14 décembre 2018 | International, C4ISR

France: L’agence de l’innovation de défense lance un appel à proposition concernant l’intelligence artificielle

Cet appel à proposition concerne les techniques issues de l'intelligence artificielle et présentant un intérêt opérationnel pour la défense. L'objectif du cycle de sélection est d'identifier des couples « sujet précis / solution » pour des applications opérationnelles moyen terme et de soutenir un challenge technique qui mérite un effort dans la durée.

Couples « sujet précis / solution » pour des applications opérationnelles à moyen terme de l'intelligence artificielle

Les propositions sélectionnées ont vocation à conduire à des applications opérationnelles à moyen terme sur des thématiques d'intérêt pour la défense tout en restant relativement duales et permettant d'en dériver des produits / services également dans un cadre hors défense.

Pour ce premier appel à proposition dans le domaine de l'intelligence artificielle, les couples « sujet précis / solution » retenus devront relever d'un des thèmes présentés ci-après :

  • Fusion, corrélation, détection de signaux faibles et visualisation d'informations multi-sources en grande dimension (textes, images, enregistrements de bases de données...) ;
  • Détection en faible rapport signal/bruit : petits objets dans des images ou objets partiellement masqués, cibles furtive), reconnaissance vocale en environnement bruité ;
  • Application pour la lutte informatique défensive : cartographie automatique du système à protéger/détection de vulnérabilités, détection d'intrusion, contre-mesures réactives ;
  • Autonomie pour la robotique :
    • perception de l'environnement (reconnaissance et suivi d'objets et localisation, analyse sémantique pour l'identification des routes/chemins, obstacles mobiles ou non (« traversabilité »),
    • interaction intelligente hommes/robots (modalités d'interaction nouvelles entre robots dotés de modules d'IA et opérateurs, perception intelligente de l'opérateur par le robot, gestion par un opérateur d'une flotte multi-robots).

Il n'y a pas de quota entre les différents thèmes, la priorité sera donnée à la qualité des propositions présentées. Le nombre de couples « sujet précis / solution » soutenus sera de l'ordre de 4 à 6 et dépendra de la qualité des propositions.

Challenge technique

Il est également prévu de soutenir un sujet plus prospectif sur un challenge technique qui mérite un effort dans la durée. Pour ce premier appel à proposition, le thème retenu concerne la simplification des processus d'apprentissage à partir de données (données annotées en faible nombre, utilisation de données simulées, apprentissage non (ou moins) supervisé). Le nombre de propositions soutenues pour le challenge sera 1 ou 2 et dépendra de la qualité des propositions.

Les modalités de ce premier appel à proposition en intelligence artificielle sont les suivantes :

  • Les organismes de recherche, les PME (1) ou ETI (entreprise intermédiaire indépendante) de moins de 2000 salariés peuvent participer à cet appel à proposition ;
  • Les soumissions des propositions de projets, pour la phase de présélection, s'effectuent au travers d'une fiche (format Word) d'une page à remplir. La fiche est accessible en cliquant ici

Clôture de l'appel à proposition

Les propositions de projet doivent être envoyées à l'adresse agenceinnovation.dir.fct@intradef.gouv.fr (un accusé sera transmis dès réception de votre soumission) et impérativement avant la date et l'heure de clôture de l'appel à proposition :

Le 8 janvier 2019 à 17h

Important : Aucune participation ou aucun élément complémentaire ne pourra être accepté après la date et l'heure de clôture de l'appel à proposition.

Le processus de sélection, et donc l'évaluation des propositions, implique différents acteurs du ministère des Armées dont les experts DGA dans le domaine de l'intelligence artificielle et des opérationnels des forces. Les personnes intervenant dans le cadre de l'évaluation des propositions soumises ne sont pas autorisées à entrer en contact avec les déposants concernant leur proposition.

Le processus de présélection se déroulera selon le calendrier ci-après :

Présélection de projets IA : Appel à proposition - Calendrier

Les dates clés étant :

  • Annonce des propositions présélectionnées, date et horaire de passage à la session de Speed Meeting (par courriel) : le 21 janvier 2019 ;
  • Déroulement des sessions de Speed Meeting (30 min : 15 min de présentation + 15 min d'échanges) pour les propositions sélectionnées : le 29 janvier 2019 ;
  • Annonce des propositions sélectionnées pour accompagnement (par courriel) : le 1er février 2019.
  • Les projets seront sélectionnés sur la base des critères suivants :
    • Pertinence des propositions Couples « sujet précis / solution »,
    • Capacité du proposant à disposer d'un savoir-faire lui permettant de le réaliser,
    • Intérêt pour la défense et les marchés civils sur lesquels l'entreprise ou le consortium serait susceptible de se développer,
    • Satisfaction des critères d'éligibilité du dispositif de soutien à l'innovation (DSI) auquel le proposant peut prétendre.

Contacts

Pour toutes questions, vous pouvez contacter :

Aurélie Missere

Tél. : +33 (0)9 88 67 17 55

(1) Définie comme micro, petite ou moyenne entreprise (PME) par la recommandation de la Commission no 2003/361/CE du 6 mai 2003 concernant la définition des micro, petites et moyennes entreprises.

FAQ

  • Quel est le positionnement de l'appel à proposition par rapport aux autres dispositifs ?

Au vu du projet proposé, l'AID orientera les propositions sélectionnées vers le dispositif de soutien à l'innovation (DSI) le plus pertinent pour financer le projet.

  • Quelle est la durée retenue pour les projets ?

La ligne directrice retenue est de viser plutôt une avancée plus limitée sur un temps raisonnable qu'un objectif trop ambitieux sur un temps long.

Pour les Couples « sujet précis / solution » permettant d'aller vers des applications opérationnelles moyen terme, la durée pourrait être de l'ordre 6 mois à 2 ans. Pour le Challenge technique, la durée pourrait être de l'ordre de 2 ans.

  • Quel est le modèle de financement associé ?

Les dispositifs de soutien à l'innovation envisagés sont des dispositifs de type subvention. Une fourchette de l'ordre 300 à 500 k€ donne l'ordre de grandeur envisageable.

  • Quelle est la nature de « l'accompagnement » évoqué dans l'appel à proposition ?

L'accompagnement proposé consiste à aider à la finalisation du projet pour la mise en place d'un dispositif de subventionnement approprié. Pendant le déroulement du projet, l'accompagnement visera à préparer un éventuel déploiement opérationnel ce qui nécessite un interfaçage avec des systèmes existants ou une intégration dans un système existant.

  • Dans le cas de projets applicatifs, est-il envisageable d'avoir accès à des jeux de données ?

La proposition initiale doit être effectuée sans recours à des jeux de données fournie par l'Etat. Durant l'accompagnement pour la finalisation du projet, la mise à disposition de données par l'Etat sera examinée.

Si votre question n'apparaît pas, il vous suffit de nous envoyer un mail àagenceinnovation.dir.fct@intradef.gouv.fr. Nous vous répondrons dans les meilleurs délais, en général sous 24h à 48h.


Sources : Ministère des Armées

https://www.defense.gouv.fr/actualites/la-vie-du-ministere/preselection-de-projets-ia-appel-a-proposition

Sur le même sujet

  • Contract Awards by US Department of Defense - June 15, 2020

    16 juin 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - June 15, 2020

    ARMY Shimmick Construction Co. Inc., Oakland, California, was awarded a $78,801,484 modification (P00012) to contract W912P5-17-C-0007 for Chickamauga Lock chamber replacement. Work will be performed in Chattanooga, Tennessee, with an estimated completion date of June 23, 2023. Fiscal 2020 civil construction funds in the amount of $78,801,484 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. Heil Trailer International LLC, Gatesville, Texas, was awarded a $37,063,855 firm-fixed-price contract for mobile tactical retail refueling systems, authorized stockage list kits, production qualification testing (PQT) assets, log assets, support for PQT testing, refurbishment of PQT assets, refurbishment of integrated product support systems and contract data requirements lists. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 14, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0047). Cashman/Dutra JV, Quincy, Massachusetts, was awarded an $18,027,778 modification (P00009) to contract W912WJ-18-C-0010 for improvement dredging. Work will be performed in Boston, Massachusetts, with an estimated completion date of June 16, 2021. Fiscal 2019 and 2020 civil construction funds and 2020 non-federal funds in the amount of $18,027,778 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity. Versar Inc., Springfield, Virginia, was awarded a $10,200,664 firm-fixed-price contract to provide technical services including, but not limited to, inspections, assessments, repairs, testing, reports, training for facilities and operations-related projects within the U.S. Central Command area of responsibility. Bids were solicited via the internet with six received. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Dec. 14, 2022. Fiscal 2020 operations and maintenance (Army) funds in the amount of $10,200,664 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0262). Kleinfelder Inc., Rancho Cordova, California, was awarded a $9,476,096 firm-fixed-price contract for civil and geotechnical engineering related design and construction services. Bids were solicited via the internet with one received. Work will be performed in Sacramento, California, with an estimated completion date of April 22, 2023. Fiscal 2018 civil construction funds in the amount of $9,476,096 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-F-0080). Moog Inc., Blacksburg, Virginia, was awarded a $9,360,000 firm-fixed-price contract for 180 slip rings. Bids were solicited via the internet with one received. Work will be performed in Blacksburg, Virginia, with an estimated completion date of June 16, 2021. Fiscal 2020 procurement, defense-wide funds in the amount of $4,212,000 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-C-0121). AIR FORCE AECOM International Inc., Neu-Isenburg, Germany (FA5613-20-D-0008); Buchard-Horn GmbH, Frankfurt am Main, Germany (FA5613-20-D-0009); Dorsch Gruppe International GmbH, Weisbaden, Germany (FA5613-20-D-0010); igr AG, Rockenhausen, Germany (FA5613-20-D-0011); Jacobs Engineering Group Inc., Arlington, Virginia (FA5613-20-D-0012); and Peschla + Rochmes GmbH, Kaiserslautern, Germany (FA5613-20-D-0013), have been awarded a $49,000,000 indefinite-delivery/indefinite-quantity contract for architecture-engineer (A-E) services. This contract provides multi-disciplined A-E services for design of various U.S. military buildings, structures and facilities in Europe. Work will be performed primarily at Headquarters U.S. Air Force in Europe (USAFE); Ramstein Air Base, Germany; and USAFE geographically separated units in Germany. Work is expected to be completed June 14, 2027. This contract is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance funds in the amount of $582 are being obligated for each awardee at the time of the award. The 700th Contracting Squadron, Ramstein Air Base, Germany, is the contracting activity. HDT Global, Salon, Ohio, has been awarded a $17,581,114 fixed-price, incentive-firm modification (P00055) to contract FA8204-13-C-0010 for Transporter Erector Replacement Program (TERP) production. This modification exercises Lot Three, Option Three and provides the government five TERP units. Work will be performed at Cincinnati, Ohio; and Florence, Kentucky, and is expected to be completed Jan. 20, 2022. The total cumulative face value is $83,751,189. Fiscal 2020 missile procurement funds in the amount of $17,581,114 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded a $13,000,000 indefinite-delivery/indefinite-quantity contract for the research and development for adaptive and robust control for hypersonic engagement research effort. The five-year contract will support research and development to comprehend and address impacts of complex flight environments on advanced weapon systems. Work will be performed in St. Louis, and is expected to be completed March 2025 for the initial task order. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 research, development, test and evaluation funds in the amount of $760,000 are being obligated at the time of award. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-20-D-0036). Lockheed Martin Corp., King of Prussia, Pennsylvania, has been awarded a $7,329,960 cost-plus-fixed-fee contract for Joint Air-to-Surface Standoff Missile (JASSM) Operational Realtime Combat Analysis (ORCA) Increment Two. This contract provides for enhancements to the software package known as the JASSM ORCA Increment Two. Work will be performed in King of Prussia, Pennsylvania, and is expected to be complete by June 14, 2021. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $3,299,806 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin, Air Force Base, Florida, is the contracting activity (FA8682-20-C-0007). NAVY Vigor Marine LLC, Portland, Oregon, is awarded a $30,269,098 firm-fixed-price contract (N32205-20-C-4037) for a 120-calendar day shipyard availability for the post shakedown availability of the expeditionary sea base U.S. Ship Miguel Keith (T-ESB 5). The $30,269,098 consists of the amounts listed in the following areas: Category “A” work item costs, additional government requirement, other direct costs, and the general and administrative costs. Work will be performed in Portland, Oregon. Work will include the furnishing of general services, shipboard access, clean and gas free tank voids and cofferdams, machinery room to pump room watertight door, machinery space deck utilization plan, hull perimeter lighting, machinery space closed circuit television monitoring system and bow camera, install of the third air condition plant in forward house, aft house grey water system isolation, segregate grey and black water transfer line, forward main fire loop installation, aft house habitability mods and engineering control room No. 1 deck head install. Work is expected to be complete by December 2020. The contract includes options which, if exercised, will bring the total contract value to $30,985,070. Funds will be obligated on June 15, 2020. Contract completion will be December 2020. Contract funds in the amount of $30,269,098, excluding options, are obligated for fiscal 2021 using operations and maintenance (Navy) funds. This contract was competitively procured with proposals solicited via the beta.sam.gov website and one offer was received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4037). Summer Consultants Inc.,* McLean, Virginia, is awarded a $30,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $30,000,000 for multi-discipline architect-engineer services for mechanical, electrical, plumbing and fire-protection within the Naval Facilities Engineering Command (NAVFAC), Washington area of operations (AO). All work on this contract will be performed at various Navy and Marine Corps facilities and other facilities within the NAVFAC Washington AO including, but not limited to, Maryland (40%); Virginia (40%); and Washington, D.C. (20%). The work primarily includes design and engineering services for new construction, major repairs, renovations and alterations. Design services may include, design and engineering concepts, contract documents, construction cost estimates, surveys, shop drawing reviews, construction consultation and inspection and the preparation of construction record drawings. Engineering services may include technical reports and studies, site investigations and programming concepts. Work is expected to be complete by June 2025. The term of the contract is not to exceed 60 months. 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. This contract was competitively procured via Navy Electronic Commerce Online website and 10 proposals were received. NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-20-D-0017). BAE Systems Jacksonville Ship Repair, Jacksonville, Florida, is awarded a $20,447,455 cost-plus-award-fee modification to previously awarded contract N00024-19-C-2317 to exercise options for the U.S. Ship Delbert D. Black (DDG 119) post shakedown availability (PSA). Work will be performed in Jacksonville, Florida. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfers at the time of PSA. The incorporation of approved engineering changes will be included that were not incorporated during the construction period, which are not otherwise the building yard's responsibility under the ship construction contract. The PSA is accomplished within a period of approximately 16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy), obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. Work is expected to be complete by July 2021. Fiscal 2014 and fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $12,902,625 will be obligated at time of award. Funding will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. The University of California San Diego, San Diego, California, is awarded a $16,542,048 cost-plus-fixed-fee contract for the development of state-of-the-art improvements to unmanned systems and in situ ocean sampling. Work will be performed at the Scripps Institution of Oceanography, University of California San Diego, San Diego, California. The lines of effort will improve and implement new oceanographic sampling techniques and methods. Experimentation events will enable data collections to support the next generation of federated oceanographic data tasking, processing and dissemination for future warfighting and oceanographic applications. Work is expected to be completed by June 2025. The total cumulative value of this contract is $16,542,048. The base period is $16,542,048 and there are no proposed option periods. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,100,000 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-20-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-2039). DEFENSE LOGISTICS AGENCY Honeywell International, doing business as Honeywell Aerospace-Tucson, Tucson, Arizona, has been awarded a maximum $27,243,370 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aircraft generator auxiliary power units in support of the Blackhawk helicopter platform. This was a limited acquisition as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a five-year base contract with no option periods. Location of performance is Arizona, with a June 15, 2025, ordering period end date. Using military service is the Army. Type of appropriation is fiscal 2020 (Army) working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0054). Dixie Chemical Co. Inc., Pasadena, Texas, has been awarded a maximum $12,619,380 firm-fixed-price, requirements-type contract for high-density synthetic hydrocarbon jet propellant and priming fluid. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Locations of performance are Texas, Oklahoma, Utah, Michigan, Alabama, Virginia, California, Arizona, Louisiana, Connecticut, Florida, Tennessee and Colorado, with a June 15, 2025, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy – Aerospace Energy, San Antonio, Texas (SPE601-20-D-1510). U.S. TRANSPORTATION COMMAND UPDATE: Two additional companies, Eastern Airlines LLC., Wayne, Pennsylvania (HTC711-20-D-CC03); and USA Jet Airlines Inc., Belleville, Michigan (HTC711-20-D-CC04), have been awarded firm-fixed-price contracts under the Domestic Airlift Charter Services, Federal Aviation Administration Part 121, indefinite-delivery/indefinite-quantity, fixed price Contract at an estimated overall program value of $697,000,000. These funds were obligated on individual task orders issued among sixteen contracts. The program initially began in October 2018. The contracts provide domestic air cargo and passenger charter services. Services shall be provided for the Department of Defense and other federal government agencies. Work will be performed within the continental U.S., all U.S. territories, Mexico, Canada, and the Caribbean Islands. Performance is from June 15, 2020, to Sept. 30, 2023. Ordering is decentralized and will be determined at the task order level. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2220903/source/GovDelivery/

  • L3Harris to build prototype satellite capable of tracking hypersonic weapons

    15 janvier 2021 | International, Aérospatial

    L3Harris to build prototype satellite capable of tracking hypersonic weapons

    Nathan Strout WASHINGTON — The Missile Defense Agency awarded L3Harris Technologies a $121 million contract to build a prototype satellite capable of tracking hypersonic weapons, the agency announced Jan. 14. Under the contract, L3Harris is tasked with building an on-orbit prototype demonstration for the agency's Hypersonic and Ballistic Tracking Space Sensor, a proliferated constellation in low Earth orbit that is capable of detecting and tracking hypersonic weapons. The constellation is designed to fill the gap in the country's missile defense architecture created by hypersonic weapons, which are dimmer than traditional ballistic missiles, making them harder to see with the nation's infrared sensors based in geosynchronous orbit. In addition, they are able to maneuver around terrestrial sensors. With China and Russia developing these weapons, the Department of Defense is eager to develop a new constellation that can detect and track the threats anywhere in the world. And so is Congress — in December lawmakers set aside $130 million to fund the project. The HBTSS design solves the hypersonic weapon problem by placing the sensor much closer to the Earth's surface in the lower orbit, making it easier to see the threat. But because the sensors are closer to the Earth, they have a far more limited field of view than the sensors in geosynchronous orbit. In order to achieve global coverage, the Missile Defense Agency wants a proliferated constellation made up of dozens of satellites on orbit. L3Harris was one of four companies awarded $20 million contracts in 2019 to develop a prototype payload design and risk reduction demonstration for HBTSS, along with Northrop Grumman, Leidos and Raytheon Technologies. According to the initial contract announcements, work on those designs was due Oct. 31, 2020. With this most recent award, L3Harris has won the subsequent competition between the four companies to build the actual prototype. The company has also been selected to build satellites for the Space Development Agency that will track hypersonic threats and feed data to HBTSS. In October, L3Harris won a $193 million contract to build four of the agency's eight wide field of view (WFOV) satellites, with SpaceX building four more. According to Space Development Agency leaders, their satellites will work in conjunction with HBTSS satellites to track hypersonic threats. The WFOV satellites will provide initial detection and tracing of the weapons, passing custody from satellite to satellite as the threats traverse the globe. Then, the WFOV satellites will pass custody to the medium field of view HBTSS satellites, which can provide targeting solutions with their more accurate sensors. The WFOV satellites are scheduled for launch as early as September 2022. Work on the HBTSS prototype contract will be complete in July 2023. https://www.c4isrnet.com/battlefield-tech/space/2021/01/14/l3harris-to-build-prototype-satellite-capable-of-tracking-hypersonic-weapons

  • The Air Force’s new trainer jet is attracting the Navy’s and Marine Corps’ interests

    8 mai 2019 | International, Aérospatial

    The Air Force’s new trainer jet is attracting the Navy’s and Marine Corps’ interests

    By: Valerie Insinna NATIONAL HARBOR, Md. — The U.S. Navy and Marine Corps are monitoring the development of the Air Force's T-X training jet, but it may be years before they can launch their own competitions to replace the T-45, officials said Monday. “We're watching the T-X. Obviously the Air Force is going through that process,” Lt. Gen. Steven Rudder, the Marine Corps' deputy commandant for aviation, said during a panel at the Navy League's Sea-Air-Space conference. “At some point, we're going to have to replace the T-45. We're going to have to replace the F-5,” he said, referring to the T-45 Goshawk (used by the Navy and Marine Corps to train fighter pilots) and the F-5 (used to simulate adversaries during exercises). “Our adversary requirement is not going away. It only increases. That's another one that with our Air Force counterparts we're watching closely on many different fronts,” he added. Last year, the Air Force chose a Boeing-Saab team to build a new, clean-sheet trainer, awarding the firms a contract worth up to $9.2 billion. Although the service's program of record is 351 T-X jets and 46 simulators, the agreement gives it the flexibility to buy up to 475 aircraft and 120 simulators. A Navy and Marine Corps buy would add several hundred aircraft to the Air Force's eventual order — a massive financial win for Boeing, which bid extremely low on the T-X solicitation with the expectation of raking in big profits during the production stage. Boeing is set to deliver the first simulators to Joint Base San Antonio-Randolph, Texas, in 2023. In fiscal 2024, the Air Force will have enough simulators and trainers to declare its first squadron as operational. Angie Knappenberger, the Navy's deputy director of air warfare, said the timing of a T-X buy could be “problematic” because of the current schedule of the TH-57 replacement, which is taking priority over a new jet trainer. “Once we're able to accomplish that — the helicopter trainer replacement — then we're going to look more forward to something like the T-45 replacement. T-X would certainly be in the running as a candidate for something like that,” she said.https://www.defensenews.com/digital-show-dailies/navy-league/2019/05/07/the-air-forces-new-trainer-jet-is-attracting-the-navys-and-marine-corps-interests The Navy in January released a request for proposals for the TH-57 replacement, kick-starting a competition with Airbus, Bell and Leonardo that could potentially lead to a contract awarded this year. The service wants to buy 130 helicopter trainers from FY20 to FY23. Knappenberger did not elaborate on why the timing of the T-X program could be challenging for the Navy, but the service plans to finish purchasing new helicopter trainers just as Boeing starts producing and delivering T-Xs to the Air Force. Another key factor may be whether the T-X can be outfitted with the gear necessary for taking off from and landing on aircraft carriers, and how quickly Boeing could complete the engineering work involved. Like Rudder, Knappenberger noted the appeal of buying enough T-X trainers to fill the service's adversary air requirements, saying she's “curious to see” the jet's red air capabilities. The Air Force is also assessing the T-X's ability to conduct other mission sets. “You could imagine a version of the airframe that could be equipped as a light fighter. You can imagine a version that is equipped as an adversary air-training platform,” Air Combat Command head Gen. Mike Holmes told reporters in March. https://www.defensenews.com/digital-show-dailies/navy-league/2019/05/07/the-air-forces-new-trainer-jet-is-attracting-the-navys-and-marine-corps-interests

Toutes les nouvelles