Back to news

August 15, 2019 | International, Aerospace

Small-satellites and Downstream Digital Transformation Accelerate Space Industry Evolution

Global launch demand and cumulative launch opportunities of $102.52 billion from 2019-2030 will augment growth prospects, finds Frost & Sullivan

LONDON, Aug. 14, 2019 /CNW/ -- New market entrants, platforms, services and business models are disrupting the global space industry. To serve an evolving market, value chain players are developing flexible, affordable, dedicated, competitive and complementary solutions for end customers to sustain significant growth opportunities. Frost & Sullivan forecasts the total revenue opportunities for the global satellite manufacturing market to soar past $366.06 billion with global launch demand for 12,766 satellites and cumulative launch opportunities of $102.52 billion for the period 2019 to 2030.

"The space industry is rapidly evolving. Not only are satellite platforms becoming more agile and robust with the execution of software-based satellites, electric propulsion systems and spot beam offerings, but competition in the launch services market is lowering prices and new entrants with mega-constellation-based business models are poised to disrupt the connectivity and earth observation market," said Arun Kumar Sampathkumar, Industry Manager, Space at Frost & Sullivan.

Currently, there is a clear gap between satellite launch demand and the supply of launch services with an average launch wait period of six months to two years for satellite operators. However, more than 40 global new participants are developing launch vehicles to bridge this gap.

"In the small-satellite launch segment, the major unmet needs include on-demand launch, independent mission from the primary launch payload, and launch cost," noted Sampathkumar. "Due to the existing gap between supply and launch, the launch service market is price inelastic. However, with the entry of new vehicles and reusable capabilities, launch supply is likely to increase and will lead the market towards price sensitivity."

Downstream data pressures have meant that communication satellites represent the fastest growing market segment, increasing demand for the manufacture of high-throughput and constellation communication satellites.

Sampathkumar sees multiple incumbents and new participants looking to install their high-capacity communication satellites in Geostationary Earth Orbit (GEO), Medium Earth Orbit (MEO), and Low Earth Orbit (LEO) orbits. This will result in both new installation and recurring replacement mission demand for manufacturing communication satellites.

Growth opportunities participants should tap into for future successes include:

  • The manufacturing sector utilising COTS technologies, additive manufacturing, Industrial IoT (IIoT), and serial production with systems and satellite platform standardisation.
  • The launch services sector focussing on infrastructure-as-a-service for dedicated launch service providers and vehicle reusability to reduce launch costs.
  • Ground station services players developing a global network of ground stations that utilise automated aggregator platforms as well as standarise mission control processes and systems.
  • Earth observation participants developing affordable standard platforms for value-added service providers.
  • Satellite communication players focussing on network standardisation and integration, including terrestrial and capacities in LEO, MEO, and GEO.

'Consumerisation' of Space has taken a leap forward with end users demanding seamless connectivity, actionable geospatial intelligence, and advanced sensing capabilities to drive new business propositions and solutions. Disruptions impacting the ecosystem are driven by technology, manufacturing processes and business models from traditional players like SES, SpaceX and Airbus, and new space participants like RocketLab, EarthNow, OneWeb and SpireGlobal.

Frost & Sullivan latest analysis, Global Space Industry Outlook, 2019 and Beyond explores key questions such as what drives the market? What are the critical shifts to watch? Which best practices are important to note? Who are the emerging players? The space industry within the scope of this study is segmented into satellite manufacturing, launch services, ground stations and satellite networks, and downstream applications including satellite communication, earth observation, navigation, scientific missions, and technology demonstration.

Global Space Industry Outlook, 2019 and Beyond is the latest addition to Frost & Sullivan's Space research and analysis available through the Frost & Sullivan Leadership Council, which helps organisations identify a continuous flow of growth opportunities to succeed in an unpredictable future.

https://www.newswire.ca/news-releases/small-satellites-and-downstream-digital-transformation-accelerate-space-industry-evolution-802341560.html

On the same subject

  • Contract Awards by US Department of Defense - October 4, 2018

    October 5, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 4, 2018

    NAVY Asturian-Consigli JV LLC,* Virginia Beach, Virginia (N40085-18-D-1124); Edifice LLC, doing business as Edifice Solutions,* Beltsville, Maryland (N4008-18-D-1125); ED DesignBuild LLC,* Germantown, Maryland (N40085-18-D-1126); HCG-JCG JV,* Escondido, California (N40085-18-D-1127); and Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-18-D-1128), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for general construction projects in the Hampton Roads area of Virginia. The maximum dollar value for all five contracts combined is $249,000,000. The work to be performed provides for, but is not limited to, new construction, renovation, alteration, and repairs for general construction projects. Types of facilities include, but are not limited to warehouses, training facilities, personnel support and service facilities, housing facilities, etc. Asturian-Consigli JV LLC is awarded initial task order at $2,947,636 for the foundation and crawl space repairs at the advanced electronic guidance and instrumentation system facility (V-10) on Wallops Island, Accomack County, Virginia. Work for this task order is expected to be completed by December 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads area, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance, (Navy) contract funds in the amount of $2,967,636 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operation and maintenance, (Navy) and military construction. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 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. (Awarded Sept. 29, 2018) MacDonald-Bedford | MBP JV,* Alameda, California, was awarded a maximum amount $98,000,000 indefinite-delivery/indefinite-quantity contract to provide construction management services in support of the Guam Defense Policy Review Initiative (DPRI) Program. The work to be performed will support the existing Naval Facilities Engineering Command (NAVFAC) workforce capabilities and provide increased capability to support construction projects and associated efforts undertaken by NAVFAC Pacific. The outcome to be achieved is the hiring of temporary supplemental construction management and engineering technician services. No task orders are being issued at this time. Work will be performed primarily in the Marianas region of operation (to include the following islands but not limited to: Guam, Tinian, Pagan, Palau, Chuuk, Saipan, and Northern Mariana Islands) (80 percent); Australia (10 percent); and Hawaii (10 percent), and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-18-D-1171). (Awarded Sept. 29, 2018) Davcon Inc.,* Virginia Beach, Virginia (N40085-18-D-1149); Delaware Corp.,* Topping, Virginia (N4008-18-D-1150); Doyon Project Services,* Federal Way, Washington (N40085-18-D-1151); Rand Enterprises,* Newport News, Virginia (N40085-18-D-1152); and Within Interior Design Inc., doing business as Tazewell Contracting,* Norfolk, Virginia (N40085-18-D-1153), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for heating, ventilating and air conditioning construction projects in the Hampton Roads area of Virginia. The maximum dollar value for all five contracts combined is $95,000,000. The work to be performed will primarily consist of new construction, demolition, repair, alteration, and renovation of heating, ventilating and air conditioning equipment, systems and infrastructure to include system components such as fans, motors, ductwork, controls, pumps, piping, supports, and insulation. Types of facilities on which work will be performed include administrative/industrial buildings, maintenance shops, warehouses, hangars, communications facilities, personnel support/instructional buildings, recreational facilities, lodging/dormitory facilities, medical clinics, training areas, indoor ranges, etc. Davcon Inc. is being awarded initial task order at $148,400 for the replacement of a chiller at Building 3889 at Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia. Work for this task order is expected to be completed by February 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads area, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $168,400 are obligated on this award and expired at the end of the fiscal 2018. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 11 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. (Awarded Sept. 29, 2018) A&H-Ambica JV LLC,* Livonia, Michigan (N40085-18-D-8733); Building Associates Inc.,* Bloomington, Indiana (N4008-18-D-8734); Federal Construction Group Inc.,* San Diego, California (N40085-18-D-8735); Krempp Construction Inc., Jasper, Indiana (N40085-18-D-8736); Midnight Sun Global Services LLC,* South Bend, Indiana (N40085-18-D-8737); and SEI Group Inc., Huntsville, Alabama (N40085-18-D-8738), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for general construction projects in Crane, Indiana. The maximum dollar value for all six contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, roads, etc., in support of the Naval Facilities Engineering Command, Public Works Department Crane, Indiana. A&H-Ambica JV LLC is awarded initial task order at $1,876,276 for the renovation of Building 2724 Break Room Renovation at Public Works Department Crane, Indiana. Work for this task order is expected to be completed by October 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Public Works Department Crane, Indiana area of responsibility. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 Navy working capital contract funds in the amount of $1,901,276 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operations and maintenance (Navy); and military construction. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These six 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. (Awarded Sept. 29, 2018) DEFENSE LOGISTICS AGENCY BP Products North America Inc., Chicago, Illinois, has been awarded a maximum $47,075,766 fixed-price with economic price adjustment contract for aviation fuel. This was a competitive acquisition with 19 offers received. This is a one-year base contract with no option periods. Location of performance is Singapore, with a Dec. 31, 2019, performance completion date. Using military services are Army, Navy, and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0452). Olgoonik Technical Services LLC, Anchorage, Alaska, has been awarded a maximum $11,579,403 modification (P00027) exercising the third one-year option period of a one-year base contract (SP3300-16-C-5001) with four one-year option periods for warehousing and distribution support services. This is a fixed-price-incentive firm contract with cost-reimbursement line items. The modification brings the total cumulative face value of the contract to $40,706,113 from $29,126,709. Locations of performance are Alaska and California, with an Oct. 15, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. AIR FORCE Onvoi LLC, De Funiak Springs, Florida, has been awarded a $39,951,581 contract for base operating services at March Air Reserve Base, California. This contract provides for all personnel, supervision, equipment, tools, materials, supplies, test equipment, and other items and services necessary to accomplish supply, vehicle operations and maintenance, traffic management, real property maintenance, fuels management, and airfield management. Work will be performed at March ARB, California, and is expected to be completed by Oct. 31, 2023. This award is the result of a competitive acquisition and 10 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,106,974 are being obligated at the time of award. Air Force Reserve Command Robins Air Force Base, Georgia, is the contracting activity (FA4664-19-C-0001). CORRECTION: The Sept. 28, 2018, announcement of a $1,051,818,540 cost-plus-fixed-fee contract award to The Aerospace Corp., El Segundo, California (FA8802-19-C-0001), for Federally Funded Research and Development Center support, was not for a contract modification. All other information in the announcement is correct. ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $16,038,473 modification (P00151) to contract W56HZV-15-C-0095 for spares acquisition integrated with production. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 31, 2018. Fiscal 2018 procurement Marine Corps; and other procurement, Army funds in the amount of $16,038,473 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1654951/source/GovDelivery/

  • Contract Awards by US Department of Defense - February 12, 2021

    February 15, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 12, 2021

    AIR FORCE AECOM Technical Services Inc., Los Angeles, California (FA8903-21-D-0002); APTIM Federal Services LLC, Alexandria, Virginia (FA8903-21-D-0001); Atkins Black & Veatch FSB JV, Denver, Colorado (FA8903-21-D-0003); Benham – Mead & Hunt, Oklahoma City, Oklahoma (FA8903-21-D-0005); Burns & McDonnell Inc., Kansas City, Missouri (FA8903-21-D-0006); HDR Environmental, Operations and Construction Inc. Spring Branch, Texas (FA8903-21-D-007); Jacobs Government Services Co., San Antonio, Texas (FA8903-21-D-0008); OTIE-Merrick JV, Milwaukee, Wisconsin (FA8903-21-D-0010); Michael Baker International Inc., Moon Township, Pennsylvania (FA8903-21-D-0004); Parsons Government Services Inc., Pasadena, California (FA8903-21-D-0011); Leo A Daly Co., Minneapolis, Minnesota (FA8903-21-D-0009); Pond-CDM Smith JV LP, Peachtree Corners, Georgia (FA8903-21-D-0012); Tetra Tech Inc., Marlborough, Massachusetts (FA8903-21-D-0013); TransSystems GHD JV, Berkeley, California (FA8903-21-D-0014); Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania (FA8903-21-D-015); Woolpert RS&H LLC, Dayton, Ohio (FA8903-21-D-0016); and WSP Mason Hanger JV, Washington, D.C. (FA8903-21-D-0017), have collectively been awarded a $2,000,000,000 indefinite-delivery/indefinite-quantity, multiple award task order contract for architect and engineering services. This contract supports the Air Force worldwide infrastructure design and construction missions, specifically for the Air Force Civil Engineer Center, Air Force Installation Contracting Center, Air Force Life Cycle Management Center and Army Installation Management Command directorates. Work is expected to be completed by February 2026. Fiscal 2021 operation and maintenance funds in the amount of $51,000 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, San Antonio, Texas, is the contracting activity. SURVICE Engineering Co. LLC, Belcamp, Maryland, has been awarded an $87,800,749 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the Department of Defense (DOD) Information Analysis Center (IAC) Basic Center of Operations. This contract provides for the acquisition, storage, retrieval, synthesis, analysis and dissemination of 22 technical focus areas and scientific technical information for the DOD IAC mission. Work will be performed in Belcamp, Maryland, and is expected to be completed February 2027. This award is the result of a competitive acquisition and two offers were received. No specific funds are being obligated on the basic contract. Fiscal 2021 research, development, test and evaluation funds in the amount of $147,340 will be obligated shortly after award on a separate task order. Air Force Installation Contracting Center, Offutt Air Force Base, Nebraska, is the contracting activity (FA8075-21-D-0001). (This contract was originally announced May 19, 2020, but was not awarded until Feb. 12, 2021) Ampex Data Systems, Hayward, California, has been awarded a $9,999,999 firm-fixed price, indefinite-delivery/indefinite-quantity contract for telemetric electrical system-supplies and ancillary services. The contractor will furnish all personnel, equipment, labor, tools, materials and other items necessary to provide recorders, parts, technical engineering support, upgrades and the ability for maintenance sustainment of airborne data recorders and ground data recorders for the Air Force Test Center at Edwards Air Force Base, California; Eglin AFB, Florida; and other Department of Defense and National Aeronautics and Space Administration continental U.S. activities. Work will be performed at Edwards AFB, California, and is expected to be completed Feb. 11, 2026, and if option is exercised, Feb 11, 2031. This award is the result of a sole-source acquisition. Fiscal 2021 research, development, test and evaluation funds in the amount of $140,000 are being obligated at the time of award. Air Force Test Center, Edwards AFB, California, is the contracting activity (FA9302-21-D-0003). Acierto LLC, Farr West, Utah (FA4686-21-D-0001); Amplified Industrial Inc., Sacramento, California (FA4686-21-D-0002); Polu Kai Tidewater JV, Falls Church, Virginia (FA4686-21-D-0003); Trinity Builders LLC, Plumas Lake, California (FA4686-21-D-0004); and V Lopez Jr & Sons, Santa Maria, California (FA4686-21-D-0005), will compete for each order of a $9,200,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for infrastructure repair requirements. Work will consist of multiple disciplines in general construction categories for the military base facilities of Beale Air Force Base, California. Bids were solicited via the government-wide point of entry via solicitation and 10 bids were received. Exact work location and funding will be determined with each order, with an estimated contract completion date of Feb. 11, 2029. Fiscal 2021 operation and maintenance funds will be used with no funds being obligated at the time of award. Air Force Installation Contracting Center, Beale Air Force Base, California, is the contracting activity. Serco Inc., Herndon, Virginia, has been awarded a $7,681,160 modification (P00002) to contract FA2517-20-C-0003 for Ground-based Electro-Optical Deep Space Surveillance system support. Work will be performed in Socorro, New Mexico; Maui, Hawaii; and Diego Garcia, British Indian Ocean Territory, and is expected to be completed April 30, 2022. Fiscal 2021 operation and maintenance funds in the full amount will be obligated the time of award. The total cumulative face value of the contract is $57,097,418. The 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity. ARMY Moderna US, Cambridge, Massachusetts, was awarded a $1,650,000,000 modification (P00004) to contract W911QY-20-C-0100 for an additional 100 million doses of SARS-CoV-2 mRNA-1273 Moderna vaccine. Work will be performed in Cambridge, Massachusetts, with an estimated completion date of July 31, 2021. Fiscal 2021 research, development, test and evaluation (Army) funds in the amount of $1,650,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded Feb. 11, 2021) General Dynamics Ordnance and Tactical Systems, Garland, Texas, was awarded an $111,853,284 firm-fixed-price contract for MK80 series general purpose tritonal bomb components. Bids were solicited via the internet with one received. Work will be performed in Garland, Texas, with an estimated completion date of Dec. 30, 2022. Fiscal 2019 and 2020 aircraft procurement (Army) funds in the amount of $111,853,284 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-F-0104). Armtec Countermeasures Co., Coachella, California, was awarded a $24,953,504 firm-fixed-price contract for Flare Aircraft Countermeasure M206 and Flare Aircraft Countermeasure MJU-7A/B. Bids were solicited via the internet with three received. Work will be performed in Camden, Arkansas, with an estimated completion date of Dec. 31, 2026. Fiscal 2019 and 2020 aircraft procurement appropriations funds in the amount of $24,953,504 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-F-0101). NAVY Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded a $236,941,008 modification for the firm-fixed-price portion of previously awarded contract M67854-19-C-0043. The total cumulative face value of the contract is $686,355,923. This modification provides for the exercise of three option contract line items to procure eight Ground/Air Task Oriented Radar Gallium Nitride full rate production systems with associated travel and one lot of the initial provisioning package (spares) in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum, Maryland, and is expected to be complete by Feb. 28, 2024. Fiscal 2021 procurement (Marine Corps) funds in the amount of $236,941,008 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043). Association of Consultants and Engineers,* Leonardtown, Maryland, is awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity contract for multi-media environmental compliance services, with an emphasis on storm water, wastewater and drinking water for the Naval Facilities Engineering Systems Command (NAVFAC), Washington, D.C., area of operations (AO) and U.S. territories. All work on this contract will be performed in the Washington, D.C., AO and U.S. territories. The term of the contract is not to exceed 66 months with an expected completion date of August 2026. Fiscal 2021 operation and maintenance (Navy) (OM,N) contract funds in the amount of $10,000 for guaranteed minimum are obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OM,N. This contract was competitively procured via the beta.SAM.gov website with eight proposals received. NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-21-D-0013). Cianbro Corp., Pittsfield, Maine, is awarded a $20,850,000 firm-fixed-price contract modification for dredging requirements to support multi-mission Dry Dock #1 extension located at the Portsmouth Naval Shipyard. After award of this modification, the total cumulative contract value will be $197,615,254. Work will be performed in Kittery, Maine, and is expected to be completed by March 2022. Fiscal 2021 military construction (Navy) contract funds in the amount of $20,850,000 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8500). EPS Corp., Tinton Falls, New Jersey, is awarded a $10,017,166 cost-plus-fixed-fee and firm-fixed price modification to previously awarded indefinite delivery/indefinite quantity contract N00174-17-D-0026 to exercise an option for technical expertise in the development and testing of underwater weapons and underwater weapons systems components. Work will be performed in Tinton Falls, New Jersey (95%); and Cagliari, Italy (5%), and is expected to be completed by February 2022. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity. L3 Harris Technologies Inc. Anaheim, California, is awarded an $8,203,414 cost-plus-fixed-fee contract modification (P00038) for options under previously awarded and announced contract N00030-18-C-0001. The work will provide services and support for Flight Test Instrumentation (FTI) systems. Work will be performed in Anaheim, California (60 %); Cape Canaveral, Florida (25 %); and Washington, D.C. (15%), with an expected completion date of Oct. 12, 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $3,021,941 will be obligated at time of this award and will expire at the end of the current fiscal year. Fiscal 2021 other procurement (Navy) funds in the amount of $2,423,298; fiscal 2021 weapons (Navy) funds in the amount of $1,814,175; and fiscal 2021 United Kingdom funds in the amount of $944,000, are being obligated at time of this award and will not expire at the end of the fiscal year. This contract modification is being awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities (now beta.SAM.gov) website. Strategic Systems Programs, Washington, D.C., is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY General Atomics Aeronautical Systems Inc. Poway, California, was awarded a $9,037,064 cost-plus-fixed-fee contract for the Longshot Phase One. This contract provides for the research, development, and demonstration of the Longshot. Work will be performed in Poway, California (71%); Orlando Florida (14%); Buffalo, New York (7%); Kirkland, Washington (5%); and Pontiac, Michigan (3%), with an estimated completion date of February 2022. Research and development funds in the amount of $2,141,687 are being obligated at the time of award. This contract is a limited sources competitive acquisition in accordance with the original broad agency announcement, HR0011-20-S-0037. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-21-C-0023). DEFENSE LOGISTICS AGENCY Dominion Energy South Carolina Inc., Cayce, South Carolina, has been awarded a $10,758,408 modification (P00009) to 50‐year contract SP0600‐18‐C‐8326, with no option periods for the ownership, operation and maintenance of the natural gas distribution utility systems at Fort Jackson, South Carolina. This is a fixed‐price with economic‐price‐adjustment contract. Location of performance is South Carolina, with a Nov. 18, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2070 Army operation and maintenance funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Jackson, South Carolina. Lovell Government Services LLC, Pensacola, Florida, has been awarded a maximum $9,653,838 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical and surgical supplies. This was a competitive acquisition with 41 responses received. This is a five-year contract with no options. Location of performance is Florida, with a Feb. 11, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0013). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2503055/source/GovDelivery/

  • Lockheed, U.S. Military Establish F-35 Public-Private Partnership

    June 16, 2020 | International, Aerospace

    Lockheed, U.S. Military Establish F-35 Public-Private Partnership

    Lee Hudson Fleet Readiness Center East is now certified to repair and test 14 F-35 components as part of a new public-private partnership with Lockheed Martin. FRCE is the lead site for depot-level maintenance on the F-35B short-takeoff-and-vertical-landing variant. Since 2013, the depot has conducted modification and repair for all three F-35 variants. FRCE provides engineering and logistics support for naval aviation, the other services, federal agencies and foreign governments. “This is a new workload coming in for Fleet Readiness Center East,” Steve Gurley, F-35 capability establishment at FRCE, said in a June 15 statement. “We inducted our first F-35 valve in February, into our valves and regulators shop. That valve is the first of 14 components that we've declared capability on.” Components of FRCE will work on span from valves, to ejection seats, to a turbomachine that provides power to start the jet's engine. The depot has declared capability in repairing and testing 14 components and anticipates that list growing to more than 105 components for the F-35. This new work positions FRCE to have a scheduled workload through 2024, Gurley said. Each new component declaration requires an in-depth analysis of current workload, future workload, facilities and required skill sets. “Our team consists of logisticians, industrial engineering technicians, engineers, facilities, program managers and the business office,” Gurley said. When FRCE establishes a new capability, the goal is to begin operation at full capacity and work through any unexpected obstacles. “We don't want to induct a component for repair and then have it go right into a delay status for material, or something that we have control over,” Gurley said. The plan is for FRCE to go from 14 F-35 components to 57 through November 2021. Some of the components are on the fleet's top degrader list, meaning when FRCE can repair and test those components it should help support F-35 readiness rates. https://aviationweek.com/defense-space/aircraft-propulsion/lockheed-us-military-establish-f-35-public-private-partnership

All news