16 décembre 2019 | International, Aérospatial

New, Low-Cost Air Force ISR Drone Prototype Flies 2.5 Days

The Air Force Research Laboratory believes it's on to something when it comes to long-endurance drone flight.

By THERESA HITCHENS

WASHINGTON: While other commercial and military drones have flown longer, the two and a half day flight of the Air Force's latest unmanned aircraft prototype this week does represent a kind of breakthrough for the US military: proving that commercial technology can be adapted to build affordable long-endurance and highly capable surveillance drones.

And the Air Force Research Laboratory (AFRL) in Dayton, Ohio is convinced that the new, autonomous Ultra-Long Endurance Aircraft Platform (Ultra LEAP) will be able to stay in the sky for longer in future flight tests.

“Developing a UAS with this level of endurance is an incredible achievement for future warfighting and battlefield success,” said Paul Litke, the AFRL project engineer for Ultra LEAP. In an Air Force announcement yesterday, Litke explains that since the system employs many commercial off-the-shelf components, Ultra LEAP will dramatically reduce the costs for high performance intelligence, surveillance and reconnaissance (ISR) drones.

The “2.5-day Ultra LEAP mission is a significant milestone in solving the tyranny of distance problem for ISR systems,” said Dr. Alok Das, director of AFRL's Center for Rapid Innovation (CRI). “It will provide immediate benefit to our warfighters while at the same time paving the path for future low-cost, multi-day endurance ISR systems.”

Ultra LEAP is based on a commercially available “sport-class” commercial airframe — sport aircraft cost anywhere between $20,000 and $140,000. An AFRL spokesman told Breaking D today that the service could not release the name of the company providing the chassis “for security reasons.”

The basic airframe was souped up by AFRL to carry a “customizable suite of ISR tools” that feature “secure, easy to use navigation employing anti-jam GPS and full global operational access via a satellite-based command and control and high-rate ISR data relay link.” The aircraft body was further “converted to a fully automated system with autonomous takeoff and landing capabilities,” the press release said.

The high level of automation it provides will enable greatly reduced operator training requirements for the Air Force. Smaller support crews will also lead to lower operating costs, according to AFRL.

“As the Air Force balances current readiness with long-term modernization, Ultra LEAP represents an affordable approach that supports both existing and future force needs,” said Maj. Gen. William Cooley, AFRL commander, adding that the “enhanced UAS capabilities along with the cost savings offers the military a winning solution.”

The Ultra LEAP effort evolved from an earlier AFRL experiment, just called LEAP but with the A standing for aircraft, started in 2016.

Then AFRL Commander Robert McMurry testified to Congress in September 2016 that the program, managed by CRI, was designed to provide “a revolutionary, low-cost, low acoustic signature, persistent aerial ISR capability to address Combatant Command and U.S. Special Forces ISR gaps by converting a proven, fuel-efficient Light Sport Aircraft into an UAS.” Four of the original LEAP aircraft were deployed in early 2016 in conjunction with Special Operations Command, he said.

McMurry added that “LEAP significantly bends today's ISR cost-performance curve and enables needed counter- insurgency capability and ISR capacity at a fraction of the cost of comparably performing systems.”

The original LEAP was capable of missions up to 40 hours and has completed more than 18,000 combat flight hours.

Using the same commercial customization strategy as the original LEAP, CRI developed Ultra LEAP from concept to first flight in less than 10 months, the AFRL release explained, and the system could be ready for operational fielding as soon as 2020.

The Air Force is interested in developing a range of long-endurance ISR drones, and in August 2018 issued its Next Generation Intelligence, Surveillance, and Reconnaissance Dominance Flight Plan. The plan sets out the service strategy for “a shift from a manpower-intensive permissive environment to a human-machine teaming approach in a peer threat environment.”

For example, the Air Force issued a $48 million contract to Boeing's Aurora Flight Sciences subsidiary for its Orion drone in January 2018. Orion has an endurance of 80 hours.

In May of this year, AFRL worked jointly with Lockheed Martin to enhance its Condor eXtended Endurance and Payload (XEP) — improving its endurance from two hours to four. The team also improved the small drone's fuselage to accommodate multiple payload types, according to a May 22 Lockheed Martin press release.

The current record for the longest flight time by an unmanned aerial vehicle is held by the pseudo-satellite (an airframe that flies very, very high in the stratosphere) called Zephyr, developed by Airbus Defense and Space. It flew for more than 25 days in the fall of 2018.

The US military's most famous drone, the armed MQ-1 Predator made by General Atomics, has an endurance of 40 hours.

https://breakingdefense.com/2019/12/new-low-cost-air-force-isr-drone-prototype-flies-2-5-days

Sur le même sujet

  • Contract Awards by US Department of Defense - July 29, 2020

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

    Contract Awards by US Department of Defense - July 29, 2020

    NAVY Advanced Technology Systems Co.,* McLean, Virginia (N00039-20-D-0060); Forward Slope Inc.,* San Diego, California (N00039-20-D-0061); ITC Defense,* Arlington, Virginia (N00039-20-D-0062); Solute Inc.,* San Diego, California (N00039-20-D-0063); and Veterans First Initiative,* Gainesville, Virginia (N00039-20-D-0064), are awarded a $75,000,000 not-to-exceed, hybrid (firm-fixed-price, cost-plus fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity) multiple award contract (MAC) for command, control, communications, computers and intelligence integrated international support services in support of U.S. security assistance and security cooperation programs. No contract funds will be obligated on the basic MAC awards. Funds in the amount of $2,000 per awardee will be obligated at the time of award on the first task order under each contract utilizing fiscal 2020 Foreign Military Sales (FMS) administration funding. This contract utilizes FMS funding from various security cooperation partners that will be identified as individual task orders are issued. Work will be performed in various overseas locations based on the requirement for each task order placed. The ordering period for each contract is five years. Contract funds that are awarded using FMS administration funding will expire at the end of the current fiscal year; any funds awarded using FMS case funding will not expire at the end of the year. These contracts were competitively procured with small business proposals solicited and 10 offers were received via the beta.SAM.gov and Naval Information Warfare Systems Command e-Commerce websites. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Heffler Contracting Group,* El Cajon, California, is awarded an $25,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract for heavy and civil engineering construction at various locations within the metro San Diego, California area (Naval Bases San Diego, Coronado, Point Loma and Marine Corps Air Station Miramar). No task orders are being issued at this time. The work to be performed provides for the design, construction, supervision, equipment, material, labor and all means necessary for other heavy and civil engineering construction, repairs, renovations and new construction projects. The term of the contract is not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $2,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M, N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov contract opportunities website and four proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1110). HDR Architecture Inc., Arlington, Virginia, is awarded a $13,781,605 firm-fixed-price contract to provide post-construction award services for the Walter Reed National Military Medical Center addition/alteration at Naval Support Activity Bethesda, Maryland. The contract is incrementally funded with the first increment of $3,000,000 being allocated at the time of award. Work will be performed in Bethesda, Maryland. The work to be performed provides architect and engineering post construction award services for construction consultation to the government and provides assistance with technical issues that may arise in connection with the project during the construction of the Walter Reed National Military Medical Center addition/alteration at Naval Support Activity Bethesda, Maryland. This work consists of responding to requests for information, review shop drawing submittals, prepare record drawings, field consultation during construction, partnering meetings and other post construction award services as needed. In addition, full time/on-site representation will be required for field consultations or participations in construction progress team reviews. Work is expected to be completed by March 2026. Fiscal 2016 military construction (Department of Defense-wide) contract funds are obligated on this award and will expire at the end of the current fiscal year. Pursuant to the Federal Acquisition Regulation 6.302-1(a)(2)(iii), which authorizes the use of other than full and open competition when there is only one available source, this contract was sole sourced to HDR Architecture Inc. because of their uniquely qualified position to perform the required work. The Naval Facilities Engineering Command Washington, Washington, D.C., is the contracting activity (N40080-20-C-0016). Curtiss-Wright Fleet Solutions, Chesapeake, Virginia, is awarded a $13,308,348 not to exceed, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for labor, parts, support to installations, troubleshooting, repair and maintenance of Navy equipment manufactured and serviced by Curtiss-Wright Fleet Solutions. Equipment includes low, medium and high pressure air compressors, single stage turbines, pumps, compressed air valves and manifolds for various ship classes in support of Naval Surface Warfare Center Philadelphia Division. Work will be performed in Chesapeake, Virginia (85%); the remaining (15%) will be performed in Newport News, Virginia, as determined by the individual task orders. Work is expected to be completed by July 2026. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $500 ($500 minimum guarantee for contract) will be obligated at time of award via an individual task order and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4028). AIR FORCE L3 Technologies Inc., Bristol, Pennsylvania, has been awarded a $64,232,376 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Telemetry Security Products (TSP) and ancillary services. The contractor shall manufacture and deliver all TSP, National Security Agency (NSA) approved class one encryption products and NSA-approved encryption accessories, in accordance with individual delivery orders. The contractor shall perform the following services in accordance with individual delivery orders, telecommunications electronics materials protected from emanating spurious transmissions test, electromagnetic interference/radio frequency interference test, product upgrade/enhancement, repair and technical support as required. Work will be performed in Bristol, Pennsylvania, and is expected to be completed by July 28, 2025. This award is the result of a sole-source acquisition. Fiscal 2019 Department of Defense procurement funds in the amount of $549,200 are being obligated at the time of award. Directorate of Contracting, Edwards Air Force Base, California, is the contracting activity. Hardwood Products Co. L.P., Guilford, Maine, has been awarded a not-to-exceed $51,150,000 undefinitized contract action (UCA) for industrial base expansion for U.S. domestic production capacity for medical flock tip swabs. This contract award is part of the ongoing collaboration between the Department of Defense and Health and Human Services, led by the department's Joint Acquisition Task Force and funded through the CARES Act to enable and support domestic industrial base expansion for critical medical resources. Primary tasks under this contract action include procurement, assembly and installation of flock tip swab assembly and packaging machinery and buildout of a production facility. Work will be performed in Guilford, Maine, and is expected to be completed eight months after receipt of UCA. This award is the result of a sole-source acquisition. Air Force Life Cycle Management, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0056). A-Tech Corp., Albuquerque, New Mexico has been awarded a $16,923,957 cost-plus-fixed-fee contract for a communication system with two-way time transfer operating within W/V-bands and incorporating Free Space Optical links. This system will model Heterogeneous Optical W/V-band Demonstration, evaluate and develop its components and demonstrate its potential at meeting these objectives. Work will be performed in Albuquerque, New Mexico, and is expected to be completed Oct. 31, 2025. This award is the result of a competitive acquisition with one offer received. Fiscal 2019 and 2020 research and development funds in the amount of $365,733 are being obligated at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-20-C-0024). Perry Management Corp., Pearl City, Hawaii, has been awarded a $15,041,798 indefinite-delivery/indefinite-quantity contract for refuse services. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision and other items and services necessary to perform installation-wide Municipal Solid Waste collection/disposal to include asbestos disposal service specific to Joint Base San Antonio (JBSA) Lackland, Texas. Municipal Solid Waste collection services at JBSA installations include Lackland, Randolph, Fort Sam Houston, Camp Bullis, Canyon Lake military recreation areas, and Seguin Airfield in Texas, in accordance with all local, state and federal laws, regulations, standards, instructions, commercial practices or international agreements. This award is the result of a competitive acquisition and five offers were received. Fiscal 2020 operations and maintenance funds in the amount of $18,288 are being obligated at the time of award. The contract is expected to be completed by Feb. 28, 2025. The 502nd Contracting Squadron, JBSA Lackland, Texas, is the contracting activity (FA3016-20-D-0024). SRC Inc., North Syracuse, New York, has been awarded a $7,627,257 task order for primarily platform electronic fit and supporting telecommunication parametric data support under the indefinite-delivery/indefinite-quantity contract FA7037-17-D-0001 for the sensor beam program. The contractor will research, analyze, technically document and perform reviews on electromagnetic systems, events and signatures required by all services and other U.S. agencies. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed July 30, 2021. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. Acquisition Management and Integration Center-Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity. DEFENSE LOGISTICS AGENCY Draeger Inc., Telford, Pennsylvania, has been awarded a maximum $60,000,000 modification (P00029) exercising the sixth one-year option period of a one-year base contract (SPE2D1-14-D-0004) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables and training. This is a fixed-price with economic-price-adjustment indefinite-delivery/indefinite-quantity contract. Location of performance is Pennsylvania, with an Aug. 5, 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 working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. ARMY Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $47,239,843 modification (P00022) to contract W31P4Q-19-C-0076 for full rate production of the Javelin weapon system. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2023. Fiscal 2010 and 2020 missile procurement (Army) funds in the amount of $47,239,843 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Threat Tech-Yorktown Systems Group JV LLC,* Hampton, Virginia, was awarded a $31,362,444 hybrid (firm-fixed-price, time-and-materials) contract for core functions support services for U.S. Army Training and Doctrine Command. Bids were solicited via the internet with five received. Work will be performed in Fort Eustis, Virginia, with an estimated completion date of Aug. 9, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $19,997,056 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911S0-20-C-0007). River City Construction LLC, East Peoria, Illinois, was awarded a $30,100,000 firm-fixed-price contract for construction of a consolidated communications building at Scott Air Force Base, Illinois. Bids were solicited via the internet with three received. Work will be performed at Scott Air Force Base, with an estimated completion date of Jan. 9, 2023. Fiscal 2017 military construction (Air Force) funds in the amount of $30,100,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0028). The Boeing Co., Mesa, Arizona, was awarded an $11,250,000 modification (P00053) to contract W58RGZ-16-C-0023 to update critical safety items for the Apache attack helicopter (AH-64E). Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2018 and 2019 aircraft procurement (Army) funds in the amount of $11,250,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Kitware Inc., Clifton, New York, was awarded an $11,947,912 cost-plus-fixed-fee contract for a research project under the Semantic Forensics (SemaFor) program. The SemaFor program will develop methods that exploit semantic inconsistencies in falsified media to perform tasks across media modalities and at scale. Work will be performed in Clifton Park, New York; Corvallis, Oregon; and at university laboratories in New York, New York; Albany, New York; Tempe, Arizona; Urbana, Illinois; and Ann Arbor, Michigan, with an expected completion date of July 2024. Fiscal 2020 research, development, test and evaluation funding in the amount of $1,733,340 is being obligated at time of award. This contract was a competitive acquisition under a full and open broad agency announcement and 37 proposals were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0123). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2293268/source/GovDelivery/

  • BAE Systems Joins Boeing’s MQ-25 Industry Team

    17 juin 2019 | International, Aérospatial

    BAE Systems Joins Boeing’s MQ-25 Industry Team

    NASHUA, N.H.--(BUSINESS WIRE)--BAE Systems has been awarded contracts by The Boeing Company to supply the Vehicle Management Control System and Identification Friend or Foe (IFF) System for the MQ-25. “BAE Systems leads the industry in high-integrity fly-by-wire and mission-critical IFF technologies,” said Corin Beck, director of Military Aircraft Systems at BAE Systems. “Our relationship with Boeing started more than four decades ago and has resulted in aircraft that have some of the most advanced avionics and reduced size transponders in the world.” The Vehicle Management Control System will control all flight surfaces and perform overall vehicle management duties for the MQ-25 unmanned aerial vehicle. The IFF product ensures operation in contested environments by reliably identifying both coalition and enemy vehicles. The MQ-25 is the U.S. Navy's first operational carrier-based unmanned aircraft and is designed to provide a much-needed refueling capability. The contract supports Boeing's engineering and manufacturing development program to provide four MQ-25 aircraft to the U.S. Navy for Initial Operational Capability by 2024. “The MQ-25 program is vital because it will help the U.S. Navy extend the range of the carrier air wing, and Boeing and our industry team is all-in on delivering this capability,” said Dave Bujold, Boeing's MQ-25 program director. “The work we're doing is also foundational for the future of Boeing – where we're building autonomous systems from seabed to space.” BAE Systems is an industry leader in the design, development, production, and support of highly reliable flight control systems for commercial and military aircraft. It was the first to introduce fly-by-wire in both military and civil applications. BAE Systems is also a world leader in IFF equipment and this program expands its footprint to approximately 150 platforms worldwide. https://www.businesswire.com/news/home/20190617005088/en

  • Statement of Electric Boat President Kevin Graney on US Navy Award of Columbia-class Ballistic Missile Submarine Contract

    25 juin 2020 | International, Naval

    Statement of Electric Boat President Kevin Graney on US Navy Award of Columbia-class Ballistic Missile Submarine Contract

    Groton, Conn. June 22, 2020 - General Dynamics Electric Boat president Kevin Graney issued the following statement about a US Navy contract award announced today. "The shipbuilders of Electric Boat recognize the responsibility and welcome the opportunity to deliver the Columbia class. Columbia is our nation's top strategic defense priority and, as the prime contractor, we will provide the safest and most capable class of submarines in the defense of our nation. As we move toward full scale construction later this year, Columbia's design is more advanced than that of any previous submarine program. We stand ready to execute on this critical program and have made extensive preparations by hiring and training the next generation of skilled shipbuilders, expanding and modernizing our facilities and strengthening our supply base." Background information The Navy announced today that General Dynamics Electric Boat has been awarded a contract modification for the design completion, engineering work and design support efforts for the Columbia Class of Ballistic Missile Submarines. An option valued at $9.47 billion supporting the construction of the first two ships of the Columbia class is established as part of this modification. Electric Boat is a wholly owned subsidiary of General Dynamics (NYSE: GD). Electric Boat is the prime contractor on the design and construction of 12-ship Columbia class, which will replace the aging Ohio class of ballistic missile submarines. Electric Boat will manage numerous vendors and suppliers to do this work. Advanced construction began in 2017 at the company's facility in Quonset Point, Rhode Island. Final assembly and test of the Columbia class will take place starting in 2024 at Electric Boat's shipyard in Groton. General Dynamics is investing $1.8 billion in capital expenditures to construct and expand its facilities to support the construction of the Columbia class, the world's most advanced strategic missile submarine. The company's three primary locations are in Groton and New London, Conn.; and Quonset Point, R.I. Its current workforce is more than 16,000 employees. More information about Electric Boat is available at www.gdeb.com For more information about General Dynamics, please visit www.generaldynamics.com. View source version on General Dynamics Electric Boat : http://www.gdeb.com/news/news_archives/2020archives.html#06-22-2020

Toutes les nouvelles