12 novembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - November 9, 2018

DEFENSE LOGISTICS AGENCY

Science Applications International Corp.,* Fairfield, New Jersey, has been awarded a $900,310,334 firm-fixed-price, requirements contract for supply and supply chain management of certain tires, supporting the Global Tire Program integrator contract. This was a competitive acquisition with two responses received. This is a five-year base contract with two two-year option periods, plus four two-month option periods. Locations of performance are Texas and other areas located outside the continental U.S., with a March 8, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard and foreign military sales. Type of appropriation is fiscal 2019 through 2024 defense working capital funds; and foreign military sales funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0029).

WGL Energy Services Inc., Vienna, Virginia, has been awarded a $137,122,332 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a two-year contract with no option periods. Locations of performance are Maryland; Washington, District of Columbia; and Pennsylvania, with a Dec. 31, 2020, performance completion date. Using customers are Army, Navy, Defense Logistics Agency, Defense Intelligence Agency, Defense Information Systems Agency and other federal civilian agencies. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8004).

Ziehm Imaging, Orlando, Florida, has been awarded a maximum $135,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for radiology systems, accessories and training. This is a five-year base contract with one five-year option period. This was a competitive acquisition with 50 responses received. Location of performance is Florida, with a Nov. 8, 2028, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0004).

Constellation NewEnergy Inc., Baltimore, Maryland, has been awarded a $23,896,130 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a two-year contract with no option periods. Locations of performance are Maryland, New Jersey, Illinois and Pennsylvania, with a Dec. 31, 2020, performance completion date. Using customers are Army, Air Force, Defense Intelligence Agency, Defense Contract Management Agency and other federal civilian agencies. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8003).

Direct Energy Business LLC, Iselin, New Jersey, has been awarded a $7,082,242 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a two-year contract with no option periods. Locations of performance are Maryland; Washington, District of Columbia; and Ohio, with a Dec. 31, 2020, performance completion date. Using customers are Marine Corps, Defense Logistics Agency and the Computer Science Study Group. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8004).

NAVY

Enterprise Services LLC, Herndon, Virginia, is awarded a potential maximum value $485,965,204 modification under a previously awarded indefinite-delivery/indefinite-quantity existing Next Generation Enterprise Network contract (N00039-13-D-0013). This modification will add a new option period that will extend the potential ordering period by eight months from Oct. 1, 2019, through May 31, 2020. Current and future work will be performed throughout the U.S., Europe, Guam, Korea and Japan. No additional funding will be placed on contract or obligated at the time of modification award. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1), One source or limited sources (Federal Acquisition Regulation subpart 6.302-1). This action is a result of a justification and approval that authorizes extending the ordering period. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded $109,531,179 for modification P00001 to a previously awarded cost-plus-incentive-fee contract (N00030-19-C-0001) to provide research into the applications of technologies to meet guidance requirements for operations on the common missile compartment for the U.S. Columbia-class program and the United Kingdom Dreadnought-class program; provide specialized technical knowledge and support for the hypersonic guidance, navigation and control application; provide technical and engineering services to support the guidance, navigation and control system that will support the Navy's hypersonic flight experiments. Work will be performed in Cambridge, Massachusetts (81 percent); and El Segundo, California (19 percent), with an expected completion date of Sept. 30, 2019. Fiscal 2019 weapons procurement (Navy) funds in the amount of $11,306,900; operations and maintenance (Navy) funds in the amount of $92,708,279; and United Kingdom funds in the amount of $5,516,000 will be obligated. Funds in the amount of $92,708,279 will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

KBR Diego Garcia LLC, Houston, Texas, is awarded a $61,979,897 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-3600) to exercise Option One for base operations support services at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for general management and administration services; command and staff (information technology services, information technology support and management, telephone services, telecommunication services, antenna maintenance); public safety (fire protection and emergency services); air operations (ground electronics, airfield facilities, and passenger terminal and cargo handling); port operations; supply (supply services and petroleum, oil and lubricant management and operations, and ship's store service activities); morale, welfare and recreation support; galley; bachelor quarters; facilities support (facility management, facility investment sustainment, restoration and modernization, custodial, pest control, integrated solid waste management, grounds maintenance, and pavement clearance); utilities (electrical, compressed gases, wastewater, steam, hot water and demineralized water, and potable water); base support vehicles and equipment; and environmental to provide integrated base operating services. After award of this option, the total cumulative contract value will be $118,107,288. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed November 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy and Air Force); and fiscal 2019 non-appropriated funds in the amount of $43,553,618 for recurring work will be obligated on individual task orders issued during the option period, of which $42,716,660 will expire at the end of the current fiscal year, and $836,958 is subject to the availability of funds for the next fiscal year. The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Navy Transportation Partners JV, Virginia Beach, Virginia, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for traffic engineering and planning services in support of projects primarily located at military installations in the Hampton Roads area of Virginia. The work to be performed provides for comprehensive architect-engineering services required for transportation planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of Navy and other governmental facilities. Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, and interior design. Task order 0001 is being awarded at $199,921 for the design of an anti-terrorism perimeter and security entry point at Rome, New York. Work for this task order is expected to be completed by September 2019. All work on this contract will be performed at various Navy facilities and other government facilities within the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility including, but not limited to the Hampton Roads area of Virginia. The term of the contract is not to exceed 60 months with an expected completion date of November 2023. Fiscal 2018 military construction, (Air Force) contract funds in the amount of $199,921 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9008).

Colonna's Shipyard Inc., Norfolk, Virginia, is awarded a $10,473,071 firm-fixed-price contract for a 121-calendar day shipyard availability for the regular overhaul and dry docking of USNS Zeus (T-ARC 7). Work will include furnishing general services for the ship, inspect main propulsion motors, cable handling upgrades, heavy overboard system replacement, antenna mast modification, high precision acoustic positioning upgrade, docking and un-docking vessel, propeller shaft inspection, underwater hull cleaning and painting, freeboard cleaning and painting, and sea valve replacement. The contract includes options which, if exercised, would bring the total contract value to $13,429,595. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 13, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $13,429,595 are obligated at the time of award. Contract funds will not expire. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4151).

ARMY

AECOM Energy & Construction Inc., Greenwood Village, Colorado, was awarded an $117,338,000 firm-fixed-price contract for major rehabilitation, demolition, temporary facilities, surveying, dewatering and protecting lock chamber, blasting, removing and replacing horizontal concrete at Illinois River Basin, LaGrange Lock and Dam. Bids were solicited via the internet with one bid received. Work will be performed in Versailles, Illinois, with an estimated completion date of July 16, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of 24,700,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-19-C-0002).

VERSAR Inc., Springfield, Virginia, was awarded a $25,000,000 firm-fixed-price contract for support program management, contract administration, project engineering, quality assurance, real estate, and support staff for continued operations in Iraq. Bids were solicited via the internet with six bids received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 13, 2023. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-18-D-0012).

IDS International Government Services LLC, Arlington, Virginia, was awarded a $22,037,300 firm-fixed-price contract for operations and maintenance (O&M) services for critical infrastructure, facilities, and Afghan national O&M vocation training for Combined Security Transition Command-Afghanistan in the planning and construction of Afghanistan National Security Forces facilities. One bid was solicited via the internet with once bid received. Work will be performed in Afghanistan with an estimated completion date of March 11, 2019. Fiscal 2018 Afghan Security Forces Funding funds in the amount of $14,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-19-C-0003).

CORRECTION: A Thursday, Nov. 8, 2018, announcement that Deloitte & Touche LLP, Arlington, Virginia, was awarded an $18,056,941 firm-fixed-price contract to provide a cyberspace analytics capability was incorrect. That contract has not yet been awarded.

CORRECTION: A Thursday, Nov. 8, 2018, announcement that Parsons Government Services Inc., Pasadena, California, was awarded a $15,837,195 firm-fixed-price contract to provide the Defensive Cyberspace Operations Mission Planning program was incorrect. That contract has not yet been awarded.

AIR FORCE

Pride Industries, Roseville, California, has been awarded a $14,193,270 modification (P00042) awarded for civil engineering services, and is for operations and maintenance, engineering, environmental, and grounds maintenance for 61st Civil Engineer and Logistics Squadron. Work will be performed at Los Angeles Air Force Base, California; Fort MacArthur, California; and Defense Contract Management Agency, Carson, California, and is expected to be completed by Nov. 30, 2019. Fiscal 2019 operations and maintenance funds in the amount of $10,429,104 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA2816-17-C-0001).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1687755/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - August 26, 2019

    27 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 26, 2019

    ARMY AECOM International Inc., Neu-Isenburg, Germany (W912GB-19-D-0028); Atkins-UC JV,* Alexandria, Virginia (W912GB-19-D-0029); Exp-Onyx JV LLP, Chicago, Illinois (W912GB-19-D-0030); HDR Engineering Inc., Colorado Springs, Colorado (W912GB-19-D-0031); Jacobs Government Services Co., Arlington, Virginia (W912GB-19-D-0032); Louis Berger U.S. Inc., Washington, District of Columbia (W912GB-19-D-0033); Michael Baker-Cardno JV, Moon Township, Pennsylvania (W912GB-19-D-0034); Parsons Government Services Inc., San Antonio, Texas (W912GB-19-D-0035); and Woolpert-Black & Veatch JV, Beavercreek, Ohio (W912GB-19-D-0036), will compete for each order of the $94,500,000 firm-fixed-price contract for architect, engineering, master planning and design services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 25, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. QED Systems LLC, Aberdeen Proving Ground, Maryland, was awarded a $9,616,948 modification (P00041) to contract W15P7T-14-C-C012 for program management, engineering, logistics, business, administrative, operations and security services. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Feb. 26, 2020. Fiscal 2019 Foreign Military Sales; and operations and maintenance, Army funds in the amount of $9,616,948 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE UES Inc., Dayton, Ohio, has been awarded a $90,300,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for molecular assessment sensing technologies. This contract provides for basic, applied and advanced technology development research, as well as development and demonstration of discovery of molecular signatures of Airman performance and the operational environment and sensing of these signatures in Air Force relevant scenarios. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 31, 2027. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $2,222,857 on three task orders are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-6109). PAE Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $19,156,738 modification to previously awarded contract FA4890-15-C0018 for the Aerial Targets Program. The contract modification provides for the exercise of an option for an additional year of service under the multiple year contract, which directly supports live-fire weapons system testing and enables the 53rd Weapons Evaluation Group to perform developmental and operational weapons testing for all air-to-air missiles for the F-15, F-16, F-22, and F-35 aircraft. Work will be performed at Tyndall Air Force Base, Florida; and Holloman AFB, New Mexico, and is expected to be completed by Sept. 30, 2020. Fiscal 2020 operations and maintenance funds are being used and no funds were obligated at the time of award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. Sonalysts Inc., Waterford, Connecticut, is being awarded a $14,516,477 cost-plus-fixed-fee contract modification (P00008) to the previously awarded contract FA8806-19-C-0002 for Standard Space Trainer Mission-Specific Vendor Plug-in (MSVPs) for the Upward Early Warning Radar. The contract modification provides for future development of MSVPs. Work will be performed at Waterford, Connecticut, and is expected to be completed by July 31, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,300,000 are being obligate at time of award. Total cumulative face value of the contract is $35,209,586.00. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. NAVY Raytheon Co., El Segundo, California, is awarded $74,091,217 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00055 to a previously awarded contract (N00019-16-C-0002). This modification procures pre-operational support for the Next Generation Jammer-Mid Band pod through the completion of the engineering, manufacturing and development (EMD) phase as well as development, test and evaluation (DT&E) activities. Procured support includes organizational-level maintenance, repair, supply chain management, and material support for equipment delivered under the EMD contract, and associated peculiar support equipment/test, measurement, and diagnostic equipment to support DT&E. Work will be performed in Forest, Mississippi (39%); Dallas, Texas (35%); El Segundo, California (16%); Andover, Massachusetts (8%); and Fort Wayne, Indiana (2%), and is expected to be completed in December 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $3,228,948 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 Dynamics Missions Systems Inc., McLeansville, North Carolina, is awarded a $44,595,146 cost-plus-incentive-fee modification to previously-awarded contract N61331-11-C-0017 for low-rate initial production of the Surface Mine Countermeasure Unmanned Undersea Vehicle (SMCM UUV), also known as Knifefish. The Knifefish program is an ongoing effort to provide a UUV that detects and classifies undersea volume, bottom and buried mines in high-clutter environments. The Knifefish system is part of the Littoral Combat Ship Mine Countermeasures Mission Package and can also be deployed from vessels of opportunity. The low-rate initial production effort will provide the initial systems for the Navy to test and operate. Work will be performed in Quincy, Massachusetts (35%); Taunton, Massachusetts (23%); Braintree, Massachusetts (19%); a location to be determined (15%); McLeansville, North Carolina (6%); Reston, Virginia (1%); and Ann Arbor, Michigan (1%), and is expected to be completed by August 2021. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $44,595,146 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, District of Columbia, is the contracting activity. Physical Optics Corp.,* Torrance, California, is awarded $27,230,891 for modification P00012 to previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-17-C-0078) in support of F/A-18E/F and EA-18G aircraft for the Navy and the government of Kuwait. This modification exercises an option for data transfer unit production support, 160 data transfer units, 160 ground data transfer units, 14 maintenance access cables, 600 mission data transfer devices, and 459 maintenance data transfer devices in support of the Navy's F/A-18 E/F and EA-18G program. In addition, this option exercise procures 37 data transfer units, 35 ground data transfer units, 11 maintenance access cables, 122 mission data transfer devices, and 90 maintenance data transfer devices in support of the Kuwait Super Hornet program. Work will be performed in Torrance, California, and is expected to be completed in August 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($22,334,109; 82%); and the government of Kuwait ($4,896,782; 18%) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Airborne Tactical Advantage Co. LLC, Newport News, Virginia, is awarded $13,495,999 for modification P00020 to previously awarded firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00019-15-D-0026. This modification provides for contractor-owned and operated Type IV supersonic aircraft for airborne threat simulation capabilities in support of the Contracted Air Services Program. Work will be performed in Newport News, Virginia (44%); Point Mugu, California (37%); and various locations outside the continental U.S. (19%), and is expected to be completed in May 2020. No funds will be obligated at time of award, funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Melbourne, Florida, is awarded $9,938,480 for modification 004502 to a previously issued delivery order 0045 placed against a basic ordering agreement (N00019-15-G-0026). This modification procures eight E-2C compatible AN/APX-122A Mode 5/S interrogators for the government of Japan. Work will be performed in Greenlawn, New York (82%); and Melbourne, Florida (18%), and is expected to be completed in September 2023. Foreign military sales funds in the amount of $9,938,480 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 C.E. Niehoff & Co.,* Evanston, Illinois, has been awarded a maximum $11,806,163 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engine air conditioner generators. 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 Illinois, with an Aug. 25, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0152). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1944232/source/GovDelivery/

  • US Navy awards $43M contract for autonomous supply chain management

    9 novembre 2020 | International, Naval

    US Navy awards $43M contract for autonomous supply chain management

    Andrew Eversden WASHINGTON — The U.S. Navy awarded a $42.6 million contract for autonomous supply chain management to One Network Enterprises, the company announced Nov. 4. Under the award, One Network Enterprises will work on modernizing the Navy's Naval Operational Supply System, an end-to-end supply chain management solution that supports maritime, aviation, expeditionary and shore support units. Through the NOSS solution, the Navy is modernizing legacy systems and applications to develop an integrated system that tracks all the commodities in its supply chain, including munitions; parts and repairables; medical supplies; petroleum, oils and lubricants; food and food preparation; and hazardous material. Under current capabilities, individual commodities are managed by multiple systems, according to the company news release. One Network will manage and support all commodities through a single, global federated system, the release said. “The confidence that the Navy has entrusted to One Network is another proof point regarding the capabilities of our multi-party network platform,” said David Stephens, executive vice president and general manager of government programs at One Network Enterprises. “The Navy will benefit from a modernized global platform that will never go legacy, supporting both ashore and afloat capabilities. “In addition, One Network's federated platform-to-platform integration enables the Navy with a Delayed/Disconnected, Intermittently Connected, Low Bandwidth Environment (typically referred to as D-DIL), which is ideal for deployed operations afloat. We look forward to providing a truly global and mobile One Network solution operating on all Navy ships and submarines with access from every shore-based location while working in both unclassified and classified environments.” The contract was awarded through the other transaction authority process. The company also recently won a $62 million contract with the Air Force to help configure its Master Data Management business processes to support the service's logistics portfolio. https://www.c4isrnet.com/it-networks/2020/11/06/us-navy-awards-43m-contract-for-autonomous-supply-chain-management

  • F-22, F-35 jets won’t hit Mattis’ readiness targets

    6 septembre 2019 | International, Aérospatial

    F-22, F-35 jets won’t hit Mattis’ readiness targets

    By: Aaron Mehta WASHINGTON — The U.S. Air Force's stealthy fighters will not meet an 80 percent mission-capable rate requirement set by former Defense Secretary Jim Mattis, top officials revealed Wednesday. Appearing at the 2019 Defense News Conference, Lt. Gen. Mark Kelly, deputy chief of staff for operations, said that the F-22 and F-35A would both fall short of the capability target set by Mattis shortly before his exit from the Pentagon. The F-16, however, “should” hit that target rate. In a memo first revealed by Defense News last October, Mattis ordered the Pentagon's F-35, F-22, F-16 and F-18 aircraft inventories to hit 80 percent mission-capability rates. A July investigation by sister publication Air Force Times revealed that in fiscal 2018, when Mattis issued the memo, the service was in a readiness nose dive: Of the 5,413 or so aircraft in the fleet, the percentage able to fly at any given time decreased steadily each year since at least FY12, when 77.9 percent of aircraft were deemed flyable. By FY17, that metric plunged to 71.3 percent, and it dipped again to 69.97 percent in FY18. Analysts were skeptical that such an increase could be achieved in just one year, and it appears that skepticism was well-founded. However, Kelly argued, not all mission-capable rates are created equal. “We learned a lot from the MC80 [mission-capable 80 percent] effort. One of the big things we learned is that our long-range readiness strategy, which takes a lot more consideration than MC80, is frankly a more viable strategy,” he said of an effort that takes a more holistic approach to whether needed assets are ready to use. “MC80 is actually a very important metric of how ready we are to go to war, but there is an easy way for the Air Force to achieve MC80 on any airframe, and that's to just stop flying. We actually flew more,” Kelly said. The F-22 struggled to hit 80 percent in large part because the low-observable coating on the plane requires slow, careful work to maintain, which drags down the mission-capable rates. The F-35A, meanwhile, was being stood up and flown more during this period than ever before, which was beneficial for the service, but meant that mission-capable rates were impacted by operational use. “So facts matter,” Kelly concluded. “The facts are: We won't make it, but the data behind the facts is we're actually having pretty good success.” During the panel, Air Force leaders were asked if the 386 squadron target, first unveiled last September, is still a hard goal for the service. Lt. Gen. Timothy Fay, deputy chief of staff for strategy, integration and requirements, didn't provide a concrete answer, but he did indicate that capability — as opposed to capacity — may be a more important standard for the future. “386 was an number we worked very hard on,” Fay said. “But it's not just a question of capacity. ... Yes, we have a force that's too small,” but the service is now “looking at new technologies, new ways to use those technologies.” https://www.defensenews.com/smr/defense-news-conference/2019/09/04/f-22-f-35-wont-hit-mattis-readiness-targets/

Toutes les nouvelles