-5016). Sigmatech Inc.,* Huntsville, Alabama, was awarded an $8,220,049 modification (000240) to contract W31P4Q-15-A-0028 for technical support for the unmanned aircraft systems project manager's office. Work will be performed in Huntsville, Alabama, with an estimated completion date of June 18, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,220,049 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $7,985,880 modification (P00069) to contract W56HZV-16-C-0028 for seven Joint Assault Bridge Systems. Work will be performed in West Plains, Missouri, with an estimated completion date of May 11, 2024. Fiscal 2019 other procurement (Army) funds in the amount of $7,985,880 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. DEFENSE LOGISTICS AGENCY DMG Mori USA Inc., Hoffman Estates, Illinois, has been awarded a maximum $17,302,222 firm-fixed-price contract for integrated manufacturing cell axis machining centers and machines. 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 two-year contract with no option periods. Locations of performance are Illinois; California; and Germany, with a March 3, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-20-C-0007). Honeywell International Inc., Phoenix, Arizona, has been awarded a maximum $7,785,286 firm-fixed-price, indefinite-delivery/indefinite-quantity delivery order SPRRA1-20-F-0197 against a one-year contract (SPRRA1-20-D-0038) with no option periods for clutch 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. Location of performance is Arizona, with a June 30, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. CORRECTION: The contract announced on June 16, 2020, for Pentaq Manufacturing Corp., Sabana Grande, Puerto Rico (SPE1C1-20-D-1258), for $33,645,750 was announced with an incorrect award date. The correct award date is June 17, 2020. CORRECTION: The delivery order (SPRRA2-20-F-0087) announced on May 27, 2020, for Raytheon Co., Andover, Massachusetts (SPRBL1-15-D-0017), for $14,494,050 was announced with an incorrect dollar amount. The correct dollar amount is $14,971,905. U.S. TRANSPORTATION COMMAND Science Applications International Corp., Reston, Virginia, has been awarded hybrid (labor hour and firm-fixed-price) task order HTC711-20-F-D061 in the amount of $8,863,576. The task order provides software engineering services to the U.S. Military Surface Deployment and Distribution Command. Requirement to obtain software engineering services to support U.S. Military Surface Deployment and Distribution Command's integrated booking system. Services include requirements definition, software maintenance, development, configuration management, area manager support, training, implementation, documentation, technical support and project management. Work will be performed at Scott Air Force Base, Illinois. The contract base period of performance is from Oct. 1, 2020, to Sept. 30, 2021. No funds were obligated at award; award was made subject to the availability of fiscal 2021 funds. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2225212/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 20, 2020

    July 21, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 20, 2020

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $861,731,778 modification (P00040) to previously-awarded fixed-price incentive (firm target), firm-fixed-price contract N00019-17-C-0001. This modification exercises options to procure eight Lot 14 F-35A Lightning II repositioned aircraft as a result of the Republic of Turkey's removal from the F-35 program, and six Lot 14 F-35A aircraft for the Air Force. Additionally, this modification establishes undefinitized line items that provides recurring engineering in support of the modification of the eight Lot 14 F-35A Lightning II repositioned aircraft to a full operationally capable F-35A Air Force configuration. Work will be performed in Fort Worth, Texas (63%); El Segundo, California (14%); Warton, United Kingdom (9%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); various locations within the continental U.S. (1.3%); and various locations outside the continental U.S. (0.7%). Work is expected to be completed by May 2026. Fiscal 2020 aircraft procurement (Air Force) funds for $848,881,778 will be obligated at time of award. No funds will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Undersea Signal Systems Inc., Columbia City, Indiana, is awarded a $28,323,687 cost-plus-fixed-fee-contract to develop a prototype sonobuoy, known as Extended Range Directional Frequency Analysis and Recording (ER-DIFAR), to address new and quiet threat submarine targets. Work will be performed in Columbia City, Indiana, and is expected to be completed by July 2024. The total cumulative value of this contract is $28,323,687. This is a three-year base contract with one one-year option period. The base period is $24,128,769 and the option year is $4,194,918. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $50,000; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $4,061,000 are obligated at time of award. Funds in the amount of $50,000 will expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014- 20-C-2015). General Dynamics Missions Systems Inc., McLeansville, North Carolina, is awarded a $13,553,807 cost-plus-fixed-fee and cost-only modification to previously-awarded contract N61331-11-C-0017 to exercise an option for engineering support for ongoing development, test and production of the Surface Mine Countermeasure Unmanned Undersea Vehicle (SMCM UUV) program, also known as Knifefish. Work will be performed in Quincy, Massachusetts (52%); McLeansville, North Carolina (27%); Braintree, Massachusetts (10%); Hanover, Maryland (5%); Reston, Virginia (5%); and Ann Arbor, Michigan (1%). The Knifefish program will provide persistent volume and bottom mine hunting capability in a contested environment. This option exercise is for engineering support hours to support a number of efforts, including test and evaluation, engineering change proposal development and upgrade initiatives. Work is expected to be completed by September 2021. Fiscal 2020 research, development, test and evaluation (Navy); and fiscal 2020 other procurement (Navy) funding in the amount of $12,500,000 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Navatek LLC,* Honolulu, Hawaii, is awarded a $9,170,852 cost-plus-fixed-fee completion contract with no option periods for the talent and technology for Navy Power and Energy Systems. Work will be performed in Honolulu, Hawaii (50%); and Columbia, South Carolina (50%). The work to be performed will advance the state-of-the-art autonomous command and control of shipboard power systems, to include next-generation integrated power and energy systems, in order to harness the full energy available in the Navy's ships to meet critical mission needs. Work is expected to be completed by July 2023. The total cumulative value of this contract is $9,170,852. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $9,170,852 are obligated at time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-1106). AIR FORCE BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, has been awarded a $495,482,136 firm-fixed-price, cost-plus-fixed-fee and cost-reimbursable indefinite-delivery/indefinite-quantity contract for the Instrumentation Range Support Program. This contract provides for serviceable components and subsystems for instrumentation tracking systems, worldwide for both foreign and domestic government agencies to include radars, telemetry and optical range mission systems, flight termination systems, data acquisition systems and Global Positioning Systems. Work will be performed on participating ranges in the program, including Air Force, Army, Navy, NASA, Department of Energy, as well as foreign ranges in the United Kingdom, Germany, Norway, Sweden, Republic of Korea and Switzerland. Work is expected to be completed Sept. 30, 2027. This award is the result of a competitive acquisition and three offers were received. Fiscal year 2020 operations and maintenance funds in the amount of $116,235 are being obligated, on a delivery order, at the time of award. This contract has a ceiling amount of $945,234,462. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-20-D-0005). National Native American Construction Inc., Coeur D Alene, Idaho (FA4620-20-D0005); Northcon Inc., Hayden, Idaho (FA4620-20-D-0006); Alutiiq General Contractors LLC, Tacoma, Washington (FA4620-20-0008); RORE Inc., San Diego, California (FA4620-20-0009); M.J. Takisaki Inc., Seattle, Washington (FA4620-20-D-0010); and WHH Nisqually-Garco JV 2, Olympia, Washington (FA4620-20-D-0012), have been awarded a not-to-exceed $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for design-build construction efforts at Fairchild Air Force Base, Washington. Work will be performed at Fairchild AFB, Washington, and is expected to be completed June 30, 2025. This award is the result of a competitive acquisition, and 10 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 are being obligated to each at the time of award. The 92nd Contracting Squadron, Fairchild AFB, Washington, is the contracting activity. Richland Industries LLC, Pulaski, Tennessee, has been awarded a $24,800,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for simplified acquisition of base engineering requirements. This contract will provide for a streamlined means to complete minor construction projects that encompass a broad range of sustainment, maintenance and repair and research development testing and evaluation projects on real property at Arnold Engineering Development Complex, Arnold Air Force Base, Tennessee. Work will be performed at Arnold AFB, Tennessee, and is expected to be completed July 19, 2025. This award is the result of a competitive service-disabled, veteran-owned, small-business, set-aside acquisition with 10 offers received. Fiscal 2020 operations and maintenance funds in the amount of $123,731 are being obligated at the time of award. Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity (FA9101-20-D-0001). Vanguard Pacific LLC, Foley, Alabama, has been awarded a $7,304,129 firm-fixed-price contract for protective coating and sign maintenance. This contract provides for airfield rubber removal, striping of airfield, streets and parking lots, protective coating and sign maintenance. Work will be performed at Joint Base Andrews, Maryland, and Davidsonville and Brandywine communications sites, and is expected to be completed Aug. 4, 2025. This award is the result of a competitive service disabled veteran owned small business set aside acquisition and one offer was received. Fiscal 2020 operations and maintenance funds in the amount of $3,776 are being obligated at the time of award. The 316th Wing, Joint Base Andrews, Maryland, is the contracting activity (FA2860-20-D-0003). ARMY DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded an $189,828,895 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for development, production, deployment and support of the Mobile-Low, Slow, Small Unmanned Aircraft System Integrated Defeat System. 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 July 30, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0031). Russell Construction Co. Inc., Davenport, Iowa, was awarded a $10,284,300 firm-fixed-price contract to construct a Special Operations Forces assessment and selection training complex. Bids were solicited via the internet with 10 received. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of Sept. 17, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $10,284,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-20-C-0018). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2280473/source/GovDelivery/

  • US Navy’s four unmanned ships return from Pacific deployment

    January 16, 2024 | International, Naval

    US Navy’s four unmanned ships return from Pacific deployment

    Four medium USV prototypes spent five months in the region working with the Navy-Marine team and allies to push the limits of concepts of operations.

All news