Back to news

October 10, 2019 | International, C4ISR

The data challenge of space-based hypersonics defense

By: Nathan Strout

Managing data is the biggest challenge to developing a new space-based sensor layer that would help detect hypersonic weapons, the director of the Missile Defense Agency said Oct. 7.

The agency is working toward building the Hypersonic and Ballistic Tracking Space Sensor, a layer of sensors on orbit that would be capable of detecting and tracking hypersonic weapons that the nation's current missile defense architecture was not designed to handle. The new system will be built into the Space Development Agency's constellation of low earth orbit satellites.

For Vice Adm. Jon Hill, the director of the agency, designing the sensors for the system is a surmountable engineering issue and evolving commercial launch capabilities mean it will be easy to get the technology to space once its ready. The real challenge is “the passing of track data between different space vehicles and maintaining track and dealing with clutter.”

Hypersonic weapons are dimmer than traditional ballistic missiles, making them harder to detect. The sensors will have to be able to remove that clutter, detect the threat and then pass their data to the next LEO sensor, which will pick up the object as it travels around the globe at hypersonic speed. Allowing for that data flow from sensor to sensor is essential to the effective operation of the system.

Hill compared the complexity of that data transfer to his time in the Navy, where information had to go between moving vessels, but the data issue with satellites is magnitudes of order more difficult.

“When you put yourself on a moving body that's moving, not at 30 knots but at a much higher speed, you know, maintaining the stability of that track, being able to pull the clutter out of it, determining how much you want to process up on orbit versus how much you want to feed down and process on the ground, then how you distribute. Do you distribute directly from the sensor? Do you control the weapon from space? Or do you take it to the ground station and do it there? There [are] different trades, and we'll probably do it differently in a lot of different ways because that adds to the overall resilience of the system,” Hill said speaking at a Center for Strategic and International Studies event October 7.

Finding the right answers to those questions will be a priority for the MDA as it works to works to get the system on orbit quickly.

“It's going to be a great capability. We just need to get it up there as soon as we can and rapidly proliferate,” Hill said.

https://www.c4isrnet.com/battlefield-tech/space/2019/10/09/the-data-challenge-of-space-based-hypersonics-defense/

On the same subject

  • What do Marines want in their next drone? Everything

    May 14, 2018 | International, Aerospace, Naval

    What do Marines want in their next drone? Everything

    By: Mark Pomerleau The Marine Corps has revamped its requirements for a large unmanned aerial system after industry leaders said an early version of the drone could cost as much as $100 million. Now, Marine leaders are following a tiered approach to the requirements as a way to manage costs and work closely with industry. The Marines are charting ahead with the Marine Air Ground Task Force (MAGTF) Unmanned Expeditionary, or MUX, group 5 UAS. The Marines have long expressed a desire for an organic drone in the Group 5 category, the largest category of military drones. The initial desired capability set for the MUX was extremely broad, mirroring a Swiss Army knife of mission sets. When first presented to industry, leaders derided the expansive mission set as too costly. “They came back and said you're talking about something that's going to be $100 million, as big as a V-22. Are you sure that's what you want?,” Lt. Gen. Robert Walsh, commanding general of the Marine Corps Combat Development Command and Deputy Commandant for Combat Development and Integration, told a small group of reporters following his appearance at the Modular Open Systems Summit in Washington May 1. “We said ‘No, that's not what we want, not something that big. We want something to fly off a ship, off an expeditionary site. What that allowed us to do through the industry involvement then was to neck down, if you look at the [request for information] we sent out for the industry day, it tiered the requirements.” The initial RFI was released March 8. With the tiered requirements approach, Walsh explained that the Marines listed four capabilities they wanted most, while others could be nice to haves or even be handled by other assets. Tier 1 capabilities include airborne early warning – which Walsh said industry wasn't heavily considering but is a capability the Marines absolutely need coming off a ship – command and control communications, digitally passing information, intelligence, surveillance and reconnaissance and electronic warfare. Additional capabilities include potential weapons armament if the drone will escort V-22s and logistics. “Amazon, FedEx, somebody else will help us with that and we'll probably buy what they're developing,” Walsh said of the logistics portion. Similarly, Col. James Frey, the director of the Marine Corps' Aviation Expeditionary Enablers branch, told USNI News that the Future Vertical Lift program might fill this void, adding that whatever is not covered by the program could be done with the CH-53K heavy-lift helicopter. Ultimately, Walsh noted that bringing industry in early will help the service refine its requirements before setting them in stone, leading to a better capability. The industry day, slated for June 6 and 7, will “bring everybody together and help us with this and have like a workshop approach to that. Both primes and small subs,” he said. “I find this is a way that will allow us to go fast.” https://www.c4isrnet.com/unmanned/2018/05/02/what-do-marines-want-in-their-next-drone-everything/

  • Contract Awards by US Department of Defense - May 7, 2019

    May 8, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - May 7, 2019

    NAVY Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $84,925,824 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5116 for AEGIS combat system engineering, architecture, development, integration and test; Naval Integrated Fire Control-Counter Air integration and test; and training, studies and computer program maintenance. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2019. Fiscal 2014 and 2017 shipbuilding and conversion (Navy); fiscal 2018 and 2019 research, development, test, and evaluation (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $58,414,159 will be obligated at the time of award and funding in the amount of $4,217,275 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. G2 Software Systems Inc.,* San Diego, California, is awarded a $83,493,639 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. Fiscal 2019 working capital (Navy) funds in a guaranteed amount of $10,000 will be obligated at the time of award and will not expire by the end of the current fiscal year. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0059). Geocent,* Metairie, Louisiana, is awarded a $83,338,808 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0060). Forward Slope Inc.,* San Diego, California, is awarded a $76,903,173 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0058). Advanced Sciences and Technologies LLC (AS&T),* Berlin, New Jersey, is awarded a $68,106,416 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a Request for Proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0056). Solute Inc.,* San Diego, California, is awarded a $55,891,672 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0061). United Technologies Corp., Pratt & Whitney Engines, East Hartford, Connecticut, is awarded $55,675,476 for modification P00005 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1021). This modification provides additional funding for F135 long lead items to support the production delivery schedule, exercises an option for additional initial spare parts, and provides program administrative labor for the global spares pool in support the Navy; Air Force, and Marine Corps, non-U. S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in April 2022. Fiscal 2019 aircraft procurement (Navy, Air Force, and Marine Corps); non-U.S. DoD participant and FMS funds in the amount of $55,675,476 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This effort combines purchases for the Navy ($4,161,749; 7.5 percent); Air Force ($3,116,792; 5.6 percent); Marine Corps ($556,570; 1.0 percent); non-U.S. DoD participants ($24,899,106; 44.7 percent); and FMS Customers ($22,941,259; 41.2 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Data Intelligence LLC,* Marlton, New Jersey, is awarded a $48,103,672 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy), shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0057). Black Construction/MACE International JV, Harmon, Guam, is awarded a $29,877,000 firm-fixed-price contract for the construction of a three-megawatt photovoltaic electrical generation system at Naval Support Facility (NSF) Diego Garcia. The work to be performed provides for the construction (design-bid-build) of a three-megawatt photovoltaic electrical generation system and the supporting electrical distribution system upgrades required to interconnect the photovoltaic array with the existing NSF Diego Garcia. The project will also include site preparation, fencing, perimeter lighting and a ground cover system. Work will be performed in Diego Garcia, British Indian Ocean Territories and is expected to be completed by June 2021. Fiscal 2015 military construction (Department of Defense) contract funds in the amount of $29,877,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with one proposal received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1324). Nathan Kunes Inc.,* San Diego, California, is awarded a $13,681,778 indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract for development, implementation and testing of computer network defense measures; development of wireless computing security, cross-domain solutions, and vulnerability assessments; and system and security engineering to evaluate commercial information assurance products. This two-year contract includes one three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $35,236,186. All work will be performed in San Diego, California. The period of performance of the base award is from May 7, 2019, through May 6, 2021. If the option is exercised, the period of performance would extend through May 6, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This contract was competitively procured via request for proposal N66001-18-R-0351 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Two offers were received and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0089). BAE Systems, Information and Electronics Systems Integration Inc., Hudson, New Hampshire, is awarded $10,853,462 for cost-plus-fixed-fee delivery order N0001919F0019 against a previously issued basic ordering agreement (N00019-16-G-0021) for the upgrade of the Advanced Precision Kill Weapon System (APKWS) guidance section. This delivery order provides for non-recurring tasks to combine the Rotary Wing APKWS II and the Fixed Wing APKWS II Guidance Sections into one hardware and software solution. Work will be performed in Hudson, New Hampshire (93 percent); and Austin, Texas (7 percent), and is expected to be completed in April 2021. Fiscal 2018 and 2019 procurement of ammunition (Navy and Marine Corps) funds in the amount of $10,853,462 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY San Antonio Lighthouse for the Blind,** San Antonio, Texas, has been awarded a maximum $11,295,446 modification (P000013) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B024) with two one-year option periods for flame resistant, operational camouflage pattern, intermediate weather outer layer trousers. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Location of performance is Texas, with an Oct. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. UPDATE: Federal Contracts Corp., Tampa, Florida (SPE8EC-19-D-0040), has been added as an awardee to the multiple-award contract supplying felling trailers for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1840893/source/GovDelivery/

  • US Army picks 5 teams to design new attack recon helicopter

    April 26, 2019 | International, Aerospace

    US Army picks 5 teams to design new attack recon helicopter

    By: Jen Judson WASHINGTON — AVX Aircraft Co. partnered with L-3 Communications Integrated Systems, Bell Helicopter, Boeing, Karem Aircraft and Lockheed Martin-owned Sikorsky have won awards to design a new Future Attack Reconnaissance Aircraft (FARA) for the U.S. Army over the next year, the service announced April 23. Only two teams will move forward, at the end of the design phase, to build flyable prototypes of the future helicopter in a head-to-head competition. The Army laid out a handful of mandatory requirements that the vendors had to meet and also a list of desired requirements for initial designs, Col. Craig Alia, the Future Vertical Lift Cross Functional Team chief of staff, told a select group of reporters just ahead of the contract awards. The service also looked at the vendors' execution plans and evaluated timing as well as funding profile requirements. “The ones that were selected were clearly meeting the mandatory requirements and were in the acceptable risk level of the execution plan and the desired requirements," Dan Bailey, who is the FARA competitive prototype program manager, added. The prototype program falls under the purview of the Army Combat Capabilities Development Command Aviation and Missile Center's Aviation Development Directorate. AVX and L3 unveiled its design for the FARA competition at the Army Aviation Association of America's annual summit in Nashville, Tennessee, earlier this month. The design uses AVX's compound coaxial and ducted fans technology. The companies said its single-engine design meets 100 percent of the Army's mandatory requirements and 70 percent of its desired attributes. The CEO of Textron, Bell's parent company, said during a recent earnings call, that its FARA design will be based on its 525 technology rather than its tiltrotor technology. Bell has built and flown a tiltrotor prototype — the V-280 Valor — for the Army's Future Vertical Lift program. Karem has been working to develop technology under a small contract to help build requirements for FVL aircraft focused on a medium-lift helicopter. Sikorsky's offering will be based off of its X2 coaxial technology seen in its S-97 Raider and the Sikorsky-Boeing developed SB-1 Defiant, which are now both flying. “This is the culmination of years of investment in the X2 Technology Demonstrator and the S-97 RAIDER aircraft that have proven the advanced technology and shown its ability to change the future battlefield,” Tim Malia, Sikorsky's director of Future Vertical Lift Light, told Defense News in an emailed statement shortly after the announcement. “We continue to fly the S-97 RAIDER to inform the design for FARA, which provides significant risk reduction to the program schedule and technical objectives. We are eager to continue to support the US Army, and we are excited that the Sikorsky FARA X2 will be ready for this critical mission," he said. A total of eight teams submitted data and potential designs for FARA, but upon evaluation, three of those did not meet mandatory requirements, according to Bailey. It is not publicly stated who the losing teams were, but MD Helicopters had previously protested the Army's decision to not enter into a first phase agreement with the company to develop a FARA prototype, arguing to the Government Accountability Office (GAO) that the Army “unreasonably” evaluated its proposal and failed to promote small business participation. The GAO denied the protest earlier this month on the grounds it did not have authority to review protests of contracting mechanisms like Other Transaction Authorities (OTA) which the Army used in this case. The awards were made two months ahead of an already ambitious schedule to get FARA prototypes flying by 2023. A production decision could happen in 2028, but the service is looking at any way possible to speed up that timeline. The Army has to move quickly, Alia said. Echoing his boss, Brig. Gen. Wally Rugen, the FVL CFT director, he said the Army is “at an inflection point. We can't afford not to modernize. We know the current fleet is fantastic, but we can't indefinitely continue to incrementally improve 1970s to 1980s technology.” FARA is intended to fill a critical capability gap currently being filled by AH-64E Apache attack helicopters teamed with Shadow unmanned aircraft following the retirement of the OH-58D Kiowa Warrior helicopters. The service has tried and failed three times to fill the gap with an aircraft. The Army is also planning to procure another helicopter to fill the long-range assault mission, replacing some UH-60 Black Hawk helicopters in the fleet, simultaneously. With the advent of the new Army Futures Command — that is focused on six major modernization priorities of which FVL is third — the service is moving faster on prototyping capability to ultimately procure major weapon systems at a somewhat unprecedented speed. Through the AFC and the use of contracting mechanisms like OTAs, the Army has found a way to compress parts of the acquisition process that previously took three to five years into periods of time often amounting to less than a year. “What is exciting about the new process the Army has put in place,” Bailey said, “in basically a year's period of time, we've gone through concept, through an approved set of requirements, to developing an innovative approach to contracting, to building industry partnerships to have industry propose to us a plan and a solution.” And the Army rigorously evaluated those FARA proposals, Bailey said, all within that year. The teams have until January or February next year to provide design plans and an approach to executing the build of the prototypes followed by potential larger-scale manufacturing, Bailey said. The second phase of the program will be to build prototypes, and “only two will make it into phase 2 and they all know that now,” Bailey added. According to Rugen, when the request for proposals was released, the Army did not want to get locked into keeping inflexible requirements, but the request did state that the aircraft should have a maximum 40-foot rotor diameter. The Army also asked for the aircraft to be able to accept some government furnished equipment including an engine, a gun and a rocket launcher, Alia said. When it comes to some of the desirable attributes for a new aircraft, the Army is considering speed, range and payload possibilities, Alia said, but the service “wanted to encourage innovation by industry to come to us with their ideas and unique ways of meeting both mandatory and desirable characteristics and that is where we got some great feedback from industry and some innovative designs.” https://www.defensenews.com/digital-show-dailies/aaaa/2019/04/23/us-army-picks-5-teams-to-design-new-us-army-attack-recon-helicopter/

All news