10 août 2020 | International, Aérospatial

Alaska-based long-range ballistic missile defense radar fielding delayed by a year

By:

WASHINGTON — The fielding of a U.S. Air Force radar to detect ballistic missile threats, currently being installed at Clear Air Force Station, Alaska, is delayed by roughly a year, according to a recent Government Accountability Office report.

Information provided by the Missile Defense Agency in June to the GAO indicated all construction and integration activities for the Long Range Discrimination Radar had stopped in March due to the coronavirus pandemic.

While initial fielding was planned for fiscal 2021 and transfer to the Air Force was planned for fiscal 2022, the service is now expected to take ownership of the operational radar in late fiscal 2023.

“We did have some fallback in developing and delivery of systems because it requires people to be in close, confined spaces and sitting at computer terminals working through really tough problems like the development of an algorithm,” MDA Director Vice Adm. Jon Hill said at the virtually held Space and Missile Defense Symposium on Aug. 4.

MDA shut down radar installation efforts due to the COVID-19 pandemic, entering a “caretaker status,” Hill said. “That requires additional work. I mean, you've got a radar that is being built in a tough environment like Alaska — you can't just stop. You have to go in and make sure the radar arrays are protected,” he added.

The LRDR is an S-band radar that will not only be able to track incoming missiles but also discriminate the warhead-carrying vehicle from decoys and other nonlethal objects for the Ground-Based Midcourse Defense System, which is designed to protect the continental U.S. from possible intercontinental ballistic missile threats from North Korea and Iran.

Lockheed Martin is LRDR's manufacturer.

The program, according to the GAO report, wrapped up its system prototype assessment in an operational environment in FY19, which showed the hardware and software was mature ahead of full-rate manufacturing. That assessment was delayed from FY18, the report noted, after testing took longer due to “required antenna reconfigurations and software fixes to complete.”

The fixes resulted in a cost overrun of $25 million and caused a delay in completing a developmental step associated with satellite tracking expected in FY18, according to the report.

“While construction was ongoing in [FY19], the program was monitoring risks that could threaten the upcoming transfer of LRDR custody and ownership to the government,” the report stateed. “Specifically the program was focusing on manufacturing of the Array Panels, Sub Array Assembly Suite modules, and Auxiliary Power Group cabinets, as well as ensuring integration on site.”

Those issues “depleted schedule margin on the path towards the transfer,” which was scheduled for the fourth quarter of FY20, according to the GAO, and the transfer of LRDR custody to the government was pushed back to the first quarter of FY21 due to radar component production issues.

“The good news is construction is back up and running,” Hill said, “and we are delivering those arrays that are going into low-power and high-power testing later this year, so we are pretty excited about that.”

According to the GAO, the current test plan for LRDR has just one flight test scheduled in the third quarter of FY21, after two ground tests. The report does not clarify if the pandemic has caused a delay in these tests.

The GAO indicated concern about conducting two ground tests before the program's only flight test, as it “increases the likelihood that the models will not be accredited when testing is complete.”

As a result, “the performance analysis and the majority of the model validation and accreditation will have to be made concurrently, just prior to the LRDR Technical Capability Declaration,” scheduled for the third quarter of FY21, the report stated. “This increases the risk of discovering issues late in development, which could result in performance reductions or delivery delays.”

https://www.defensenews.com/digital-show-dailies/smd/2020/08/07/alaska-based-long-range-ballistic-missile-defense-radar-fielding-delayed-by-a-year/

Sur le même sujet

  • Contract Awards by US Department of Defense - October 23, 2018

    25 octobre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - October 23, 2018

    U.S. SPECIAL OPERATIONS COMMAND Wyle Laboratories Inc. (KBRwyle), Houston, Texas, has been awarded a $500,000,000 maximum ceiling value, indefinite-delivery/indefinite-quantity contract (H92400-19-D-0001) for contractor-provided personal services and expertise to U.S. Special Operations Command (USSOCOM) to support the Preservation of the Force and Family Program. The support will be provided at 26 geographic locations inside and outside of the continental U.S. The contract has a base period of five years with one three-year option period for a total ordering period of up to eight years. This contract was awarded through full and open competition with eight proposals received. USSOCOM, Tampa, Florida, is the contracting activity. ARMY General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $192,660,310 modification (P00071) to contract W58RGZ-17-C-0018 for Gray Eagle performance-based logistics. Work will be performed in Poway, California, with an estimated completion date of April 23, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $41,825,728 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is awarded a $54,928,445 firm-fixed-price contract to provide one 140-ton portal crane at Portsmouth Naval Shipyard. The work to be performed provides for the contractor to design, fabricate, assemble, shop test, deliver, install, inspect, field test and make ready for use one 140-ton portal crane. The crane shall be a portal type with a rotating superstructure, luffing boom, main hoist and an auxiliary hoist designed to meet the dimensional and functional requirements of the specification. Crane installation and utilization will be performed in Kittery, Maine, and is expected to be completed by May 2021. Fiscal 2019 other procurement (Navy) funds in the amount of $54,928,445 are obligated on this award and will not 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, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-C-1000). General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $18,537,696 cost-plus-incentive-fee, cost-plus-fixed-fee contract for research and development, and sustainment efforts for the U.S. SSBN Fire Control Sub-system (FCS); the United Kingdom FCS; and the U.S. SSGN Attack Weapon Control System, including training and support equipment and U.S./UK Shipboard Data System. Work will be performed in Pittsfield, Massachusetts (98 percent); Kings Bay, Georgia (1 percent); and Dahlgren, Virginia (1 percent), with an expected completion date of September 2019. Fiscal 2019 other procurement (Navy) funds in the amount of $7,904,897; United Kingdom funds in the amount of $2,635,000; and fiscal 2019 operations and maintenance (Navy) funds in the amount of $406,801 are being obligated on this award. Funds in the amount of $406,801 will expire at the end of the current fiscal year. Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) funds in the amount of $7,590,998 will be obligated which will also expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0003). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $8,700,187 for cost-plus-fixed-fee order N0001919F0276 against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides support services to design a non-Department of Defense (DoD) participant strategic facility in support of the F-35 aircraft. Work will be performed in Kansas City, Missouri (72 percent); and Fort Worth, Texas (28 percent), and is expected to be completed in March 2020. Non-DoD participant funds in the amount of $8,700,187 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics, Electric Boat Corp., Groton, Connecticut, is being awarded a $7,316,141 cost-plus-fixed-fee modification to a previously awarded contract (N00024-15-C-4305) to exercise a priced option to maintain Navy certification, protect and operate the Navy floating dry dock, ARDM-4 Shippingport. The contractor will also accomplish organizational level repairs and preservation to the government furnished dry dock. Work will be performed in Groton, Connecticut, and is expected to be completed by October 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,900,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. DEFENSE LOGISTICS AGENCY Unimed Government Services,* Lakeville, Minnesota, has been awarded a maximum $25,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 58 responses received; 17 contracts have been awarded to date. Using customers are Department of Defense and other federal organizations. Location of performance is Minnesota, with an Oct. 22, 2023, performance completion date. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0005). *Woman-owned small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1669872/

  • Contract Awards by US Department of Defense - July 3, 2019

    4 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 3, 2019

    AIR FORCE DynCorp International, Fort Worth, Texas, has been awarded a $308,616,183 firm-fixed-price contract for aviation command and control operations and maintenance services. This contract provides for air traffic control, airfield management and associated maintenance support. Work will be performed in the Air Force Central Command's area of responsibility and is expected to be completed by July 31, 2024. This award is the result of a competitive acquisition with four offers received. Fiscal 2019 operations and maintenance funds in the amount of $379,576 are being obligated at the time of award. The Air Combat Command's Acquisitions management and integration center, Langley Air Force Base, Hampton, Virginia, is the contracting activity (FA4890-19-C-A013). AAR Supply Chain Inc., doing business as AAR Defense Systems & Logistics, Wood Dale, Illinois, has been awarded a $209,986,676 ceiling indefinite-delivery/indefinite-quantity contract for C-130H contractor logistics support for the Afghanistan Air Force. This contract will provide the Afghanistan Air Force with full C-130H contractor logistics support to include maintenance and repair, as well as on the job training for local Afghan nationals. Work will be performed Kabul, Afghanistan, and is expected to be completed by Jan. 29, 2025. This contract involves foreign military sales to Afghanistan. Foreign Military Sales funds in the amount of $12,011 are being obligated at the time of award. This award is the result of a competitive acquisition and one offer was received. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-19-D-0006). The University of Dayton Research Institute, Dayton, Ohio, has been awarded a $28,527,970 firm-fixed price, labor hour and cost reimbursement-no-fee contract for F-15 sustainment engineering studies. This contract provides for systems/structural engineering field and programmed depot maintenance support, reliability and maintainability analysis and aircraft structural integrity program capability development and sustainment. Work will be performed at Dayton, Ohio; and Robins Air Force Base, Georgia, and is expected to be completed by June 28, 2029. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $2,464,648 are being obligated at the time of award. The contracting activity is Air Force Life Cycle Management System, Robins AFB, Georgia (FA8505-19-D-0003). The Rockhill Group Inc., Moline, Florida, has been awarded a $12,211,850 firm-fixed-price contract for Air Force Special Operations Command (AFSOC) aircrew instruction instructor support required by the 492 Special Operations Wing and operational wings. This contract provides for critical flying training unit support instruction (platform, simulator and flight) to all students going through AFSOC's initial and mission qualification school and continuation training for combat aircrews. Work will be performed at Hurlburt Field, Florida; Duke Field, Florida; Cannon Air Force Base, New Mexico; and Royal Air Force Mildenhall, United Kingdom, and is expected to be completed by Dec. 31, 2019. This award is the result of sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $12,211,850 are being obligated at the time of award. The 765th Specialized Contracting Flight, Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA0021-19-C-A003). NAVY Lockheed Martin Corp., Orlando, Florida, is awarded an undefinitized contract action established under delivery order (N00019-19-F-4037) with a not-to-exceed value of $174,970,959. This delivery order against a previously issued basic ordering agreement (N00019-19-G-0011) provides for engineering, testing, product support and ancillary support to update the current Long Range Anti-Ship Missile components and systems required to achieve objective requirements in the Offensive Anti-Surface Warfare Increment 1 Capability Description Document. Work will be performed in Orlando, Florida (58%); Wayne, New Jersey (20%); Nashua, New Hampshire (15%); Troy, Alabama (6%); and Ocala, Florida (1%), and is expected to be completed in November 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $40,000,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Construction Development Services Inc.,* Norfolk, Virginia (N40085-16-D-6348); Cram Roofing Co.,* San Antonio, Texas (N40085-16-D-6349); Gallaher Management Group Inc.,* Greenville, North Carolina (N40085-16-D-6350); Industrial Contract Service Corp.,* Wilmington, North Carolina (N40085-16-D-6351); Quality Roofers & Guttering, Inc.,* Jacksonville, North Carolina (N40085-16-D-6352); and Service Disabled Contracting Group, Inc.,* Norfolk, Virginia (N40085-16-D-6353), are awarded a combined amount $50,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for roofing construction services within the Marine Corps installations east area of responsibility. The work to be performed provides for replacement and installation of roofs and associated materials. Projects include roof repair and replacement of new and existing roofs. Projects may require new construction, design, alteration or maintenance and repair of existing roofs. Roofs may be sloped or flat. After award of this modification, the total maximum dollar value for all six contracts combined will be $95,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by February 2021. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance (Marine Corps); and military construction funds. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Heffler Contracting Group Inc.,* El Cajon, California, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Marine Corps Air Ground Combat Center, Twentynine Palms, Marine Corps Logistics Base, Barstow, and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, air and cooling and fire suppression/protection system installation projects. Work will be performed in Twentynine Palms, California (36%); Barstow, California (36%); and Bridgeport, California (28%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2631). Elite Pacific Construction Inc.,* Kaneohe, Hawaii, is awarded $12,665,000 for firm-fixed-price task order N62478-19-F-4158 under a previously awarded multiple award construction contract (N62478-18-D-4022) to overhaul the Drydock No. 2 intermediate caisson to maintain its 10-year certification at Joint Base Pearl Harbor-Hickam (JBPHH). The work to be performed provides for 10-year ultrasonic testing of the caisson structural members and plating in accordance with Military Standard 1625D including, but not limited to, plating of the entire hull, top deck (weather deck), machinery deck, internal strength decks, bulkheads including breast hooks, ballast tank and machinery deck internal structural members such as stiffeners, truss frame members and seachests/ballast piping seaward of the first closure valve. Other repair scope items include sandblasting and preserving interior and exterior surfaces of the caisson, including the weather deck; cleaning, priming and painting all interior and exterior surfaces of the caisson; removing existing non-skid coating from the weather deck; and installing industrial strength adhesive-type non-skid surface material on the weather deck and machinery deck. Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $12,665,000 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, Hawaii, JBPHH, Hawaii, is the contracting activity. Raytheon Co., McKinney, Texas, is awarded an $8,044,102 cost-plus-fixed-fee modification under previously-awarded basic ordering agreement N00164-17-G-JQ02-0004 to extend the period of performance for depot support services in support of life-cycle sustainment of the Multi-Spectral Targeting System for U.S. Navy, Army, Air Force and special operations forces platforms. Work will be performed in McKinney, Texas, and is expected to be completed by September 2021. Fiscal 2019 working capital funds in the amount of $275,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Tompco Inc.,* Seabeck, Washington, is awarded $8,209,449 for firm-fixed-price task order N44255-19-F-4274 under a previously awarded multiple award construction contract (N44255-17-D-4014). The work will convert the Perch-Pickerel Housing area from family housing to unaccompanied housing consisting of 24 buildings with 18 eight-unit buildings and six four-unit buildings at Naval Base Kitsap, Bangor. The work to be performed includes: replace and install new carpet where required; add exterior lighting to all buildings; change thermostats in each unit; install building and unit number placards at each building and unit; remove existing playgrounds; install two picnic shelters and BBQs; replace entry doors to each unit; remove existing mailboxes; and provide fire protection. The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $12,689,449. Work will be performed in Silverdale, Washington, and is expected to be completed by Aug. 4, 2020. Fiscal 2019 Commander Navy Installation Command contract funds in the amount of $8,209,449 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. ARMY Patton-Tully Marine Inc.,* Memphis, Tennessee (W912EQ-19-D-0002); Luhr Bros. Inc., Columbia, Illinois (W912EQ-19-D-0001); Pine Bluff Sand and Gravel Whitehall, Arizona (W912EQ-19-D-0003); Bertucci Contracting Co.,* Jefferson, Louisiana (W912EQ-19-D-0004); and Choctaw Transportation Co. Inc.,* Dyersburg, Tennessee (W912EQ-19-D-0005), will compete for each order of the $150,000,000 firm-fixed-price contract for maintaining the Mississippi River and tributaries channel improvement project. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 3, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity. NCI Information Systems, Reston, Virginia, was awarded a $27,956,232 modification (P00005) to contract W91RUS-18-C-0017 for information technology services for cyber network operations and security support. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 30, 2020. Fiscal 2018 operations and maintenance, Army funds in the amount of $10,251,101 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. RSCI, Boise, Idaho, was awarded a $21,623,000 firm-fixed-price contract to design and construct a 42,000 square foot Red Flag 5th Generation facility addition. Bids were solicited via the internet with eight received. Work will be performed in Nellis Air Force Base, Nevada, with an estimated completion date of June 22, 2021. Fiscal 2019 defense military construction funds in the amount of $21,623,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0023). LGC Global Inc., Detroit, Michigan, was awarded an $11,311,046 firm-fixed-price contract for construction of a physical fitness center at Niagara Falls Air Reserve Station, New York. Bids were solicited via the internet with four received. Work will be performed in Niagara Falls, New York, with an estimated completion date of July 15, 2021. Fiscal 2019 Air Force Reserve military construction funds in the amount of $11,311,046 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0021). AECOM Management Services Inc., Germantown, Maryland, was awarded a $9,866,058 modification (P00144) to contract W58RGZ-16-C-0001 for aviation maintenance services and limited depot support. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Dec. 29, 2019. Fiscal 2017, 2018 and 2019 operations and maintenance, Army; operations and maintenance, Army Reserve; and other procurement, Army funds in the combined amount of $9,866,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1896502/source/GovDelivery/

  • Lockheed gets Microsoft classified cloud to speed work with Pentagon

    16 novembre 2022 | International, C4ISR

    Lockheed gets Microsoft classified cloud to speed work with Pentagon

    Microsoft will provide Lockheed Martin with its first classified cloud as part of a three-year deal, executives said on Wednesday, making it easier for the United States' largest weapons maker to share information with the Pentagon, its top customer.

Toutes les nouvelles