Back to news

October 4, 2019 | International, Aerospace

Leonardo: Europe Should Have Role In Future Vertical Lift

Tony Osborne

The managing director of Leonardo's helicopter business says he would like to see a role for European industry in the programs that emerge from the U.S. Army's Future Vertical Lift (FVL).

Gian Piero Cutillo told Aerospace DAILY on the sidelines of the 1,000th AW139 helicopter delivery in September that the European helicopter industry had generated the competencies to make it a useful partner in such a program, and said the company was in continuous talks with different partners but “there is nothing concrete.”

European industry points to the F-35 Joint Strike Fighter program, which while securing significant sales in Europe has had an impact on the sales of European-built combat aircraft.

There is a fear that with the volume of FVL platforms likely to be purchased by the U.S., their price could make FVL an attractive proposition for export customers. Sikorsky's Black Hawk has secured an increased customer base, particularly in Eastern Europe in recent years.

The U.S. Army's work on a Future Long-Range Assault Aircraft (FLRAA) and Future Attack Reconnaissance Aircraft (FARA) is beginning to attract attention from European nations, with the U.S. Army planning to begin sharing information with allies shortly. The UK already has personnel embedded into the FVL program and is working on an operational analysis of its future helicopter fleets, with a focus on what high-speed rotorcraft can offer UK land forces.

“From my heart, I would like to see European industry become one of the main actors. I strongly believe we have all the capabilities,” Cutillo said. “We are talking about what will be a global program, with more than one technology and room for the traditional technology as well.”

Any FVL partnership should not be like that of previous programs, Cutillo said.

European industry has already begun the development of high-speed rotorcraft, such as Leonardo's AW609 tiltrotor, Airbus' X3 compound helicopter and a future development of the latter, the Rapid And Cost-Efficient Rotorcraft (RACER). But so far they are targeted to the commercial market.

An Airbus proposal for FARA, believed to use the X3 technology, was rejected earlier this year, with only U.S.-based companies awarded contracts. The Italian military is said to be interested in purchasing the Leonardo tiltrotor. But contractual limitations imposed by Bell, which was previously a partner on the AW609, stipulate that the aircraft cannot be offered with armaments. It is unclear whether these limitations extend to future tiltrotor models.

Leonardo is investigating future tiltrotor technologies through the European Union Clean Sky 2 program, with a technology demonstrator, the Next Generation Civil Tilt Rotor, due to fly in 2023.

https://aviationweek.com/vertical-flight/leonardo-europe-should-have-role-future-vertical-lift

On the same subject

  • Rebuild US manufacturing in these four steps, says Reagan task force

    November 17, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Rebuild US manufacturing in these four steps, says Reagan task force

    A new report from a Ronald Reagan Institute task force aimed at revitalizing U.S. manufacturing to compete with China recommends reskilling workers using federal education grants, investing in sectors vital to national security and boosting tech development with allies.

  • Contract Awards by US Department of Defense - May 01, 2020

    May 4, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 01, 2020

    U.S. SPECIAL OPERATIONS COMMAND Core One Solutions LLC, Sterling, Virginia (H92400-20-D-0002); Crisis Response Co. LLC, Keller, Texas (H92400-20-D-0003); Consulting Services Group LLC, Herndon, Virginia (H92400-20-D-0004); D3 Air & Space Operations Inc., St. Augustine, Florida (H92400-20-D-0005); Defense Acquisition Inc., Huntsville, Alabama (H92400-20-D-0006); EnGenius, Huntsville, Alabama (H92400-20-D-0007); Firebird AST, Arlington, Virginia (H92400-20-D-0008); Federal Information Systems Inc., San Antonio, Texas (H92400-20-D-0009); FITT Scientific LCC, Colonial Heights, Virginia (H92400-20-D-0010); Gemini Industries Inc., Burlington, Massachusetts (H92400-20-D-0011); Global Dimensions LLC, Fredericksburg, Virginia (H92400-20-D-0012); Geo Owl LLC, Wilmington, North Carolina (H92400-20-D-0013); Iron EagleX, Tampa, Florida (H92400-20-D-0014); INTEROP-ISHPI JV LLC, Virginia Beach, Virginia (H92400-20-D-0015); ITELITRAC Inc., Ashburn, Virginia (H92400-20-D-0016); Infinity Technology LLC, McLean, Virginia (H9240-020-D-0017); K2 Solutions Inc., Southern Pines, North Carolina (H92400-20-D-0018); Legion Systems LLC, Tampa, Florida (H92400-20-D-0019); Lukos LCC, Tampa, Florida (H92400-20-D-0020); METIS Celestar JV LLC, Tampa, Florida (H92400-20-D-0021); MHM Innovations Inc., Fairfax, Virginia (H92400-20-D-0022); Nisga'a Tek LLC, Chantilly, Virginia (H92400-20-D-0023); OSCAR DEUCE LLC, Virginia Beach, Virginia (H92400-20-D-0024); Prescient Edge Corp., McLean, Virginia (H92400-20-D-0025); ProCleared LLC, Chantilly, Virginia (H92400-20-D-0026); Preting LLC, Springfield, Virginia (H92400-20-D-0027); Quiet Professionals, Tampa, Florida (H92400-20-D-0028); R3 Strategic Support Group Inc., Coronado, California (H92400-20-D-0029); The Red Gate Group Ltd., Chantilly, Virginia (H92400-20-D-0030); R&K Enterprise Solutions Inc., Newport News, Virginia (H92400-20-D-0031); RMGS Inc., Virginia Beach, Virginia (H92400-20-D-0032); Special Applications Group, Tampa, Florida (H92400-20-D-0033); SOLUTE Inc., San Diego, California (H92400-20-D-0034); Systems Plus Inc., Rockville, Maryland (H92400-20-D-0035); Spathe Systems LLC, Tampa, Florida (H92400-20-D-0036); Strategic Solutions Unlimited Inc., Fayetteville, North Carolina (H92400-20-D-0037); Streamline Defense LLC, Tampa, Florida (H92400-20-D-0038); T3i Inc., Imperial Beach, California (H92400-20-D-0039); TriDcor JV LLC, Wesley Chapel, Florida (H92400-20-D-0040); Tyoneck Global Services LLC, Anchorage, Alaska (H92400-20-D-0041); Threat Tec LLC, Hampton, Virginia (H92400-20-D-0042); Universal Strategy Group Inc., Franklin, Tennessee (H92400-20-D-0043); Vistra Communications LLC, Lutz, Florida (H92400-20-D-0044); VxL Enterprise LLC, Alexandria, Virginia (H92400-20-D-0045); Walsingham Group Inc., Fayetteville, North Carolina (H92400-20-D-0046); and Webworld Technologies Inc., Fairfax, Virginia (H92400-20-D-0047), were awarded 46 indefinite-delivery/indefinite-quantity contracts worth $950,000,000 maximum for Special Operations Forces core support services in support of U.S. Special Operations Command (USSOCOM) enterprise requirements in the U.S. and globally. Contracted subject matter expertise and knowledge-based services will support education, training, engineering, technical, professional, administrative, management support, program management and other requirements. Funding shall be provided on a delivery order basis. Fiscal 2020 operations and maintenance funds will be used to satisfy a $2,500 contract minimum guarantee. The contracts were awarded competitively using Federal Acquisition Regulation Part 15 procedures. USSOCOM, Tampa, Florida, is the contracting activity. AIR FORCE COLASKA Inc., North Pole, Alaska (FA5004-20-D-0001); HC Contractors Inc., North Pole, Alaska (FA5004-20-D-0002); Paving Products Inc., Fairbanks, Alaska (FA5004-20-D-0003); Great Northwest Inc., Fairbanks, Alaska (FA5004-20-D-0004); and Granite Construction Co., Watsonville, California (FA5004-20-D-0005), have been awarded indefinite-delivery/indefinite-quantity contracts with a maximum estimated aggregate value of $350,000,000 under a multiple award task order contract for airfield/roadway paving and striping. These contracts provide for all plant, labor, supervision, equipment and materials necessary to repair, maintain and construct roads, parking lots, airfields and associated incidental work. Work will be performed on Eielson Air Force Base, Alaska; Fort Wainwright, Alaska; Fort Greely, Alaska; Clear Air Force Station, Alaska; and 168th Air National Guard property, Alaska, and work is expected to be completed April 30, 2027, if all six options are exercised. These awards are the result of a competitive acquisition and five offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 354th Contracting Squadron Eielson Air Force Base, Alaska, is the contracting activity. Point Junction Car Rental, Doha, Qatar, has been awarded a $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for lease vehicle services at Al Udeid Air Base, Qatar. This is a non-personal services contract to provide vehicle lease service for the Expeditionary Logistic Readiness Support Squadron. Work will be completed Nov. 30, 2024, and is the result of a competitive acquisition with 21 offers received. Fiscal 2020 operations and maintenance funds in the amount of $30,713 will be obligated at the time of award. The 379th Expeditionary Contracting Squadron, Al Udeid Air Base, Qatar, is the contracting activity (F5702-20-D-0201). The Applied Research Laboratory at University of Hawaii, Honolulu, Hawaii, has been awarded a $75,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to establish or maintain an essential engineering, research, or development capability to be provided by an educational or other nonprofit institution or a federally funded research and development center under the authority 10 U.S. Code 2304(c)(3)(B). The purpose of the Vanguard Center's Unified University Affiliated Research Center (UARC) for Maui High Performance Computing Center (MHPCC) Support (VaCUUMS) is to leverage the UARC's core competencies to accomplish research, development, test, and evaluation (RDT&E). The Air Force Research Laboratory UARC is necessary to maintain essential engineering, research and development capabilities at the MHPCC Vanguard Center by conducting scientific and technology investigations and by providing scientific expertise, capabilities and interdisciplinary facilities required for progression from basic theories of knowledge to practical and realistic fielded application in the areas of: sensor development; image processing; command and control integration; advanced data visualization and analytics; machine learning; and autonomy. Work will be performed in Maui, Hawaii, and is expected to be completed May 2024. This award is the result of the sole-source acquisition, and fiscal 2020 RDT&E funds in the amount of $358,422 are being obligated under Task Order 0001 (FA9451-20-F-0004) at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-20-D-0004). Akima Support Operations LLC, Colorado Springs, Colorado, has been awarded a $14,499,202 firm-fixed-price, cost-reimbursement contract to exercise Option Period Four for civil engineer services. The contractor will provide non‐personal services for continued operational support and civil engineer services to include engineering, environmental, operations, maintenance and emergency management. Work will be performed at MacDill Air Force Base, Florida, for the period of May 1, 2020, to April 30, 2021. Fiscal 2020 operations and maintenance funds in the amount of $14,499,202 is being obligated at the time of award. The 6th Contracting Squadron, MacDill AFB, Florida, is the contracting activity (FA4814‐17‐C‐0002). NAVY Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $123,526,724 modification (P00001) to previously awarded, fixed-price, incentive-firm-target contract N00019-19-C-0011. This modification procures the necessary hardware, systems engineering, technical support, analysis and studies to integrate the Department of Navy Large Aircraft Infrared Countermeasures system onto aircraft for the Navy, Army, Air Force and the governments of Norway and New Zealand. Work will be performed in Rolling Meadows, Illinois (34%); Goleta, California (30%); Longmont, Colorado (11%); Blacksburg, Virginia (6%); Lewisburg, Tennessee (3%); Boulder, Colorado (3%); Carlsbad, California (2%); Apopka, Florida (1%); and various locations within the continental U.S. (10%). Weapon replaceable assemblies hardware procurements are as follows: 418 Advanced Threat Warning (ATW) sensors, 272 High Capacity Cards (HCCs), 160 Personal Computer Memory Card International Association (PCMCIA) cards, 64 Guardian Laser Transmitter Assemblies (GLTAs), 64 GLTA shipping containers, 53 -2103 signal, 48 Control Indicator Unit Replaceable (CIURs), 14 Smart Connector Assemblies (SCAs) and six Multi-Role Electro-Optical End-to-End Test Sets (MEONs) for the Navy; 156 HCCs, 138 ATW sensors, 23 CIURs and 23 -2103 signal for the Army; 64 PCMCIA cards and 45 ATW sensors for the Air Force; six GLTAs, six GLTA shipping containers, six SCAs and four HCCs for the government of Norway; and 30 Infrared Missile Warning Sensors, five GLTAs, five GLTA shipping containers, five SCAs, three HCCs, two CIURs and two MEONs for the government of New Zealand. Work is expected to be complete by July 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $76,228,341; fiscal 2020 procurement (Air Force) funds in the amount of $2,926,699; fiscal 2020 research, development, test and evaluation funds (Navy) in the amount of $2,802,286; fiscal 2019 procurement (defense-wide) funds in the amount of $3,418,527; fiscal 2019 aircraft procurement (Navy) funds in the amount of $410,223; fiscal 2018 aircraft procurement (Army) funds in the amount of $25,262,278; fiscal 2018 aircraft procurement funds (Navy) in the amount of $3,184,415; and Foreign Military Sales funds in the amount of $9,293,955 will be obligated will be obligated at time of award, $3,184,415 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($82,625,265; 67%); Army ($25,262,278; 20%); Air Force (6,345,226; 5%); the government of New Zealand ($6,338,009; 5%); and the government of Norway ($2,955,946; 2%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Alion Science and Technology Corp., Burr Ridge, Illinois, is awarded a $49,999,999 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides non-recurring engineering and logistics support for the Live, Virtual, and Constructive (LVC) family of training systems. Work will be performed in Mayport, Florida (20%); Jacksonville, Florida (20%); North Island, California (20%); Kaneohe, Hawaii (20%); and various locations outside the continental U.S. (20%). The LVC Integrated Training System is a networked, personal computer (PC) based deployable trainer designed to support integrated and coordinated tactical training and simulation. Additionally, this contract procures the current training system configuration comprised of PCs with each PC system representing a mission training station in a particular aircraft (i.e. SH-60B, SH-60F, P-3C), shipboard system or combat systems which, when in a networked environment, allow for integrated mission training. Work is expected to be complete by April 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 Federal Business Opportunities; one offer was received. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0015). Northrop Grumman Systems Corp., Charlottesville, Virginia, is awarded a $27,430,321 firm-fixed-price, cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-19-C-4101 to exercise options to procure integrated bridge and navigation systems for the DDG-51 (guided missile destroyer) New Construction Ship Program and DDG-51 Midlife Modernization Program with physical throttles kits and engineering services. Work will be performed in Charlottesville, Virginia. The integrated bridge and navigation system is a hull, mechanical and electrical upgrade. It is part of the comprehensive plan to modernize the DDG-51 class to ensure the ships remain combat relevant and affordable throughout their life. Work is expected to be complete by August 2021. Fiscal 2020 other procurement (Navy); and 2019 and 2020 shipbuilding and conversion (Navy) funding in the amount of $18,759,918 will be obligated at 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. Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $19,467,608 cost-plus-incentive fee, cost-plus-fixed-fee, undefinitized contract modification (N00024-20-C-5105) for the procurement of the Korean Gun Computing System development, software, and hardware and subassemblies for installation. This modification will finalize the Korean Gun Computing System interface design specifications for the integration with the Aegis combat system. This contract involves Foreign Military Sales (FMS) to the government of South Korea. Work will be performed in Seoul, South Korea (51%); Moorestown, New Jersey (46%); and Clearwater, Florida (3%), and is expected to be complete by July 2026. FMS funding in the amount of $1,975,021 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured in accordance with the authority from 10 U.S. Code 2304 (c)(4). The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded April 29, 2020) Raytheon Integrated Defense Systems, Tewksbury, Massachusetts, is awarded a $17,220,849 cost-plus-fixed-fee, firm-fixed-price order under basic ordering agreement N00024-18-G-5501 for dual band radar systems engineering in support of CVN 78. Work will be performed in Portsmouth, Rhode Island (30%); Andover, Massachusetts (30%); Tewksbury, Massachusetts (20%); and Marlborough, Massachusetts (20%), and is expected to be complete by February 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $17,220,849 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) with only one responsible source, and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5506). Ocean Ships Inc., Houston, Texas, is awarded a $15,114,743 modification for the fixed-price portion of previously awarded contract N32205-19-C-3003 to fund the operation and maintenance of two expeditionary transfer dock (ESD) vessels: U.S. Naval Ship (USNS) Montford Point (T-ESD 1) and USNS John Glenn (T-ESD 2). Work will be performed at sea worldwide, and the vessels will continue to support Military Sealift Command's world-wide prepositioning requirements. Work is expected to be complete by November 2024, if all options are exercised. This modification exercises the first of four one-year option periods of this contract. Working capital funds (Navy) in the amount of $15,114,743 are obligated for fiscal 2020 and fiscal 2021, and will not expire at the end of each year. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded an $11,786,168 firm-fixed-price modification to previously awarded contract N00024-17-C-4109 to exercise options for procurement of AN/USQ-82(V) hardware in support of DDG-51 (guided missile destroyer) class new construction, DDG- 51 class modernization, and Aegis Ashore Japan. Work will be performed in Johnstown, Pennsylvania. The AN/USQ-82(V) Program is a control system network. Its purpose is to transfer mission critical data to and from users associated with combat, navigation, aviation, power, propulsion, steering, alarms indicating and damage control systems. Work is expected to be complete by August 2021. This contract combines purchases for the Navy (79%) and government of Japan (21%) under the Foreign Military Sales (FMS) program. Fiscal 2020 other procurement (Navy); 2020 and 2013 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $11,786,168 will be obligated at the time of the 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. DEFENSE LOGISTICS AGENCY Del Medical Inc., Bloomingdale, Illinois, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract for radiology systems, accessories and training. This is a five‐year base contract with one five‐year option period. This was a competitive acquisition with 50 responses received. Location of performance is Illinois, with an April 30, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐20‐D‐0009). Vitol Inc., Houston, Texas, has been awarded a maximum $99,594,897 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 14 responses received. This is a one-year contract with a 30-day carry-over period. Locations of performance are Texas and the United Kingdom, with a July 30, 2021, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-20-D-0482). First Nation Group LLC, doing business as Jordan Reses Supply, Niceville, Florida, has been awarded a maximum $47,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with an April 30, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0037). The Boeing Co., doing business as Boeing, St. Louis, Missouri, has been awarded a maximum $29,864,155 firm-fixed-price, fixed-quantity contract for B-52 hatches. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, three-month contract with no option periods. Locations of performance are Missouri and Kansas, with a July 15, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-20-F-0014). Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a maximum $8,771,992 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a variety of trousers and parkas. This is a one-year base contract with two one-year option periods. This was a competitive acquisition with one response received. Locations of performance are Florida and Tennessee, with an April 30, 2021, performance completion date. Using military services are the Marine Corp, Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1273). DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY Next Tier Concepts, Vienna, Virginia, was awarded an estimated $24,919,863 firm-fixed-price contract modification (HS0021-19-D-0132-P00005) and task order modification (HS0021-19-F-0115-P00003) for the Defense Counterintelligence and Security Agency (DCSA). These modifications extend performance for functions supporting the background investigation mission. Work will be performed in Boyers, Pennsylvania. This task order modification is funded with fiscal 2020 DCSA working capital funds with $15,045,937 obligated at time of award. The anticipated period of performance for the task order includes a three-month base period from May 1, 2020, to July 31, 2020, plus two one-month option periods of August 2020 and September 2020. This requirement was synopsized on the Federal Business Opportunities website as a sole-source requirement on April 15, 2020. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services meet agency requirements. The justification and approval will be posted within 14 days of award. DCSA Acquisition and Contracting, Quantico, Virginia, is the contracting activity. ARMY Manson Construction Co., Seattle, Washington, was awarded a $16,695,000 firm-fixed-price contract for dredging of the Oakland, California, inner and outer harbor plus transportation of the dredged material. Bids were solicited via the internet with three received. Work will be performed in Oakland, California, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 civil operations and maintenance funds in the amount of $16,695,000 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-20-C-0005). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2173758/source/GovDelivery/

  • Contract Awards by US Department of Defense - March 19, 2019

    March 20, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 19, 2019

    ARMY McCarthy HITT – Next NGA West JV, St. Louis, Missouri, was awarded a $711,651,970 firm-fixed-price contract for construction of the National Geospatial-Intelligence Agency's new facility. Bids were solicited via the internet with three received. Work will be performed in St. Louis, Missouri, with an estimated completion date of April 24, 2023. Fiscal 2018 and 2019 military construction funds in the amount of $407,965,869 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-7001). Pinnacle Solutions Inc.,* Huntsville, Alabama, was awarded a $553,200,000 cost-plus-fixed-fee contract for instruction, mission support, information technology network support, operations and logistics. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of March 18, 2026. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0006). Eastern Construction & Electric,* Wrightstown, New Jersey, was awarded a $10,369,000 firm-fixed-price contract for P-650 aircraft apron, taxiway and support facilities. Bids were solicited via the internet with 10 received. Work will be performed in Trenton, New Jersey, with an estimated completion date of Aug. 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $10,369,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0003). NAVY The Boeing Co., Seattle, Washington, is awarded $326,295,367 for cost-plus-fixed-fee Delivery Order 2005 against a previously issued basic ordering agreement (N00019-16-G-0001) to develop, integrate and test Increment 3 Block capabilities into the P-8A aircraft for the Navy and the government of Australia. Work will be performed in Puget Sound, Washington (86.9 percent); Greenlawn, New York (6.7 percent); Rockford, Illinois (2.6 percent); Rancho Santa Margarita, California (1.6 percent); Patuxent River, Maryland (1 percent); Mesa, Arizona (0.8 percent); St. Louis, Missouri (0.3 percent); and Jacksonville, Florida (0.1 percent), and is expected to be completed in March 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $14,442,320; and Cooperative Engagement Agreement funds in the amount of $19,200,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $264,655,025 modification to a previously awarded firm-fixed-price contract (N00019-15-C-0003). This modification provides for additional operation and technical services in support of the government of Korea's F-35 Lightning II program. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2020. Foreign military sales funds in the amount of $264,655,025 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. URS Group Inc., Morrisville, North Carolina, is awarded a $9,800,000 modification on a firm-fixed-price task order under a previously awarded multiple award construction contract (N62470-13-D-6022) for phase one of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity Panama City. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean-up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to the hurricane. After award of this modification, the total task order value will be $52,795,320. Work will be performed in Panama City, Florida, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,800,000 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Concurrent Technologies Corp., Johnstown, Pennsylvania, is awarded $7,614,277 for modification number P00001 to task order M9549418F0016 under previously awarded contract GS00Q14OADU112. This modification exercises an option for support services in efforts to meet Marine Corps' energy reliability and resilience requirements for utility distribution systems and various energy security positions supporting headquarters, regions and installations. This modification increases the value of the basic task order to a new total value of $12,394,838. The task order includes four one-year option periods which, if exercised, could bring the cumulative value of this task order to $36,194,304. Work will be performed in Arlington, Virginia (40 percent); Lejeune, North Carolina (12 percent); Okinawa Prefecture, Japan (12 percent); San Diego, California (11 percent); Quantico, Virginia (10 percent); Bridgeport, California (4 percent); New River, North Carolina (3 percent); Cherry Point, North Carolina (3 percent); Barstow, California (3 percent); Shizuoka Prefecture, Japan (1 percent); and Pohang, Republic of Korea (1 percent). Work is expected to be completed March 2020. If all options are exercised, work will continue through March 2023. Fiscal year 2019 operations and maintenance (Marine Corps) funds in the amount of $7,614,277 will be obligated at the time of award and will expire at the end of the current fiscal year. This task order was competitively solicited via General Services Administration One Acquisition Solution for Integrated Services, with two proposals received. The Marine Corps Installations Command Headquarters Contracting Office, Arlington, Virginia, is the contracting activity. AIR FORCE Goodrich Corp., Westford, Massachusetts, has been awarded a $92,890,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Hyperspectral Imaging, AgilePod®, Standoff High Resolution Imaging Next Era, and Multi-Mode Lidar research and development. This contract provides for research and integration of existing electro-optical, infrared, radio frequency, multispectral imaging, hyperspectral imaging, and lidar sensors and related Intelligence, Surveillance, and Reconnaissance (ISR) technologies in order to develop the Air Force's next generation ISR sensor. Work will be performed in Westford, Massachusetts, and is expected to be complete by Sept. 29, 2025. Fiscal 2019 research and development funds in the amount of $18,387,498 are being obligated on two initial task orders at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-1014). KT Consulting Inc, Phoenix, Arizona, has been awarded an $11,935,070 firm-fixed-price task order for F‐16 Weapons System support. This task order provides for F‐16 academic instruction, Aircrew Training Device instruction/console/cockpit operations, comprehensive courseware development, and training support. Work will be performed at Luke Air Force Base, Arizona; and Holloman AFB, New Mexico, and is expected to be complete by March 31, 2024. This contract involves foreign military sales to Republic of Singapore. This award is the result of a competitive acquisition and five offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,435,581; and Singapore National Funds in the amount of $34,969 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio‐Randolph, Texas, is the contracting activity (FA3002‐19‐F‐A040). DEFENSE LOGISTICS AGENCY Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded an estimated $29,216,493 firm-fixed-priced delivery order (SPRPA1-19-F-L30G) against a five-year basic ordering agreement (SPRPA1-13-G-001X) for constant frequency generators. 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 five-year, six-month contract with no option periods. Locations of performance are Connecticut and Illinois, with a Sept. 30, 2024, performance completion date. Using customers are Navy and Japanese Armed Forces. Type of appropriation is fiscal 2019 Navy working capital funds and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Freightliner of Savannah Inc.,* Savannah, Georgia, has been awarded a maximum $7,312,500 firm-fixed-price contract for diesel engines. This is a three-year contract with no option periods. This was an acquisition permitting other than full and open competition with two responses received, using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Georgia, with a March 19, 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-0077). DEFENSE INFORMATION SYSTEMS AGENCY AT&T Corp., Columbia, Maryland, was awarded a firm-fixed-price contract modification (P00012) with a face value of $12,080,764, to exercise Option Year Three of previously awarded sole-source contract HC1013-16-C-0001 for the Northstar Long-Haul Telecommunications Network and associated transmission circuits for an Ultra-High Frequency/Line of Sight communications system network. The modification is funded by fiscal 2019 operations and maintenance funds. Total cumulative face value of the contract is $56,131,776. Performance will be at various sites geographically dispersed across the continental U.S. The period of performance for this action is May 1, 2019, to April 30, 2020. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1789590/

All news