Back to news

October 4, 2018 | International, Aerospace

US Army triggers design competition for future attack reconnaissance helicopter

By:

WASHINGTON — The U.S. Army has kicked off a major design competition for its Future Attack Reconnaissance Aircraft by releasing a request to industry on Oct. 3 to submit plans that could lead to a chance to build flyable prototypes in just a few years.

The service, in June, released a draft solicitation that outlined its intention to get two different helicopter prototypes flying in 2023.

The effort is part of the Army's larger move to procure a family of Future Vertical Lift, or FVL, aircraft in the early 2030s, if not sooner.

The Army has been talking about procuring an FVL family of helicopters for the better part of a decade and has debated whether to prioritize the pursuit of a medium-lift helicopter to replace UH-60 Black Hawks and AH-64 Apache helicopters. Alternatively, the service was considering buying an armed reconnaissance helicopter to fill the gap left by the OH-58 Kiowa Warrior's 2014 retirement.

With the advent of the Army Futures Command and its focus on six modernization priorities, of which FVL is third, progress is being made at lightning speed to make FVL a reality.

The service, through an FVL Cross-Functional Team, led by Brig. Gen. Wally Rugen, has settled on going after both a long-range assault helicopter and a Future Attack Reconnaissance Aircraftsomewhat back-to-back.

But the FARA procurement plans are fast-paced and lead straight to a winner through a fly-off competition, which deviates from the way the Army has gone about its future medium-lift helicopter development.

While the Army collected designs, reviewed them and selected two teams to build prototypes to fly in a Joint Multi-Role technology demonstration for a medium-lift aircraft, the results will simply inform requirements for the Army to move into a program of record where the service will make a determination on how it will compete, build and procure a long-range assault variant of FVL.

With the FARA competition, the Army plans to award four to six initial design contracts in June of 2019, and then nine months later — to avoid camping out in the PowerPoint stage — the service will choose up to two designs to move forward in fiscal 2021 with a fly-off planned to start in the first quarter of 2023 (November 2022 to be specific, according to the solicitation).

The Army will choose a winner and move forward into a milestone appropriate to advance the procurement of the helicopter, whether that is a technology development phase or engineering and manufacturing development or even a production phase, Rugen told a small group of reporters in an Oct. 3 media roundtable.

It all depends on where the technology stands following the fly-off and what phase of the acquisition process the Army will enter once it chooses a winner, Dan Bailey, the Army's JMR-TD director, said in the interview.

“The Army currently lacks the ability to conduct armed reconnaissance, light attack, and security with improved stand-off and lethal and non-lethal capabilities with a platform sized to hide in radar clutter and for the urban canyons and mega cities,” the solicitation states.

The helicopter would be the “ ‘knife-fighter' of future Army Aviation capabilities” in a small package with “maximized performance,” it describes.

The Army doesn't want to carve out requirements in granite, according to Rugen, and intends to be flexible as technology capability unfolds in the program, but the solicitation does state it wants a 40-foot maximum rotor diameter, and the fuselage should also not exceed 40 feet in width.

By staying flexible, the Army hopes to steer clear of some of the mistakes it has made in the past attempting to acquire an armed reconnaissance helicopter. The Army failed three times to procure a new aircraft — the most memorable being the cancellation of the Comanche helicopter program in 2004 after two aircraft were built and $6.9 billion was spent.

Rugen said the Army also wants to make sure affordability considerations are driven into the program and the designs from the beginning are a top requirement for industry to consider.

The Army also wants the designs to incorporate the Improved Turbine Engine Program, or ITEP,engine that is being competitively developed to replace the engines in Black Hawks and Apaches. The Army is close to choosing a winner from two teams designing engines to move into the engineering and manufacturing development phase of the program within the next few months.

The Army plans to spend approximately $15 million per industry participant in the initial design phase. Participants would receive $8.5 million in FY19 and $6.5 million in FY20.

The two participants selected to continue into the prototype phase of the program would receive about $735 million each from FY20 to FY23.

Rugen and Bailey said industry interest following the release of the draft solicitation in June has been higher than anticipated and included both industry partners that were not expected and all of those that were.

Bailey said that, based on industry interest and participation so far, choosing six designs would be a competitive process because there are more than six possible entrants that have expressed interest in submitting designs.

Tim Malia, Sikorsky's program director for FVL light development, told Defense News in a recent interview that the Lockheed Martin-owned company planned to use its X2 technology that is used in its S-97 Raider coaxial helicopter program as the centerpiece to its design offering for the FARA competition.

The company is already scaling its X2 technology used in Raider up to a medium-lift aircraft — called the SB-1 Defiant that is participating in the JMR technology demonstration and expected to fly by the end of the year.

Malia said it would not be difficult to scale the helicopter from the 34-foot main rotor diameter size of the Raider to the desired 40-foot diameter rotor blades envisioned for FARA.

The company has also been working on designs to outfit Raider or any aircraft it builds with X2 technology with the ITEP engine.

Sikorsky announced Oct. 3 that its Raider aircraft exceeded 200 knots in a flight test at its West Palm Beach, Florida, flight test center.

Bell, which has been flying its V-280 Valor til-trotor helicopter as part of the JMR-TD effort for the better part of a year, continues to hold tight its plans for a design to submit to the FARA competition.

https://www.defensenews.com/land/2018/10/03/us-army-triggers-design-competition-for-future-attack-reconnaissance-helicopter

On the same subject

  • Liberals award Boeing and U.S. government sole source deal worth $8 billion for new military surveillance aircraft fleet

    November 30, 2023 | International, Aerospace

    Liberals award Boeing and U.S. government sole source deal worth $8 billion for new military surveillance aircraft fleet

    Liberal government has awarded the U.S. aerospace giant Boeing a sole source deal worth $8 billion for a fleet of new surveillance aircraft

  • Contract Awards by US Department of Defense - July 07, 2020

    July 8, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 07, 2020

    ARMY Advanced Technology International, Summerville, South Carolina, was awarded a $450,392,000 modification (P00074) to contract W15QKN-16-9-1002 for large-scale manufacturing of antibodies directed to novel coronavirus. Work will be performed in Summerville, South Carolina; and Tarrytown, New York, with an estimated completion date of June 30, 2021. Fiscal 2020 research, development, test, and evaluation, Army, funds in the amount of $450,392,000 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. (Awarded July 6, 2020) Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded a $23,182,248 modification (P00012) to contract W31P4Q-16-D-0017 to increase the contract ceiling amount to enhance and maintain the current suite of distributed digital simulation and system of systems unique development facilities. Work locations and funding will be determined with each order, with an estimated completion date of March 2, 2021. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Elite Pacific Construction Inc.,* Kaneohe, Hawaii (N62478-18-D-4022); Su-Mo Builders Inc.,* Honolulu, Hawaii (N62478-18-D-4023); RORE Inc.,* San Diego, California (N62478-18-D-4024); Environet Inc.,* Kamuela, Hawaii (N62478-18-D-4025); Insight Pacific LLC,* Brea, California (N62478-18-D-4026); GM/Bulltrack JV LLC,* Clackamas, Oregon (N62478-18-D-4027); and Alan Shintani Inc.,* Waipahu, Hawaii (N62478-18-D-4028), are awarded a $90,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract. This contract provides for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). Work will be performed at various Navy, Marine Corps, Air Force and miscellaneous federal and other facilities in the NAVFAC Hawaii AO. The work to be performed provides for, but is not limited to, labor, supervision, tools, materials and equipment that are necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. No task orders are being issued at this time. Work is expected to be completed by April 2023. After award of this modification, the total cumulative contract value will be $335,000,000. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. The NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity. Wiley Wilson Burns & McDonnell JV, Alexandria, Virginia, is awarded a $75,000,000 maximum amount, indefinite-delivery/indefinite-quantity, architect-engineering contract for multi-discipline architect-engineer services for general and administrative facilities within the Naval Facilities Engineering Command (NAVFAC) Washington area of operations. All work on this contract will be performed at various Navy and Marine Corps facilities and other facilities within the NAVFAC Washington area of operations including, but not limited to, Maryland (40%); Virginia (40%); and Washington, D.C. (20%). The work to be performed on this contract is design and engineering services of facilities, including but not limited to, child development care, general administrative spaces, dining facilities, commissary and exchange, educational, sports and fitness facilities, museums and memorials, training and instructional facilities, wet labs and electronic laboratories. The term of the contract is not to exceed 60 months and work is expected to be completed by July 2025. No task orders are being issued at this time and no funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, and eight proposals were received. The NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-20-D-0018). Jacobs EwingCole JV, Pasadena, California, is awarded a $52,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for multi-discipline architect-engineering services for large projects under the military construction program within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). After award of this modification, the total cumulative contract value will be $230,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to, California (87%); Arizona (5%); Nevada (5%); Colorado (1%); New Mexico (1%); and Utah (1%). The work to be performed provides for the preparation of design-bid-build construction contract packages; site investigations; cost estimates; post construction award services; preparation of request for proposals for design-build projects; studies and report related to the design of new facilities; technical reviews of government-prepared designs and design-build packages; preparation of planning and programming support documents; coordination of various technical disciplines; and identification and abatement methods for existing hazardous materials. Work is expected to be completed by November 2022. No contract funding is obligated at the time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by military construction (Navy). The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801). Lyme Computer Systems Inc.,* Lebanon, New Hampshire, is awarded a $31,819,843 not to exceed, indefinite-delivery/indefinite-quantity, firm-fixed-price contract with firm-fixed-price task order provisions for commercial off-the-shelf industrial-grade networking hardware and components manufactured. Work will be performed at the contractor's facility in Lebanon, New Hampshire. This requirement is to provide commercial off-the-shelf industrial-grade networking hardware and components manufactured by Siemens/RuggedCom. The networking equipment is used for installation on operational hulls across multiple ship classes, to include the USS Arleigh Burke (DDG-51); USS Ticonderoga (CG-47); USS Whidbey Island (LSD-41); USS Whidbey Island (LSD-49); USS Avenger (MCM-1); USS Wasp (LHD-1); USS Makin Island (LHD-8); USS San Antonio (LPD-17); USS Nimitz (CVN-68); and the USS Gerald R. Ford (CVN-78), as part of their hull, mechanical, electrical and navigation network infrastructures. Work is expected to be completed by July 2025. Fiscal 2020 other procurement (Navy) funding in the amount of $1,016,509 ($500 minimum guarantee) will be obligated at time of award via individual delivery orders and will not expire at the end of the current fiscal year. The contract was competitively procured as a small-business set-aside via the beta.SAM.gov website and two offers were received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4023). Olympus America Inc., Waltham, Massachusetts, is awarded a $10,570,631 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract is for the production, test and delivery of up to 330 Eddy Current Testing Systems, replacing the currently fielded system, to perform nondestructive inspection of aircraft components and support equipment for fatigue cracks and other surface defects on conductive materials. Work will be performed in Waltham, Massachusetts, and is expected to be completed by June 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0036). Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $9,061,423 modification (P00005) to previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract N68936-17-D-0017. This modification increases the ceiling of the contract to provide for the production and delivery of two additional Advanced Tactical Datalink test units and five additional detailed technical demonstrations. This modification also provides for studies and analysis of the system relative to emerging mission threats not previously anticipated. Work will be performed in Rolling Meadows and is expected to be completed by August 2022. 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 Weapons Division, China Lake, California, is the contracting activity. Gravois Aluminum Boats LLC, doing business as Metal Shark Boats, Jeanerette, Louisiana, is awarded a $7,027,703 firm-fixed-price delivery order to previously awarded contract N00024-17-D-2209 for the construction, shipping and item unique identification and documentation of four 40-foot patrol boats (PB): PB-2001; PB-2002; PB-2003; and PB-2004. Prices were previously established via the indefinite delivery/indefinite quantity contract. Contract modification (A00002) exercised options for the applicable contract line item numbers (i.e., 4000 series) on June 17, 2020. Work will be performed in Jeanerette, Louisiana. The contractor will provide expert design, planning and material support services. Work is expected to be completed by April 2023. Fiscal 2020 other procurement (Navy) funding in the amount of $7,027,703 will be obligated at time of award and will not expire at the end of the fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity. DEFENSE LOGISTICS AGENCY Altitude Technologies, doing business as Chinook Medical Gear Inc., Durango, Colorado, has been awarded a maximum $46,445,291 indefinite-delivery/indefinite-quantity contract for numerous medical surgical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Colorado, with a July 6, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 defense Warstopper funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0007). BAE Systems Information & Electronic Systems Integration, Greenlawn, New York, has been awarded a $26,305,633 firm-fixed-price delivery order (SPRPA1-20-F-C20G) against five-year basic ordering agreement SPRPA1-17-G-C201 for E-2D aircraft electronic phase shifters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a seven-year, five-month contract with no option periods. Location of performance is New York, with a Nov. 30, 2027, performance completion date. Using customers are Navy and Japanese military. Type of appropriation is fiscal 2020 through 2028 Navy working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2266743/source/GovDelivery/

  • Frigate program delayed as shipyard is a ‘few hundred’ workers short

    January 11, 2024 | International, C4ISR

    Frigate program delayed as shipyard is a ‘few hundred’ workers short

    The yard is a “few hundred” workers short, Andy Bosak, the deputy program manager, said at the Surface Navy Association’s annual conference.

All news