15 février 2020 | International, Aérospatial

Singapore Airshow 2020: ST Engineering unveils Veloce family of fixed wing VTOL UAVs

Singapore defence prime ST Engineering has unveiled the Veloce family of hybrid fixed-wing/vertical take-off and landing (VTOL) unmanned aerial vehicles (UAVs) at the 2020 Singapore Airshow, which is being held at the Changi Exhibition Centre from 11-16 February.

The company is showcasing two market-ready Veloce variants - the Veloce 15 (V15) and Veloce 60 (V60) - at the event, with both air vehicles centred on a common airframe design comprising a main fuselage pod that supports the type's payload, avionics, shoulder-mounted wings, and a rear-mounted piston engine that drives a two-bladed pusher propeller.

The airframe also features four vertical-lift electric motors housed in booms attached to the underside of the wings, which in turn supports an inverted V-shaped tail assembly. Like other fixed-wing VTOL UAVs produced by manufacturers elsewhere in the world, both the V15 and V60 can be deployed without a runway or a dedicated launch and recovery system (LARS) due to their ability to take-off and land vertically using their electric motors, before transitioning to conventional flight when the appropriate altitudes have been reached.

The V15 will feature a 3.7 m wingspan and a maximum take-off weight (MTOW) of between 16-17 kg as well as speed and endurance ranges of between 30-40 kt and 2-3 hours depending on its configuration, although it will typically carry a nose-mounted electro-optical/infrared (EO/IR) turret.

In contrast, the larger and more capable V60 will feature a 5 m wingspan and a MTOW of between 50-70 kg, while flying at payload-dependent speeds of between 50-70 kt and staying aloft for 12-14 hours. It will also carry a nose-mounted EO/IR turret with provision for an optional laser rangefinder.

https://www.janes.com/article/94301/singapore-airshow-2020-st-engineering-unveils-veloce-family-of-fixed-wing-vtol-uavs?from_rss=1

Sur le même sujet

  • Dynetics seeks closer soft docking of X-61A Gremlins in next flight test

    8 septembre 2020 | International, Aérospatial

    Dynetics seeks closer soft docking of X-61A Gremlins in next flight test

    by Pat Host Dynetics believes it gained enough data from a July flight test of its X-61A Gremlins unmanned aerial vehicle (UAV) to next time achieve a closer soft docking to the recovery aircraft than the 38 m distance it reached in July. The July flight test was the demonstration of a second X-61A air vehicle as well as the Gremlins airborne recovery system. The X-61A, which weighs 544 kg, flew for a total flight time of 2 hours 12 minutes and flew in formation with a Lockheed Martin C-130 Hercules cargo aircraft from as close as 38 m back and 38 m below the aircraft. Tim Keeter, Dynetics Gremlins programme manager, told Janes on 27 August that the company needed centimetre-level accuracy and precision to get the air vehicle's engagement arm into the 30 cm stabilised towed docking, or capture, device. This process is known as soft docking. Dynetics, Keeter said, advanced the maturity of the system, its confidence in the air vehicle's behaviour, and downloaded enough data where the company is confident it can close that last 38 m for a closer soft docking event in an upcoming flight test. The X-61A that flew in July was Gremlins Air Vehicle (GAV) Number 3, the first flight for this air vehicle. Keeter said Dynetics launched this air vehicle the same way it launched the first one: from a pylon on a C-130 operated by International Air Response (IAR), which offers C-130 services. Dynetics used the same C-130 for both launch and recovery. https://www.janes.com/defence-news/news-detail/dynetics-seeks-closer-soft-docking-of-x-61a-gremlins-in-next-flight-test

  • Does the Pentagon need a chief management officer?

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

    Does the Pentagon need a chief management officer?

    By: Jerry McGinn Ms. Lisa Hershman, an accomplished former CEO who has been serving in the Department of Defense for over two years, received Senate confirmation by unanimous consent to become the DoD chief management officer shortly before Christmas. At the same time, however, the 2020 National Defense Authorization Act required two studies from the DoD that openly posit eliminating the CMO function altogether. What gives? The mixed signals coming out of these discordant events underscore the fact that the theory behind the current CMO function (and similar efforts over the past two decades) does not match the reality of the business structure of the DoD. The solution that will ultimately work best for the DoD is one that truly takes a business-based approach to DoD business operations. The CMO function is the latest in a long-running series of efforts since the early 2000s to reform the business of defense. The essential idea has been to bring the best commercial business practices into DoD business operations through organizational and legislative changes. While the rationale for these respective initiatives is unassailable, they have struggled in execution. The CMO and its predecessor organizations, for example, have focused on the acquisition or certification of DoD business systems. These efforts, however, have largely devolved into bureaucratic battles over resources and authorities, pitting the business-focused organization against the formidable military departments and the “fourth estate.” Whatever the outcome, the business-focused organization ends up being seen as weak and ineffective. Why is that? Having worked for years in and around these respective efforts in both government and industry roles, I have come to the conclusion that these well-meaning initiatives are just the wrong type of solution. This is largely because their respective organizations, often despite strong leadership and empowered by various degrees of legislative authority, have not had the bureaucratic throw-weight to succeed in Pentagon battles with the services and the fourth estate. The solution to this challenge, however, is not to further tinker with the CMO's authority or to create a larger or different CMO organization. Part of the solution is to recognize that while the DoD is not a business, it is in many ways a businesslike organization. There are no profit and loss, or P&L, centers in the DoD, but the military departments frankly function in much the same way as a P&L line of business. The services are directly responsible for training and equipping their soldiers, sailors and airmen just as P&L leaders are responsible for delivering products and solutions on time and profitably. Likewise, fourth estate entities such as the defense agencies and the Office of the Secretary of Defense have direct responsibility over their respective functions. Harnessing the power and authority of these organizations through the training and enabling of good business practices is a much more natural fit for the DoD. Devolving responsibility in and of itself is not the answer, however. The other part of the solution is accountability. Commercial businesses do not have a CMO function. Instead, well-run businesses are led by strong executives who are responsible and accountable for delivering results to their employees and shareholders. Those that succeed are rewarded, while those that fail are replaced. The same goes for the DoD. DoD leadership should focus on establishing business-reform objectives for each major DoD organization, and then holding leaders of these respective organizations accountable to the achievement of measurable business goals. This should be driven by the secretary and the deputy, and enabled by a much smaller CMO function. Secretary Mark Esper appears to be headed in that direction in his recent memo on 2020 DoD reform efforts, which focuses the CMO's efforts on the fourth estate and makes the services directly responsible “to establish and execute aggressive reform plans.” That is the right approach. In short, the DoD does not need a management organization to oversee the business of defense; it needs to enable its leaders to utilize business best practices, and then hold these leaders accountable for results. Jerry McGinn is the executive director of the Center for Government Contracting at George Mason University. He previously served as the senior career official in the Office of Manufacturing and Industrial Base Policy at the U.S. Defense Department. https://www.defensenews.com/opinion/commentary/2020/01/15/does-the-pentagon-need-a-chief-management-officer

  • Contract Awards by US Department of Defense - April 1, 2019

    2 avril 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - April 1, 2019

    MISSILE DEFENSE AGENCY Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a $2,457,390,566 modification (P00015) to a previously-awarded contract HQ0147-17-C-0032 for the production of Terminal High Altitude Area Defense (THAAD) interceptors and associated one-shot devices to support the U.S. government (USG) and the Kingdom of Saudi Arabia (KSA) Foreign Military Sales (FMS) case requirements. The THAAD interceptors and associated one-shot devices will be procured under fixed-price incentive (firm target) contract line items. The value of this contract is increased from $1,431,251,585 to $3,888,642,151. One offer was solicited with one offer received. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of April 1, 2026. Fiscal 2019 USG procurement funds in the amount of $922,729,226; and KSA FMS funds in the amount of $1,534,661,340 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. AIR FORCE The Boeing Co., Boeing Defense Space and Security, St. Louis, Missouri, has been awarded a $250,000,000 indefinite-delivery/indefinite-quantity contract for Joint Direct Attack Munition/Laser Joint Direct Attack Munition (JDAM/LJDAM) technical services, aircraft integration, and sustainment. This contract provides for JDAM/LJDAM-specific activities including, but not limited to, technical services, aircraft integration, and sustainment. Work will be performed in St. Louis, and is expected to be complete by March 2029. This contract involves sales to the U.S. government (52 percent); and foreign military sales (48 percent) to various countries. Fiscal 2019 (Air Force and Navy) procurement and ammunition funds in the amount of $12,829,441 are being obligated on the first task order at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0005). Peerless Technologies Corp., Fairborn, Ohio, has been awarded for $47,241,075 for advisory and assistance services to support the Air Force Civil Engineering Center energy directorate. This contract provides for support of current Air Force energy policy execution, development of new plans and procedures, and implementation of future centralized energy program management endeavors. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by April 10, 2024. This award is the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,328,435 are being obligated at the time of award. The Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity (FA8903-19-F-0126). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $151,287,000 fixed-price-incentive-firm modification (P00016) to a previously awarded advance acquisition contract (N00019-17-C-0001). This modification provides for the procurement of long-lead items for the manufacture and delivery of 21 F-35 Lightning II Lot 14 low-rate initial production aircraft for the governments of Australia (15) and Norway (6). Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in Dec 2022. International partner funds in the amount of $151,287,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the governments of Australia ($108,170,000; 71 percent); and Norway ($43,117,000; 29 percent) under a cooperative agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Moog Inc., Elma, New York, is awarded an $84,801,681 firm-fixed-price, long-term contract for repair of three items used on the V-22 aircraft. The contract will include a three-year base period with no option periods. Work will be performed in Elma, New York (85 percent); and Cherry Point, North Carolina (15 percent). Work is expected to be completed by March 2022. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-sourced requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-P901). MLT Systems LLC,* Stafford, Virginia, is being awarded a $44,822,205 firm-fixed-price task order (M67854-19-F-3000) under previously awarded contract N00178-10-D-6179 for Program Manager Advanced Amphibious Assault support services for business, acquisition, logistics, engineering, and test and evaluation (T&E) related activities to include acquisition policy and program documentation development; program analysis; logistics management support to include government furnished property maintenance; financial management; engineering; and T&E support. Work will be performed in Stafford, Virginia (74 percent); Camp Pendleton, California (18 percent); Aberdeen, Maryland (5 percent); and Albany, Georgia (3 percent); and is expected to be completed by April 23, 2023. Fiscal 2019 procurement (Marine Corps) funds in the amount of $8,297,486; and fiscal 2019 research, development, test and evaluation (Marine Corps) funds in the amount of $2,067,314 will be obligated at the time of award and will not expire at the end of the current fiscal year. The base contract was competitively procured via SeaPort, Zone 2 – National Capital Region, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-F-3000). Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $27,333,806 fixed-price indefinite-delivery, indefinite-quantity contract for the procurement of up to 62 430 Aircraft Direction Finders; 123 4230 Radio Tuner Panels; and 123 High Frequency 121 Radios in support of Lots 9, 10, and 11 P-8A Poseidon aircraft. These are in support of the Navy and the governments of Australia, the United Kingdom, Norway, New Zealand, Saudi Arabia, and South Korea. In addition, this contract provides for technical and engineering support, repair of repairables, and technical data. Work will be performed in Cedar Rapids, Iowa (95 percent); and Thiais Cedex, France (5 percent), and is expected to be completed in March 2022. Fiscal 2018 aircraft procurement (Navy); and foreign military sales (FMS) funds in the amount of $6,012,416 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0007). (Awarded March 29, 2019) Lockheed Martin Space, Sunnyvale, California, is awarded $17,976,489 for cost-plus-fixed-fee level-of-effort completion modification P00001 to a previously awarded contract (N00030-18-C-0023) to provide the United Kingdom (UK) with engineering and technical support services and deliverable materials for the Trident II Fleet Ballistic Missile System. This contract provides for support for technical planning, direction, coordination, and control to ensure that UK Fleet Ballistic Missile Program requirements are identified and integrated to support planned milestone schedules and emergent requirements. Re-entry Systems UK resident technical support, operational support hardware, and consumable spares are also provided for. Work will be performed in Cape Canaveral, Florida (39.41 percent); Sunnyvale, California (37.62 percent); Titusville, Florida (9.54 percent); Coulport, Scotland (5.70 percent); St. Mary's, Georgia (2.17 percent); Silverdale, Washington (2.11 percent); and various places below one percent (3.45 percent), with an expected level-of-effort completion date of March 31, 2020, and a deliverable items completion date of June 30, 2021. UK Funds in the amount of $17,976,489 will be obligated on this award. Contract funds will not expire at the end of the current fiscal year. This contract was awarded on a sole source basis, pursuant to 10 U.S. Code 2304(c)(4), and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is being awarded a $13,429,873 firm fixed-price contract modification to previously awarded contract (N00024-18-C-4208) to exercise options to procure Machinery Control System (MCS) consoles and cabinets for the DDG 51 new construction ship program and DDG 51 midlife modernization program and associated land based engineering sites. The DDG 51 Class MCS provides control and monitoring capability of the ship's auxiliary, damage control, electrical, and propulsion systems. As part of its electrical capability, the MCS interfaces with the ship's power generation and electrical distribution system. Work will be performed in Orlando, Florida (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed by March 2021. Fiscal 2018 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) in the amount of $13,429,873 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is being awarded a $12,872,342 modification (P00012) to a previously awarded fixed-price-incentive contract (N00019-17-C-0018). This modification upgrades three MQ-4C Triton aircraft from a baseline Integrated Functional Capability (IFC) 3 software configuration to a Multi-IFC 4 software configuration. Additionally, this modification updates drawings and associated technical data in support of the MQ-4C IFC software configuration upgrade. Work will be performed in Palmdale, California (48 percent); San Diego, California (38 percent); and Moss Point, California (14 percent), and is expected to be completed in October 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,872,342 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. SJC-BVIL,* Montrose Colorado, was awarded an $11,487,876 firm-fixed-price task order under a previously awarded design-build indefinite-delivery/indefinite-quantity unrestricted multiple awarded construction contract (N40084-19-F-4319) for commercial and institutional building construction contract to repair receiver site building Facility 201 at U.S. Naval Support Facility, Diego Garcia, British Indian Ocean Territory. The work to be performed provides replacement of engine generators of North Power Plant 730. The work includes architectural, civil/structural, electrical, mechanical and fire protection. The work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by April 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $11,487,876 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, Far East, Diego Garcia, British Indian Ocean Territory, is the contracting activity. (Awarded March 31, 2019) T3W Business Solutions Inc.,* San Diego, California, is awarded a $9,629,274 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $30,132,338. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy) and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3420). Thor Solutions LLC,* Arlington, Virginia, is awarded a $9,482,581 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $28,719,124. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy); and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3421). Kros-Wise Inc.,* San Diego, California, is awarded a $9,382,074 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $28,378,360. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy) and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3419). Northrop Grumman Systems Corp., San Diego, California, is being awarded a $7,241,880 advance acquisition contract modification (P00002) to a previously awarded cost-reimbursable contract (N00019-18-C-1028). This modification extends the period of performance and provides additional funding to procure long lead components, material, parts and associated efforts required to maintain the MQ-4C Triton Unmanned Aircraft System planned low rate initial production, lot 4 production schedule. Work will be performed in San Diego, California (25.3 percent); Baltimore, Maryland (22.7 percent); Salt Lake City, Utah (20.2 percent); Bridgeport, West Virginia (8.2 percent); Red Oak, Texas (4.7 percent); Vandalia, Ohio (.2 percent); various locations within the continental U.S. (15.1 percent); and various locations outside the continental U.S. (3.6 percent), and is expected to be completed in May 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,241,880 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 American Water Operations and Maintenance LLC, Voorhees, New Jersey, has been awarded a maximum $49,144,712 modification (P00145) to a 50-year contract (SP0600-08-C-8257) with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed-price prospective redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana. ARMY Burns & McDonnell, Kansas City, Missouri, was awarded a $48,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4007). Korean Airlines Co. Ltd., Seoul, Republic of Korea, was awarded a $9,446,385 modification (P00003) to contract W91QVN-17-D-0003 for depot level helicopter maintenance. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2020. 411th Combat Support Brigade, Seoul, South Korea, is the contracting activity. World Wide Technology, St. Louis, Missouri, was awarded a $7,883,995 firm-fixed-price contract for information technology hardware. Bids were solicited via the internet with one received. Work will be performed in St. Louis, Missouri, with an estimated completion date of May 3, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $2,739,383 were obligated at the time of the award. 409th Combat Support Brigade, Wiesbaden, Germany, is the contracting activity (W912CM-19-F-0013). CDW Government LLC, Vernon Hills, Illinois, was awarded a $7,701,689 firm-fixed-price contract for hardware supply, specialty notebooks, standard desktop, performance desktop, Standard Micro Form Factor, Performance Micro Form Factor, rugged tablets and monitors. Bids were solicited via the internet with three received. Work will be performed in Bruchmuehlbach-Miesau, Germany, with an estimated completion date of May 6, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,701,689 were obligated at the time of the award. 409th Combat Support Brigade, Wiesbaden, Germany, is the contracting activity (W912CM-19-F-0018). Raytheon Co., McKinney, Texas, was awarded a $7,383,058 firm-fixed-price contract for logistics maintenance capability, repair parts, replenishment material, configuration management, product assurance support, special engineering studies, system engineering, failure analysis, test and evaluation, equipment publications, obsolescence redesigns, test evaluation material for repairs, field service representative technical assistance, and contractor repair in support of the Tube-launched, Optically-tracked, Wireless-guided Improved Target Acquisition System. One bid was solicited with one bid received. Work will be performed in McKinney, Texas, with an estimated completion date of March 31, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,383,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0069). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1802502/

Toutes les nouvelles