Back to news

October 22, 2019 | International, Land

The field narrows in US Army’s light robotic combat vehicle competition

By: Jen Judson

WASHINGTON — The Army has invited four teams to compete to build prototypes for its future light Robotic Combat Vehicle, according to an announcement on the National Advanced Mobility Consortium's website.

Out of a large pool of white paper submissions, a Textron and Howe & Howe team, a team of Qinetiq North America and Pratt & Miller, HDT Global and Oshkosh were each issued a request for prototype proposal.

The Army plans to procure a light, medium and heavy RCV as part of an effort to bring next-generation combat vehicle capability to the force by 2028.

The RCV-Light competition is being managed by the NAMC. While the Army is the decision maker, the consortium is tasked to execute the competition and is also running the RCV-Medium effort.

The Army is expected to award up to two contracts toward the end of the second quarter of this fiscal year to deliver four non-developmental RCV-L surrogate vehicles for government evaluation, testing and manned-unmanned teaming experimentation over the course of a year.

The RCV-M effort is not far behind the RCV-L as white paper submissions are currently being evaluated for down-select.

NAMC also executed a week-long RCV market research demonstration with the Army at Texas A&M's RELLIS campus in May in order to better inform requirements. Out of the companies chosen to move forward, only Oshkosh was not present at the event.

At the Association of the U.S. Army's annual conference, Textron and Howe & Howe dramatically unveiled their RCV Ripsaw M5, which is based on Howe & Howe's deep history of building unmanned ground vehicles, but adds technology like scalable armor and suspension and drive options to cope with the challenges expected in the future fight. FLIR Systems is also part of the team, contributing advanced sensors.

“Bringing together Howe & Howe, Textron Systems and FLIR Systems really represents a dream team,” Textron's CEO Lisa Atherton, said in a statement released at the show. “We formed this team based on our shared focus to serve this customer with disruptive ideas and proven experience, and we are dedicated to meeting and exceeding their requirements through the RCV program.”

The team told Defense News before AUSA that it planned to submit a version of Ripsaw both for the light and medium variant of the Army's RCV.

HDT brought its Hunter WOLF to AUSA, and Qinetiq North America announced its partnership with Pratt & Miller at the show.

Qinetiq and Pratt & Miller plan to submit a variant of the Expeditionary Modular Autonomous Vehicle (EMAV) tailored for the Army's needs. The offering combines Qinetiq's modular open-architecture control systems with Pratt & Miller's advanced mobility platform.

https://www.defensenews.com/digital-show-dailies/ausa/2019/10/21/the-field-narrows-in-light-robotic-combat-vehicle-competition/

On the same subject

  • This AI-Powered Cybercrime Service Bundles Phishing Kits with Malicious Android Apps

    July 28, 2024 | International, C4ISR, Security

    This AI-Powered Cybercrime Service Bundles Phishing Kits with Malicious Android Apps

    Spanish cybercrime group GXC Team bundles phishing kits with malicious Android apps, targeting banks worldwide with AI-powered phishing platform.

  • Contracts for June 28, 2021

    June 29, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contracts for June 28, 2021

    Today

  • Contract Awards by US Department of Defense - November 02, 2020

    November 3, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 02, 2020

    AIR FORCE Akima Logistics Services LLC, Herndon, Virginia (FA6800-21-D-0002); DynCorp International, Fort Worth, Texas (FA6800-21-D-0005); M1 Support Services LP, Denton, Texas (FA6800-21-D-0003); PAE Aviation and Technical Services LLC, Arlington, Virginia (FA6800-21-D-0001); and Vertex Aerospace LLC, South Madison, Mississippi (FA6800-21-D-0004), have collectively been awarded an $835,000,000 indefinite-delivery/indefinite-quantity multiple award contract for helicopter maintenance services in support of Air Force Global Strike Command, Pacific Air Forces, Air Education and Training Command, and Air Force District of Washington requirements. This contract provides helicopter maintenance, aircrew flight equipment maintenance and weapons maintenance services 24 hours a day, seven days a week. Work will be performed at Malstrom Air Force Base, Montana; Minot AFB, North Dakota; F.E. Warren AFB, Wyoming; Yokota Air Base, Japan; Fairchild AFB, Washington; Kirtland AFB, New Mexico; and Andrews AFB, Maryland. This contract is the result of a competitive acquisition and 11 offers were received. Fiscal 2021 operations and maintenance funds in the amount of $14,521,850 are collectively being obligated at the time of award. Air Force Installation Contracting Center, Barksdale AFB, Louisiana, is the contracting activity. NAVY Huntington-Ingalls Industries - Newport News Shipbuilding, Newport News, Virginia, is awarded a not to exceed $284,285,022 fixed-price-incentive (firm target) modification to previously awarded contract N00024-15-C-2114, and a not-to-exceed $30,714,978 cost-plus-fixed-fee and cost plus incentive fee modification to previously awarded contract N00024-09-C-2116, for the accomplishment of CVN 79 single phase delivery and Joint Strike Fighter (F-35C) capabilities. The Navy is transitioning to a single-phase delivery approach to meet both Fleet requirements and a congressional mandate of ensuring that CVN 79 is capable of operating and deploying Joint Strike Fighter (F-35C) aircraft before completing the post-shakedown availability as codified in Section 124 of the fiscal 2020 National Defense Authorization Act (Public Law 116-92). The single-phase delivery date is planned for June 30, 2024. Work will be performed in Newport News, Virginia, and is expected to be completed by June 2024. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $13,961,569 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. Sodexo Management Inc., Gaithersburg, Maryland, is awarded a $124,391,335 firm-fixed-price modification P00043 under previously awarded contract M95494-18-C-0018 for the management and operation of mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed in Washington, D.C.; Indian Head, Maryland; Quantico, Virginia; Norfolk, Virginia; Camp Lejeune, North Carolina; Cherry Point, North Carolina; Bogue, North Carolina; New River, North Carolina; Beaufort, South Carolina; and Parris Island, South Carolina. Fiscal 2021 military personnel (Marine Corps) funding in the amount of $27,431,955 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installation Command, Arlington, Virginia, is the contracting activity. Sodexo Management Inc., Gaithersburg, Maryland, is awarded a $121,791,100 firm-fixed-price modification P00038 under previously awarded contract M95494-18-C-0016 for the management and operation of mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed in Camp Pendleton, California; San Diego, California; Twentynine Palms, California; Miramar, California; Yuma, Arizona; and Bridgeport, California. Fiscal 2021 military personnel (Marine Corps) funding in the amount of $27,440,774 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installation Command, Arlington, Virginia, is the contracting activity. Booz Allen Hamilton, McLean, Virginia (N00189-18-D-Z067); CACI Inc. – Federal, Chantilly, Virginia (N00189-18-D-Z068); Science Application International Corp., Reston, Virginia (N00189-18-D-Z069); Capstone Corp., Alexandria, Virginia (N00189-18-D-Z070); and Serco Inc., Herndon, Virginia (N00189-18-D-Z071), are awarded an estimated increased multiple-award-program ceiling-price of $92,834,859 via modifications P00003 to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract program that included terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide technical support services for functions such as chief information officer strategic support; data and information management; engineering support; information technology system support; network support; information assurance/cyber security; enterprise business intelligence/enterprise business analytics; software analysis; hardware maintenance and development; and business process reengineering in support of the Deputy Chief of Naval Operations, the Bureau of Naval Personnel, Navy Personnel Command, the Navy Manpower Analysis Center, Commander Naval Education and Training and Commander Navy Recruiting Command. This modification brings the total cumulative multiple-award-program ceiling to $342,538,913. The contracts run concurrently and the ordering period is expected to be completed by September 2024. Work will be performed in Millington, Tennessee (45%); Pensacola, Florida (27%); Arlington, Virginia (10%); various locations throughout the continental U.S. (16%); and various contractor facilities (2%). Operations and maintenance (Navy) funds will fund individual task orders with appropriate fiscal year appropriations at the time of their issuance. This contract action for the modifications is being executed on a non-competitive basis. The original multiple award contracts were solicited under full and open competition; the multiple-award-program ceiling increase is non-competitive utilizing the authority of 10 U.S. Code 2304(c)(2) as implemented by Federal Acquisition Regulation 6.302-2. The Naval Supply Systems Command, Fleet Logistics Center, Norfolk Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity. Science Applications International Corp., Reston, Virginia, is awarded a $36,020,450 modification (P00005) to previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract N00421-18-D-0017. This modification increases the ceiling of the contract to continue to provide systems engineering support to include multi-discipline, integrated technical baseline evaluations, developmental progress assessments, cost, schedule, emerging technology and maturity of design assessments for all Naval Air Systems Command (NAVAIR) acquisition programs in support of the NAVAIR Systems Engineering Department. Work will be performed in Patuxent River, Maryland (95%); various locations within the continental U.S. (4%); and various locations outside the continental U.S. (1%), and is expected to be completed in April 2023. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. Integral Aerospace,* Santa Ana, California, is awarded a $9,230,400 modification (P00004) to previously awarded firm-fixed-price contract N00019-18-C-1036. This modification exercises an option for the production and delivery of 72 external fuel tanks in support of the F/A-18E/F and EA-18G aircraft. Work will be performed in Santa Ana, California, and is expected to be completed in May 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $9,230,400 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $8,122,500 modification (P00010) exercising the second one-year option period of a one-year base contract (SPE1C1-19-D-1100) with four one-year option periods for cloth. This is a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is North Carolina, with a Nov. 4, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2402363/source/GovDelivery/

All news