31 décembre 2018 | International, Naval

Huntington Ingalls Industries Awarded More Than $930 Million to Build Two More National Security Cutters for U.S. Coast Guard

PASCAGOULA, Miss., Dec. 21, 2018 (GLOBE NEWSWIRE) -- Huntington Ingalls Industries' (NYSE: HII) Ingalls Shipbuilding division has received two fixed-price incentive contracts from the U.S. Coast Guard to build two additional National Security Cutters for the U.S. Coast Guard. The contract values for the a 10th and 11th ships in the program are $468.75 million for NSC 10 and $462.13 million for NSC 11.

“This additional funding for two NSCs is a great accomplishment on which to end the year,” said Ingalls Shipbuilding President Brian Cuccias. “The outstanding work being done by skilled men and women of Ingalls, as well as the recognition by Congress and the U.S. Coast Guard as to the important contributions these ships make to our nation's defense, are the reason for this success. These ships provide capable assets that our Coast Guard customer uses to perform essential homeland security missions, and we look forward to delivering two more quality NSCs to help with this important work.”

Ingalls has delivered seven NSCs, the flagships of the Coast Guard's cutter fleet, designed to replace the 12 Hamilton-class high-endurance cutters that entered service in the 1960s. The seventh ship, Kimball (WMSL 756), will be commissioned in Hawaii on Jan. 19.

Both the eighth ship, Midgett (WMSL 757), and the ninth, Stone (WMSL 758), are currently under construction at Ingalls. Midgett is scheduled for its first set of sea trials in the first quarter of 2019. Stone is scheduled to launch in 2019. NSCs are 418 feet long with a 54-foot beam and displace 4,500 tons with a full load. They have a top speed of 28 knots, a range of 12,000 miles, an endurance of 60 days and a crew of 120.

The Legend-class NSC is capable of meeting all maritime security mission needs required of the high-endurance cutter. The cutter includes an aft launch and recovery area for two rigid hull inflatable boats and a flight deck to accommodate a range of manned and unmanned rotary wing aircraft. It is the largest and most technologically advanced class of cutter in the U.S. Coast Guard, with robust capabilities for maritime homeland security, law enforcement, marine safety, environmental protection and national defense missions. This class of cutters plays an important role in enhancing the Coast Guard's operational readiness, capacity and effectiveness at a time when the demand for their services has never been greater.

About Huntington Ingalls Industries

Huntington Ingalls Industries is America's largest military shipbuilding company and a provider of professional services to partners in government and industry. For more than a century, HII's Newport News and Ingalls shipbuilding divisions in Virginia and Mississippi have built more ships in more ship classes than any other U.S. naval shipbuilder. HII's Technical Solutions division provides a wide range of professional services through its Fleet Support, Mission Driven Innovative Solutions, Nuclear & Environmental, and Oil & Gas groups. Headquartered in Newport News, Virginia, HII employs more than 40,000 people operating both domestically and internationally. For more information, visit:

CONTACT INFORMATION

Bill Glenn

Manager of Media Relations

Ingalls Shipbuilding Communications

(228) 935-1323

William.Glenn@hii-co.com

https://newsroom.huntingtoningalls.com/releases/photo-release-huntington-ingalls-industries-awarded-more-than-930-million-to-build-two-more-national-security-cutters-for-u-s-coast-guard

Sur le même sujet

  • New tropical boots coming by the end of 2019

    6 septembre 2019 | International, Naval

    New tropical boots coming by the end of 2019

    By: Shawn Snow The Corps' new tropical boots may be on the feet of some Marines by the end of 2019, according to Marine officials. The Corps awarded two contracts on Aug. 29 for up to 140,000 total pairs of two styles of tropical boots, according to Maj. Ken Kunze, a spokesman for Marine Corps Systems Command. Kunze said one contract was awarded to ADS Inc. for a maximum order of 70,000 pairs of the Rocky brand tropical boot. That contract award was valued at $11.1 million dollars, Kunze said. Another contract was awarded to Provengo LLC for 70,000 pairs of the Danner brand tropical boot, with a contract valued at $13.7 million, according to Kunze. Kunze said the initial order for the new tropical boots is being procured in September and they should start arriving in 60 days to 90 days. The boots have gone through rigorous training during the past several years. In 2017, Marines with 3rd Battalion, 3rd Marines, evaluated three tropical boot prototypes from boot manufacturers Danner, Bates and Rocky while training in a jungle environment. The new boots will not be part of a Marine's general seabag issue. The boots are headed for the for the Consolidated Storage Program, and will be issued to Marines in predeployment training before heading to a hot or tropical climate, Manny Pacheco, a spokesman for Marine Corps Systems Command, previously told Marine Corps Times. https://www.marinecorpstimes.com/news/your-marine-corps/2019/09/05/new-tropical-boots-coming-by-the-end-of-2019

  • Why GE plan to make fighter jet engines in India is a big deal

    22 juin 2023 | International, Aérospatial

    Why GE plan to make fighter jet engines in India is a big deal

    The aerospace unit of General Electric on Thursday announced it had signed an agreement with India's state-owned Hindustan Aeronautics to jointly make engines in India to power fighter jets for the Indian Air Force.

  • Contract Awards by US Department of Defense - March 1, 2019

    5 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 1, 2019

    AIR FORCE Millennium Engineering and Integration Co., Arlington, Virginia, has been awarded a $340,000,000 indefinite-delivery/indefinite-quantity contract for research and development. This contract provides research, engineering, and technical management for performing space technology concept development, analysis, development, integration, experimentation, demonstration, and evaluation in support of the Air Force Research Laboratory Space Vehicles Directorate. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by April 30, 2026. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 and 2019 research and development funds in the amount of $5,000,000 are being obligated on initial task orders at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-19-D-0002). Rowe Contracting Service Inc., Mandeville, Louisiana, has been awarded a $25,000,000 ceiling indefinite-delivery/indefinite-quantity contract for academic and athletic custodial services. This contract provides for custodial services for the academic and athletic facilities at the U.S. Air Force Academy. Work will be performed at the U.S. Air Force Academy, Colorado, and is expected to be complete by Feb. 29, 2024. This award is the result of a competitive acquisition and 27 offers received. Fiscal 2019 operations and maintenance funds in the amount of $1,667,389 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-19-D-A002). Polskie Zaklady Lotnicze Sp. z. o.o., Mielec, Poland, has been awarded an $18,982,157 firm-fixed-price contract for M28 Block 05 aircraft. This contract provides for two new, commercially produced, M28 Block 05 aircraft, associated initial aircraft and maintenance training, technical publications, and ferry flight service for the M28 Block 05 aircraft from Mielec, Poland, to Kathmandu, Nepal. Work will be performed in Mielec, Poland, and is expected to be complete by Dec. 20, 2019. This contract involves foreign military financing to Nepal. This award is the result of a country-directed sole-source acquisition. Foreign military financing funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-18-C-1201). Phoenix Management Inc., Austin, Texas, has been awarded a not-to-exceed $7,886,394 firm-fixed-price, cost-reimbursable contract for base operating support services. This contract provides for base operating support services in support of supply management, vehicle operations and maintenance, traffic management operations, real property maintenance, fuels management, and airfield management functions. Work will be performed at Westover Air Reserve Base, Massachusetts, and is expected to be complete by Nov. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 and operations and maintenance funds in the amount of $3,943,197 are being obligated at the time of award. The 439th Contracting Flight, Westover ARB, Massachusetts, is the contracting activity (FA6606-19-C-A003). DEFENSE LOGISTICS AGENCY City Light & Power (CLP), Greenwood Village, Colorado, has been awarded an estimated $126,616,791 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the electric distribution system at Keesler Air Force Base, Mississippi. This was a competitive acquisition with four responses received. This is a 50-year contract with no option periods. Location of performance is Mississippi, with an Aug. 31, 2069, performance completion date. Using military service is Air Force. The type of appropriation is fiscal 2019 through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-19-C-8320). Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, has been awarded a maximum $26,490,520 firm-fixed-priced contract for receiver transmitters. 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 three-year, two-month contract with no option periods. Location of performance is Rhode Island, with a June 28, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-F-LY00). Travis Association for the Blind,** doing business as The Lighthouse for the Blind, Austin, Texas, has been awarded a maximum $19,958,826 modification (P00014) exercising the first one-year option period of a two-year base contract (SPE1C1-17-C-B003) with three, one-year option periods for warehousing, storage, logistics and distribution functions. This is a fixed-price with economic-price-adjustment contract. Location of performance is Texas, with a Feb. 29, 2020, performance completion date. Using customers are Air Force, Marine Corps, and Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. U.S. TRANSPORTATION COMMAND International Auto Logistics LLC, Brunswick, Georgia, has been awarded a task order modification (P00022) on contract HTC711-14-D-R025. This modification provides continued support of transportation and storage of Department of Defense-sponsored shipments of privately-owned vehicles belonging to military service members, and transportation of DoD-sponsored shipments of privately-owned vehicles belonging to DoD civilian employees. Work will be performed at multiple locations within the U.S. and outside the U.S. The option period of performance is March 1, 2019, to Aug. 31, 2019. Fiscal 2019 Transportation Working Capital Funds in the amount of $89,700,672 (estimated) were obligated at award. This modification brings the total cumulative face value of the contract to $927,409,026 from $837,708,354. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY HDT Expeditionary Systems Inc. (HDT), Solon, Ohio (N00178-19-D-4503); and Design West Technologies (DWT),* Tustin, California (N00178-19-D-4504), are each awarded multiple award indefinite-delivery/indefinite-quantity contracts with firm-fixed-pricing arrangements for the procurement of M98 gas particulate filter sets. The maximum ceiling dollar value for both contracts combined is a possible $78,565,403. The two contractors may compete for task orders under the terms and conditions of the awarded contracts. Work will be performed in Solon, Ohio, for the filters manufactured by HDT and Tustin, California, for the filters manufactured by DWT, and is expected to be complete by March 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,605 for HDT and 2019 operations and maintenance (Navy) $1300 for DWT will be obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304, these contracts were competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Virginia, is the contracting activity (N00178-18-R-5005). Rockwell Collins, ESA Vision Systems, Fort Worth, Texas, is awarded a $22,137,097 firm-fixed-price contract for the production and delivery of 132 Joint Helmet Mounted Cueing System (JHMCS), Night Vision Cueing and Display Systems (NVCD); 56 in support of Navy, 55 in support of the government of Australia and 21 in support of the government of Switzerland. In addition, this contract provides technical data, non-recurring engineering and all other supplies and services necessary to perform installation and testing of the JHMCS/NVCD systems. Work will be performed in Merrimack, New Hampshire (79 percent); Wilsonville, Oregon (15 percent); Atlanta, Georgia (4 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in February 2021. Fiscal 2017, 2018 and 2019 other procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $22,137,097 will be obligated at time of award, $292,060 of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($9,312,361; 42 percent), the government of Australia ($9,108,738; 41 percent); and the government of Switzerland ($3,715,998; 17 percent). This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-C-0008). Austal USA, Mobile, Alabama, is awarded a $13,586,012 fixed-priced-incentive undefinitized contract modification to previously awarded contract N00024-16-C-2217 for the incorporation of a structural bow section engineering change proposal to the 11th and 12th Expeditionary Fast Transport (EPF) ships (formerly Joint High Speed Vessel – JHSV). The EPF provides high-speed, shallow-draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the Navy, Marine Corps and Army. This modification is an undefinitized contract action for implementation of change to the bow structure on EPF 11 and EPF 12 on the DD&C Contract Line Item (CLIN) for each respective ship. Work will be performed in Mobile, Alabama (56 percent); Pascagoula, Mississippi (35 percent); Franklin, Massachusetts (7 percent); and Wilmer, Alabama (2 percent), and is expected to completed by July 2019. Fiscal 2015 and 2016 shipbuilding and conversion (Navy) funding in the amount of $8,151,608 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, District of Columbia, is the contracting activity. General Atomics, San Diego, California, is awarded an $11,739,438 for ceiling-priced delivery order N00383-19-F-NA09 under previously awarded basic ordering agreement (N00383-18-G-NA01) for the manufacture of 181 various line items for initial spares acquisition in support of the Electromagnetic Aircraft Launch System used on aircraft carriers. Work will be performed in Tupelo, Mississippi, and work will be completed by January 2022. Fiscal 2019 working capital funds (Navy) in the amount of $5,752,324 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Chemring Ordnance Inc., Perry, Florida, is awarded a $10,406,730 single year firm-fixed-price (FFP) contract, in response to solicitation number N00174-18-R-0031, for the manufacture, assembly, test, and delivery of 57mm High Explosive – Point Detonating cartridges. The 57mm HE-PD Cartridge is a 57mm/70, electrically-primed cartridge designed to function in the 57mm MK 110 Gun Mount (GM). The MK 110 GM is employed on the Navy Littoral Combat Ship class and the Coast Guard Legend-class National Security Cutters. This requirement is to develop and produce 57mm HE-PD cartridges intended for combating surface and ground targets. The cartridge consists of a high explosive projectile with the ability to point detonate, a brass cartridge case loaded with propellant charge, and an electric primer. Government First Article Testing will be required. Work will be performed in Perry, Florida, and is expected to be complete by February 2021. Fiscal 2019, 2018, 10`7 Procurement of Ammunition, Navy and Marine Corps funds in the amount of $10,406,730 will be obligated at award and will not expire at the end of the current fiscal year. This contract was competitively procured with three offers received via the Federal Business Opportunities website. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-C-0006). L-3 KEO, Northampton, Massachusetts, is awarded an $8,665,266 fixed-price-incentive modification to previously awarded contract N00024-15-C-6250 to exercise options for the production of Low Profile Photonics Mast. The low profile photonics mast provides visual and other capabilities for Navy submarines. Work will be performed in Northampton, Massachusetts, and is expected to be complete by March 2021. Fiscal 2019 other procurement (Navy) in the amount of $8,655,266 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, District of Columbia, is the contracting activity. Kollsman Inc., Merrimack, New Hampshire, was awarded a $7,251,573 modification (P00001) to delivery order M67854-19-F-1523 on previously awarded firm-fixed-price, indefinite delivery/indefinite quantity contract M67854-15-D-6001 for the purchase of Contractor Logistics Support, 10 Common Laser Range Finder – Integrated Capability (CLRF-IC) systems, 10 Objective Lens Covers, and Retrofit of 396 CLRF-IC systems. Work will be performed at Merrimack, New Hampshire, and is expected to be complete by Dec. 30, 2020. Fiscal 2019 procurement (Marine Corps) funds in the amount of $7,251,573 will be obligated at time of award and will not expire at the end of the current fiscal year. The base contract was competitively awarded via Federal Business Opportunities website with three offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-D-6001). (Awarded Feb. 28, 2019) ARMY Tetra Tech Inc., Pasadena, California (W912GB-19-D-0003); AMEC Foster Wheeler E & I GMBH, Frankfurt am Main, Hessen, Germany (W912GB-19-D-0004); and AECOM International Inc., Neu-Isenburg, Hessen, Germany (W912GB-19-D-0005), will compete for each order of the $41,100,000 firm-fixed-price contract for environmental remediation services. 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 Feb. 29, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. American Engineers Inc.,* Glasgow, Kentucky (W91237-19-D-0006); Stantec Consulting Services Inc., Lexington, Kentucky (W91237-19-D-0007); and Terracon Consultants Inc., Cincinnati, Ohio (W91237-19-D-0008) will compete for each order of the $20,000,000 firm-fixed-price contract for Dam Safety Modification Mandatory Center of Expertise National Inland Floating Plant and land drilling services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. Manson Construction Co., Seattle, Washington, was awarded a $15,476,150 firm-fixed-price contract for Thimble Shoal Channel maintenance dredging project. Bids were solicited via the internet with three received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Aug. 28, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $15,476,150 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0007). DEFENSE HEALTH AGENCY Lintech Global Inc., Farmington Hills, Michigan, was awarded a $12,849,369 firm-fixed-price, non-personal services contract to provide data processing, data validation operations and maintenance of the TRICARE Encounter Data/Purchased Care Data Warehouse and Military Health System Data Repository programs, as well as the development, update, enhancement, repair, and testing of specific information technology applications that are managed by the Defense Health Agency, Health Information Technology (HIT) Directorate, Solutions Delivery Division Program Executive Office. The contractor's place of performance is Falls Church, Virginia. This contract has a base period of nine months with one option, if exercised, for a total of 29 months. This contract is an acquisition under GSA's IT Schedule 70 with fiscal 2019 operations and maintenance funds in the amount of $12,849,369 obligated at time of award. The Defense Health Agency, Contract Operations - Health Information Technology (CO-HIT), San Antonio, Texas, is the contracting activity (HT0015-19-F-0032). DEFENSE INFORMATION SYSTEMS AGENCY SES Government Solutions Inc., Reston, Virginia, was awarded a firm-fixed-price contract modification (P00007) to exercise Option Period Four on task order GS-35F-0328V / HC101315F0008 for commercial satellite communications service. The face value of this action is $8,356,608 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $45,264,960. Performance directly supports the U.S. Central Command Southwest Asia Area of Responsibility. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and five quotations were received from 22 offerors solicited. The period of performance for Option Period Four is March 6, 2019, through March 5, 2020, and there no remaining unexercised option periods for this task order. The Defense Information Technology Organization, Scott AFB, Illinois, is the contracting activity. * Small Business ** Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1772993/

Toutes les nouvelles