Back to news

August 22, 2018 | International, Naval

Thales to provide new minehunting system to U.K. Royal Navy

By Stephen Carlson

Aug. 21 (UPI) -- The U.K. Royal Navy has accepted Thales' newest 2093 mine countermeasures sonar after extensive sea trials.

The 2093 variable depth sonar has been in Royal Navy and worldwide service since the 1980s. The current version being adopted by the U.K. is a wideband variant expected to be installed on the Sandown-class minesweeping vessels, Thales said in a news release.

The system has undergone 3 months of trials over the summer onboard the HMS Grimsby minesweeper. It is expected to be installed as the standard countermine system aboard Royal Navy ships, according to Thales.

2093 Wideband is a multi-frequency variable depth sonar system designed to detect mines in all depths of water.

The sonar receiver and transmitter are part of a towed array which is lowered below the ship by cable cable, which allows it to penetrate oceanic temperature layers. Thermal layers can block or interfere with sonar signals, making depth of the system important for some applications.

The system is based off the 2193 hull-mounted system that is in use on the Hunt-class minesweeper and other ships.

The system is expected to be widely exported to nations in Asia, the Middle East and Europe that already use similar legacy systems.

https://www.upi.com/Defense-News/2018/08/21/Thales-to-provide-new-minehunting-system-to-UK-Royal-Navy/7951534870862

On the same subject

  • U.S. Army May Revive 5GAT Target Program

    April 14, 2022 | International, Aerospace

    U.S. Army May Revive 5GAT Target Program

  • New Production Contracts for UH-60s, HH-60s, and P-8s

    March 13, 2020 | International, Aerospace

    New Production Contracts for UH-60s, HH-60s, and P-8s

    by David Donald Sikorsky Aircraft received a contract modification on March 10 worth $525.3 million for 40 UH-60M Black Hawks. The batch comprises 38 being procured for the U.S. Army as Lot 44 of the service's MY IX multi-year procurement program. The other two represent the exercising of an option for two Foreign Military Sales aircraft for an unidentified customer. Managed by the Army Contracting Command at Redstone Arsenal, Alabama, the work is due to be performed by the Lockheed Martin-owned company by the end of June 2022. The five-year MY IX program, the ninth such order covering H-60 helicopters for the Army, was awarded to Sikorsky in June 2017. Specifying 257 UH-60 medium-lift helicopters and HH-60M medevac versions, the initial deal was worth $3.8 billion, with options for up to 103 additional helicopters that would ultimately bring the value to $5.2 billion. At the end of February, the H-60 production line received another boost when the Department of Defense ordered 12 more HH-60W combat rescue helicopters for the U.S. Air Force. The Lot 2 batch is the second low-rate initial production tranche to be ordered, with a value of more than $500 million. The program of record covers 113 HH-60Ws to replace the aging HH-60G Pave Hawk. Initially known as the “Rescue Hawk,” the HH-60W has now received its official Air Force name of Jolly Green II. Secretary of the Air Force Barbara Barrett announced the name at the Air Force Association (AFA) Air Warfare Symposium held in Orlando in late February. At the time of the order, Sikorsky had flown seven HH-60Ws, of which two are with the Air Force trials unit at Duke Field, Eglin AFB, Florida. The initial goal is to meet Required Assets Available (RAA) criteria by the end of 2020. In another DOD deal, announced on March 6, Boeing was awarded an $800 million contract by Naval Air Systems Command to procure long-lead materials associated with Lot 11 production of P-8A Poseidon maritime patrol aircraft. This batch comprises 18 aircraft, of which eight are for the U.S. Navy. The remainder comprises six aircraft for the Republic of Korea Navy (ROKN) and four for the Royal New Zealand Air Force (RNZAF). South Korea decided in June 2018 to order six Poseidons as a replacement for the Lockheed P-3CK Orions that serve with the ROKN's 615 Squadron at Jeju air base, while New Zealand announced its intention to buy the P-8 in the following month. In RNZAF service the P-8 is expected to serve with No. 5 Squadron at Whenuapai, which currently flies P-3K Orions. Both nations placed their orders for P-8As in March 2019. https://www.ainonline.com/aviation-news/defense/2020-03-12/new-production-contracts-uh-60s-hh-60s-and-p-8s

  • Contract Awards by US Department of Defense - November 14, 2019

    November 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 14, 2019

    NAVY Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $1,207,968,973 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides sustainment support of the V-22 AE1107C engine at various V-22 aircraft production, test and operating sites. Sustainment support includes program management, integrated logistics support, sustaining engineering, maintenance, repair, reliability improvements, configuration management and site support. Work will be performed in Indianapolis, Indiana, and various locations within and outside the continental U.S., and is expected to be completed in February 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0004). BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4416); Continental Maritime of San Diego, San Diego, California (N00024-16-D-4417); and General Dynamics, NASSCO, San Diego, California (N00024-16-D-4418), are being awarded a $299,342,235 ceiling increase to the maximum potential cumulative total of orders for all firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contracts to $838,522,014 for complex emergent and continuous maintenance and Chief of Naval Operations availabilities on surface combatants (DDG and CG) class ships. Each contractor shall furnish the facilities and human resources capable of completing complex emergent and continuous maintenance, repair, modernization and Chief of Naval Operations availabilities on surface ships assigned to or visiting the port of San Diego, California. These three companies will have the opportunity to offer on individual delivery orders. Work will be performed in San Diego, California, and is expected to be complete by March 2021. No funding is being obligated through this contract modification. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co., Marlborough, Massachusetts, is awarded $209,636,983 for a ceiling-priced, indefinite-delivery, performance-based logistics requirements contract for the repair, upgrade or replacement of 361 NIINs within two of the 13 major subsystems of the Aegis Weapon System: the MK99 fire control system and the Army Navy Joint Electronics Type Designation Systems Water/Surface Ship Radar Surveillance and Control (AN-SPY-i) Transmitter Group. Work will be performed in Chesapeake, Virginia (70%); and Marlborough, Massachusetts (30%). This contract includes a five-year base period with no options. Work is expected to be completed by November 2024. Annual working capital funds (Navy) in the amount of $34,290,659 will be issued for delivery order (N00383-20-F-0W80) that will be awarded concurrently with the contract and will initially be obligated at the time of award as an undefinitized contract action with a commitment of $11,430,220 for a year's period of performance. Funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 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 (N00383-20-D-W801). Huntington Ingalls Industries, Newport News Shipbuilding Inc., Newport News, Virginia, is awarded a $15,029,055 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-2116 for the purchase of additional Ford (CVN 78) Class shore based spares in support of the Ford Class. Work will be performed in Santa Fe Springs, California (99%); and Newport News, Virginia (1%), and is expected to be completed by May 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $15,029,055 will be obligated at time of award and will not expire at the end of the current fiscal year. The design and construction of a nuclear powered aircraft carrier requires highly technical and specialized knowledge of the ship's mission, design, systems and nuclear reactor plants. Huntington Ingalls Industries, Newport News Shipbuilding Inc. (HII-NNS) is the nation's only designer and builder of nuclear powered aircraft carriers. HII-NNS has developed a unique capability encompassing all aspects of aircraft carrier design, construction, modernization, repair and technical and engineering support which, because of its uniqueness, cannot be acquired elsewhere. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Integral Aerospace LLC, Santa Ana, California, is awarded a $9,292,108 modification (P00003) to a previously awarded firm-fixed-price contract (N00019-18-C-1036). This modification exercises an option to manufacture, test and deliver 72 FPU012/A 480 gallon external fuel tanks in support of the F/A-18E/F aircraft. Work will be performed in Santa Ana, California, and is expected to be completed in May 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $9,292,108 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. AAR Aircraft Services Inc., Indianapolis, Indiana, is awarded an $8,457,049 firm-fixed-price, time and materials delivery order (N00019-20-F-0337) against a previously awarded, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0111). This delivery order provides depot level maintenance and repair of four P-8A Poseidon aircraft in support of the Navy. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2020. Fiscal 2020 operation and maintenance (Navy) funds in the amount of $8,457,049 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Endeavor Robotics Inc., Chelmsford, Massachusetts, was awarded a $109,044,937 hybrid (cost plus-fixed-fee and firm-fixed-price) contract for procurement of up to 350 Common Robotic System - Heavy systems, refurbishment of systems associated spare parts, test support, user training support and logistics development. Two bids were solicited with two bids received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 12, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-D-0017). Teichert-Odin JV,* Sacramento, California, was awarded a $49,283,800 firm-fixed-price contract for a levee improvement construction. Bids were solicited via the internet with three received. Work will be performed in Sacramento, California, with an estimated completion date of July 2, 2022. Fiscal 2019 non-federal sponsor, civil construction funds in the amount of $49,283,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0002). Bauer Foundation Group, Odessa, Florida, was awarded a $32,301,199 firm-fixed-price contract for construction of a deep soil-cement cutoff wall. Bids were solicited via the internet with four received. Work will be performed in East St. Louis, Illinois, with an estimated completion date of Nov. 15, 2021. Fiscal 2020 civil works, operations and maintenance funds in the amount of $32,301,199 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Illinois, is the contracting activity (W912P9-20-C-0002). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $32,256,984 modification (P00092) to contract W56HZV-17-C-0067 for Abrams Systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 31, 2020. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles; and operation and maintenance, Army funds in the amount of $32,256,984 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $21,791,160 modification (P00275) to contract W56HZV-15-C-0095 for contractor support, labor hours, material and travel for the Marine Corps' efforts for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2020. Fiscal 2020 procurement, Marine Corps funds in the amount of $21,791,160 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. AIR FORCE Raytheon Co. Missile Systems Division, Tucson, Arizona, has been awarded an $18,569,662 modification (P00003) exercising the first option year of three options to previously awarded FA8675-19-C-0004 for fiscal 2020 High-speed Anti-Radiation Missile (HARM) Targeting System (HTS) Contractor Logistics Support (CLS) services. The contract modification is for HTS POD CLS depot repairs and sustainment activities. Work will be performed at Tucson, Arizona, and is expected to be completed by Nov. 30, 2020. The total cumulative face value of the contract is $37,260,817. Fiscal 2020 operations and maintenance funds in the amount of $18,569,662 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Sonalysts Inc., Waterford, Connecticut, has being awarded a $9,071,850 cost-plus-fixed-fee modification (P00010) to the previously awarded FA8806-19-C-0002 for the Standard Space Trainer (SST) Space-Based Infrared System (SBIRS) Mission-Specific Vendor Plug-in (MSVP) Continuation Development and Option for Geosynchronous Earth Orbit (GEO) 5 and 6. This modification provides for the development of the training system supporting SIBRS operations under the management of the Space Training Acquisition Office. Work will be performed in Waterford, Connecticut, and is expected to be completed by Nov. 15, 2021. Total cumulative face value of the contract is $44,281,437. Fiscal 2019 research and development funds in the amount of $6,041,416 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. General Electric Research, Niskayuna, New York, has been awarded a $7,147,058 cost-reimbursable contract for the Materials Architecture and Characterization for Hypersonics (MACH) effort. This contract provides for the design and experimental validation of a transpiration cooling system to reduce heating at the leading edge and control part temperature in line with material capability. Work will be performed at Niskayuna, New York, and is expected to be complete by April 8, 2022. This award is the result of a competitive acquisition and 24 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $924,218 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-7011). DEFENSE LOGISTICS AGENCY Design West Technologies Inc.,** Tustin, California, has been awarded a maximum $7,472,100 firm-fixed-price contract for miscellaneous artillery fuze setters. This was a competitive small business set-aside acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is California, with a Nov. 14, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0018). *Small Business **Small Disadvantaged Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2017225/source/GovDelivery/

All news