14 mars 2019 | International, Terrestre

DARPA Seeks Tools to Capture Underground Worlds in 3D

DARPA is seeking information on state-of-the-art technologies and methodologies for advanced mapping and surveying in support of the agency's Subterranean (SubT) Challenge. Georeferenced data – geographic coordinates tied to a map or image – could significantly improve the speed and accuracy of warfighters in time-sensitive active combat operations and disaster-related missions in the subterranean domain. Today, the majority of the underground environments are uncharted or inadequately mapped, including human-made tunnels, underground infrastructure, and natural cave networks.

Through the Request for Information, DARPA is looking for innovative technologies to collect highly accurate and reproducible ground-truth data for subterranean environments, which would potentially disrupt and positively leverage the subterranean domain without prohibitive cost and with less risk to human lives. These innovative technologies will allow for exploring and exploiting these dark and dirty environments that are too dangerous to deploy humans.

“What makes subterranean areas challenging for precision mapping and surveying – such as lack of GPS, constrained passages, dark or dust-filled air – is similar to what inhibits safe and speedy underground operations for our warfighters,” said Timothy Chung, program manager in DARPA's Tactical Technology Office (TTO). “Building an accurate three-dimensional picture is a key enabler to rapidly and remotely exploring and searching subterranean spaces.”

DARPA is looking for commercial products, software, and services available to enable high-fidelity, 3D mapping and surveying of underground environments. Of interest are available technologies that offer high accuracy and high resolution, with the ability to provide precise and reproducible survey points without reliance on substantial infrastructure (e.g., access to global fixes underground). Additionally, relevant software should also allow for generated data products to be easily manipulated, annotated, and rendered into 3D mesh objects for importing into simulation and game engine environments.

DARPA may select proposers to demonstrate their technologies or methods to determine feasibility of capabilities for potential use in the SubT Challenge in generating and sharing 3D datasets of underground environments.

Such accurately georeferenced data may aid in scoring the SubT competitors' performance in identifying and reporting the location of artifacts placed within the course. In addition, renderings from these data may provide DARPA with additional visualization assets to showcase competition activities in real-time and/or post-production.

Instructions for submissions, as well as full RFI details, are available on the Federal Business Opportunities website: https://www.fbo.gov/spg/ODA/DARPA/CMO/DARPA-SN-19-21/listing.html. Submissions are due at 1:00 p.m. EDT April 15, 2019. Please email questions to SubTChallenge@darpa.mil.

https://www.darpa.mil/news-events/2019-03-07

Sur le même sujet

  • Contract Awards by US Department of Defense - May 06, 2020

    7 mai 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - May 06, 2020

    DEFENSE LOGISTICS AGENCY Intuitive Surgical Inc., Sunnyvale, California, has been awarded a maximum $420,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surgical robots, instruments and their related accessories. This is a five-year contract with no option periods. This was a competitive acquisition with 105 responses received. Location of performance is California, with a May 5, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0006). Hartford Provision Co., doing business as HPC Foodservice, South Windsor, Connecticut, has been awarded a maximum $49,473,750 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a four-year contract with no option periods. Locations of performance are Massachusetts, Rhode Island and Connecticut, with a May 6, 2024, performance completion date. Using customers are Air Force, Army, Marine Corps, Navy and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3271). The Will-Burt Co., Orrville, Ohio, has been awarded a maximum $43,186,213 fixed-price long term contract for masts. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is Ohio, with a May 5, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0078). CORRECTION: The contract announced on April 29, 2020, for Raytheon Co., Andover, Massachusetts (SPRRA2-20-C-0023), for $13,688,190 was announced with an incorrect award date. The correct award date is May 4, 2020. NAVY Huntington Ingalls Industries Inc., Newport News, Virginia, is awarded an $187,126,853 modification to previously awarded contract N00024-18-C-2106 to prepare and make ready for the refueling complex overhaul (RCOH) of USS John C. Stennis (CVN 74). Work will be performed in Newport News, Virginia (65%); and Norfolk, Virginia (35%). This modification will extend the period of performance for continued advance planning efforts including material forecasting, long lead time material procurement, purchase order development, technical document and drawing development, scheduling, resource forecasting and planning, development of cost estimates for work to be accomplished, data acquisition, pre-overhaul tests and inspections, pre-overhaul preparations, refueling preparations and other technical studies as required to prepare and make ready for the CVN 74 RCOH accomplishment. Work is expected to complete by January 2021. This modification constitutes the award of an existing option for an additional six months of effort. The original contract and this modification will be accomplished by Huntington Ingalls Industries Inc., Newport News, Virginia, under the authority of 10 U.S. Code 2304(c)(1). Huntington Ingalls Industries Inc. is the original building yard contractor for all ships of the CVN-68 class, the reactor plant planning yard, the lead design refueling yard and the only private shipyard capable of refueling and overhauling nuclear powered aircraft carriers. Therefore, it is the only source with the knowledge, experience and facilities required to accomplish this effort in support of the CVN 74 RCOH. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $187,126,853 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. The Boeing Co., Seattle, Washington, is awarded a $29,059,944 modification (P00172) to previously awarded firm-fixed-price contract N00019-14-C-0067 for the production and delivery of 10 P-8A A-kits, 10 turret deployment units and eight mechanism units in support of Lot 10 P-8A production aircraft. Work will be performed in Seattle, Washington (91%); and Mesa, Arizona (9%), and is expected to be complete by January 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $29,059,944 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. W.M. Jordan Co. Inc., Newport News, Virginia, is awarded $26,929,000 for firm-fixed-price task order N40085-20-F-5271, under a multiple award construction contract for the design-build repair and renovation of Bachelor Enlisted Quarters Building (BEQB) 3609, Joint Expeditionary Base, Little Creek-Fort Story, Virginia. Work will be performed in Virginia Beach, Virginia. The work will provide for the design and construction renovation of BEQB 3609 to meet current quality standards and facility criteria for unaccompanied housing for the Navy. The site and building will be modified to meet anti-terrorism force protection requirements. Major building systems such as plumbing, heating, ventilation, and air condition, electrical and fire protection will be replaced with new systems. Work is expected to be complete by October 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $26,929,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9089). L3 Adaptive Methods Inc., Centreville, Virginia, is awarded a $12,719,770 cost-plus-fixed-fee and cost contract for engineering services and capability development in support of the Undersea Warfare and Surface Warfare systems. Work will be performed in Keyport, Washington (30%); Centreville, Virginia (25%); Rockville, Maryland (15%); Manassas, Virginia (10%); Herndon, Virginia (5%); Dahlgren, Virginia (5%); Newport, Rhode Island (5%); Austin, Texas (1%); Moorestown, New Jersey (1%); Honolulu, Hawaii (1%); Fairfax, Virginia (1%); and Laurel, Maryland (1%), and is expected to be complete by April 2021. If all options are exercised, work will continue through April 2025. This contract includes options which, if exercised, would bring the cumulative value of this contract to $69,458,660. This contract combines purchases for the Navy (98%) and the government of Japan (2%) under the Foreign Military Sales (FMS) program. Fiscal 2020 research, development, test and evaluation (Navy); 2020 operations and maintenance (Navy); 2020 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $6,142,292 will be obligated at time of award. Funding in the amount of $1,191,829 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r), this Small Business Innovative Research Phase (SBIR) III contract is being awarded to L3 Adaptive Methods Inc., which is the same firm that was competitively selected for the SBIR Phase I and II awards. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5211). The Boeing Co., Seattle, Washington, is awarded a $7,039,596 cost-plus-fixed-fee order (N00019-20-F-0647) against previously issued basic ordering agreement N00019-16-G-0001. This order procures non-recurring engineering for the design, fabrication and correction of deficiencies required for the delivery and installation of retrofit kits for Navy P-8A aircraft with Increment 3 Engineering Change Proposal (ECP) 6 capabilities. Work will be performed in Puget Sound, Washington. The P-8A ECP 6 provides a significant modification to the baseline aircraft, installing new airframe racks, radomes, antennas, sensors and wiring, while incorporating a new combat system suite with an improved computer processing and security architecture capability at the higher than secret level, a wide band satellite communication system, an anti-submarine warfare signal intelligence capability, a minotaur track management system and additional communications and acoustics systems to enhance search, detection and targeting capabilities. Work is expected to be complete by May 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,039,596 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. ARMY Stantec Consulting Services Inc., Lexington, Kentucky, was awarded a $45,000,000 firm-fixed-price contract for U.S. Army Corps of Engineers Dam Safety Modification Mandatory Center of Expertise, national dam and levee safety, and geotechnical services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 5, 2025. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-20-D-0010). Thomas Instrument Inc.,* Brookshire, Texas, was awarded an $8,788,301 firm-fixed-price contract for maintenance and overhaul of UH-60 Blackhawk helicopters. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 6, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0368). AIR FORCE Space Exploration Technologies Corp., Hawthorne, California, has been awarded an $8,904,146 firm-fixed-price modification (P00007) to contract FA8811-19-C-0004 for non-National Security Space (NSS) Fleet surveillance. This contract provides for non-NSS Fleet surveillance efforts across the Space Exploration family of launch vehicles for non-NSS missions. The location of performance is Hawthorne, California; Vandenberg, California; and Cape Canaveral Air Force Space Station, Florida. The work is expected to be completed by Nov. 8, 2020. Fiscal 2019 missile procurement funds in the amount of $2,226,037; and fiscal 2019 space procurement funds in the amount of $6,678,110 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-C-0004). AT&T Government Solutions Inc., Oakton, Virginia; and El Segundo, California, has been awarded a $8,449,798 modification (P00047) to contract FA8819-15-F-0005 for continued mission support services to the Space Force, Air Force Space and Missile Systems Center, Special Programs Directorate. Work will be performed at Los Angeles Air Force Base, California; and Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,976,668; fiscal 2020 operations and maintenance funds in the amount of $453,295; and fiscal 2019 Space production funds in the amount of $76,500 are being obligated at the time of award. Total cumulative face value of the contract is $54,074,819. The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2178741/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 13, 2020

    14 juillet 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - July 13, 2020

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $22,890,000,000 indefinite-delivery/indefinite-quantity contract (FA8634-20-D-2704). The first delivery order has been awarded as an undefinitized contract action with a total not-to-exceed value, including options, of $1,192,215,413. It is a cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive-fee, firm-fixed-price effort for the F-15EX system. This delivery order (FA8634-20-F-0022) provides for design, development, integration, manufacturing, test, verification, certification, delivery, sustainment and modification of F-15EX aircraft, as well as spares, support equipment, training materials, technical data and technical support. Work will be performed in St. Louis, Missouri; and at Eglin Air Force Base, Florida, and is expected to be completed Dec. 31, 2023. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $248,224,746; and fiscal 2020 aircraft procurement funds in the amount of $53,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity. Filius Corp., Centreville, Virginia, has been awarded a $70,617,597 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the AN/TYQ-23A (V)1 Tactical Air Operations Module weapons system logistics support. The contractor will provide all labor, tools, equipment, technical data/manuals, materials, supplies, parts, original equipment manufacturer (OEM) service bulletins and services necessary to perform contractor logistics support on TYQ-23A (V)1 in accordance with OEM standards (commercial standards if third party is performing service/repair), including software/firmware upgrades. This support will also include emergency and preventative maintenance for any future technologies designed to be implemented in the TYQ-23A. Work will be performed in Centreville, Virginia, and is expected to be completed July 2025. This award is the result of a competitive acquisition with five offers received. Fiscal 2020 operations and maintenance funds in the amount of $2,300,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8217-20-D-0005). Renco Corp., Manchester, Massachusetts, has been awarded a not-to-exceed $22,400,000 undefinitized contract action for capacity expansion of Nitrile beutadine rubber (NBR) gloves production for the Department of Health and Human Services in care of the Joint Acquisition Task Force. This contract provides for the procurement of raw NBR materials, dipping lines, storage tanks, storage equipment, roofing repairs, lighting, loading docks, water treatment, solar roofs and a remote facility to be determined at a later date in the south central part of the U.S. in order to bring an industrial base and to replenish the strategic national stockpile of Nitrile produced rubber gloves back to the U.S. Work will be performed in Colebrook, New Hampshire, and is expected to be completed July 14, 2021. This award is the result of a sole-source acquisition. Fiscal 2020 other procurement funds in the amount of $22,400,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8527-20-C-0005). NAVY Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels & Daniels Construction Co. Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military & Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are awarded a $90,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. After award of this modification, the total maximum dollar value for all six contracts combined will be $339,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%). The work to be performed provides for general construction services including, but not limited to, new construction, demolition, repair, alteration and renovation (total/partial/interior/exterior) of buildings, systems and infrastructure, which may include civil, structural, mechanical, electrical and communication systems; installation of new or extensions to existing high voltage electrical distribution systems; extensions to the existing high pressure steam distribution systems, potable water distribution systems and sanitary sewer systems; additional storm water control systems; painting; removal of asbestos materials and lead paint; and incidental related work. Work is expected to be completed by December 2020. 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 (Marine Corps); and military construction funds (Marine Corps). The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Huntington Ingalls Inc., Newport News, Virginia, is awarded a $35,346,618 cost-plus-fixed-fee, firm-fixed-price modification to a previously awarded contract (N00024-16-C-4316) to continue performance of the repair, maintenance, upgrades and modernization efforts on the USS Helena (SSN 725) dry-docking selected restricted availability (DSRA). Work will be performed in Newport News, Virginia. The contracted requirements include advance and new work efforts necessary to repair, and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled availability. Work is expected to be completed by October 2020. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $35,346,618 will be obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procure; only one responsible source and no other supplies or services will satisfy agency requirement. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity. L3 Technologies Inc., Camden, New Jersey, is awarded a $34,999,948 fixed-price-incentive-firm-target contract for the detail design and fabrication of a prototype Medium Unmanned Surface Vehicle (MUSV). This contract includes options for up to eight additional MUSVs, logistics packages, engineering support, technical data, and other direct costs, which, if exercised, will bring the cumulative value of this contract to $281,435,446. Work will be performed in Morgan City, Louisiana (72.7%); Arlington, Virginia (9.8%); Jeanerette, Louisiana (8.1%); New Orleans, Louisiana (6.6%); Worthington, Ohio (1.7%); Lafayette, Louisiana (0.9 %); and Gautier, Mississippi (0.2%), and is expected to be completed by December 2022. If all options are exercised, work will continue through June 2027. Fiscal 2019 and 2020 research, development, test and evaluation funding in the amount of $34,999,948 will be obligated at the time of award, and $29,779,038 will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities (now beta.SAM.gov), and five offers were received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-6312). Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded an $11,300,000 not-to-exceed, cost-plus fixed-fee contract for the procurement of transitional development and sustaining engineering services for the Ground/Air Task-Oriented Radar (G/ATOR), to include software support activity transition, low/slow/small capability development and ground weapons locating radar improvements. The G/ATOR program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum, Maryland, and is expected to be completed by July 2021. Fiscal 2020 research, development, test and evaluation (Marine Corps) funds in the amount of $2,217,296; and fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $3,000,000 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was not competitively procured and was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded an $8,127,069 modification under previously awarded contract N00024-16-C-2111 to perform alterations during the USS South Dakota (SSN 790) post-delivery work period. Work will be performed in Groton, Connecticut. General Dynamics Electric Boat will perform planning and execution efforts on SSN 790, USS South Dakota. Work is expected to be completed by December 2020. No funding will be obligated at time of award. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded a $7,829,633 modification under previously awarded contract N00024-16-C-2111 to perform alterations during the USS South Dakota (SSN 790) post-delivery work period. Work will be performed in Groton, Connecticut. General Dynamics Electric Boat will perform planning and execution efforts on SSN 790, USS South Dakota. Work is expected to be completed by December 2020. No funding will be obligated at time of award. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $7,765,664 cost-plus-fixed-fee modification to a previously awarded contract (N00024-09-C-2104) for planning and execution of USS Delaware (SSN 791) post delivery work period (PDWP). Work will be performed in Groton, Connecticut. Electric Boat Corp. will perform planning and execution efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing, and other work on USS Delaware (SSN 791) during its scheduled PDWP. Work is expected to be completed by October 2020. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $7,765,664 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. DEFENSE LOGISTICS AGENCY Hikma Pharmaceuticals USA Inc., Eatontown, New Jersey, has been awarded a maximum $42,907,336 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical 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 New Jersey, with a July 12, 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 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0006). ARMY Mathy Construction Co., Onalaska, Wisconsin, was awarded an $8,870,763 modification (P00002) to contract W911SA-19-D-2018 for asphalt paving at Fort McCoy. Work will be performed at Fort McCoy, Wisconsin, with an estimated completion date of July 14, 2022. Bids were solicited via the internet with one received. The U.S. Army 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $7,845,596 hybrid (cost-no-fee, firm-fixed-price) contract to provide U.S. Forces Korea with information technology, architecture and engineering, command and control networks and associated systems support services. Bids were solicited via the internet with five received. Work will be performed in Pyongtaek, South Korea, with an estimated completion date of July 31, 2025. The 411th Contracting Support Brigade, Camp Red Cloud, South Korea, is the contracting activity (W91QVN-20-F-0440). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2272447/source/GovDelivery/

  • SPY-7 radar tracks live space objects ahead of delivery to Japan

    14 avril 2024 | International, Naval

    SPY-7 radar tracks live space objects ahead of delivery to Japan

    The ongoing round of live testing is meant to ensure the current iteration of hardware and software are fully integrated with the Aegis combat system.

Toutes les nouvelles