Back to news

September 5, 2018 | International, Aerospace

T-X competition to end in September with selection of new USAF trainer aircraft

2018-08-30 WILLIAM KUCINSKI

Officials will soon award a 350-unit contract to one of three competing aircraft teams.

According to officials, the U.S. Air Force (USAF) will select a new trainer aircraft by September 30 – before the end of the 2018 fiscal year. The aircraft will be one of the three remaining next-gen trainer candidates from the USAF's ongoing T-X competition, either the clean-sheet T-X from Boeing and Saab, the T-50A from Lockheed Martin and Korea Aerospace Industries, Ltd. (KAI), or the T-100 from Leonardo DRS.

The USAF will replace its aging fleet of Northrop T-38 Talon supersonic jet trainers with 350 new aircraft from the T-X competition, spending approximately $16 billion to acquire and maintain the new trainers over the course of their service life – one of the largest USAF contracts in recent times.

The seasoned T-38 has been in use since 1961, training nearly 50,000 pilots who would later fly aircraft like the Boeing B-52 Stratofortress, Lockheed SR-71 Blackbird, McDonell Douglass F-15 Eagle, and Fairchild Republic A-10 Thunderbolt II. However, as the USAF transitions employs more and more cutting-edge technologies, a next-gen trainer is needed to better facilitate fifth-gen fighter aircraft pilot training for the Lockheed Martin F-22 Raptor and F-35 Lighting II.

The winning T-X aircraft will serve as a platform to acclimate pilots to aircraft with extreme agility, full-sensor fusion, integrated avionics, supercruise, and consolidated and integrated battlespace management technologies.

Industry analysts currently favor the Lockheed/KAI T-50A – based on KAI's T-50 trainer used by South Korea's Republic of Korea Air Force and co-developed by Lockheed Martin, manufacturer of the F-22 and F-35; and the Boeing/Saab T-X – which, as a completely new design – benefited from additional development time due to the T-X competition's repeatedly protracted award announcement.

While speculation has floated that the T-X award announcement would occur during the Air Force Association's Air, Space & Cyber (ASC) Conference from Sept. 17-19, those close to the program hinted at a decision coming through the following week of Sept. 24.

https://www.sae.org/news/2018/08/t-x-competition-to-end-in-september-with-selection-of-new-usaf-trainer-aircraft

On the same subject

  • Contract Awards by US Department of Defense - November 05, 2019

    November 6, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 05, 2019

    DEFENSE INTELLIGENCE AGENCY Dynetics Inc., Hunstville, Alabama (HHM402-19-D-0023), was awarded a five-year base with possible five-year option, indefinite-delivery/indefinite-quantity contract with a ceiling value of $737,992,267. This contract will provide support services for the Missile and Space Intelligence Center. Work will be performed at Redstone Arsenal and Huntsville, Alabama, with an expected completion date of Oct. 31, 2029. The contract was awarded through a full and open solicitation, and one offer was received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY METIS/Celestar JV, Tampa, Florida, was awarded a $100,000,000 single award, indefinite-delivery/indefinite-quantity contract for the Defense Counterintelligence and Security Agency (DCSA). The contract provides administrative support services to support DCSA. Work locations under this contract will be determined at the individual task order level. Most work will be performed at DCSA Headquarters at the Russell-Knox Building, Quantico, Virginia, and at various DCSA field offices as directed. No funds will be obligated on the base contract award. Due to a small business size protest on Sept. 24, 2019, fiscal 2019 operations and maintenance funds in the amount of $3,200,000 are being obligated on the first task order within the next two days. The anticipated delivery schedule includes a five year base period. The request for proposal was posted on the Federal Business Opportunities website on June 27, 2019. Forty proposals were received. The DCSA Contracting Office, Quantico, Virginia, is the contracting activity (HS0021-20-D-0002). AIR FORCE Mission Essential Personnel LLC, New Albany, Ohio, has been awarded a $95,000,000 indefinite-delivery/indefinite-quantity contract for advisory and assistance services. This contract provides for technical and analytical services to support and improve policy development, decision making, management, administration and systems operation. Work will be performed primarily at Headquarters U.S. Air Forces in Europe (USAFE); USAFE bases; USAFE geographically separated units; U.S. European Command; U.S. Africa Command; and U.S. Army in Europe, including Installation Management Command, and is expected to be completed by Sept. 12, 2026. This contract is the result of a competitive acquisition, and 11 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $2,500 are being obligated at the time of the award. The 764th Specialized Contracting Squadron, Ramstein Air Base, Germany, is the contracting activity (FA5641-20-D-0001). NAVY CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown, & Root Services Inc., Arlington, Virginia (N62470-13-D-6021); and URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022), are being awarded an $80,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. The work to be performed provides for the Navy, the Navy on behalf of the Department of Defense, and the Navy on behalf of other federal agencies when authorized, an immediate response for construction services. The construction and related engineering services would respond to natural disasters, humanitarian assistance, conflict or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. After award of this modification, the total cumulative contract value will be $966,000,000, raising the contract value from $886,000,000. The contract completion date was May 2019. No funds will be obligated at time of award; funds will be obligated on subsequent modifications for work on existing individual task orders. Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity. Jacobs-Ewingcole JV, Pasadena, California, is awarded a $15,313,983 firm-fixed-price modification to increase the maximum dollar value of task order N62473-19-F-4996 under an architect-engineer indefinite-delivery/indefinite-quantity contract for China Lake Conceptual Master Planning Site Payout and Development at Naval Air Weapons Station (NAWS) China Lake. The work to be performed is to provide design and engineering services in support of the NAWS China Lake earthquake restoration program. Work will include project definitions for the following: air operations facility and air traffic control tower, Michelson Mission Systems Integration Laboratory, magazines and inert storage facility, aircraft rescue and fire-fighting (ARFF) station and community support facilities. Additionally, work will include design build request for proposal development for the following: Hangar 3 replacement, apron, taxiway and utilities, the integration lab, air operations facility and air traffic control tower, the Michelson Mission Systems Integration Laboratory, aircraft parking apron in support of Hangar 2 replacement, the advanced weapons hangar, magazines and inert storage facility, ARFF station and the community support facilities. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. After award of this modification, the total cumulative task order value will be $21,822,789. Work will be performed in San Diego, California, and is expected to be completed by September 2021. Fiscal 2020 military construction, (Navy) contract funds for $15,313,983 will be obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801). ARMY Chinook Systems Inc.,* Arlington, Virginia (W912DY-20-D-0008); Exp Federal, Chicago, Illinois (W912DY-20-D-0009); Shearer and Associates,* Huntsville, Alabama (W912DY-20-D-0010); and HDR Engineering, Omaha, Nebraska (W912DY-20-D-0011), will compete for each order of the $49,000,000 firm-fixed-price contract for architectural and engineering services for cyber in support of the various divisions and programs. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. The Ross Group Construction Corp., Tulsa, Oklahoma, was awarded a $35,042,773 firm-fixed-price contract for construction, repairs, new roofing system, metal wall panel repair, demolition and deconstruction of existing materials and renovations of office space, conference rooms, server rooms, a dock and receiving area and information technology-related activities. Bids were solicited via the internet with four received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of Oct. 31, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $35,042,773 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-C-0001). J.F. Brennan Company Inc., La Crosse, Wisconsin, was awarded a $12,828,650 firm-fixed-price contract for construction and installation of lock chamber bulkhead recesses. Bids were solicited via the internet with two received. Work will be performed in Morris, Illinois, with an estimated completion date of Dec. 20, 2020. Fiscal 2020 civil construction funds in the amount of $12,828,650 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-20-C-0011). DEFENSE LOGISTICS AGENCY Biomet 3I LLC, Palm Beach Gardens, Florida, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental equipment and accessories for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 100 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a Nov. 4, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0021) Aptiv Services 3 US LLC, Irvine, California, has been awarded a maximum $28,370,372 firm-fixed-price, indefinite-quantity contract for F-15 aircraft electrical special purpose cable assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is California, with a Nov. 5, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-20-D-0016). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2009294/source/GovDelivery/

  • SASE Threat Report: 8 Key Findings for Enterprise Security

    June 3, 2024 | International, Security

    SASE Threat Report: 8 Key Findings for Enterprise Security

    Discover how AI is transforming enterprise security and the associated risks in Cato's latest SASE Threat Report.

  • Contract Awards by US Department of Defense - June 08, 2020

    June 9, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 08, 2020

    ARMY CORRECTION: The contract W56KGY-20-D-0008, originally announced on May 29, 2020, has been changed as follows: Canadian Commercial Corp., Ottawa, Canada, was awarded a $380,117,626 hybrid (firm-fixed-price, fixed-price-level-of-effort) contract for MX sensor systems product and system support. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 28, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-20-D-0008). (Awarded June 5, 2020) AIR FORCE L3Harris Technologies Inc., Clifton, New Jersey, has been awarded an estimated $70,000,746 firm-fixed-price, indefinite-delivery requirements contract for AN/ALQ-161A radio frequency surveillance/electronic countermeasures system line replaceable units and shop replaceable units. This contract provides for the repair of 154 national stock numbers applicable to the B1-B aircraft/electronic countermeasures. Work will be performed in Amityville, New York, and is expected to be completed June 5, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 consolidated sustainment activity group-engineering funds will be used to fund individual orders issued against the basic contract. No funds will be obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-20-D-0002). NAVY Nova Group Inc., Napa, California, is awarded a $43,771,888 firm-fixed-price contract (N44255-20-C-1002) for Pier 3 and Dry Dock 4 modernization at the Naval Base Kitsap, Puget Sound Naval Shipyard and the intermediate maintenance facility. All work will be performed in Bremerton, Washington. The work to be performed is to construct seven new electrical substations, demolish four substations, alter Dry Dock 4 and Pier 3 electrical distribution systems, enclose service utility galleries to prevent flooding during docking operations and Pier 3 piles modifications. Work is expected to be complete by August 2023. Fiscal 2020 military construction contract funds in the amount of $43,771,888 are obligated on this award and do not expire at the end of the current fiscal year. Five proposals were received for this contract. The Naval Facilities Engineering Command, Northwest, Bremerton, Washington, is the contracting activity. Bath Iron Works, Bath, Maine, is awarded a $42,772,449 cost-plus-award-fee modification to previously awarded contract N00024-18-C-2313 to exercise options for the accomplishment of lead yard class services for the DDG 51-class destroyer program. Work will be performed in Bath, Maine (95%); Brunswick, Maine (4%); and other locations collectively totaling less than 1%. This option exercise is for lead yard services (LYS) for the DDG 51-class destroyer program. LYS provides necessary engineering, technical, material procurement and production support; configuration; class flight and baseline upgrades and new technology support; data and logistics management; lessons learned analysis; acceptance trials; post-delivery test and trials; post shakedown availability support; reliability and maintainability; system safety program support; material and fleet turnover support; shipyard engineering team; turnkey; crew indoctrination, design tool/design standardization, detail design development, and other technical and engineering analyses for the purpose of supporting DDG 51-class ship construction and test and trials. In addition, DDG 51-class LYS may provide design, engineering, procurement and manufacturing/production services to support design feasibility studies and analyses that modify DDG 51-class destroyers for Foreign Military Sales (FMS) programs sponsored by the Department of the Navy and the Department of Defense. Work is expected to be complete by June 2021. Fiscal 2015, 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $40,438,200 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 Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $37,510,677 cost-plus-fixed fee contract modification to previously awarded contract N00024-16-C-5103 for additional Aegis combat system engineering, computer program maintenance, in-country support, staging support and implementation studies in support of current and future Foreign Military Sales (FMS) Aegis shipbuilding programs in support of the Japan Maritime Self-Defense Force, Republic of Korea Navy, Spanish Armada, Royal Australian Navy and Royal Norwegian Navy, with scope available to support other potential FMS customers. Work will be performed in Moorestown, New Jersey (96%); Tokyo, Japan (1%); Seoul, South Korea (1%); Bergen, Norway (1%); and Adelaide, Australia (1%), and is expected to be complete by September 2020. This modification will provide for additional Aegis combat system engineering, computer program maintenance, in-country support, staging support and implementation studies in support of current and future shipbuilding programs for Japan, Korea, Spain, Australia, Norway and other potential FMS customers. The Aegis FMS programs that will be supported include the Japan Maritime Self-Defense Force Kongo and Atago class ships, Republic of Korea Navy KDX III class ships, Spanish Armada F-100 and F-110 program, Royal Norwegian Navy F310 class ships and Royal Australian Navy Hunter and Hobart class ships. FMS funding in the amount of $27,957,817 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1) and 10 U.S. Code 2304 (c)(4), this contract was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements and International Agreement, respectively. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Space Ground System Solutions LLC,* Melbourne, Florida, is awarded a $29,596,469 cost-plus-fixed-fee contract for research and prototype development of spacecraft electronics and space/airborne electronic systems and maintenance, development, enhancement and testing supporting mission operations of Department of Defense space assets. Work will be performed in Washington, D.C. The Naval Center for Space Technology (NCST), located at the U.S. Naval Research Laboratory (NRL) in Washington, D.C., is the designated lead laboratory for Navy space programs. NCST has the primary responsibility to develop space systems, spacecraft payloads, tactical communications and aerospace systems to actively pursue emerging technologies in an effort to advance space, tactical and aerospace system development. This contract will support the continual development and advancement of the software and hardware that provides state of the art solutions to space applications. Work is expected to be complete by June 2024. This contract includes options which will bring the cumulative value of this contract to $155,950,111, if exercised. Working capital funds in the amount of $2,060,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was a negotiated acquisition under the authority of Title 10 U.S. Code 2304(b)(2), as stated in Federal Acquisition Regulation 6.203. This contract was competitively procured with one offer received via FedBizOpps. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity. Rolls-Royce Marine North America Inc., Walpole, Massachusetts, is awarded a $10,980,114 firm-fixed-price, basic ordering agreement order (N64498-20-F-4221) for main propulsion monobloc propellers, propeller hubs, oil distribution boxes, blades and propeller blades for various Navy Ship Classes. Work will be performed in Walpole, Massachusetts, and is expected to be complete by September 2021. The supplies under this order: monobloc propellers, propeller hubs, oil distribution boxes, blades and propeller blades, will be manufactured, machined and fabricated by Rolls-Royce Marine North America (RRMNA) in order to provide this equipment to the Navy. RRMNA is the original designer, developer and sole manufacturer of the items covered in this requirement. Fiscal 2020 other procurement (Navy) funding in the amount of $10,980,114 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. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania is the contracting activity. DEFENSE LOGISTICS AGENCY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $12,994,546 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for transfer cases with containers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Location of performance is Wisconsin, with a June 8, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal year 2020 through 2023 (Army) working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0107). CORRECTION: The modification (P00005) announced May 7, 2020, for Extra Packaging LLC,* Boca Raton, Florida (SPE2DS-19-D-0082), for $7,562,500 was announced with an incorrect award and performance completion date. The correct award date is June 8, 2020, and correct performance completion date is Feb. 8, 2022. DEFENSE HEALTH AGENCY NetImpact Strategies, Chantilly, Virginia, was awarded an $11,766,010 modification under previously awarded firm fixed-price contract HT00-19-F-0017 to fund the first year option period for a Medical Community of Interest with fiscal 2020 operations and maintenance funds. The congressional notification for the award was issued May 31, 2019. This task provides program and project management – program communication and coordination, coordinate security architecture installation, circuit coordination, internet protocol data collection analysis, processing and validation. Optional tasks include operations cell management, business-to-business Virtual Private Network coordination and data collection effort. This contract was awarded through the Small Business Administration (SBA) program with woman-owned business participating in the U.S. SBA 8(a) Business Development Program using the General Services Administration Streamlined Technology Application Resource for Services II contract. The place of performance is Falls Church, Virginia. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded June 3, 2020) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2212180/source/GovDelivery/

All news