Back to news

September 17, 2018 | International, Aerospace

Skilled worker, parts shortages still hurting Hornet and Growler maintenance, government watchdog finds

By:

A shortage of skilled workers and repair parts is causing backlogs in maintenance depots for Hornets and Growlers, creating headwinds in the Navy's efforts to put more aircraft in the air, the Government Accountability Office found.

The Navy, which is chipping away at a readiness crisis among its fighters and electronic attack aircraft, is being hampered by a lack of skilled workers and capacity, specifically at depots on the West Coast at Whidbey Island, Washington, and Lemoore, California. Furthermore some parts needed to repair the Hornets and Growlers were manufactured by suppliers who have gotten out of the business, significantly slowing the process and forcing the Navy to cannibalize parts on aircraft to offset the delays, the September report found.

One challenge pointed out by the GAO is the distance between where aircraft are based and maintained and where parts are repaired for the E/A-18G Growlers. The Growlers, largely based at Whidbey Island, many of the components that need fixing must be repaired at the depots in Lemoore.

“However, according to officials, Lemoore's depots have limited capacity to repair these aircraft, creating a maintenance backlog,” the report found.

The issue of manufacturers getting out of the business was at least in part caused by the Navy's shorting of repair parts accounts during Obama-era budget cuts. A recent study found that between 2011 and 2015, as many as 17,000 suppliers left the defense industry. The Vice Chief of Naval Operations Adm. Bill Moran discussed the supplier issues with Defense News in April, saying stable funding should get suppliers to come back into the pool.

Full article: https://www.defensenews.com/naval/2018/09/15/skilled-worker-parts-shortages-still-hurting-hornet-and-growler-maintenance-government-watchdog-finds

On the same subject

  • The new Air Force One just racked up its first cost overrun

    April 30, 2020 | International, Aerospace

    The new Air Force One just racked up its first cost overrun

    By: Valerie Insinna WASHINGTON — Boeing will have to pay $168 million out of pocket to cover increased costs on the VC-25B Air Force One replacement program, the company said Wednesday. Boeing attributed the overrun to “engineering inefficiencies” caused by the impact of COVID-19, but Chief Financial Officer Greg Smith said the program remains on schedule with a projected delivery of the first VC-25B in 2024. However, Boeing's quarterly report to the Security and Exchange Commission noted future risk to the program's cost and schedule as a result of the engineering challenges. “We believe these inefficiencies will result in staffing challenges, schedule inefficiencies and higher costs in the upcoming phases of the program,” the company stated in the report. It was not immediately clear how work on the VC-25B program had been disrupted. “That charge was really associated with COVID-19,” Smith told reporters in an April 29 phone call. “As we have folks working virtually — particularly on the engineering side — as well as that's gone, we certainly experienced some inefficiencies that has caused us to re-evaluate our estimates to complete those efforts. And that's essentially what you saw today in our results and the charge associated with that.” Smith added that although the program team has done a “good job” of managing the program in the face of changes caused by the novel coronavirus pandemic and is “executing very well on many fronts,” Boeing could not mitigate the added cost to the program this financial quarter. Air Force acquisition executive Will Roper said he spoke with Boeing Defense CEO Leanne Caret last night about the problem, but because the issue was “late breaking,” he referred detailed questions to the program office. On Wednesday night, the Air Force released a statement that — like Boeing — attributed the cost increase to “engineering inefficiencies.” Just two weeks ago, Roper praised the progress of the program, which used virtual tools to complete its critical design review in March and wrap up a modification readiness review in April. At the time, the program was on schedule with no disruptions due to COVID-19, he said then. The Air Force One replacement drew considerable attention in 2016 after then-President-elect Donald Trump tweeted that the program was too expensive and should be cancelled unless the cost—then projected as more than $4 billion—came down. In 2018, the Air Force awarded Boeing a $3.9 billion fixed-price contract to modify two 747s into the VC-25B configuration. " There has not been an increase to the $3.90B firm-fixed price contract with Boeing or the $5.3B VC-25B total acquisition cost," said Air Force spokeswoman Ann Stefanek. Although the total price of the program is estimated to hit $5.3 billion once ancillary costs such as new hangars and revised technical manuals are included, the fixed-price ceiling on the $3.9 billion deal ensures that Boeing will have to pay for any cost growth incurred while building the two new Air Force Ones. In February, Boeing began making structural changes to two Boeing 747s at its facility in San Antonio, Texas — paving the way for those jets to become VC-25Bs. The jets will also receive upgrades including enhanced electrical power, specialized communication systems, a medical facility, a customized executive interior and autonomous ground operations capabilities. “As planned in the baseline schedule, the next phase of modification is on course to begin in June 2020,” Stefanek said. https://www.defensenews.com/air/2020/04/29/the-new-air-force-one-just-racked-up-its-first-cost-overrun/

  • Contract Awards by US Department of Defense - March 20, 2020

    March 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - March 20, 2020

    NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded a $392,412,665 modification (P00009) to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1068). This modification exercises options for the production and delivery of tactical missiles (Lot 20 AIM-9X, Block II and Block II plus), captive air training missiles, plus all up round tactical missiles, captive test missiles, special air training missiles, advanced optical target detectors, Block II and II plus guidance units (live battery), captive air training missile guidance units (inert battery), Block I and II propulsion steering sections, electronic units, multiple purpose training missiles, tail caps, maintenance, sectionalization kits, containers and spares for the Air Force, Navy and the governments of Australia, Bahrain, Belgium, Bulgaria, Denmark, Finland, Israel, Japan, Morocco, the Netherlands, Norway, Oman, Poland, Qatar, Romania, Singapore, Slovakia, South Korea, Switzerland, Taiwan, Turkey and the United Arab Emirates. Work will be performed in Tucson, Arizona (31%); Andover, Massachusetts (10%); Keyser, West Virginia (9%); Santa Clarita, California (8%); Hillsboro, Oregon (5%); Ottawa, Ontario, Canada (5%); Goleta, California (4%); Cheshire, Connecticut (4%); Heilbronn, Germany (3%); Simsbury, Connecticut (2%); San Jose, California (2%); Valencia, California (2%); Anaheim, California (2%); Cajon, California (2%); Cincinnati, Ohio (1%); Anniston, Alabama (1%); San Diego, California (1%); Chatsworth, California (1%); Amesbury, Massachusetts (1%); Claremont, California (1%); Sumner, Washington (1%); and various locations within the continental U.S. (4%), and is expected to be completed in July 2023. In addition, this modification provides for material in support of repairs, depot maintenance and refurbishment. The following funds will be obligated at the time of award: fiscal 2020 weapons procurement (Navy) funds in the amount of $135,790,070; fiscal 2020 missile procurement (Air Force) funds in the amount of $129,267,647; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $8,172,170; fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,999,656; fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $800,197; fiscal 2019 missile procurement (Air Force) funds in the amount of $6,189,530; fiscal 2019 weapons procurement (Navy) funds in the amount of $3,262,027; fiscal 2019 research, development, test and evaluation (Air Force) in the amount of $598,896; fiscal 2018 missile procurement (Air Force) in the amount of $503,814; fiscal 2018 weapons procurement (Navy) funds in the amount of $267,280 and Foreign Military Sales (FMS) funds in the amount of $104,561,378. $4,369,646 of the funds obligated at contract award will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($144,732,057; 36.88%); Navy ($143,119,230; 36.47%); and FMS customers ($104,561,378; 26.65%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Alberici-Mortenson JV, St. Louis, Missouri, is awarded a $191,900,391 fixed-price award-fee contract for design-bid-build recapitalization of the dry dock at Naval Submarine Base Kings Bay. Work will be performed in Kings Bay, Georgia, and is expected to be complete by July 2023. The work to be performed provides for concrete repairs in various locations throughout the dry dock, overhaul and repair of the steel caisson, upgrade power distribution, chilled water and a fire detection and alarm system. The project will also repair corroded steel members of the dry dock superstructure, re-coat the entire superstructure and replace roof and wall panels. The project will remove one bridge crane and overhaul two other bridge cranes. The scope also includes effort to rebuild or replace sluice gates and actuators, roller gate rails, flap valves and frames, all piping, and will upgrade control systems, electronic components and the auxiliary seawater system. The contract also contains nine unexercised options, which if exercised will increase the cumulative contract value to $592,343,628. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $191,900,391 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two proposals received. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-C-0016). Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $98,674,505 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price and cost contract for sustainment of the Littoral Combat Ship Component Based Total Ship System – 21st Century -(LCS COMBATSS-21); and associated combat system elements. Work will be performed in Moorestown, New Jersey (84%); Camden, New Jersey (5%); Virginia Beach, Virginia (5%); Deer Creek, Colorado (2%); Manassas, Virginia (1%); Orlando, Florida (1%); and various other locations (under 1% - 2% total). The work executed under this contract will include maintenance and evolution of the LCS COMBATSS-21 (the backbone of the ship's mission system) and associated combat system elements in support of operational LCS ships. The work includes development, integration, test and delivery of future combat system baseline upgrades for in-service ships, supporting ship integration, installation and checkout, developmental test/operational test, developing training and logistics products, providing field technical support for combat systems, providing hardware engineering, equipment procurement and providing life-cycle supportability engineering and fleet support for fielded baselines. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $1,817,298 was obligated at the time of award and will expire at the end of the current fiscal year. This contract includes options, which if exercised will bring the cumulative value of this contract to $789,584,127. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1). This contract was not competitively procured and only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5601). (Awarded March 16, 2020) CACI Inc. - Federal, Chantilly, Virginia, is awarded a $13,222,827 cost-plus-fixed-fee task order for engineering, technical, administrative and managerial (support) services in support of the Ships Availability Planning and Engineering Center and non-nuclear waterfront and deep submergence system programs at Portsmouth Naval Shipyard (PNS). Work will be performed in Kittery, Maine, and is expected to be complete by March 2021. The purpose of this service contract is to provide technical work, engineering services, quality assurance, process development, consulting and content management support to the PNS departments, with frequent interface with other PNS departments and outside activities such as other private and naval shipyards, submarine maintenance engineering, planning and procurement. Naval Sea Systems Command (NAVSEA) support will be in the areas of engineering, technical, planning, deficiency resolution and administration as outlined. This contract includes options, which if exercised, will bring the cumulative value of this contract to $83,189,359. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $3,803,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the SeaPort-NxG Navy.mil website, with one offer received. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity (N39040-20-F-3000). BAE Systems Land & Armaments LP, Phoenix, Arizona, is awarded an $8,568,715 modification (P00001) to previously awarded firm-fixed-price delivery order N00019-19-F-4133 against basic ordering agreement N00019-18-G-0018. This modification provides for the procurement of 20 E-2 parachute survival ensemble units and 130 FLU-10 inflators for the Navy, in addition to 60 E-2 parachute survival ensemble units and 70 FLU-10 inflators for the government of Japan. Work will be performed in Phoenix, Arizona (89%); and Orchard Park, New York (11%), and is expected to be completed in November 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $2,620,920; fiscal 2019 aircraft procurement (Navy) funds in the amount of $889,322; fiscal 2018 aircraft procurement (Navy) funds in the amount of $156,147; and Foreign Military Sales funds in the amount of $4,902,326 will be obligated at time of award, $156,147 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($3,666,389; 43%); and the government of Japan ($4,902,326; 57%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Lukos LLC, Tampa, Florida (H92240-20-D-0011); People, Technology & Processes, Tampa, Florida (H92240-20-D-0012); RMGS Inc., Virginia Beach, Virginia (H92240-20-D-0013); and SPATHE Systems LLC, Tampa, Florida (H92240-20-D-0014), were awarded a $245,000,000 maximum multiple award, indefinite-delivery/indefinite-quantity contract for logistics support, equipment related and knowledge based services in support of Naval Special Warfare Command (NSWC) enterprise requirements. Fiscal 2020 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award for each contract. The work will be performed in various locations in the U.S. and overseas and is expected to continue through fiscal 2025. The contract was awarded competitively using Federal Acquisition Regulation Part 15 procedures with 13 proposals received. NSWC headquarters, Coronado, California, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a competitive single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the production of Army installation kits. The contract ceiling is approximately $205,998,367, and the minimum guarantee is $2,000,000. The total value of delivery order 0001 is $16,884,194, funded by fiscal 2020 other procurement (Army) funds. Proposals were solicited via FedBizOpps, now beta.SAM.gov, and three proposals were received. The place of performance will be at the contractor's facility until the installation kits are delivered to the U.S. government at Red River Army Depot. The period of performance for the base period is March 20, 2020, to March 19, 2023; if all options are exercised, the contract performance will end March 19, 2030. The period of performance is a three-year base with seven one-year options. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0006). ARMY Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $104,770,422 modification (P00071) to contract W15QKN-13-C-0074 for precision guidance kits. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Feb. 26, 2024. Fiscal 2020 other procurement, Army funds in the amount of $104,770,422 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting agency. Raytheon Co., Dulles, Virginia, was awarded a $64,751,190 modification (P00006) to contract W56KGY-16-D-0006 to provide operations and sustainment support for Persistent Surveillance Dissemination System of Systems in support of Product Manager Force Protection 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 May 31, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. ID Technologies LLC,* Ashburn, Virginia, was awarded a $46,579,188 firm-fixed-price contract to purchase information technology equipment and accessories. Bids were solicited via the internet with two received. Work will be performed in Ashburn, Virginia, with an estimated completion date of March 24, 2021. Fiscal 2020 revolving funds in the amount of $46,579,188 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0193). L3 Fuzing and Ordnance Systems, Cincinnati, Ohio, was awarded a $19,381,064 modification (P00005) to contract W15QKN-19-C-0040 for the procurement of application specific integrated circuit chips. Work will be performed in Cincinnati, Ohio, with an estimated completion date of June 30, 2021. Fiscal 2020 procurement of ammunition, Army funds in the amount of $19,381,064 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting agency. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $17,405,696 modification (P00295) to contract W56HZV-15-C-0095 to exercise an option covering priced man-hours, labor, material and fees on material for the Joint Light Tactical Vehicle (JLTV) system technical support JLTV retrofit efforts. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 30, 2020. Fiscal 2019 other procurement, Army; and 2020 Marine Corps procurement funds in the amount of $17,405,696 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $16,754,161 modification (P00344) to contract W56HZV-15-C-0095 to exercise options for packaged kits for the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2023. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $16,754,161 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Stantec Consulting Services Inc., New Orleans, Louisiana, was awarded a $14,143,940 firm-fixed-price contract for the design of pump stations and drainage structures. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of March 20, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-D-00004). SI2 Technologies Inc.,* North Billerica, Massachusetts, was awarded a $13,491,546 firm-fixed-price contract for protection of Army and Department of Defense assets and weapon systems from emerging threats. 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 April 28, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-D-0023). Flick Lumber Co. Inc.,* Galion, Ohio, was awarded a $9,340,523 firm-fixed-price contract for the procurement of performance oriented packaging (POP) boxes. Bids were solicited via the internet with ten received. Work locations and funding will be determined with each order, with an estimated completion date of March 22, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0021). Texas Dewatering LLC,* Bellville, Texas, was awarded an $8,502,179 firm-fixed-price contract for improvements in the Houston Ship Channel. Bids were solicited via the internet with five received. Work will be performed in Houston, Texas, with an estimated completion date of Aug. 30, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $8,502,179 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0010). DEFENSE FINANCE AND ACCOUNTING SERVICE Guidehouse LLP, McLean, Virginia, is being awarded a labor-hour contract option with a maximum value of $10,449,089 for audit finding remediation support services for the Office of the Under Secretary of Defense (Comptroller). Work will be performed in McLean, Virginia, with an expected completion date of March 31, 2021. Fiscal 2020 Defense-wide operating and maintenance funds in the amount of $10,449,089 are being obligated at the time of this option award. This award brings the total cumulative value of the contract to $34,766,166. This contract is the result of a competitive acquisition for which two quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $49,839,283. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0055). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY RadiaBeam Technologies LLC,* Santa Monica, California, has been awarded a $10,202,941 cost-plus-fixed-fee contract for Defense Advanced Research Projects Agency's Gamma Ray Inspection Technology (GRIT) program. In Phase I, RadiaBeam Technologies LLC proposes a Laser-Compton approach for meeting GRIT program objectives and carrying out relevant system demonstrations. Work will be performed in Santa Monica, California (80%); Menlo Park, California (9%); Los Angeles, California (7%); and Paris, France (4%), with an estimated completion date of March 2021. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $3,718,701 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0072). DEFENSE LOGISTICS AGENCY Chartwell RX LLC, Congers, New York, has been awarded a maximum $7,074,642 indefinite-delivery/indefinite-quantity contract for numerous pharmaceutical products in support of the Corporate Exigency Contracts program. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is New York, with a March 18, 2021, performance completion date. Using customers are Army, Navy, Air Force Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 defense warstopper funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0005). UPDATE: Navistar Defense LLC, Melrose Park, Illinois (SPE8EC-20-D-0057), has been added as an awardee to the multiple award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008 and announced Jan. 9, 2018. (Awarded March 19, 2020) *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2120442/source/GovDelivery/

  • Army Taps Raytheon to Build Enhanced Radios for Black Hawks, Apaches

    February 25, 2019 | International, C4ISR

    Army Taps Raytheon to Build Enhanced Radios for Black Hawks, Apaches

    By Matthew Cox The U.S. Army recently awarded Raytheon Co. a $406 million contract to supply the service with aviation radios over the next five years. Raytheon will manufacture up to 5,000 ARC-231A radio systems that will be installed on the Army's existing helicopter platforms, according to a Feb. 14 company press release. The ARC-231A meets the Pentagon's requirements for "airborne, multi-band, multi-mission, secure anti-jam voice, data and imagery transmission and provides network-capable communications in a compact radio set," according to the Raytheon website. Full article: https://www.military.com/defensetech/2019/02/20/army-taps-raytheon-build-enhanced-radios-black-hawks-apaches.html

All news