22 janvier 2020 | International, Aérospatial, C4ISR

With this upgrade, these aircraft will have anti-jamming comms

By: Nathan Strout

The Air Force awarded Raytheon a $442 million contract Jan. 16 to develop new technology that will allow the B-52 and RC-130 aircraft to utilize the nation's advanced anti-jamming communications satellites.

The contract is part of the Family of Advanced Beyond Line-of-Sight Terminals (FAB-T) program, an effort to replace legacy communication terminals with secure, nuclear-survivable terminals capable of utilizing the nation's most secure communications satellites for protected communications — including Presidential and National Voice Conferencing — and nuclear command and control. In 2015, the Department of Defense divided the FAB-T program into two segments: the Command Post Terminals (CPT) subprogram, which will provide terminals for ground posts and E-4 and E6 aircraft, and the Force Element Terminal (FET) subprogram, which will place new terminals in B-52 and RC-135 aircraft.

The $442,265,464 cost-plus-incentive-fee undefinitized contract will provide for the latter, with Raytheon designing, developing, testing, integrating and providing logistical support for force element terminals for the two aircraft.

Once in place, the terminals will allow airmen within those aircraft to utilize a trio of highly advanced satellites: the Advanced Extremely High Frequency satellites, the Enhanced Polar System satellites, and the legacy Milstar satellites. The FAB-T terminals will also allow command and control of those three constellations.

According to the Government Accountability Office, the force element terminals are essential to the FAB-T program — without them, the program “cannot achieve its planned capabilities that are based on the interaction of bomber aircraft with intelligence, surveillance, and reconnaissance aircraft and CPTs.” The GAO also reports that due to delays in the FAB-T program, all six AEHF satellites are expected to be on orbit before the system is in place, resulting in an underutilization of costly satellite capabilities.

The same day, The FAB-T contracting office award Raytheon a $36,848,806 cost-plus-fixed-fee contract modification to develop a software encryption platform for the system approved by the National Security Administration. Work is expected to be completed by March 2023.

The Air Force Life Cycle Management Center also issued a Request for Information Jan. 15 seeking industry sources that can support the installation of the FAB-T Command Post Terminals worldwide. According to a May 2019 Government Accountability Office report, the CPT subprogram is expected to reach initial operating capability in June 2021 and full operational capability by March 2023. Raytheon is also the primary contractor for the CPT subprogram. Responses to that RFI are due Jan. 22.

https://www.c4isrnet.com/battlefield-tech/c2-comms/2020/01/21/with-this-upgrade-these-aircraft-will-have-anti-jamming-comms/

Sur le même sujet

  • Competition Heats Up For New Class Of Small, Disposable Jet Engines

    26 septembre 2019 | International, Aérospatial

    Competition Heats Up For New Class Of Small, Disposable Jet Engines

    bY Steve Trimble Two U.S. engine companies of vastly different sizes have revealed plans to compete against each other to offer small, low-cost jet engines for a new class of expendable unmanned aircraft systems (UAS) and future cruise missiles. Kratos Turbine Technologies, a newly acquired and rebranded division of the California-based aerial-targets manufacturer, has launched development of small turbofan and even smaller turbojet engine families in West Palm Beach, Florida. https://aviationweek.com/defense/competition-heats-new-class-small-disposable-jet-engines

  • Contract Awards by US Department of Defense – October 06, 2020

    7 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – October 06, 2020

    U.S. TRANSPORTATION COMMAND Maersk Line Ltd., Norfolk, Virginia, has been awarded a contract modification on contract HTC711-19-D-W026 in the amount of $173,052,625. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $170,116,349, to $343,168,974. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American President Lines LLC, Washington, D.C., has been awarded a contract modification on contract HTC711-19-D-W014 in the amount of $142,730,774. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $140,308,983, to $283,039,757. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American Roll-On Roll-Off Carrier LLC, Parsippany, New Jersey, has been awarded a contract modification on contract HTC711-19-D-W015 in the amount of $85,444,626. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $83,994,841, to $169,439,467. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Matson Navigation Co. Inc., Oakland, California, has been awarded a contract modification on contract HTC711-19-D-W027 in the amount of $72,447,073. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $71,217,825, to $143,664,898. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Liberty Global Logistics LLC, Lake Success, New York, has been awarded a contract modification on contract HTC711-19-D-W025 in the amount of $69,533,730. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $68,353,914, to $137,887,644. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Farrell Lines Inc., Reston, Virginia, has been awarded a contract modification on contract HTC711-19-D-W021 in the amount of $63,026,301. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $61,956,899, to $124,983,200. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Hapag-Lloyd USA LLC, Piscataway, New Jersey, has been awarded a contract modification on contract HTC711-19-D-W023 in the amount of $56,870,780. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $55,905,822, to $112,776,602. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Waterman Transport Inc., New York, New York, has been awarded a contract modification on contract HTC711-19-D-W016 in the amount of $34,585,142. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $33,998,316, to $68,583,458. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Alaska LLC, Federal Way, Washington, has been awarded a contract modification on contract HTC711-19-D-W036 in the amount of $19,787,662. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $19,451,914, to $39,239,576. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Puerto Rico LLC, Jacksonville, Florida, has been awarded a contract modification on contract HTC711-19-D-W037 in the amount of $14,243,656. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $14,001,975, to $28,245,631. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Schuyler Line Navigation Co. LLC, Annapolis, Maryland, has been awarded a contract modification on contract HTC711-19-D-W031 in the amount of $12,386,038. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $12,175,877, to $24,561,915. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $78,530,376 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-2300 to exercise options for the accomplishment of class design services for the Littoral Combat Ship program. Work will be performed in Hampton, Virginia (31%); Moorestown, New Jersey (27%); Washington, D.C. (22%); and Marinette, Wisconsin (20%), and is expected to be completed by October 2021. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $13,148,817 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. Perspecta Labs Inc., Basking Ridge, New Jersey, is awarded a $17,790,079 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering and telecommunication standards support to enhance national security and emergency preparedness services by enabling Next Generation Network Priority Services over the Internet Protocol Multimedia Subsystem and Long Term Evolution networks. This five-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to an estimated $24,658,266. All work will be performed at the contractor's facility in Basking Ridge, New Jersey. The period of performance of the base award is from Oct. 6, 2020, through Oct. 5, 2025. If both option periods are exercised, the period of performance would extend through Oct. 5, 2027. Fiscal 2020 Department of Homeland Security procurement, construction, and improvement funds in the amount of $258,000 will be obligated at the time of award under the initial task order. Contract funds will not expire at the end of the current fiscal year. This contract is awarded using other than full and open competition in accordance with Federal Acquisition Regulations Subpart 6.302-1 and 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-D-0011). FlightSafety Services Corp., Denver, Colorado, is awarded a $13,906,642 modification (P00022) to previously awarded firm-fixed-price contract N61340-18-C-0019. This modification exercises an option to provide aircrew training services in support of the TH-57B/C community, including instruction, operation, and curriculum support. Work will be performed in Whiting Field, Florida, and is expected to be completed in October 2021. No funds are being obligated at time of award. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity. RLF and Sherlock Smith and Adams JV, Orlando, Florida, is awarded a $7,412,091 firm-fixed-price task order (N62473-21-F-4010) under previously-awarded indefinite-delivery/indefinite-quantity contract N62470-19-D-5015 for architectural design and engineering services for an addition and alteration to the current ambulatory care center at Marine Corps Air Station (MCAS) Miramar. The work to be performed provides for design and engineering services for a 65,164-gross-square-feet (GSF) addition and a 41,819 GSF alteration to the current ambulatory care center, for a total building of 106,983 GSF, to incorporate the Marine-centered medical home concept for active duty personnel at MCAS Miramar. Supporting facilities include utilities, site improvements, facility special foundations, parking, signage, antiterrorism/force protection measures, demolition and environmental protection measures. Work will be performed in Orlando, Florida (85%); and Birmingham, Alabama (15%), and is expected to be completed by May 2022. Fiscal 2020 military construction planning and design (Defense Health Agency) funding in the amount of $7,412,091 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. AIR FORCE L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a $44,651,345 cost-plus-fixed-fee delivery order for engineering, procurement and fabrication that will result in modification, installation and test of the aircraft mission system. Work will be performed in Greenville, Texas, and is expected to be completed April 30, 2023. This contract involves 100% Foreign Military Sales (FMS) and is the result of a sole-source acquisition. FMS funds in the full amount are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-21-F-4866). Airfield Contracting, Columbus, Ohio, has been awarded a $9,242,034 firm-fixed-price contract for the repair of transient parking ramp projects. Work will be performed at Dobbins Air Reserve Base, Georgia, and is expected to be completed Jan. 18, 2022. This award is the result of a competitive acquisition and five offers were received. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. The 94th Contracting Flight, Dobbins ARB, Georgia, is the contracting activity (FA6703-20-C-0006). (Awarded Sept. 28, 2020) Tapestry Solutions Inc., San Diego, has been awarded an $8,522,321 firm-fixed-price modification (P00003) to contract FA4452-20-C-0006 for Global Decision Support System application support services. This modification is for the exercise of Option Year One, which was already agreed upon at contract award. Work will be performed in Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2021. Fiscal 2021 transportation working capital funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $40,142,421. The 763rd Enterprise Sourcing Squadron, Scott Air Force Base, Illinois, is the contracting activity. InfoReliance LLC, Fairfax, Virginia, has been awarded an $8,183,001 modification (P0015) to contract FA4452-18-F-0003 for Global Air Transportation Execution System application and system support. The contract modification is to fund Option Year Three, which was agreed upon at contract award. Work will be performed in Fairfax, Virginia, and is expected to be completed Sept. 30, 2021. Fiscal 2021 transportation working capital funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $51,118,522. The 763rd Enterprise Sourcing Squadron, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Oct. 2, 2020) Raytheon Co., El Segundo, California, has been awarded a $7,107,820 modification (P00018) to contract FA8523-16-F-0049 for miniaturized airborne Global Positioning System (GPS) Receiver 2K-M development. This contract modification implements a period of performance extension due to a program delay with the Military GPS User Equipment program. Work will be performed in El Segundo, California; and Huntsville, Alabama, and is expected by to completed Aug. 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,500,000 are being obligated at the time of award. Total cumulative face value of the delivery order is $76,711,451. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (Awarded Sept. 25, 2020) DEFENSE LOGISTICS AGENCY UPDATE: Celina Tent,* Celina, Ohio (SPE1C1-21-D-1402), has been added as an awardee to the multiple award contract for commercial shelters, issued against solicitation SPE1C1-18-R-0003. (Awarded May 10, 2019) * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2373904/source/GovDelivery/

  • Navy Awards Ingalls 6 Destroyers, Bath Iron Works 4 in Multiyear Deal; Ingalls to Build Both 2018 Ships

    28 septembre 2018 | International, Naval

    Navy Awards Ingalls 6 Destroyers, Bath Iron Works 4 in Multiyear Deal; Ingalls to Build Both 2018 Ships

    By: Megan Eckstein The Navy awarded six of its next Arleigh Burke-class destroyers to Ingalls Shipbuilding and four to General Dynamics Bath Iron Works, in a combined $9-billion purchase right at the end of the fiscal year. The two companies had been competing for work in a five-year multiyear procurement (MYP) deal that would cover at least 10 Flight III destroyers. The contracts span Fiscals Years 2018 – which ends on Sunday – through 2022. “These contract awards are further evidence of the Navy's continued delivery of lethal capacity to the nation with a sense of urgency while ensuring best value for the taxpayer,” Navy acquisition chief James Geurts said in a Navy news release. “The Navy saved $700 million for these 10 ships by using multiyear procurement contracts rather than a single year contracting approach. We also have options for an additional five DDG 51s to enable us to continue to accelerate delivery of the outstanding DDG 51 Flight III capabilities to our Naval force. We executed this competition on a quick timeline that reflects the urgency in which the Navy and our industry partners are operating to ensure we meet the demands of the National Defense Strategy.” Ingalls Industries' contract is worth $5.1 billion and covers two ships in FY 2018 and one a year in FY 2019 through 2022. It also includes options for additional ships, which may be subject to a future competition with BIW. Bath Iron Works' contract is valued at $3.9 billion and covers one ship a year in 2019 through 2022 – and none in the short-term in 2018. According to the Navy statement, “each shipbuilder's contract contains options for additional ships in FY18/19/20/21/22, providing the Navy and/or Congress flexibility to increase DDG 51 build rates above the 10 MYP ships in the Navy's FY 2018 budget request, if appropriated.” Lawmakers in the House and Senate armed services committees have pushed for faster acquisition of the destroyers, and in the FY 2018 National Defense Authorization Act they authorized the Navy to enter into a multiyear procurement contract with the two builders for as many as 15 destroyers – three a year, compared to the previous shipbuilding rate of two a year. The lawmakers on the appropriations committees only provided money to buy two ships in 2018, but they did fund three DDGs in the 2019 spending bill, which the Senate passed last week and the House passed this week. It is unclear if that third ship in FY 2019 would have to be competitively awarded or if the Navy would be allowed to select a shipyard based on schedule, performance or other factors – the contract announcement notes the options “may” be subject to a competitive process. Program officials had been mum during the competition on their acquisition strategy and how to handle options for additional ships. All the ships covered under this pair of contracts is for the Flight III configuration, which is built around the powerful AN/SPY-6(v) Air and Missile Defense Radar. “This procurement will efficiently provide Integrated Air and Missile Defense capability for our future fleet while strengthening our critical shipbuilding and defense industrial base,” DDG-51 program manager Capt. Casey Moton said in the news release. “The Navy is proud to be working alongside the dedicated shipbuilders at BIW and Ingalls to continue to deliver these warships to the fleet.” Moton told USNI News in a December 2017 interview that the contracts would be structured in such a way that additional ships – beyond the previous two-a-year rate – could be added easily if the Navy deemed it a priority in its spending request or if lawmakers wanted to add in more funding. With this contract award, the two shipyards – who, for a time after the production line had restarted remained neck-and-neck on contract awards and deliveries – will further diverge. Ingalls Shipbuilding was awarded a contract in June 2017 to begin work on its first Flight III ship, DDG-125. Two months later, Bath Iron Works was awarded a contract that would have the yard build DDG-126 with a Flight III configuration but DDG-127 in the older Flight IIA design, like the rest of the ships in the previous multiyear procurement contract. Though Navy and congressional officials would not comment while the competition was occurring, Bath Iron Works had been challenged to balance the Arleigh Burke-class program and the DDG-1000 Zumwalt-class destroyer program. Keeping DDG-127 – which Congress incrementally funded in FY 2016 and 2016 – at the Flight IIA design would help ease the yard into Flight III production. The yard will not be building any new destroyers in FY 2018, according to the contract announcement, whereas Ingalls will take on two Flight III ships. https://news.usni.org/2018/09/27/navy-awards-ingalls-6-destroyers-bath-iron-works-4-in-multiyear-deal-ingalls-to-build-both-fy-2018-ships

Toutes les nouvelles