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

  • Italy blocks Safran’s purchase of firm involved in making Eurofighters

    21 novembre 2023 | International, C4ISR

    Italy blocks Safran’s purchase of firm involved in making Eurofighters

    Sources told Defense News the sale was halted due to the state of conflict around the world.

  • Contract Awards by US Department of Defense - November 06, 2020

    9 novembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 06, 2020

    AIR FORCE Rockwell Collins Inc., Cedar Rapids, Iowa (FA8807-21-C-0005); Interstate Electronics Corp., Anaheim, California (FA8807-21-C-0006); and Raytheon Technologies Inc., El Segundo, California (FA8807-21-C-0007), have collectively been awarded contracts totaling $552,583,932 for a cost-plus-incentive-fee, cost-plus-award-fee contract for Military GPS Users Equipment Miniature Serial Interface Increment 2 Application Specific Integrated Circuit (MGUE Inc 2 MSI ASIC). This contract provides for all activities to design, develop, build, integrate, qualify the MSI receiver card with next generation ASIC to enable production of M-Code-capable GPS receiver products for various service applications identified in the MGUE Inc 2 Capability Development Document and all other user platforms that require secure positioning navigation and timing capability. Work will be performed in Cedar Rapids, Iowa; Anaheim, California; and El Segundo, California, and is expected to be completed by Sept. 30, 2025. This award is the result of a competitive acquisition with offers received. Fiscal 2020 research, development, test and evaluation funds in the amount of $32,000,000 are being obligated at the time of award. Air Force Space Command, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. Wichita State University, Wichita, Kansas, has been awarded a $13,750,000 cost-reimbursement, additional-work modification (P00005) to contract FA8650-19-C-5212 for research and development. The contract modification adds additional funding to expand various operational spectra (e.g., fighter, bomber, transport, etc.) to explore damage growth behavior representative design details such as wing-to-spar joint that exhibits multiple competing failure modes. Work will be performed in Wichita, Kansas, and is expected to be completed by Nov. 7, 2023. Fiscal 2020 research, development, test and evaluation funds in the amount of $13,250,000 are being obligated at the time of award. Total cumulative face value of the contract is $37,250,000. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Millennium Health & Fitness Inc., Scottsdale, Arizona, is awarded a $9,200,000 firm-fixed-price contract for Civilian Health Promotion Services (CHPS). This requirement provides health promotion professionals that will develop, manage, and promote CHPS to all civilian employees in Air Force Materiel Command and Air Mobility Command. The CHPS program may include depending on location, but is not limited to, individual health counseling, group health education classes, telephonic wellness coaching, cardiac risk blood profile (HDL, LDL, cholesterol ratio and glucose), body composition analysis, online health risk appraisal, wellness challenges, and health awareness campaigns. The CHPS is a mobile worksite wellness program. The CHPS health promotion professionals will provide services at twelve staffed Air Force bases (including the CHPS office) and eight un-staffed/visited base locations appropriate for mass screenings and work is expected to be completed by Jan. 31, 2021. This award is the result of a 100% Small Business Set-aside acquisition. Fiscal 2020 operation and maintenance funds in the amount of $1,235,167 are being obligated at the time of award. The Air Force Installation Contracting Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8003-20-C-0004). ARMY Lockheed Martin Corp., Baltimore, Maryland, was awarded an Other Transaction Authority agreement with a ceiling of $339,318,582 for the Mid-Range Capability. Work will be performed in Baltimore, Maryland; Akron, Ohio; Clearwater, Florida; Moorestown, New Jersey; Owego, New York; Syracuse, New York; and Orlando, Florida, with an estimated completion date of Dec. 31, 2023. Fiscal 2020 research, development, test and evaluation, Army funds in the amount of $57,959,033 were obligated at the time of the award. U.S. Army Rapid Capabilities and Critical Technologies Office, Alexandria, Virginia, is the contracting activity (W50RAJ-2-19-0001). InBios International Inc., Seattle, Washington, was awarded a $9,804,306 modification (P00001) to contract W81XWH-20-F-0253 for development, design controls, production and analytical studies and clinical trials for rapid human diagnostic component assays for Severe Acute Respiratory Syndrome Coronavirus 2 (SARSCoV-2) infection. Work will be performed in Seattle, Washington, with an estimated completion date of Sept. 30, 2022. Fiscal 2010 research, development, test and evaluation, Army funds in the amount of $9,804,306 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. NAVY Capital Center for Credibility Assessment Corp.,* Dublin, Virginia, is awarded a ceiling-priced $29,233,903 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to conduct Counter Intelligence Scope Polygraph examinations throughout the U.S. to support the Naval Criminal Investigative Service's Polygraph Services Field Office. The contract includes a five-year ordering period with no options and is expected to be completed by November 2025. Work will be performed at various contractor facilities (95%); and various government facilities (5%) throughout the U.S. in which the percentage of work at each of those locations cannot be determined at this time. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $100,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on Navy Electronic Commerce Online and beta.SAM.gov as a 100 percent 8(a) small business set-aside requirement, with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z010). MNDPI Pacific JV, Honolulu, Hawaii, is awarded a firm-fixed-price task order (N6274221F0302) at $25,978,991 under an indefinite-delivery/indefinite-quantity contract for various structural and waterfront projects and other projects at locations under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC) Pacific. The work to be performed provides architect-engineer services to conduct a functional analysis concept development and prepare the 35% conceptual submittal of the design-build request for proposal documents (Phase 1), including construction package consisting of project requirements, concept plans, specifications, detailed cost estimate, and other services for the Dry Dock #3 Replacement, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii – Design Phase 1. Work will be performed at JBPHH, Hawaii, and is expected to be completed by December 2021. Fiscal 2020 military construction (design) contract funds in the amount of $25,978,991 are obligated on this award, of which $24,848 will expire at the end of the current fiscal year. NAVFAC Pacific, JBPHH, Hawaii, is the contracting activity (N62742-20-D-0004). Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $17,509,022 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-20-C-5392) to exercise options to provide design agent engineering services for the MK 41 Vertical Launching System (VLS) electronic systems and computer programs. This option exercise is for software design, systems engineering, ship/missile integration services, and depot operations services for the MK 41 VLS module electronics and launch control system. These services include new missile integration into MK 41 VLS including launcher design, launcher integration into new ship classes and the new AEGIS shore based component, Life Cycle Support Facility depot operations, system product improvements, predictability enhancements, reliability enhancements, and failure investigations. Work will be performed in Baltimore, Maryland (35%); Norfolk, Virginia (18%); Seattle, Washington (18%); San Diego, California (18%); and Ventura, California (11%), and is expected to be completed by July 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $2,980,656 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 Navy Yard, Washington, D.C., is the contracting activity. Brantley Construction Services LLC,* Charleston, South Carolina, is awarded a firm-fixed-price task order (N6945021F0870) at $16,540,566 under a multiple award construction contract for Destroyer Slip South Quay Wall restoration at Naval Station Mayport. The work to be performed includes replacement of the entire 550-foot wharf quay wall with a new steel sheet pile bulkhead, replacement of the existing fender system and connections to water, electrical, oily waste and sanitary sewer utilities. It also includes the procurement and installation of a pedestrian turnstile and vehicular gate. Work will be performed in Jacksonville, Florida, and is expected to be completed by May 2022. Fiscal 2021 operation and maintenance, (Navy) contract funds in the amount of $16,540,566 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0916). Carnegie Mellon University, Pittsburgh, Pennsylvania, is awarded a modification to exercise Option Year One to a previously awarded cost contract (N65236-19-C-8017) in the amount of $10,967,203 for Next-Generation Non-Surgical Neurotechnology (N3). Work will be performed in Pittsburgh, Pennsylvania, and is expected to be completed by May 2022. This modification brings the total cumulative value of the contract to $14,079,282. Fiscal 2020 research, development, testing and evaluation (Department of Defense) funds in the amount of $1,500,000 will be obligated at time of award. Funds will expire at the end of the fiscal year. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Innovative Defense Technologies LLC, Arlington, Virginia, was awarded an $8,163,883 cost-plus-fixed-fee contract modification to a previously awarded contract (N00024-20-C-6116) to exercise and fund options for Navy engineering services and material. Work will be performed in Fall River, Massachusetts, and is expected to be completed by December 2021. Fiscal 2021 research, development, test and evaluation (Navy) funding in the amount of, $1,000,000 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 Navy Yard, Washington, D.C., is the contracting activity. (Awarded Nov. 2, 2020) DEFENSE LOGISTICS AGENCY Sysco Central Texas Inc., New Braunfels, Texas, has been awarded a maximum $24,858,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. 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 356-day bridge contract with no option periods. Location of performance is Texas, with an Oct. 30, 2021, ordering period end date. Using customers are Army, Air Force, Navy, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3308). US Foods Inc., Port Orange, Florida, has been awarded a maximum $22,500,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. 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 102-day bridge contract with no option periods. Locations of performance are Florida, Cuba and Bahamas, with a Feb. 18, 2021, ordering period end date. Using military services are Army, Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3301). MISSILE DEFENSE AGENCY Lockheed Martin Overseas, Moorestown, New Jersey, is being awarded a $14,252,771 cost-plus-fixed-fee modification (P00031) under the Poland Aegis Ashore Engineering Agent contract. This modification increases the total cumulative contract value by $10,123,968 from $83,536,564, to $93,660,532. Under this modification, the contractor will configure the Poland Aegis Ashore REU Integration Site (POL-AARIS) and perform integration, test, maintenance and upgrades of the Aegis Combat System prior to final installation within the Aegis Ashore Ballistic Missile Defense System. This contract modification contains options which, if exercised, will increase the cumulative value of this contract to $97,789,335. The work will be performed in both Moorestown, New Jersey (15%); and in Redzikowo, Poland (85%), with an expected completion date of Jan. 26, 2022. Procurement defense wide funds in the amount of $9,892,973 (Fiscal 2019: $2,422,418; Fiscal 2020: $7,470,555), are being obligated at the time of award. This contract modification is the result of a sole-source acquisition. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-16-C-0001). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2408669/source/GovDelivery/

  • SpaceX, ULA each get Air Force contracts for trio of space launches

    25 février 2019 | International, Aérospatial

    SpaceX, ULA each get Air Force contracts for trio of space launches

    By: Valerie Insinna WASHINGTON — The battle between military space juggernaut United Launch Alliance and its upstart rival SpaceX continues, with the two companies splitting a collection of launch contracts worth $739 million awarded by the Air Force on Tuesday. ULA, a joint venture of Boeing and Lockheed Martin, picked up a $442 million award for three launches, while Elon Musk's SpaceX nabbed a $297 million contract for another three launches. Each company will be responsible for “launch vehicle production, mission integration, mission launch operations/spaceflight worthiness, and mission unique activities,” according to the contract award. ULA will deliver the following payloads as part of its contract: Silent Barker, a secret payload developed by the Air Force and National Reconnaissance Office, which will improve situational awareness after it is launched in fiscal year 2022. SBIRS GEO-5, the fifth geostationary satellite in the Space Based Infra Red Sensor constellation, will improve early warning for missile launches. SBIRS GEO-5 is set to be launched in FY21. SBIRS GEO-6, the sixth geostationary satellite in the SBIRS constellation, could be launched in FY22, but no firm date has been set. Meanwhile SpaceX will launch these payloads: NROL-85, a classified intelligence payload launched for the NRO, expected to be launched in FY21 NROL-87, another classified NRO payload set for a FY21 launch date. AFSPC-44, an Air Force satellite also set to be launched in FY21. The service hasn't released much information about this payload's capabilities or purpose. The contracts were awarded by the Air Force's Space and Missile Systems Center as part of the Evolved Expendable Launch Vehicle program. In a statement, Lt. Gen. John Thompson, commander of SMC and program executive officer for space programs, defended the service's strategy of awarding launch contracts in a way that balances rewarding low-price bids while also maintaining competition among rocket makers. “The competitive award of these EELV launch service contracts directly supports SMC's mission of delivering resilient and affordable space capabilities to our nation while maintaining assured access to space” he said. https://www.defensenews.com/space/2019/02/20/spacex-ula-each-get-air-force-contracts-for-trio-of-space-launches/

Toutes les nouvelles