Back to news

December 30, 2022 | International, Aerospace

New in 2023: Welcoming new airframes to the fleet

The Air Force hopes to show off the B-21 Raider bomber's first flight in 2023 — though that target has been pushed back multiple times.

https://www.defensenews.com/news/your-air-force/2022/12/29/new-in-2023-welcoming-new-airframes-to-the-fleet/

On the same subject

  • Rohde and Schwarz selected for Royal Navy’s Type 26 Batch 2

    September 17, 2023 | International, Naval

    Rohde and Schwarz selected for Royal Navy’s Type 26 Batch 2

    NAVICS is the central nervous system of the Type 26 communications system, providing integrated and reliable internal and external communications and processing classified information

  • US Army triggers design competition for future attack reconnaissance helicopter

    October 4, 2018 | International, Aerospace

    US Army triggers design competition for future attack reconnaissance helicopter

    By: Jen Judson WASHINGTON — The U.S. Army has kicked off a major design competition for its Future Attack Reconnaissance Aircraft by releasing a request to industry on Oct. 3 to submit plans that could lead to a chance to build flyable prototypes in just a few years. The service, in June, released a draft solicitation that outlined its intention to get two different helicopter prototypes flying in 2023. The effort is part of the Army's larger move to procure a family of Future Vertical Lift, or FVL, aircraft in the early 2030s, if not sooner. The Army has been talking about procuring an FVL family of helicopters for the better part of a decade and has debated whether to prioritize the pursuit of a medium-lift helicopter to replace UH-60 Black Hawks and AH-64 Apache helicopters. Alternatively, the service was considering buying an armed reconnaissance helicopter to fill the gap left by the OH-58 Kiowa Warrior's 2014 retirement. With the advent of the Army Futures Command and its focus on six modernization priorities, of which FVL is third, progress is being made at lightning speed to make FVL a reality. The service, through an FVL Cross-Functional Team, led by Brig. Gen. Wally Rugen, has settled on going after both a long-range assault helicopter and a Future Attack Reconnaissance Aircraftsomewhat back-to-back. But the FARA procurement plans are fast-paced and lead straight to a winner through a fly-off competition, which deviates from the way the Army has gone about its future medium-lift helicopter development. While the Army collected designs, reviewed them and selected two teams to build prototypes to fly in a Joint Multi-Role technology demonstration for a medium-lift aircraft, the results will simply inform requirements for the Army to move into a program of record where the service will make a determination on how it will compete, build and procure a long-range assault variant of FVL. With the FARA competition, the Army plans to award four to six initial design contracts in June of 2019, and then nine months later — to avoid camping out in the PowerPoint stage — the service will choose up to two designs to move forward in fiscal 2021 with a fly-off planned to start in the first quarter of 2023 (November 2022 to be specific, according to the solicitation). The Army will choose a winner and move forward into a milestone appropriate to advance the procurement of the helicopter, whether that is a technology development phase or engineering and manufacturing development or even a production phase, Rugen told a small group of reporters in an Oct. 3 media roundtable. It all depends on where the technology stands following the fly-off and what phase of the acquisition process the Army will enter once it chooses a winner, Dan Bailey, the Army's JMR-TD director, said in the interview. “The Army currently lacks the ability to conduct armed reconnaissance, light attack, and security with improved stand-off and lethal and non-lethal capabilities with a platform sized to hide in radar clutter and for the urban canyons and mega cities,” the solicitation states. The helicopter would be the “ ‘knife-fighter' of future Army Aviation capabilities” in a small package with “maximized performance,” it describes. The Army doesn't want to carve out requirements in granite, according to Rugen, and intends to be flexible as technology capability unfolds in the program, but the solicitation does state it wants a 40-foot maximum rotor diameter, and the fuselage should also not exceed 40 feet in width. By staying flexible, the Army hopes to steer clear of some of the mistakes it has made in the past attempting to acquire an armed reconnaissance helicopter. The Army failed three times to procure a new aircraft — the most memorable being the cancellation of the Comanche helicopter program in 2004 after two aircraft were built and $6.9 billion was spent. Rugen said the Army also wants to make sure affordability considerations are driven into the program and the designs from the beginning are a top requirement for industry to consider. The Army also wants the designs to incorporate the Improved Turbine Engine Program, or ITEP,engine that is being competitively developed to replace the engines in Black Hawks and Apaches. The Army is close to choosing a winner from two teams designing engines to move into the engineering and manufacturing development phase of the program within the next few months. The Army plans to spend approximately $15 million per industry participant in the initial design phase. Participants would receive $8.5 million in FY19 and $6.5 million in FY20. The two participants selected to continue into the prototype phase of the program would receive about $735 million each from FY20 to FY23. Rugen and Bailey said industry interest following the release of the draft solicitation in June has been higher than anticipated and included both industry partners that were not expected and all of those that were. Bailey said that, based on industry interest and participation so far, choosing six designs would be a competitive process because there are more than six possible entrants that have expressed interest in submitting designs. Tim Malia, Sikorsky's program director for FVL light development, told Defense News in a recent interview that the Lockheed Martin-owned company planned to use its X2 technology that is used in its S-97 Raider coaxial helicopter program as the centerpiece to its design offering for the FARA competition. The company is already scaling its X2 technology used in Raider up to a medium-lift aircraft — called the SB-1 Defiant that is participating in the JMR technology demonstration and expected to fly by the end of the year. Malia said it would not be difficult to scale the helicopter from the 34-foot main rotor diameter size of the Raider to the desired 40-foot diameter rotor blades envisioned for FARA. The company has also been working on designs to outfit Raider or any aircraft it builds with X2 technology with the ITEP engine. Sikorsky announced Oct. 3 that its Raider aircraft exceeded 200 knots in a flight test at its West Palm Beach, Florida, flight test center. Bell, which has been flying its V-280 Valor til-trotor helicopter as part of the JMR-TD effort for the better part of a year, continues to hold tight its plans for a design to submit to the FARA competition. https://www.defensenews.com/land/2018/10/03/us-army-triggers-design-competition-for-future-attack-reconnaissance-helicopter

  • Contract Awards by US Department of Defense - March 12, 2019

    March 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 12, 2019

    NAVY Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a $273,053,534 cost-plus incentive-fee, cost-plus-fixed-fee, firm-fixed-price contract for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment. Work will be performed in Sunnyvale, California (55 percent); Ridgecrest, California (20 percent); Cape Canaveral, Florida (10 percent); Bangor, Washington (5 percent); Kings Bay, Georgia (5 percent); Barrow-In-Furness, England (2 percent); New London, Connecticut (1 percent); Quonset Point, Rhode Island (1 percent); and Arlington, Virginia (1 percent), and is expected to be completed by March 31, 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $39,631,234 will be obligated on this award. Fiscal 2019 United Kingdom Common funding in the amount of $24,369,442 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was not competitively solicited pursuant to 10 U.S. Code. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0015). Lockheed Martin Corp. Missile and Fire Control, Orlando, Florida, is awarded an $84,108,050 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to perform design and development studies, technology demonstrations and engineering services for rapid technology development for the Joint Air-to-Surface Standoff Missile, Long Range Anti-Ship Missile, Joint Air-to-Ground Missile and Hellfire baseline weapon systems. Work will be performed in Orlando, Florida, and is expected to be completed in March 2024. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $4,584,507 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0020). Smartronix Inc., Hollywood, Maryland, is awarded a $72,374,593 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides information management and information technology support services to sustain the analysis, design, development, integration, test, deployment and operations of information technology systems and services. This contract includes help desk, software engineering, financial and business application, server operations, application hosting, desktop, audiovisual and video teleconferencing support services. Work will be performed in China Lake, California (80 percent); and Point Mugu, California (20 percent), and is expected to be completed in March 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; six offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0027). Ch2m Hill Inc., Englewood, Colorado, is awarded a $68,000,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for comprehensive long-term environmental architect-engineering services on Navy and Marine Corps installations at sites in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility. The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy's Environmental Restoration Program, Munitions Response Program, and other similar programs at any Navy and Marine Corps activity in the area of responsibility covered by NAVFAC Atlantic. After award of this modification, the total cumulative contract value will be $308,000,000. Work will be performed primarily in Puerto Rico (35 percent); California (18 percent); Virginia (15 percent); Washington (12 percent), North Carolina (8 percent); Maryland (7 percent); Mississippi (3 percent); and Washington, District of Columbia (2 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by environmental restoration, (Navy). The contractor was chosen using federal acquisition regulation Part 36, Architect-Engineer Services on an unrestricted basis. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (contract number N62470-16-D-9000). Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $64,993,500 firm-fixed-price contract for P-704 Sewer Lift Station and Relief Sewer Lines, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for two major components. The first component is a new wastewater pump station to replace existing pump station SY-001. The second component is a new gravity sewer main along South Avenue that replaces an existing gravity trunk sewer. A new pump station and gravity sewer line are required to accommodate the anticipated increase in wastewater flows from proposed shore activities within the existing pump station SY-001 collection area and to accommodate peak wet-weather flows with the required level of redundancy. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $64,993,500 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-19-C-1515). Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-19-D-8044); Olympic Enterprises Inc.,* Hubert, North Carolina (N40085-19-D-8045); Owens Construction Inc.,* Beaufort, North Carolina (N40085-19-D-8046); Pyramid Contracting LLC,* Irmo, South Carolina (N40085-19-D-8047); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-19-D-8048), are being awarded a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for maintenance and repair project. Work will be performed at Marine Corps Base Camp Lejeune, North Carolina, and the surrounding area. Joyce & Associates Construction Inc. is being awarded an initial task order of $498 for the head repairs at Building 1747 at Camp Lejeune, North Carolina. Work is expected to be completed by July 2019. The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2019 operations and maintenance, (Marine Corps) (O&M,MC) contract funds in the amount of $498 are obligated on this award and will expire at the end of fiscal 2019. Future task orders will be primarily funded by O&M,MC. This contract was competitively procured via the Navy Electronic Commerce Online website with 12 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Burns & McDonnell Engineering Co., Inc., Kansas City, Missouri, is awarded a maximum amount $20,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineer (AE) services for various fire protection projects at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC), Pacific. The work to be performed provides for architect-engineer fire protection services with associated multi-discipline architect-engineer support services. AE fire protection services include, but are not limited to, design and engineering services for preparation of technical reports including conducting engineering investigations and concept studies; fire protection design features including life safety analysis, building and fire code analysis, including water supply analysis at proposed project sites, etc.; design-build request for proposal documents; design-bid-build construction documents; construction estimates; operations and maintenance manuals; record drawings; shop drawing reviews and other construction submittal review; technical review of design plans and specification prepared by architecture/engineering firms and government forces; water flow testing; final acceptance testing of all types of installed fire protection systems; post construction award services; and other miscellaneous services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and other government facilities within the NAVFAC Pacific area of responsibility including but not limited to Guam and the Northern Marianas Islands (70 percent); Australia (20 percent); and Hawaii (10 percent). The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2017 military construction (MILCON), (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-D-0006). NCS/EML SB JV LLC,* Louisville, Kentucky, is awarded an $11,981,174 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Whiting Field and outlying areas. The work to be performed to include facility investment, pest control, other (swimming pools), grounds maintenance and landscaping, pavement clearance, utilities management, electrical, wastewater, water, base support vehicles and equipment, and other related services. The maximum dollar value including the base period and seven option years is $96,721,878. Work will be performed in Milton, Florida (67 percent); and outlying areas (33 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 working capital funds (Navy); fiscal 2019 Defense Health Program; and fiscal 2019 family housing operation and maintenance (Navy) contract funds in the amount of $8,359,610 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1740). DEFENSE SECURITY SERVICE iWorks Corp., Reston, Virginia, was awarded a $48,980,260.80 firm-fixed-price contract for the Defense Security Service (DSS) Vetting Risk Operations Center (VROC) and Consolidated Adjudications Facility (CAF) Personnel Security Support Services. The contract provides for the Personnel Security Support Services to assist in successfully executing the vetting mission for the Defense Vetting Directorate. Work will be performed at the DSS VROC office located in Hanover, Maryland; and the Department of Defense CAF office in Ft. Meade, Maryland, with an expected completion date of Feb. 4, 2024. Fiscal 2019 operations and maintenance funding in the amount of $7,310,770 are being obligated at time of award. This contract was a competitive acquisition and multiple proposals were solicited on government-wide point of entry (https://www.fbo.gov) and four proposals were received. The Defense Security Service Office of Acquisitions, Quantico, Virginia, is the contracting activity (HS0021-19-C-0001). DEFENSE LOGISTICS AGENCY Honeywell International Inc., Clearwater, Florida, has been awarded a maximum $12,788,000 firm-fixed-price contract for Inertial Navigation Systems. 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 one one-year option period. The option is being exercised at time of award. Location of performance is Florida, with a June 22, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0116). Honeywell International Inc., Clearwater, Florida, has been awarded a $7,724,728 firm-fixed-price contract for Inertial Navigation Kits. This is a 22-month base contract with one one-year option period. The option was exercised at time of award. This was a competitive acquisition with one response received. Location of performance is Florida, with a Jan. 2, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0099). (Awarded March 8, 2019) R. B. Allen Co., Inc., North Hampton, New Hampshire, has been awarded a maximum $7,531,007 requirements contract for casualty control communication systems to include technical data, training, testing, and shipping. 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 base contract with four one-year option periods. Location of performance is New Hampshire, with a March 18, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy capital improvement program funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-18-D-0001). UPDATE: Globe Trailer Manufacturing Inc., Bradenton, Florida (SPE8EC-19-D-0039) has been added as an awardee to the multiple-award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. ARMY ExpFederal Inc., Chicago, Illinois, was awarded an $11,254,947 firm-fixed-price contract for electrical safety assessments, repairs program, materials management and control services for U.S. Forces-Afghanistan. Bids were solicited via the internet with 12 received. Work will be performed in Bagram, Afghanistan, with an estimated completion date of March 11, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,254,947 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-C-0008). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1783465/

All news