26 avril 2018 | International, Aérospatial

No stealth? No problem ― Eurofighter makes its pitch against F-35 in Berlin

By:

BERLIN ― Eurofighter officials are downplaying the F-35 fighter′s stealth capability at the Berlin Air Show, positing that the consortium's non-stealthy Typhoon still beats out the American competition in the race to replace Germany's Tornado fleet.

“Stealth is only 10 percent of the capability mix,” Eurofighter marketing chief Raffael Klaschke told Defense News on Wednesday. “We're still better at the other 90 percent,” he argued, referring to the aircraft's combat capabilities.

While the company could rest easy with the German Defence Ministry's recent proclamation that the Eurofighter is the preferred path for the upcoming multibillion-dollar Tornado-replacement program, Lockheed Martin's massive showing at the air show may have some officials nervous.

Eurofighter CEO Volker Paltzo doubled down on the argument that the Typhoon would guarantee continued vibrancy in the European military aircraft market. “I want to underscore that every euro spent on Eurofighter within Europe stays in Europe,” he told reporters.

Executives also stressed that the European aircraft would come free of any “black boxes,” a reference to the expectation that all technological and operational details would be owned by Europeans, which may not be the case with the F-35.

F-35 advocates have touted the fifth-generation aircraft's stealth and other advanced capabilities for deep-strike and standoff combat, and there are some in Germany, especially in the Air Force, who believe that European technology simply cannot compare.

At the same time, whatever follow-on aircraft Berlin chooses for its 90-strong Tornado fleet is only expected to be a bridge toward a brand-new development, raising the question of whether a costly acquisition of the U.S. planes would be a worthwhile investment.

Klaschke described stealth as a “niche capability,” adding with a nod to the F-35′s competition: “We're not scared.”

Officials were less willing to discuss the expected nuclear-weapons capability of the Eurofighter, which it would pick up from the Tornado. Paltzo pointed to “confidentiality” in discussing the topic, referring to the Defence Ministry for information.

What is clear, however, is that the Eurofighter will be able to carry forward Germany's pledge to deploy U.S. atomic arms at the behest of NATO, according to Paltzo.

And while the U.S. Defense Department must certify the aircraft-weapon pairing, the CEO said he does not expect America to influence the fighter decision toward its own industry's product.

“This is a subject where we would not expect leverage by the U.S. over the Eurofighter,” Paltzo said.

https://www.defensenews.com/industry/2018/04/25/no-stealth-no-problem-eurofighter-makes-its-pitch-against-f-35-in-berlin/

Sur le même sujet

  • Contract Awards by US Department of Defense - June 01, 2020

    2 juin 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - June 01, 2020

    NAVY American Electronic Warfare Associates Inc.,* California, Maryland, is awarded a $218,034,586 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-20-D-0071). This contract provides research, development, management, design, fabrication, installation, integration, upgrade, analysis, documentation and operations and maintenance for the Integrated Battlespace Simulation and Test department, the advanced aircraft research, development, test and evaluation, integrated combat environment capabilities and laboratories and facilities. Work will be performed in Patuxent River, Maryland, and is expected to be complete by May 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. TTS/LTS JV LLC,* Leavenworth, Kansas (N62473-20-D-1101); and Chugach Consolidated Solutions LLC,* Anchorage, Alaska (N62473-20-D-1102), are awarded $99,000,000 for a small business set aside, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for grounds maintenance and pavement clearance services at Navy and Marine Corps installations located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations. All work on this contract will be performed in California (91%); Nevada (5%); Arizona (1%); Colorado (1%); New Mexico (1%); and Utah (1%). The work to be performed provides for recurring and non-recurring grounds maintenance and pavement clearance services throughout the period of performance to meet routine, daily operational needs. Grounds maintenance and landscaping services may include mowing, trimming, edging, irrigation system maintenance, debris removal, shrub and hedge maintenance, plant and bed maintenance, tree maintenance, irrigation, fertilization, aeration and de-thatching. Maintenance of storm drainage systems is limited to debris removal and vegetation control. Pavement clearance services may include removing, hauling and disposing of snow, ice and sand, street sweeping, grounds cleanup and erecting/removing snow fences. In addition, this annex includes pier sweeping and pavement clearance for the pier. The maximum dollar value for the two contracts combined is $99,000,000. No task orders are being issued at this time. The term of the contract is not to exceed 60 months and work is expected to be complete by 2025. Fiscal 2020 operations and maintenance (O&M) (Navy) contract funds in the amount of $1,000 ($500 for each contract) are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M (Navy) and O&M (Marine Corps) funds. This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. These two contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Southwest, San Diego, California, is the contracting activity. AECOM-Baker NAVFAC Atlantic A-E Design JV, Roanoke, Virginia, is awarded $95,000,000 for an indefinite-delivery/indefinite-quantity, architect-engineering contract (N62470-20-D-0008) with a maximum amount of $95,000,000 for general type facilities in the Naval Facilities and Engineering Command (NAVFAC) Europe, Africa Central area of operations and worldwide. The work to be performed provides for architectural and engineering services for general type facilities and may include, but is not limited to, DD1391 documentation, design-build request for proposals, design-bid-build construction documents (using NAVFAC-supported software), cost engineering services including cost estimates, related studies, field investigations, surveying and mapping, tests, evaluations, consultations, training, program management, conceptual designs, geotechnical subsurface exploration and studies (including but not limited to soil borings), hazardous materials identification, energy computation, life safety code studies, interior space comprehensive planning/design, conceptual designs, value engineering, other associated engineering services, shop drawing review, as-built drawing preparation, operations and maintenance support information, commissioning, construction inspection and engineering consultation services during construction and other related services. The term of the contract is not to exceed 60 months and work is expected to be complete by April 2025. No task orders are being issued at this time. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity. Team Housing Solutions Inc.,* New Braunfels, Texas, is awarded a not-to-exceed $70,000,000 single-award, pre-priced, indefinite-delivery/indefinite-quantity contract (N4523A-20-D-1302) with firm-fixed-price task orders for long-term (greater than 31 days) lodging for the Puget Sound Naval Shipyard and Intermediate Maintenance Facility's temporary duty personnel as they conduct ship repair and maintenance. Work will be performed in San Diego, California, and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $3,245,367 will be obligated for an initial task order shortly after the base contract award to satisfy the contract minimum guarantee of $1,000 and will expire at the end of the current fiscal year. Task orders will be obligated in accordance with Federal Acquisition Regulation 52.216-19. This contract was competitively procured via the beta.sam.gov website and eight offers were received. In accordance with 10 U.S. Code 2304 (a), this contract was competitively procured as a total small business set-aside. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. The MathWorks Inc., Natick, Massachusetts, is awarded a $49,507,273 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-20-D-0113). This contract procures licenses for MathWorks products and associated services for the Department of Navy at multiple commands, including but not limited to: Naval Air Systems Command, Naval Sea Systems Command, the Office of Naval Research and the U.S. Naval Research Laboratory, associated subordinate commands and warfare centers. Work will be performed in Natick, Massachusetts, and is expected to be complete by May 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Owego, New York, is awarded a $37,835,381 firm-fixed-price, cost-plus-fixed-fee order (N00019-20-F-0350) against previously issued basic ordering agreement N00019-19-G-0029. This order provides for retrofits from the Generation III, V and VI Mission Computer (MC) configuration to the Generation 3i and 5i MC configuration on the MH-60R/S Seahawk helicopter (186 for the Navy, seven for the government of Australia, five for the government of Denmark, and two for the government of Saudi Arabia). Work will be performed in Owego, New York (97%); and Clearwater, Florida (3%). This order also provides for retrofits from the Generation III and V Flight Management Computer (FMC) configuration to the Generation 3i and 5i FMC configuration on the MH-60R/S aircraft (186 for the Navy, seven for the government of Australia, five for the government of Denmark, and two for the government of Saudi Arabia). Additionally, this order provides for the procurement of 162 wiring kits for the Navy, nine for the government of Australia, three for the government of Denmark, and three for the government of Saudi Arabia. Work is expected to be complete by May 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $7,832,526; fiscal 2020 aircraft procurement (Navy) funds in the amount of $27,086,960; and Foreign Military Sales funds in the amount of $2,915,895 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $34,427,808 firm-fixed-price modification to previously awarded contract N00019-17-C-0081 to exercise an option for the production of 16 MT7 gas turbine engines in support of the Ship-to-Shore Connector (SSC) Landing Craft, Air Cushion (LCAC) 100 Class craft. Work will be performed in Indianapolis, Indiana. MT7 Marine gas turbine engines are the main propulsion gas turbines for the SSC craft. The Naval Air Systems Command (NAVAIR) previously awarded contract N00019-17-C-0081 to Rolls-Royce Corp. to procure an estimated quantity of 126 AE1107C engines in support of Navy and Marine Corps programs. The MT7 shares a high degree of parts commonality with the AE1107C. In an effort to reduce program costs and take advantage of NAVAIR's variation-in-quantity provisions with step-ladder pricing, NAVSEA procures MT7 engines directly from Rolls-Royce Corp. and provides them to Textron as government furnished equipment for incorporation into the SSC LCAC 100 Class craft. Work is expected to be complete by June 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $34,427,808 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, D.C., is the contracting activity. Northrop Grumman Systems Corp. Aerospace Systems, Melbourne, Florida, is awarded a $27,554,445 modification (P00015) to previously awarded fixed-price, incentive-firm-target contract N00019-18-C-1037. This modification provides recurring production and non-recurring engineering in support of the incorporation of beyond line of sight, tactical targeting network technology, navigation warfare and electronic support measures cable modifications into full rate production Lots 7-11 of the E-2D Advanced Hawkeye aircraft. Work will be performed in Melbourne, Florida (23.01%); St. Augustine, Florida (22.32%); Rolling Meadows, Illinois (15.5%); Marlborough, Massachusetts (8.36%); Boulder, Colorado (7.44%); Petaluma, California (4.69%); Irvine, California (4.53%); Ronkonkoma, New York (2.28%); Salisbury, Maryland (1.9%); Scottsdale, Arizona (1.5%); Gardena, California (1.48%); Stockton, California (1.12%); and various locations within the continental U.S. (5.87%). Work is expected to be complete by September 2026. Fiscal 2019 aircraft procurement (Navy) funds for $14,109,762 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $27,202,797 indefinite-delivery/indefinite-quantity contract (N62470-20-D-0010) for base operations support (BOS) services at Isa Air Base, Bahrain, and its outlying support sites including the Patriot Battery Site, Riffa, Bahrain. The maximum dollar value, including the base period and seven option periods, is $210,090,820. Work will be performed in Riffa, Bahrain. The BOS services to be performed include general information, management and administration, fire and emergency services, safety, supply, housing (bachelor/unaccompanied housing), force protection, galley, facilities investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, utility management, electrical, wastewater, water, transportation and environmental. Work is expected to be complete by August 2028. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $19,071,686 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $26,784,000 undefinitized contract modification (P00015) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0010. This modification supports non-recurring engineering efforts to develop and certify a retrofit solution to support the structural requirements for full-up destruction and suppression of enemy air defenses capabilities for Lot 14 and Lot 15 F-35A Lightning II combat aircraft for the Air Force and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (70%); and Redondo Beach, California (30%), and is expected to be complete by August 2022. Fiscal 2020 research, development, test and evaluation (Air Force) funds for $2,124,575; and non-DOD participant funds for $1,780,400 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Huntington Ingalls Industries Inc., Newport News Shipbuilding Division, Newport News, Virginia, is awarded a $17,176,332 cost-plus-fixed fee, cost-plus-incentive fee contract (N42158-20-C-0003) for maintenance and modernization on board U.S. Ship Harry S. Truman (CVN 75) during the fiscal 2020 extended carrier incremental availability at Norfolk Naval Shipyard. Work will be performed in Portsmouth, Virginia (88%); Newport News, Virginia (11%); and Norfolk, Virginia (1%), and is expected to be complete by February 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $17,176,332 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), with only one responsible source, and no other supplies or services will satisfy agency requirements. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity. Progeny Systems Corp., Manassas, Virginia, is awarded an $8,369,782 cost-plus-fixed-fee contract modification to previously awarded contract N00024-19-C-6115 to exercise and fund options for the procurement of Navy engineering systems and services. Work will be performed in Manassas, Virginia (80%); Chesapeake, Virginia (10%); and Middletown, Rhode Island (10%), and is expected to be complete by May 2024. Fiscal 2019 and 2020 research, development, test and evaluation (Navy); and 2020 other procurement (Navy) funding in the amount of $4,424,463 will be obligated at time of award and funding in the amount of $18,284 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. L3 Harris Technologies Inc., Van Nuys, California, is awarded a $7,212,790 cost-plus-incentive-fee order under basic ordering agreement N00024-19-G-5500 for the development, testing and delivery of AN/SPS-48G(V)1 radar data processor and radar display and control function software, firmware updates for the I/Q processor and synchronizer and other hardware changes. Work will be performed in Van Nuys, California. The AN/SPS-48E and the AN/SPS-48G are the two variants of the AN/SPS-48 radar presently in service with the Navy. The AN/SPS-48G has progressively been replacing the AN/SPS-48E starting in fiscal 2011 and continuing through fiscal 2028. This order is for the development, testing and delivery of the AN/SPS-48G(V)1 radar data processor software version 2.0.0 and radar display and control function software version 2.0.0, firmware updates for the I/Q processor and synchronizer and other hardware changes. This order will implement a subset of the advanced training domain requirements, correct radar performance issues and perform the engineering and development of any hardware changes that might be necessary. Work is expected to be complete by November 2022. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $2,277,670 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was procured under the statutory authority of 10 U.S. Code 2304(c)(1), with only one responsible source; no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5502). AIR FORCE Wickr Inc., San Francisco, California, has been awarded a ceiling $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Wickr-based recall, alert and messaging (Wickr RAM) services. Wickr RAM services require an Air Force Cloud One and Air Force Special Operations Command cloud certified fully managed service provider. This contract provides Wickr RAM is a Department of Defense (DOD)-approved/Federal Information Processing Standards certified application suite that provides end-to-end encrypted file, video, chat, text and voice services for end-users. The application suite includes servers that run in a DOD-approved cloud data center and client applications that run on government issued, personal and temporary computers and mobile devices. Work will be performed at the contractor's facility and is expected to be completed May 31, 2022. Fiscal 2020 operations and maintenance funds in the amount of $7,700,000 are being obligated at the time of award. Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA0021-20-D-0001). Kryptowire LLC,* Tysons Corner, Virginia, has been awarded a $7,764,985, cost-plus-fixed-fee modification to contract FA8750-18-C-0054 for software, hardware and reports. The contract modification is to design, develop, implement, evaluate and deliver software that is capable of collecting sensor information from Android and iOS smartphones and software that is capable of managing users, devices and applications to help manage and maintain the sensor collection process. Work will be performed in Tysons Corner, Virginia, and is expected to be completed Feb. 22, 2022. The total cumulative face value of the contract is $13,166,095. Fiscal 2020 research, development, test and evaluation funds in the amount of $4,158,286 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity. DEFENSE LOGISTICS AGENCY Gaumard Scientific Co. Inc.,** Miami, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 117 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a May 31, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0042). Raytheon Co., Andover, Massachusetts, has been awarded a maximum $7,551,872 firm-fixed-price contract for electrical cabinets. 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, 11-month contract with no option periods. Location of performance is Massachusetts, with an April 30, 2024, estimated performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-20-C-0028). ARMY The Boeing Co., Mesa, Arizona, was awarded a $17,463,002 firm-fixed-price contract to furnish all services, facilities, labor, parts, materials, equipment, tools and data necessary to accomplish the inspection, overhaul, and upgrade for AH-64 Apache equipment. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 30, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0065). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $11,624,433 modification (P00106) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 31, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles (Army) funds; 2020 Foreign Military Sales (Egypt) funds; and 2020 operations and maintenance (Army) funds in the amount of $11,624,433 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. *Small business **Woman-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2204288/source/GovDelivery/

  • Battle over Air Force’s $1,300 coffee cups heats up

    25 octobre 2018 | International, Aérospatial

    Battle over Air Force’s $1,300 coffee cups heats up

    By: Stephen Losey The Air Force, under fire for throwing down $1,280 apiece to replace in-flight reheating cups after their handles break, is pledging to use 3-D printing to get that replacement cost down to 50 cents. But Sen. Chuck Grassley, R-Iowa, is still wondering why these pricey water heaters are necessary in the first place, and plans to keep pushing the Air Force to find cheaper waysto warm up their coffee. The cups, which plug into outlets on cargo planes to reheat liquids such as water or coffee, have a faulty plastic handle that easily breaks when the cups are dropped. And because replacement parts for the cup are no longer made, the Air Force has had to order a whole new cup when the handle breaks. In an Oct. 2 letter to Air Force Secretary Heather Wilson, Grassley said that 25 replacement cups, each costing roughly $1,280 each, have been bought this year alone, for a total of roughly $32,000. The 60th Aerial Port Squadron at Travis Air Force Base in California spent nearly $56,000 to replace broken cups over the past three years. And the price is rising. Grassley noted that Travis said each cup cost taxpayers $693 in 2016. “Paying nearly $700 for a single cup is bad enough, but it's simply beyond reason to continue to pay ever-increasing prices for something as simple as a coffee cup that is so fragile that it needs to be constantly replaced,” Grassley said. “This latest example of reckless spending of taxpayer dollars gives me no confidence that the Air Force is taking real steps to reduce wasteful spending practices.” In an Oct. 17 letter to Grassley, Wilson said that “it is simply irresponsible to spend thousands of dollars on manufactured parts when we have the technology available to produce them ourselves,” once a supplier either stops producing those parts or goes out of business. Wilson said that in July, she ordered a new Air Force Rapid Sustainment Office to be created to find ways to develop and deliver parts at a fraction of the cost of traditional manufacturing methods. This office has recently shown it can 3-D print replacement handles for the reheating cup for about 50 cents each. Wilson told Grassley that this cup is specially manufactured to plug into aircraft systems, and because it connects to the aircraft, the replacements need to be certified as airworthy by the FAA. This has driven up the cost of buying 391 of these cups since 2016 to $326,785, Wilson said, or about $836 apiece. The water heaters are used on 59 KC-10s, 52 C-5s, and 222 C-17s, Wilson said. But with planes aging, and the average KC-10 at 34 years old, it's harder and harder to find replacement parts for those aircraft, she said. And the price tag for raw materials for those parts is also increasing, Wilson said, with copper and chrome plating costs have increased 180 percent since 2016. Wilson told Grassley that she and Chief of Staff Gen. Dave Goldfein have ordered the new sustainment office to look for items in the procurement process that it can self-produce, or other overpriced items that it can stop buying without hurting the Air Force's mission. Grassley was dissatisfied with Wilson's response, and said he will keep digging. “It leaves me with more questions,” Grassley said. “While I appreciate that the Air Force is working to find innovations that would help save taxpayer dollars, it remains unclear why it cannot find a cheaper alternative to a $1,280 cup. Government officials have the responsibility to use taxpayer dollars efficiently. Too often, that's not the case.” The Air Force also said that Air Mobility Command is no longer buying the heaters for large transport aircraft as they try to find more cost-effective solutions. https://www.airforcetimes.com/news/your-air-force/2018/10/22/battle-over-air-forces-1300-coffee-cups-heats-up

  • Lockheed Martin And Fincantieri Marinette Marine Awarded Contract To Build Littoral Combat Ship 31

    22 janvier 2019 | International, Naval

    Lockheed Martin And Fincantieri Marinette Marine Awarded Contract To Build Littoral Combat Ship 31

    WASHINGTON, D.C., Jan. 21, 2019 – The U.S. Navy awarded the Lockheed Martin (NYSE: LMT) and Fincantieri Marinette Marine (FMM) team a fixed-price-incentive-fee contract to build an additional Littoral Combat Ship (LCS). LCS 31 will be built in Marinette, Wisconsin, at FMM, the Midwest's only naval shipyard, and is the 16th Freedom-variant LCS ordered by the Navy to date. The team will leverage capital investment and improvement in the shipyard and efficiencies created with serial production to maintain high quality at an affordable cost. "We are excited to continue our partnership with the Navy and FMM to build and deliver capable ships to the fleet,” said Joe DePietro, vice president and general manager, Lockheed Martin Small Combatants and Ship Systems. "With the Freedom-variant in serial production, we continue to enhance efficiency and incorporate capability while maintaining ship and program affordability." Since the LCS program's inception, Freedom-variant LCS production has injected hundreds of millions of dollars into local economies throughout the Midwest. The program supports thousands of direct and indirect jobs throughout the United States, including more than 7,500 in Michigan and Wisconsin. The Lockheed Martin and FMM team is in full-rate production of the Freedom-variant and has delivered seven ships to the U.S. Navy to date. There are seven ships in various stages of construction at FMM. Lockheed Martin's Freedom-variant LCS is highly maneuverable, lethal and adaptable. Originally designed to support focused missions such as mine warfare, anti-submarine warfare and surface warfare, the team continues to evolve capabilities based on rigorous Navy operational testing, sailor feedback and multiple successful fleet deployments. The Freedom-variant LCS integrates new technology and capability to affordably support current and future mission capability from deep water to the littorals. For additional information, visit: www.lockheedmartin.com/lcs. https://news.lockheedmartin.com/2019-01-21-Lockheed-Martin-and-Fincantieri-Marinette-Marine-Awarded-Contract-to-Build-Littoral-Combat-Ship-31

Toutes les nouvelles