17 juin 2020 | International, Naval

thyssenkrupp Marine Systems presents new modular underwater vehicle: MUM project to set new standard for unmanned underwater operations

Kiel, Germany – June 15, 2020 - thyssenkrupp Marine Systems, Germany's number three defence company and world market leader in conventional submarines, today presented the results of a pioneering research project on the feasibility, usability, construction and operation of large modular underwater vehicles.

The focus was on the MUM project "Modifiable Underwater Mothership", which is funded by the Federal Ministry for Economic Affairs and Energy and, designed in collaboration by industry and science since 2017, is intended to achieve market readiness in the upcoming years.

The presentation was part of the "Maritime Research Programme" whereby the Federal Ministry for Economic Affairs and Energy supports the development of innovative maritime technologies. Norbert Brackmann, German government coordinator for the maritime industry, was on the shipyard site of thyssenkrupp Marine Systems to experience the progress of the project and the technological innovations already available for further implementation.

Norbert Brackmann: "The MUM project fits in very well with our aspiration to technological leadership. The project results show that individual commitment, teamwork, creativity and German engineering skills are an excellent combination for maintaining our technological lead in future markets. Given the challenging economic situation triggered by the Covid-19 pandemic, innovations and the further development of high-tech will pave the way to a successful future. Therefore, we have included provisions in the recently adopted economic stimulus package to provide additional funds for supporting innovation and the Maritime Research Programme."

MUM is a modular unmanned underwater system for various applications in the civil maritime industry. Examples include the transport and deployment of payloads, applications in the offshore wind and oil & gas industries as well as the exploration of sea areas with difficult access, such as the Arctic ice regions. In order to meet these requirements, a modular structure is envisaged. The system will use electrical power as the main energy source, by implementing a state-of-the-art, emission-free fuel cell. Where necessary, the power supply system is supported by a safe and reliable Li-ion battery module. Independent of wind and weather, MUM can operate 24/7, 365 days a year.

Dr. Rolf Wirtz, CEO of thyssenkrupp Marine Systems: "We are the only systems supplier in Germany to offer high-tech solutions for the future. The MUM project will benefit from our many years of expertise in fuel cell and battery technology, underwater vehicles as well as maritime sensors and autonomy software. Our project partners from science and industry complement us to an extraordinary degree!"

MUM is to set the new standard for unmanned underwater operations by 2024. Together with the project partners ATLAS ELEKTRONIK, EvoLogics, University of Rostock, TU Berlin, Fraunhofer Institute, German Aerospace Center the Institute for the Protection of Maritime Structures, thyssenkrupp Marine Systems will apply for funding for a MUM large-scale demonstrator as part of the Economic Ministry's Maritime Research Programme.

About thyssenkrupp Marine Systems

With around 6,000 employees, thyssenkrupp Marine Systems is one of the world's leading marine companies and a systems provider in submarine and surface shipbuilding as well as maritime electronics and security technology. Over 180 years of history and the constant pursuit of improvements are the basis for the company's success in constantly setting new standards. thyssenkrupp Marine Systems offers customized solutions for highly complex challenges in a changing world. The driving forces behind this are the employees of the company, who shape the future of thyssenkrupp Marine Systems with passion and commitment every day. More information at www.thyssenkrupp-marinesystems.com

View source version on TKMS: https://www.thyssenkrupp-marinesystems.com/en/press-releases/d/uid-83d2fdf9-2be9-ff94-f057-680ff2ecf365.html

Sur le même sujet

  • What the Pentagon could learn from unicorns

    28 janvier 2019 | International, Autre défense

    What the Pentagon could learn from unicorns

    By: Jill Aitoro WESTLAKE VILLAGE, Calif. — The promise of Silicon Valley is built on unicorns — startup companies valued at more than $1 billion. They're rare. Hence the name. But the payoff is big enough that venture capitalists are willing to funnel a lot of money by way of multiple rounds of funding toward unproven technologies, to accept significant risk, in hopes they'll be in on the ground floor of the next great discovery. Compare that to Washington, where in the words of Defense Innovation Board Executive Director Josh Marcuse: “We put forward a defense program full of things that we know aren't going to work, but no one is willing to say so.” For more than three years the Pentagon has attempted to draw upon the Silicon Valley culture of innovation, to buy instead of build, to take advantage of commercial technology. But success has been spotty at best — with SpaceX and Palantir rather exclusively held up as the two “unicorns” catering to the military. But while many procurement reformists will point to burdensome regulations as the problem, innovation leaders from both the Department of Defense and Silicon Valley companies agreed during a November roundtable hosted by Defense News that no laws currently in place prevent smart buying by the government. Instead, those same innovation leader say that what causes the greatest minds in the tech community to walk away from the largest buyer in the world is a slow, arduous process combined with a serious lack of understanding within the Pentagon for how software is designed. “We basically created an innovation program where you have to have Howard Hughes-style entrepreneurship to do anything that matters,” said Trae Stephens, partner at San Francisco-based venture capital firm Founders Fund and co-founder of Silicon Vally tech firm Anduril. To buy or to build Since the 1990s, defense acquisition regulations have clearly stated that commercial preference should be given in every contracting decision. Reinforcing that point, the Office of the Secretary of Defense for Acquisition, Technology, and Logistics released a guidebook for acquiring commercial items in January 2018, stating: “The time and cost to develop and field new capabilities, the technological advances made by near peer competitors and the rapid pace of innovation by private industry have demonstrated the need to access the best technology — now.” And yet, such earnest support of commercial tech does not regularly filter to the acquisition community. Agencies over-specify requirements, “so now if the company wants to do business with [the Pentagon], they have to modify their product,” Stephens said. “All you have to do is say, ‘Yes, we have validated that there is no commercial product that meets our requirements,' and that's it.” The Pentagon does not, however, do the opposite — adapt requirements for a particular product. “There are a lot of things that we just have to build. We're going to build aircraft carriers, we're going to build fighter planes,” Stephens added. “And then there's the thing that we're going to buy — the products. These should be entirely separate conversations.” That over-specification runs counter to the “agile” development method typically favored by the tech community, which is built on a premise of short sprints that factor into evolving requirements. Agile can't exist without a degree of flexibility, ensuring, too, that if you fail, you fail fast. Contrast that with the traditional waterfall approach that predefines the various phases of development to ensure, in theory, a predictable outcome. Full article: https://www.defensenews.com/smr/cultural-clash/2019/01/28/what-the-pentagon-could-learn-from-unicorns

  • Contract Awards by US Department of Defense - March 26, 2019

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

    Contract Awards by US Department of Defense - March 26, 2019

    NAVY Huntington Ingalls Industries, Pascagoula, Mississippi, was awarded a $1,471,290,677 fixed-price-incentive modification to previously awarded contract N00024-18-C-2406 for the procurement of the detail design and construction of Landing Platform Dock (LPD) 30, the first LPD 17 Flight II ship which will meet all the capabilities and capacities requirements for the Amphibious Ship Replacement. Work will be performed in Pascagoula, Mississippi (82 percent); Crozet, Virginia (3 percent); Beloit, Wisconsin (2 percent); and New Orleans, Louisiana (2 percent), with other efforts performed at various sites less than one percent throughout the U.S. (11 percent), and is expected to be completed by February 2025. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $1,369,362,790 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. (Awarded March 25, 2019) Raytheon Co., Indianapolis, Indiana, was awarded a $49,989,867 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract in support of radar antenna system overhauls, coatings, shipboard installations and removals, and incidental technical support services for the following Radar Restoration Program systems: AN/SPS-48, AN/SPS-49, AN/SPS-67(V)1, AN/SPS-40, AN/SPS-73, AN/SPS-67(V)3/5, AN/SPQ-9B, AN/SPS-55, AN/SPS-75 and AN/SPS-77. All systems in the Radar Restoration Program are in the sustainment phase of their life cycle. The restored systems provided via this contract action are the above-deck components. The systems, subsystems, subassemblies and components are critical shipboard systems providing detect-to-engage capability to defend against incoming enemy aircraft and/or missiles. Some systems provide safe navigation processes for collision avoidance. This contract involves foreign military sales to Taiwan. Work will be performed in Odon, Indiana (75 percent); and Indianapolis, Indiana (25 percent), and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $271,807; and foreign military sales funding in the amount of $436,602 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP40). (Awarded March 22, 2019) The Raytheon Co., McKinney, Texas, is awarded $39,718,809 for modification P00036 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-15-C-0116). This modification exercises an option for the procurement of three APY-10 Radar System production kits for the Navy, four for the government of the United Kingdom, and five for the government of Norway, as well as related services in support of P-8A Poseidon Lot 10 production aircraft. Work will be performed in McKinney, Texas (77.1 percent); Andover, Massachusetts (7.2 percent); Chelmsford, Massachusetts (3.4 percent); Woodland Park, New Jersey (3.3 percent); Black Mountain, North Carolina (1.8 percent); San Carlos, California (1.7 percent); Ashburn, Virginia (1.6 percent); Etobicoke, Ontario, Canada (1.4 percent); Simsbury, Connecticut (1.3 percent); and Clearwater, Florida (1.2 percent), and is expected to be completed in September 2022. Fiscal 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $39,718,809 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($9,168,076; 23 percent); and FMS ($30,550,733; 77 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. National Institute of Building Sciences, Washington, District of Columbia, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for architectural design and engineering services for the National Institute of Building Sciences, District of Columbia. The work to be performed provides for ongoing criteria preparation and shall fall under the following two categories: preparation and dissemination of emerging innovative technology source information and/or criteria, commercially supported, embedded within the whole building design guide; and make findings and advise public/private sectors of the economy with respect to the use of building science and technology in achieving nationally acceptable standards and the irregularities and inconsistencies which arise from their application to particular localities or special local conditions. Work will be performed in Washington, District of Columbia. The term of the contract is not to exceed 60 months with an expected completion date of March 2024. Fiscal 2015 Office of the Secretary of Defense contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by military construction funds. This contract was a sole-source procurement under Federal Acquisition Regulations 6.302-5, authorized or required by statute. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-5013). BAE Systems, Information and Electronic Systems Integration, Nashua, New Hampshire, is being awarded an $18,184,174 firm-fixed-price contract for the procurement of nine OE-120B/UPX Identification Friend or Foe antenna groups and one retrofit kit for the Navy. Work will be performed in Nashua, New Hampshire, and is expected to be completed in May 2022. Fiscal 2017, 2018, and 2019 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funds in the amount of $18,184,174 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 Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0052). Noble Sales Co. Inc.,* Rockland, Massachusetts, is awarded a $14,126,593 firm-fixed-price blanket purchase agreement contract to stock, store, and issue supplies, construction materials, and hardware in support of Naval Facilities Engineering Command Hawaii, Joint Base Pearl Harbor Hickam, Oahu, Hawaii. The contract will include a 12-month base period, four one-year option periods, and a six-month extension, which if exercised, the total value of this contract will be $79,409,916. Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2020; if all options are exercised, work will be completed by September 2024. Fiscal 2019 working capital (Navy) funds will be provided on individual task orders as they are issued against the agreement and funds will not expire at the end of the current fiscal year. This contract was solicited unrestricted to all General Services Administration (GSA) Federal Supply Schedule vendors under GSA Schedule Special Item Number 51V for maintenance, repairs, and operations with two offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Regional Contracting Department, Pearl Harbor, Hawaii, is the contracting activity (N00604-19-A-4000). QRC Technologies, Fredericksburg, Virginia, is awarded a $13,748,268 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract for the purchase of QRC brand materials and components, hardware deliverables, and engineering services required to support design, upgrade, integration, test, and evaluation of sensor system integration projects for the U.S. Special Operations Command and the Navy. This three-year contract includes a two-year option which, if exercised, would bring the cumulative value of this contract to an estimated $21,660,140. All work will be performed in Fredericksburg, Virginia. The period of performance of the base period is from March 27, 2019, through March 26, 2022. If the option is exercised, the period of performance would extend through March 26, 2024. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task/delivery orders. The types of funding to be obligated include operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This sole-source procurement is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3403). Raytheon Co., Tewksbury, Massachusetts, is awarded a $9,140,826 modification to previously-awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed and precision firepower and long ranges in support of forces ashore, while incorporating signature reduction, active and passive self-defense systems and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (50 percent); and Tewksbury, Massachusetts (50 percent), and is expected to be completed by March 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $5,772,655 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. AIR FORCE Sierra Nevada Corp., Circle, Sparks, Nevada, has been awarded a $317,000,000 indefinite-delivery/indefinite-quantity contract for the Precision Strike Package program. This contract provides contractor logistics support for the Precision Strike Package in support of the AC-130W and AC-130J. Work will be performed at Cannon Air Force Base, New Mexico; and Hurlburt Field, Florida, and is expected to be complete by Sept. 30, 2026. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $26,784,295 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509‐19‐D‐0001). DZYNE Technologies Inc., Fairfax, Virginia, has been awarded a $48,990,806 cost-plus-fixed-fee contract for Mobile Onboard Nexus for Autonomy and Radical Computation Handling (MONARCH) Small Business Innovative Research III effort. This contract provides for further development of technologies they have established under previous and current contracts, and the rapid development and maturation of novel Airborne, Space, and Terrestrial (ground) technologies and systems so that MONARCH technologies and associated capabilities can be transitioned to military markets. Work will be performed in Irvine, California, and is expected to be complete by March 27, 2024. This award is the result of a sole-source acquisition. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-9203). (Awarded March 25, 2019) General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $9,211,561 cost-plus-fixed-fee contract for the United Kingdom (UK) MQ-9 Reaper contractor logistics support effort. This contract provides for ongoing sustainment of the UK MQ-9 fleet. Work will be performed at multiple stateside and international locations, and is expected to be completed by June 30, 2019. This award is the result of a sole-source acquisition and involves 100 percent foreign military sales to the government of the United Kingdom. Foreign military sales 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 (FA8620-15-G-4040 0017 21). ARMY Valiant Global Defense Services Inc., San Diego, California, was awarded a $60,685,000 modification (P00013) to contract W91247-18-C-0001 for mission support services. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of March 26, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $60,685,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity. Up-Side Management Co.,* Hubert, North Carolina, was awarded a $46,000,000 firm-fixed-price contract for general construction and repair. Bids were solicited via the internet with 33 received. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0017). Widman Inc.,* Godfrey, Illinois, was awarded a $30,000,000 firm-fixed-price contract for upper-river land repair. Bids were solicited via the internet with seven received. Work will be performed in West Alton, Missouri, with an estimated completion date of March 25, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $30,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0003). Widman Inc.,* Godfrey, Illinois, was awarded a $15,000,000 firm-fixed-price contract for lower-river land repair. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2024. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0004). Mississippi Department of Rehabilitation Services, Madison, Mississippi, was awarded a $14,523,875 firm-fixed-price contract for dining facility management functions. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Property and Fiscal Office for Mississippi is the contracting activity (W9127Q-19-D-0001). BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $9,576,532 modification (P00681) to contract DAAA09-98-E-0006 for natural gas and fuel oil for the commissioning and emission testing of the new natural gas-fired steam plant currently under construction at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 other procurement, Army funds in the amount of $9,576,532 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Avion Solutions Inc., Huntsville, Alabama, was awarded an $8,656,308 modification (000006) to contract W31P4Q-18-A-0047 for logistics support. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 28, 2020. Fiscal 2019 operations and maintenance, Army; other procurement, Army; and research, development, test and evaluation funds in the amount of $8,656,308 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. MISSILE DEFENSE AGENCY Lockheed Martin Corp., Sunnyvale, California, was awarded a $30,000,000 cost-plus-fixed-fee contract modification (P00015) to a previously awarded HQ0277-18-C-0001 contract. The value of this contract is increased from $36,000,000 to $66,000,000. Under this modification, the contractor will complete their laser scaling and beam control critical design review in support of the Low Power Laser Demonstrator risk reduction. The work will be performed in Sunnyvale, California. The period of performance for this effort is Oct. 6, 2017, to Sept. 6, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $29,951,935 are being obligated on this award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. General Atomics, San Diego, California, was awarded a $29,000,000 cost-plus-fixed-fee contract modification (P00017) to a previously awarded HQ0277-18-C-0002 contract. The value of this contract is increased from $33,000,000 to $62,000,000. Under this modification, the contractor will complete their laser scaling and beam control critical design review in support of the Low Power Laser Demonstrator risk reduction. The work will be performed in San Diego, California. The period of performance for this effort is Nov. 6, 2017, to Sept. 6, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $28,955,517 are being obligated on this award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. Boeing Co., Huntsville, Alabama, was awarded a $29,000,000 cost-plus-fixed-fee contract modification (P00019) to a previously awarded HQ0277-18-C-0003 contract. The value of this contract is increased from $33,000,000 to $62,000,000. Under this modification, the contractor will complete their laser scaling and beam control critical design review in support of the Low Power Laser Demonstrator risk reduction. The work will be performed in Huntsville, Alabama. The period of performance for this effort is Dec. 8, 2017, to Sept. 6, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $28,685,504 are being obligated on this award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. DEFENSE LOGISTICS AGENCY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $11,789,305 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel engines. This is a three-year contract with no option periods. This was a sole-source acquisition, using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Wisconsin, with a March 26, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0084). CACI Inc.-Federal, Chantilly, Virginia, has been awarded a $10,031,056 firm-fixed-price, cost-plus-incentive-fee contract for technical and functional services for the Defense Agency Initiative. This was a competitive acquisition with one response received. This is a one-year base contract with three one-year option periods. Locations of performance are Virginia and other areas in the continental U.S., with a March 28, 2020, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 operations and maintenance funds; and fiscal 2019 through 2020 research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania (SP4701-19-C-0009). Beaver Aerospace & Defense Inc.,* Livonia, Michigan, has been awarded a maximum $9,036,355 firm-fixed-price contract for linear electro-mechanical actuators. 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 one-year base contract with no option periods. Location of performance is Michigan, with a July 19, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-19-C-0071). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1796426/

  • Boeing gets $227 million delivery order for landing gear to support Super Hornet readiness

    25 septembre 2019 | International, Aérospatial

    Boeing gets $227 million delivery order for landing gear to support Super Hornet readiness

    Aerospace giant Boeing Co. has been awarded a $227 million U.S. Navy delivery order for the procurement of main and nose landing gear assemblies in support of the Super Hornet aircraft. According to a statement issued Monday by U.S. Department of Defense, Boeing awarded a delivery order for the landing gears for the F/A-18E/F multirole fighter aircraft and EA-18G Growler electronic warfare aircraft, a specialized version of the two-seat F/A-18F Super Hornet. The period of performance for this delivery order begins in October 2019 and will be completed by March 2023 with no option periods. Work will be performed in St. Louis, Missouri. The combat-proven Super Hornet delivers cutting-edge, next-generation multi-role strike fighter capability, outdistancing current and emerging threats well into the future. The Super Hornet has the capability, flexibility and performance necessary to modernize the air or naval aviation forces of any country. Two versions of the Super Hornet – the single-seat E model and the two-seat F model – are able to perform virtually every mission in the tactical spectrum, including air superiority, day/night strike with precision-guided weapons, fighter escort, close air support, suppression of enemy air defenses, maritime strike, reconnaissance, forward air control and tanker missions. As to the EA-18G Growler, this is the most advanced airborne electronic attack (AEA) platform and is the only one in production today. A variant of the combat-proven F/A-18F Super Hornet, the Growler provides tactical jamming and electronic protection to U.S. military forces and allies around the world. https://defence-blog.com/news/boeing-gets-227-million-delivery-order-for-landing-gear-to-support-super-hornet-readiness.html

Toutes les nouvelles