Back to news

August 20, 2020 | International, Aerospace

To get more female pilots, the Air Force is changing the way it designs weapons

WASHINGTON — In 2022, the U.S. Air Force will take delivery of the F-15EX, a new and improved version of the nearly 40-year-old F-15E Strike Eagle.

But for all of the modern advances of the new jet, only 9 percent of women in the Air Force currently meet the body-size standards for piloting the legacy F-15 and possibly also the new EX variant, potentially blocking highly qualified pilots from flying a platform that will be in operation for decades to come.

Like the vast majority of the Air Force's aircraft and aircrew equipment, the F-15 was designed to meet the anthropometric specifications of a male pilot in 1967. But in an Aug. 4 memo, the Air Force mandated that future weapons programs use current body size data that reflects the central 95 percent of the U.S. recruitment population — a move meant to make pilot and aircrew jobs more accessible to women and people of color.

Air Force acquisition executive Will Roper, who signed off on the changes, said there is a strategic imperative for opening the door to a more diverse pool of pilots and aircrew.

During a war with a near-peer, technologically advanced nation like China, the U.S. military will have to contend with a well-trained, highly educated force that might outnumber its own, he said. By fielding weapon systems that can only be used by a smaller portion of the U.S. population, the Air Force could be shutting out some of its most promising potential pilots or aircrew.

“The human factor is a delineator and it likely will be against an adversary like China, where I believe we will have a greater propensity to trust the operator in the seat, to delegate more, to empower more and take greater risk in that delegation,” Roper told Defense News in an exclusive Aug. 6 interview.

“All well and good when you're a country that's going to face a country with a population that's four times your own by the end of this decade,” he said. “But if we begin with a recruitment population that we've artificially halved because of how we design our cockpits and workstations, we've just doubled our work, and now we make every operator in the seat have to be eight times better than the counterpart they will face in a nation like China.”

The new guidance directs the Air Force Lifecycle Management Center to conduct a study that will solidify a more inclusive anthropometric standard that would include 95 percent of the U.S. population eligible for recruitment in the U.S. Air Force.

But until that wraps up, all new-start Air Force programs must be designed with cockpits, aircrew operating stations and aircrew equipment that accommodates eight anthropometric data sets. These eight cases use measurement data from the Centers for Disease Control and represent a range of body types including individuals who are short in stature, have short limbs or have a long torso.

AFLCMC's Airman's Accommodations Laboratory will also run a three-year study that will develop separate anthropometric standards for career enlisted aviators, who perform specialized jobs onboard military aircraft including flight engineers, flight attendants and loadmasters. Currently, career enlisted aviators also must meet the 1967 anthropometric standards.

‘A hidden barrier'

The legacy design parameters — which stem from a 1967 survey of male pilots and measure everything from a pilot's standing height, eye height while sitting, and reach — have effectively barred 44 percent of women from being able to fly aircraft unless they receive a waiver, with women of color disproportionately affected, the Air Force stated.

Even after a waiver is granted, the pilot will remain disqualified from certain platforms regardless of his or her aptitude. Then, when future requirements are defined for new platforms or equipment, the systems are usually designed to meet the existing pool of pilots, creating a self-perpetuating problem.

“It is a hidden barrier with multiple layers,” said Lt. Col. Jessica Ruttenber, an Air Force mobility planner and a leader of the Women's Initiative Team that advocated for the change in anthropometric standards. “People are trying to do the right thing, but the barriers are baked into legacy policy. And without even knowing it, they're kind of cut and pasting the same standard.”

Ruttenber said the new guidance addresses the root of the problem by establishing new design specifications — ensuring platforms are engineered to accommodate a wide range of body sizes from the start of the development process, rather than papering over the problem with waivers after the fact.

“[For] the next inter-theater airlift that is going to replace the C-130 or C-17, we can't get the anthropometric data wrong or women are still going to be eliminated 30 years from now. The C-130 and C-17 still eliminate one out of three women from flying it,” she said.

For more than a year, the Women's Initiative Group worked with Chief Master Sgt. Chris Dawson, the career field manager for the Air National Guard's career enlisted aviators, on trying to garner funding for an anthropometric study for CEAs.

“There were so many communities we had to coordinate with that we realized really quickly that this has to come from the top down or we're not going to be as successful,” Ruttenber said. After meeting with Roper, the Women's Initiative group was granted $4 million for the study.

Ruttenber, a KC-135 pilot, remembers being pulled out of her first pilot training class in 2005 because her physical examination indicated that she didn't meet the standing height requirement of 5-foot-4 by a fraction of an inch. She then sought a waiver that would allow her to fly.

“The process was different back then. I had to drive from base to base and get measured in each cockpit in an attempt to get an exception to policy. I went to Charleston and I got measured in a C-17, and then I went to Little Rock and got measured in a C-130,” she said. “I got measured in the KC-135 and so on and so on and so on.”

Since then, the Air Force has made the process to obtain a waiver less arduous, and it recently removed the initial height requirement — although some platforms still require pilots to meet the 5-foot-4 standard. Newer aircraft such as the F-35 joint strike fighter and the T-7 trainer currently under development will also accommodate a wider height and weight range.

However, Ruttenber pointed out that the specifications for legacy aircraft will remain a hurdle for the progression of female pilots.

“Even if the F-35 is 97 percent accommodating for women, I still can't get there because the T-38,” which is used for fighter pilot training, “has a 41 percent accommodation envelope for women,” she said.

Roper said he is working with defense contractors to see whether there can be modifications made to legacy platforms — or upgraded versions like the F-15EX — that will accommodate operators with a wider range of body sizes.

But whether those changes are ultimately made will depend on if they are technically feasible and funding is available for design changes.

At the time of the Aug. 6 interview, Roper had already spoken to some defense industry executives — including those from Lockheed Martin — about the new guidance and planned similar phone calls with Boeing and Northrop Grumman officials over the coming days. The reaction from industry so far has been “very positive” but “very surprised” that such bias still exists, he said.

However, Roper acknowledged that more work has yet to be done.

“Changing the policy is one thing. Changing the platforms is another. And that's going to require cost to do. My next job, aside from designing future systems differently — which we'll do — is to find options to bring systems into greater compliance with the new policy and then to advocate tooth and nail for the funding needed to do it,” he said. “The litmus test for the Air Force long term has got to be balancing accommodation with the technology for future platforms.”

https://www.airforcetimes.com/news/your-air-force/2020/08/19/to-get-more-female-pilots-the-air-force-is-changing-the-way-it-designs-weapons/

On the same subject

  • Albania, wary of Russia, reopens Soviet-era air base to NATO

    March 4, 2024 | International, Aerospace

    Albania, wary of Russia, reopens Soviet-era air base to NATO

  • Contract Awards by US Department of Defense - February 18, 2020

    February 19, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 18, 2020

    NAVY East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N00024-20-D-4411; Lot 1) (N00024-20-D-4413; Lot 2); and Colonna's Shipyard Inc.,* Norfolk, Virginia (N00024-20-D-4412; Lot 1) (N00024-20-D-4414; Lot 2), are awarded firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contracts for ship repair, maintenance and modernization of non-nuclear surface ships assigned to or visiting Norfolk, Virginia, via the rolling admissions solicitation process. Awards reflecting the final option period under Lot 1 have a maximum ceiling value of $250,000,000; awards reflecting the final option period under Lot 2 have a maximum ceiling value of $100,000,000. At the time of the IDIQ awards, each awardee under both Lot 1 and Lot 2 will receive the $10,000 minimum guarantee via delivery order. These multiple award IDIQ contracts are for repair, maintenance and modernization of non-nuclear Navy surface ships undergoing Chief of Naval Operations-scheduled maintenance availabilities in Norfolk, Virginia. These availabilities can be docking or non-docking availabilities and will be procured via competitive delivery order solicitations amongst the IDIQ contract holder. Each awardee of a delivery order for an availability will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization. Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $10,000 per delivery order (four delivery orders total; $40,000 total) will be obligated at time of each IDIQ award and will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with two offers received in response to solicitation N00024-19-R-4412. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $62,400,402 modification (P00016) to a previously awarded firm-fixed-price contract (N00019-17-C-0081). This modification exercises an option to procure 29 AE1107C engines for Navy V-22 aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be completed December 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $21,517,380; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $40,883,022 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. General Atomics, San Diego, California, is awarded a $25,200,747 cost-plus-fixed-fee delivery order (N00019-20-F-0521) against a previously issued basic ordering agreement (N00019-16-G-0006). This delivery order procures Electromagnetic Aircraft Launch System (EMALS) Depot Planning Phase II efforts, including depot level logistics support analysis, engineering support for logistics, supportability analysis, maintenance planning, reliability maintenance, technical manual development and engineering support as it directly correlates to depot planning for the USS Gerald Ford (CVN 78) and USS John F. Kennedy (CVN 79). Additional efforts include those required to complete the Depot Planning EMALS logistics products necessary in support of an in-service EMALS. Work will be performed in San Diego, California (99.9%); and Tupelo, Mississippi (0.1%), and is expected to be completed February 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $4,787,000 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. Boston Ship Repair LLC, Boston, Massachusetts, is awarded a $14,358,866 firm-fixed-price contract (N32205-20-C-4006) for a 90-calendar day shipyard availability for the overhaul dry-docking availability of USNS John Lenthall (T-AO 189). The $14,358,866 consists of the amounts listed in the following areas: category "A" work item cost, additional government requirement, other direct costs and the general and administrative costs. Work will include furnish general services, hull steel replacement, tank painting, stability testing, degaussing conduit removal from tanks and inserting bulkheads, diesel engine repair, structural steel gauging surveys, flight deck non-skid, flight deck safety net inspection and weight testing, steel replacement and underway replenishment systems repairs. The contract includes options, which, if exercised, would bring the total contract value to $16,867,699. Funds will be obligated Feb. 18, 2020. Work will be performed in Philadelphia, Pennsylvania, and is expected to begin on March 9, 2020, and is expected to be completed by June 6, 2020. Fiscal 2020 Navy working capital funds in the amount of $14,358,866 excluding options, are obligated at the time of the award and will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website and two offers were received. The Navy Military Sealift Command, Norfolk, Virginia, is the contracting activity. General Atomics, Electromagnetics Systems Group, San Diego, California, is awarded a $10,364,470 modification (P00047) to a previously awarded firm-fixed-price contract (N00019-14-C-0037). This modification procures hardware and installation support services for the System Functional Demonstrator and Shipset Control Lab sites for the Electromagnetic Aircraft Launch System. Work will be performed in San Diego, California (95%); and Tupelo, Mississippi (5%), and is expected to be completed December 2021. Fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $10,364,470 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 Coastal Pacific Food Distributors Inc., Stockton, California, has been awarded a maximum $246,750,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Locations of performance are California and Washington state, with a Feb. 15, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3259). Sysco Seattle Inc., Kent, Washington, has been awarded a maximum $176,250,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Washington state, with a Feb. 15, 2025, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3260). Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $90,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. 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 an 18-month bridge contract with no option periods. Location of performance is the Southwest Region Zone 2 of the U.S., with an Aug. 18, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0007). SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $90,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. 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 an 18-month bridge contract with no option periods. Location of performance is the Southwest Region Zone 1 of the U.S., with an Aug. 18, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriate is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0006). ARMY 313 Industries Inc.,* Warren, Michigan (W56HZV-20-D-L001); Mettle Craft Manufacturing LLC,* Sterling Heights, Michigan (W56HZV-20-D-L002); Milton Manufacturing Inc.,* Detroit, Michigan (W56HZV-20-D-L003); and Rose-A-Lee Technologies Inc.,* Sterling Heights, Michigan (W56HZV-20-D-L004), will compete for each order of the $19,000,000 firm-fixed-price contract to provide surge support for build-to-print component requirements through fabrication and manufacturing for the Combat Capabilities Development Command Ground Vehicle System Center. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 15, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Canco LLC,* Canton, Ohio, was awarded a $10,050,000 firm-fixed-price contract to replace an existing fire station. Bids were solicited via the internet with seven received. Work will be performed in Mansfield, Ohio, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 -Air National Guard military construction funds in the amount of $10,050,000 were obligated at the time of the award. The United States Property and Fiscal Office, Columbus, Ohio, is the contracting activity (W50S8R-20-C-0003). U.S. TRANSPORTATION COMMAND Vane Line Bunkering Inc., Baltimore, Maryland, has been awarded contract modification P00040 on contract HTC711-13-C-W015 in the amount of $11,516,430. This modification provides continued transportation of bulk jet fuel and marine diesel fuel by barge for the Defense Logistics Agency-Energy in the Atlantic Region. Work will be performed in ports and points along the inland waterways and East Coast locations in the Atlantic Region. Period of performance is March 1, 2020, to Aug. 31, 2020. Fiscal 2020 defense working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $178,740,305 from $167,223,875. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Two Six Labs LLC,* Arlington, Virginia, has been awarded a $7,970,711 modification (P00008) to previously awarded contract HR0011-18-C-0134 for additional in-scope work under a Defense Advanced Research Projects Agency research project. Work will be performed in Arlington, Virginia, with an expected completion date of September 2022. Fiscal 2020 research, development, test and evaluation funding in the amount of $850,108 is being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2086591/source/GovDelivery/

  • Lithuania procures LEOPARD 2 A8 main battle tanks from KNDS

    December 25, 2024 | International, Land

    Lithuania procures LEOPARD 2 A8 main battle tanks from KNDS

    The contract is worth EUR 950 million and, in addition to the LEOPARD 2 A8 main battle tanks, includes a comprehensive spare parts and logistics package.

All news