Back to news

June 21, 2019 | International, Naval

Navy Issues Final RFP for FFG(X) Next-Generation Frigate

By:

The Navy released the final request for proposals for its next guided-missile frigate (FFG(X)) today, outlining the program that will get the U.S. Navy into the business of operating high-end small combatants.

The service is counting on the new frigate to help the fleet operate in a distributed manner in a contested maritime environment. To that end, the final solicitation for bids for the FFG(X) program highlights a particular interest in what industry can offer in range; margins for weight, cooling, electrical and arrangeable deck area, to allow the ship to bring in new technologies as they develop; acoustic signature management; undersea surveillance; and over-the-horizon capabilities.

After previous iterations of the frigate were ditched as the Navy's view of what capability it wanted evolved, the current FFG(X) effort sought to bring in industry early to ensure that requirements were in line with what technologies were currently feasible at the right price point. Those ongoing discussions led the Navy to settle on a ship that would have at least 32 vertical launching system (VLS) cells, an Aegis-based combat system, the Cooperative Engagement Capability datalink so the frigate could share targeting data with other ships and aircraft, and advanced anti-submarine warfare and electronic warfare systems.

The service announced earlier this year the frigate would include as government-furnished equipment:

  • A fixed-face Raytheon Enterprise Air Surveillance Radar (EASR) that will serve as the primary air search radar.
  • At least 32 Mark 41 Vertical Launch System cells that could field Standard Missile 2 Block IIICs or RIM-162 Evolved SeaSparrow Missiles (ESSM) and a planned vertically launched anti-submarine warfare weapon.
  • COMBATSS-21 Combat Management System based on the Aegis Combat System.
  • Cooperative Engagement Capability (CEC) datalink that would allow the frigate to share targeting information with other ships and aircraft.
  • Space, weight and cooling for 8 to 16 Over-the-Horizon Anti-Ship Cruise Missiles
  • An aviation detachment that includes an MH-60R Seahawk helicopter and an MQ-8C Firescout Unmanned Aerial Vehicle.
  • AN/SQQ-89(V)15 Surface Ship Anti-Submarine Warfare (ASW) Combat System
  • AN/SQS-62 Variable Depth Sonar.
  • SLQ-32(V)6 Surface Electronic Warfare Improvement Program (SEWIP) Block 2 electronic warfare suite with allowances to include SEWIP Block 3 Lite in the future.
  • Space, weight and cooling reservation for a 150-kilowatt laser.

Further highlighting the focus on allowing the ships to be upgraded as technology evolves, the solicitation asks that bids include a “description of the flexibility in the design to accommodate efficient warfare systems upgrades by explaining equipment removal and upgrade paths with an emphasis on avoiding hull cuts or the need for dry docking,” as well as provisions for upgrading hull-mounted and towed undersea warfare sensors.

Five industry teams have been involved in early design maturation efforts, which both helped industry refine their plans to be more in line with what the Navy wanted, and allowed the Navy to refine its idea of how much this new class might cost.

Earlier this year, USNI News reported that costs were coming down as a result of the design maturation contracts.

“$950 (million) was the threshold; $800 million is the objective,” frigate program manager with Program Executive Office Unmanned and Small Combatants Regan Campbell said in January at the Surface Navy Association symposium.
“We started closer to the $950; we are trending to very close to the $800 now. We have taken some very significant costs out,” she said of the second through 10th ship of the class. The Navy intends to buy at least 20 frigates, though the first contract will only cover the first 10. After the first contract, the Navy could continue with the same builder or re-compete the program to potentially bring in a second builder, if it wanted to accelerate frigate production to keep in line with its drive to reach a 355-ship fleet and leadership acknowledgement that it will need more small combatants and fewer high-end destroyers going forward.

After the release of today's final RFP, interested bidders will have until Aug. 22 to submit their technical proposals to the Navy and until Sept. 26 to submit their pricing proposal. A winner will be selected in Fiscal Year 2020 to build the frigate.

Of the five companies that participated in the design maturation phase, four are expected to submit bids to the RFP. Austal USA, who builds the Independence-variant Littoral Combat Ship; Fincantieri Marine, which builds the Italian FREMM multipurpose frigate; General Dynamics Bath Iron Works, who will partner with Spanish F100-builder Navantia; and Ingalls Shipbuilding, who has declined to discuss its design, all worked with the Navy to take their existing parent designs and mature them to become in line with the Navy's vision for its guided-missile frigate. Lockheed Martin, which builds the Freedom-variant LCS, was part of that effort as well but announced it would not continue on with the frigate competition.

Despite the earlier design work that the Navy funded, the frigate competition is open to any bidder who has a parent design to base the frigate offering on.

https://news.usni.org/2019/06/20/navy-issues-final-rfp-for-ffgx-next-generation-frigate

On the same subject

  • U.S. Agencies Warn of Iranian Hacking Group's Ongoing Ransomware Attacks

    August 29, 2024 | International, C4ISR, Security

    U.S. Agencies Warn of Iranian Hacking Group's Ongoing Ransomware Attacks

    U.S. agencies warn of Iranian hackers targeting key sectors with ransomware, exploiting security flaws to breach networks.

  • Spy demonstrator planes log nearly 1,000 sorties in Europe and Pacific

    December 6, 2023 | International, Land

    Spy demonstrator planes log nearly 1,000 sorties in Europe and Pacific

    As the first two jet-based ISR planes log hours in Europe and Pacific, two more will deploy in 2024.

  • Contract Awards by US Department of Defense - December 13, 2019

    December 16, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 13, 2019

    ARMY BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $249,152,760 modification (P00042) to contract W56HZV-17-C-0001 for the Self-Propelled Howitzer and carrier, ammunition, tracked vehicles and their associated support under the production contract to build and deliver M109A7s and M992A3s. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 31, 2023. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $249,152,760 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Palantir USG Inc., Palo Alto, California, was awarded an $110,814,893 other transaction agreement contract for numerous databases across the Army enterprise integrated on one platform. One bid was solicited via the internet with one bid received. Work will be performed in Washington, District of Columbia, with an estimated completion date of Dec. 15, 2023. Fiscal 2020 operations and maintenance, Army funds in the amount of $32,545,300 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-9-P001). Conco Inc.,* Louisville, Kentucky (W15QKN-20-D-0003); and Delfasco LLC,* Afton, Tennessee (W15QKN-20-D-0004), will compete for each order of the $46,200,000 firm-fixed-price contract for manufacture, inspect, test, and deliver metal containers and covers for the M231 and M232 series for the Modular Artillery Charge Systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 12, 2024. U.S. Army Contracting Command, New Jersey, is the contracting activity. Alabama Department of Rehabilitation, Montgomery, Alabama, was awarded a $32,150,000 firm-fixed-price contract for full food service operations of an Army dining facility, receiving, storing, preparing, requisitioning, and serving food. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 13, 2025. U.S. Army Mission Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-D-0005). Lockheed Martin Corp., Orlando, Florida, was awarded a $15,547,894 modification (P00084) to contract W31P4Q-15-C-0102 for the Joint Air-to-Ground Missile production line for a rate ramp increase of 50 to 100 missiles per month. Work will be performed in Orlando, Florida, with an estimated completion date of March 30, 2022. Fiscal 2018 and 2019 procurement of ammunition, Army funds in the amount of $15,547,894 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AM General LLC, South Bend, Indiana, was awarded a $15,118,831 firm-fixed-price Foreign Military Sales (Jordan) contract for hardware support to reset and upgrade a fleet of 200 M998 High Mobility Multi-Wheeled Vehicles. One bid was solicited via the internet with one bid received. Work will be performed in Amman, Jordan, with an estimated completion date of Dec. 13, 2020. Fiscal 2020 Foreign Military Sales funds in the amount of $15,118,831 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-C-0037). Primus, Beltsville, Maryland, was awarded an $8,782,763 firm-fixed-price contract for cold and hot aviation refuel and defuel services, personnel, management, parts, supplies, transportation and vehicles/trucks. One bid was solicited via the internet with one bid received. Work will be performed in Daleville, Alabama, with an estimated completion date of June 16, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $5,000,000 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-20-C-0004). NAVY Noresco LLC, Westborough, Massachusetts, is awarded firm-fixed-price task order (N3943020F9905) at $169,331,394, under a multiple award, indefinite-delivery/indefinite-quantity contract for energy conservation measures at Naval Submarine Base New London, Groton, Connecticut. The work to be performed provides for the construction, operations, and maintenance of energy conservations to improve energy efficiency and reliability, which include energy management control system upgrades, combined heat power and micro-grid expansion, lighting upgrades, and steam distribution improvements. Work will be performed at Naval Submarine Base New London, Groton, Connecticut, and is expected to be completed in 21 years by December 2040. No funds will be obligated with this award, as private financing obtained by the contractor will be used for the 36-month construction (i.e. implementation) phase of the project. Five proposals were received for this task order. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency & Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-09GO29039). Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $123,532,573 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract (N00024-19-C-5112) to exercise options for fiscal 2020 production of AEGIS Weapon System Fire Control System (FCS) MK 99 equipment, AEGIS modernization production requirements, and associated engineering services. These services are in support of DDG 51 Class Flight III destroyers and the Spanish navy's F-110 program. This modification also covers the production of the AEGIS BMD Kill Assessment Ordnance Alteration (ORDALT) Kits and Solid State Switch Assembly (SSSA) Special Test Equipment (STE). The AMOD program fields combat system upgrades that will enhance the Anti-Air Warfare (AAW) and Ballistic Missile Defense (BMD) capabilities of AEGIS equipped DDG 51 Arleigh Burke-class destroyers. Work will be performed in Andover, Massachusetts (81%); Marlborough, Massachusetts (10%); Chesapeake, Virginia (3 %); Portsmouth, Rhode Island (3%); San Diego, California (2%); and Burlington, Massachusetts (1%), and is expected to be completed by April 2023. Foreign Military Sales; fiscal 2020 shipbuilding and conversion (Navy); fiscal 2020 other procurement (Navy); and fiscal 2020 defense wide procurement funding in the amount of $123,532,573 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, District of Columbia, is the contracting activity. Anchor Innovation, Inc.,* Virginia Beach, Virginia (N00167-20-D-0001); Auxiliary Systems Inc.,* Norfolk, Virginia (N00167-20-D-0002); Colonna's Shipyard Inc.,* Norfolk, Virginia (N00167-20-D-0003); Fairlead Boatworks Inc.,* Newport News, Virginia (N00167-20-D-0004); Gryphon Technologies LC, Washington, District of Columbia (N00167-20-D-0005); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N00167-20-D-0006); and United States Marine Inc.,* Gulfport, Mississippi (N00167-20-D-0007), are awarded a combined maximum $43,109,222 indefinite-delivery/indefinite-quantity multiple-award contract for watercraft industrial services and supplies in support covering all phases of watercraft total life cycle to include construction, proof of design, model development and realization, fabrication, modernization, repair, overhaul quality assurance, and testing of the Naval Surface Warfare Center Carderock Division Detachment Norfolk, Combatant Craft Division. The contractor shall perform in a wide variety of locations both within the continental U.S. and outside the continental U.S. (OCONUS). The expected work distribution by performance location includes Mid Atlantic U.S. (60%); Southwest U.S. (15%); U.S. Gulf Coast (2%); Northwest U.S. (2%); Northeast U.S. (1%); other/OCONUS (20%). OCONUS locations typically include, but are not limited to Bahrain, Kuwait, United Arab Emirates, Spain, Italy, Horn of Africa, Guam, Japan, Hawaii and Alaska. Work is expected to be complete by December 2022. Fiscal 2020 service cost center (Navy) funding in the total amount of $12,000 will be obligated at time of award to meet the minimum guarantee under each contract and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with seven offers received. The Naval Surface Warfare Center Carderock Division, Detachment Norfolk, Virginia, is the contracting activity. John C. Grimberg Co. Inc., Rockville, Maryland, is awarded a $27,830,000 firm-fixed-price contract for the construction repair of a solid state electronic devices laboratory at Naval Research Laboratory. The work to be performed will repair Building 74, including conversion of existing high bay storage into laboratory spaces, and will repair Building 81. Repair work in Building 74 includes replacement and repair of structural and architectural systems including steel framing, second floor assembly, roof, windows, doors, exterior finishes, exterior egress stairs, elevator, partitions, interior finished, laboratory facilities and abatement of hazardous materials. The renovation also includes replacement of mechanical and electrical systems including controls, chilled water system, air handling system, fire protection, clean room and laboratory systems (water, gas, ventilation, pressurization, and filtration), lighting, power and electrical distribution. Repairs in Building 81 will replace deteriorated components while additional construction will alter the building height to accommodate specialized equipment. Work will be performed in Washington, District of Columbia, and is expected to be completed by January 2022. Fiscal 2020 operations and maintenance, (Navy) contract funds in the amount of $27,830,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-20-C-0004). Arete Associates Inc.,* Northridge, California, is awarded a $17,561,860 firm-fixed-price modification to a previously-awarded contract (N61331-18-D-0012) to exercise Option 2, to provide Coastal Battlefield Reconnaissance and Analysis (COBRA) Block I systems. Work will be performed in Tucson, Arizona (35%); Destin, Florida (35%); and Santa Rosa, California (30%), and is expected to be completed by July 2022. No funding will be obligated at time of award. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. Noresco LLC, Westborough, Massachusetts, is awarded a $16,988,494 firm-fixed-price task order (N3943020F9903) under a multiple award, indefinite-delivery/indefinite-quantity, energy savings performance contract at Naval Support Activity Hampton Roads, Norfolk, Virginia. The work to be performed provides for the design, construction, and installation of energy conservation measures for boiler plant improvements, water and sewer conservation systems and water resiliency. The work also provides for performance period services consisting of measurement and verification, operations and maintenance, and repair and replacement services. Work will be performed at Naval Support Activity Hampton Roads, Norfolk, Virginia, and is expected to be completed in 22 years by December 2041. No funds will be obligated with this award, as private financing obtained by the contractor will be used for the 24-month construction (i.e. implementation) phase of the project. Nine proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency and Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-90GO29039). AIR FORCE Pinnacle Solutions Inc., Huntsville, Alabama, has been awarded a $21,395,866 modification (P00049) to previously awarded FA8621-16-C-6281 for support of the KC-10 training system. This contract modification provides for the exercise of Option Year Four. Work will be performed at Travis Air Force Base, California; Joint Base McGuire-Dix-Lakehurst, New Jersey; and the Training System Support Center in Fairfield, California, and is expected to be complete by Dec. 31, 2020. The total cumulative face value of the contract is $105,964,368. Fiscal 2020 operations and maintenance funds in the amount of $14,965,279 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Edaptive Computing Inc., Dayton, Ohio, has been awarded a $14,865,271 cost-plus-fixed-fee contract for research and development of the Joint Federated Assurance Center Trust Lab Enterprise effort. This effort seeks to enhance, deploy, transition, and support decision-aiding tools for the Air Force Research Laboratory Joint Federated Assurance Center trust laboratory research and development of analysis, design and verification tools to promote trusted systems engineering for integrated circuits electronics. Work will be performed at Dayton, Ohio, and the work is expected to be completed by March 13, 2024. This award is the result of a non-competitive acquisition. Fiscal 2020 research and development funds in the amount of $12,500,000 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-F-1956). DEFENSE LOGISTICS AGENCY Ultrax Aerospace Inc., Lees Summit, Montana, has been awarded a maximum $13,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for spares/repairs in support of the UH-60 Black Hawk Helicopter Automated Flight Control line replaceable units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with no option periods. Location of performance is Montana, with a Dec. 12, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0004). DEFENSE FINANCE AND ACCOUNTING SERVICE Kearney and Company PC, Alexandria, Virginia, is being awarded a labor-hour contract option with a maximum value of $10,721,966 for audit services of the Defense Health Program (DHP). Work will be performed in various locations including the DHP headquarters in Falls Church, Virginia, as well as other federal locations in Texas, Ohio, Indianapolis, Maryland, Colorado, New York, and Maine, with an expected completion date of Dec. 31, 2020. This contract is the result of a competitive acquisition in which two bids were received. This award brings the total cumulative value of the contract to $36,598,260. Fiscal 2020 operations and maintenance, defense wide funds in the amount of $10,721,966 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0096). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2040280/source/GovDelivery/

All news