28 septembre 2018 | International, Naval

Navy Awards Ingalls 6 Destroyers, Bath Iron Works 4 in Multiyear Deal; Ingalls to Build Both 2018 Ships

By:

The Navy awarded six of its next Arleigh Burke-class destroyers to Ingalls Shipbuilding and four to General Dynamics Bath Iron Works, in a combined $9-billion purchase right at the end of the fiscal year.

The two companies had been competing for work in a five-year multiyear procurement (MYP) deal that would cover at least 10 Flight III destroyers. The contracts span Fiscals Years 2018 – which ends on Sunday – through 2022.

“These contract awards are further evidence of the Navy's continued delivery of lethal capacity to the nation with a sense of urgency while ensuring best value for the taxpayer,” Navy acquisition chief James Geurts said in a Navy news release.
“The Navy saved $700 million for these 10 ships by using multiyear procurement contracts rather than a single year contracting approach. We also have options for an additional five DDG 51s to enable us to continue to accelerate delivery of the outstanding DDG 51 Flight III capabilities to our Naval force. We executed this competition on a quick timeline that reflects the urgency in which the Navy and our industry partners are operating to ensure we meet the demands of the National Defense Strategy.”

Ingalls Industries' contract is worth $5.1 billion and covers two ships in FY 2018 and one a year in FY 2019 through 2022. It also includes options for additional ships, which may be subject to a future competition with BIW.

Bath Iron Works' contract is valued at $3.9 billion and covers one ship a year in 2019 through 2022 – and none in the short-term in 2018.

According to the Navy statement, “each shipbuilder's contract contains options for additional ships in FY18/19/20/21/22, providing the Navy and/or Congress flexibility to increase DDG 51 build rates above the 10 MYP ships in the Navy's FY 2018 budget request, if appropriated.”

Lawmakers in the House and Senate armed services committees have pushed for faster acquisition of the destroyers, and in the FY 2018 National Defense Authorization Act they authorized the Navy to enter into a multiyear procurement contract with the two builders for as many as 15 destroyers – three a year, compared to the previous shipbuilding rate of two a year.

The lawmakers on the appropriations committees only provided money to buy two ships in 2018, but they did fund three DDGs in the 2019 spending bill, which the Senate passed last week and the House passed this week. It is unclear if that third ship in FY 2019 would have to be competitively awarded or if the Navy would be allowed to select a shipyard based on schedule, performance or other factors – the contract announcement notes the options “may” be subject to a competitive process. Program officials had been mum during the competition on their acquisition strategy and how to handle options for additional ships.

All the ships covered under this pair of contracts is for the Flight III configuration, which is built around the powerful AN/SPY-6(v) Air and Missile Defense Radar.

“This procurement will efficiently provide Integrated Air and Missile Defense capability for our future fleet while strengthening our critical shipbuilding and defense industrial base,” DDG-51 program manager Capt. Casey Moton said in the news release.
“The Navy is proud to be working alongside the dedicated shipbuilders at BIW and Ingalls to continue to deliver these warships to the fleet.”

Moton told USNI News in a December 2017 interview that the contracts would be structured in such a way that additional ships – beyond the previous two-a-year rate – could be added easily if the Navy deemed it a priority in its spending request or if lawmakers wanted to add in more funding.

With this contract award, the two shipyards – who, for a time after the production line had restarted remained neck-and-neck on contract awards and deliveries – will further diverge. Ingalls Shipbuilding was awarded a contract in June 2017 to begin work on its first Flight III ship, DDG-125. Two months later, Bath Iron Works was awarded a contract that would have the yard build DDG-126 with a Flight III configuration but DDG-127 in the older Flight IIA design, like the rest of the ships in the previous multiyear procurement contract.

Though Navy and congressional officials would not comment while the competition was occurring, Bath Iron Works had been challenged to balance the Arleigh Burke-class program and the DDG-1000 Zumwalt-class destroyer program. Keeping DDG-127 – which Congress incrementally funded in FY 2016 and 2016 – at the Flight IIA design would help ease the yard into Flight III production. The yard will not be building any new destroyers in FY 2018, according to the contract announcement, whereas Ingalls will take on two Flight III ships.

https://news.usni.org/2018/09/27/navy-awards-ingalls-6-destroyers-bath-iron-works-4-in-multiyear-deal-ingalls-to-build-both-fy-2018-ships

Sur le même sujet

  • U.S. Air Force Upgrading C-17 and C-130H Avionics As Supplier Base for Legacy Systems Falls

    11 février 2020 | International, Aérospatial

    U.S. Air Force Upgrading C-17 and C-130H Avionics As Supplier Base for Legacy Systems Falls

    The U.S. Air Force is undertaking a number of avionics upgrades for Boeing [BA] C-17 and Lockheed Martin [LMT] C-130H transport aircraft, as the supplier base for legacy avionics systems falls, according to the Air Force Life Cycle Management Center (AFLCMC) at Wright-Patterson Air Force Base, Ohio. “Diminishing Manufacturing Sources Material Shortfalls (DMSMS) are driving avionics-related upgrades,” AFLCMC wrote in email responses to questions from Defense Daily. The AFLCMC C-17 program office (AFLCMC/WLM) at Robins Air Force Base, Ga., is undertaking a nearly $286 million C-17 Replacement Head-Up Display (RHUD) program with Elbit Systems of America to replace the 1980s-era C-17 HUD by the defunct U.K.-based GEC Avionics, whose former business is now part of Leonardo. The Elbit Systems RHUD for the C-17 has a Projector Unit (PU) and a Computer Unit (CU) that “displays symbols and real-world conformal imagery over an increased field of view to include the capability to display threat warnings and quadrant, supports two independently selectable video inputs for autonomous landing growth requirements, provides aircraft Electronic Bore-sighting capability, [and] provides improved reliability with a Mean Time between Failure (MTBF) of 3,000 operating hours,” according to AFLCMC/WLM. A GEC Avionics brochure issued in 1987 for the C-17 HUD said that the HUD has an MTBF of 7,000 operating hours, but, “based on current performance, the actual [HUD] MTBF is between 1,600 and 1,800 hours (lower than predicted),” according to AFLCMC/WLM. “The Statement of Requirements for the Replacement Head Up Display (RHUD) development delivery order requested 3,000 hours MTBF at maturity.” In addition, for the Boeing C-17 aircraft, the Air Force is undertaking “satellite communications upgrades for increased coverage and throughput speeds along with mitigation of obsolescence issues due to satellite service dates” and “upgrades of legacy aircraft avionics to capabilities of current commercial production aircraft, large area displays, [and] improved weather radars,” AFLCMC/WLM said. Under a $209 million Beyond Line of Sight (BLOS) program for the C-17, AFLCMC is replacing the aircraft's L-Band Aero-I and Aero-H antennas, providing air traffic control data link capabilities, replacing the Collins Aerospace [UTX] ARC-210 Gen 3 radios with ARC-210 Gen 6 radios, and replacing KYV-5 cryptography with next-gen KYV-5M, AFLCMC/WLM said. Last July, the Air Force picked Honeywell [HON] to install its JetWave Ka-band fuselage-mounted antenna (MCS-8100 and tail-mounted antenna (MCS-8000) on 70 C-17s to provide real-time weather, video conferencing, large file transfer, encryption capabilities, in-flight briefings, intelligence surveillance reconnaissance video and secure communications in all areas, including over water and remote areas. The C-17 BLOS program will “enable dynamic re-tasking and command and control support of MAF [Mobility Air Forces] aircraft,” the Air Force said. JetWave uses Inmarsat‘s Global Xpress Ka-band service to provide worldwide connectivity with up to 50 Mbps of bandwidth to defense customers, according to Honeywell Aerospace. In December, AFLCMC completed Block 21 upgrades for all 275 C-17s, operated by the Air Force and allied nations, according to AFLCMC/WLM. The upgrades included hardware and software for Automatic Dependent Surveillance-Broadcast Out (ADS-B Out) required by the U.S. Federal Aviation Administration and aviation authorities in Europe for planes operating in controlled airspace. “In addition to ADS-B Out, Block 21 included an Identification of Friend or Foe (IFF) modification and other communication/navigation capability software updates,” AFLCMC said. “These additional modifications significantly improve the aircraft's flight management systems.” For the C-130H, the Air Force last June awarded L3Harris [LHX] a nearly $500 million contract for avionics upgrades to 176 Air Force Reserve and Air National Guard aircraft under the C-130H Avionics Modernization Program (AMP). L3Harris has chosen Collins Aerospace to provide its commercial off-the-shelf Flight2 integrated avionics system. Collins Aerospace said that is providing seven multifunctional displays (MFDs), three control display units (CDUs), and a new digital autopilot that will replace more than 100 analog instruments in C-130H cockpits. The AFLCMC C-130 program office (AFLCMC/WLN) at Robins Air Force Base said that the C-130H AMP increments 1 and 2 include “compliance with latest commercial and military Position, Navigation, and Timing (PNT) standards, a new flight management system, new commercial and military GPS receivers, improved [RNP] Required Navigation Performance], compliance with VHF 8.33KHz channel spacing requirements and ADS-B Out and Mode S Enhanced Surveillance (EHS) requirements, military satcom voice and data via the Lockheed Martin Mobile User Objective System (MUOS), improved UHF anti-jam capability via the Collins Aerospace Second generation Anti-jam Tactical UHF Radio for NATO (SATURN), Real-Time Information into the Cockpit (RTIC), Link 16, [and a] digital map.” The C-130H upgrades also include a terrain awareness and warning system (TAWS), according to AFLCMC/WLN. RTIC is to allow the C-130H aircraft to share data with other systems over multiple data link networks. https://www.defensedaily.com/u-s-air-force-upgrading-c-17-c-130h-avionics-supplier-base-legacy-systems-falls/air-force/

  • Harris Corporation Awarded Contract to Support Boeing’s MQ-25 Unmanned Tanker for the US Navy

    7 mai 2019 | International, Aérospatial, C4ISR

    Harris Corporation Awarded Contract to Support Boeing’s MQ-25 Unmanned Tanker for the US Navy

    Highlights: Onboard computer provides superior processing capacity and enhanced situational awareness Processor, based on advanced open systems and COTS, allows for faster and easier upgrades Reaffirms Harris' strategy to leverage open systems processors into new platforms Harris Corporation (NYSE:HRS) has been awarded a contract by The Boeing Company to partner with Boeing AvionX in supplying the mission management open systems processor for the MQ-25 unmanned aerial refueling program. “Harris and Boeing have invested substantial R&D to develop affordable, high-performance solutions that allow for faster and easier upgrades,” said Ed Zoiss, president, Harris Electronic Systems. “This contract reaffirms Harris' strategy to leverage open systems processors into new platforms.” The mission management processor is based on an advanced open systems architecture solution and commercial-off-the-shelf (COTS) technology. The mission management processor manages sensor and communications functions on the MQ-25, providing the onboard processing capacity necessary to support advanced computing needs. Harris will provide hardware and firmware in conjunction with Boeing's open systems architecture solution. The MQ-25 is the U.S. Navy's first operational carrier-based unmanned aircraft and is designed to provide a much-needed refueling capability. The contract supports Boeing's engineering and manufacturing development program to provide four MQ-25 aircraft to the U.S. Navy for Initial Operational Capability by 2024. Harris has been a supplier to Boeing since the 1980s on a wide range of military aircraft, munition, and satellite programs. This latest contract will continue job growth for Harris in Florida, which is a supplier of mission management processors to Boeing and other major aircraft programs. “The MQ-25 program is vital because it will help the U.S. Navy extend the range of the carrier air wing, and Boeing and our industry team is all-in on delivering this capability,” said Dave Bujold, Boeing's MQ-25 program director. “The work we're doing is also foundational for the future of Boeing – where we're building autonomous systems from seabed to space.” https://www.harris.com/press-releases/2019/05/harris-corporation-awarded-contract-to-support-boeings-mq-25-unmanned-tanker

  • Contract Awards by US Department of Defense - December 13, 2018

    14 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 13, 2018

    NAVY The Boeing Co., St. Louis, Missouri, is awarded a $92,361,661 not-to-exceed firm-fixed-price, cost-plus-fixed-fee contract for Phase 1 integrated logistics support for 22 F/A-18E and 6 F/A-18F Super Hornet aircraft in support of the government of Kuwait under the Foreign Military Sales program. Work will be performed in St. Louis, Missouri (85 percent); Fort Walton Beach, Florida (8 percent); New Orleans, Louisiana (5.5 percent); China Lake, California (.5 percent); Patuxent River, Maryland (.5 percent); and Gulf Port, Mississippi (.5 percent), and is expected to be completed in December 2020. Foreign Military Sales funds in the amount of $38,792,947 will be obligated at time of award, none of which will expire at the end of the current fiscal year. 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 (N00019-19-C-0033). CRL Technologies Inc., Alexandria, Virginia, is awarded an $84,327,079 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for lead systems integrator contractor support services to perform engineering, technical and project management for a wide variety of new and existing programs and platforms in support of the Naval Air Warfare Center Aircraft Division's AIRWorks organization. Work will be performed in Lexington Park, Maryland, and is expected to be completed in December 2023. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposals; five offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0026). Envisioneering Inc.,* Alexandria, Virginia (N00173-19-D-2002); R&M Technology Solutions LLC,* Fredericksburg, Virginia (N00173-19-D-2003); Technology Service Corp.,* Arlington, Virginia (N00173-19-D-2005); Remcom Inc.,* State College, Pennsylvania (N00173-19-D-2004); and Cutlass Systems Engineering LLC,* Laurel, Maryland (N00173-19-D-2001), are awarded indefinite-delivery/indefinite-quantity, multiple award contracts for Modeling, Analysis, Research, and Simulation (MARS). The cumulative face value on this multiple award contract is a combined $48,400,000. This action does not include options. Work will be performed at the Naval Research Laboratory, Washington, District of Columbia (90 percent); and depending on each task order, one of the following contractor's facility - Alexandria, Virginia; Fredericksburg, Virginia; Arlington, Virginia; State College, Pennsylvania; Laurel, Maryland (10 percent). This contract has a five-year ordering period and is expected to be completed Dec. 11, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued. This contract is one of five contracts being competitively procured under a request for proposal #N00173-16-R-JH03 for which six proposals were received. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded $35,034,283 for modification P00001 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-19-C-0003) for research and development, and sustainment efforts for the U.S. SSBN Fire Control Sub-system (FCS), the U.K 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 $23,665,513; fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,666,207; fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $2,857,813, and U.K. funds in the amount of $2,844,750 are being obligated on this award. Funds in the amount of $5,666,207 will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Jacobs Government Services Co., Fort Worth, Texas, is awarded a $25,000,000 firm-fixed-price modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-0003) for Architect-Engineering (A-E) services for design, engineering, specification writing, cost estimating, and related services at various locations under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. The work to be performed provides for services that include, but are not limited to, design and engineering services for the preparation of plans; specifications utilizing NAVFAC SpecsIntact program: cost estimates utilizing the micro-computer aided cost estimating system; second generation cost estimating system: and other services such as design and engineering services for functional analysis and concept development, request for proposal (RFP) documentation for design-build projects, RFP documentation, and plans and specifications for design-bid-build projects. After award of this modification, the total cumulative contract value will be $55,000,000. Work will be performed predominantly in Tinian (54 percent); Guam (25 percent); Hawaii (19 percent); and Diego Garcia (1 percent); and other areas within the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (1 percent), and is expected to be completed by August 2022. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by customer reimbursable funds. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. General Electric Aviation, Lynn, Massachusetts, is awarded $11,626,714 for cost-plus-fixed-fee delivery order N0042119F0231 against a previously issued basic ordering agreement (N0042119G0001). This order provides for engineering and engine system improvement in support of the F414 engine component improvement program. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2019. Fiscal 2019 research, development, test and evaluation; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $10,817,305 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. EDO LLC, Amityville, New York, is awarded $8,661,189 for modification P00010 to a previously awarded cost-plus-fixed-fee, firm-fixed-price, cost reimbursable contract (N00019-17-C-0029). This modification provides for the procurement of 77 BRU-55A/A aircraft bomb ejector racks for the F/A-18A/B/C/D/E/F aircraft. Work will be performed in Amityville, New York, and is expected to be completed in June 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $8,661,189 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. ARMY DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $48,741,559 cost-plus-fixed-fee contract for technical support services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 12, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0006). Lockheed Martin Corp., Orlando, Florida, was awarded a $40,372,494 cost-plus-fixed-fee contract for analysis, design, development, integration, test, help desk, product improvements, fielding, software development, and exercise support. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 12, 2020. Fiscal 2018 and 2019 research, development, test and evaluation; operations and maintenance Army; and other procurement, Army funds in the combined amount of $31,199,618 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-C-0012). General Atomics Aeronautical, Poway, California, was awarded a $40,000,000 modification (P00029) to contract W58RGZ-17-C-0035 for services on the Gray Eagle unmanned aircraft system. Work will be performed in Poway, California, with an estimated completion date of June 15, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $25,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. The RAND Corp., Santa Monica, California, was awarded a $21,898,593 cost-plus-fixed-fee contract for research and analytic projects. One bid was solicited with one bid received. Work will be performed in Santa Monica, California, with an estimated completion date of Sept. 30, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $18,974,861 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-F-0038). AIR FORCE The Boeing Co., Fort Walton Beach, Florida, has been awarded an $11,746,605, cost-plus-fixed-fee modification (P00014) to exercise Option Three of contract FA8509-16-C-0001 for the integrated sustainment support of the AC‐130U gunships. This modification provides for the continuation of services for the development, modification, sustainment, and maintenance of the AC‐130U gunship. Work will be performed at Fort Walton Beach, Florida, and deployed locations in Afghanistan and Kuwait, and is expected to be completed by Dec. 31, 2019 for the negotiated option. This award is the result of a sole-source acquisition and is incrementally funded. Fiscal 2019 operations and maintenance funds in the amount of $6,000,000 are being obligated at the time of award. Total cumulative face value of the contract modification is $11,746,605. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. DEFENSE FINANCE AND ACCOUNTING SERVICES Kearney & Company PC, Alexandria, Virginia, is being awarded a labor-hour contract option with a maximum value of $8,799,484 for audit services of the Marine Corps General Fund financial statements. Work will be performed in Alexandria, Virginia, with an expected completion date of Dec 31, 2019. This contract is the result of a competitive acquisition for which four quotes were received. The contract had a 15-month base period plus three individual one-year option periods, with a maximum value of $38,372,103. This award brings the total cumulative value of the contract to $29,328,747. Fiscal 2019 operations and maintenance, Navy funds in the amount of $8,799,484 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-16-F-0114). DEFENSE LOGISTICS AGENCY UPDATE: Kipper Tool Co., Gainesville, Georgia (SPE8EC-19-D-0035), has been added as an awardee to the multiple-award contract for commercial construction equipment, issued against solicitation SPE8EC-17-R-0005 announced April 5, 2017. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1713264/

Toutes les nouvelles