21 août 2019 | International, Terrestre

US Army nears decision on who will build new missile defense radar prototypes

By: Jen Judson

WASHINGTON — The Army is nearing a decision on who will build its Lower-Tier Air-and-Missile Defense Sensor, or LTAMDS, which will provide the sensing capability for the future Integrated Air-and-Missile Defense System the service is developing.

The service is planning to award a contract no later than the end of the fiscal year to one of the three vendors that participated in a “sense-off” competition at White Sands Missile Range, New Mexico, over the spring, Daryl Youngman, the deputy director in charge of Army AMD modernization, told Defense News in a recent interview.

According to other sources, that decision is expected next month.

The radar is part of a new AMD system that will replace the Army's Raytheon-made Patriot system. Raytheon, Northrop Grumman and a Lockheed Martin-Elta Systems team all brought radars to the White Sands sense-off and subsequently submitted proposals for the prototype competition in July.

The winner will build six prototypes by the end of FY22 to prove whether the radar can be built and then fielded to a unit for evaluation. A follow-on contract for 16 additional radars is expected if all goes well.

The plan leaves an opening for other radar solutions to get back in the game if the prototyping effort does not pan out.

While the Army has dropped its long-prioritized requirement for a radar capable of detecting threats from 360 degrees, it now seeks a broader baseline requirement to “expand the battle space beyond what the current Patriot radar has,” Youngman said. And the system will ideally have a lot of growth potential baked in, he added.

Replacing the Patriot radar has been a long time coming. The radar was first fielded in the 1980s, and the Army previously attempted to replace the system with Lockheed Martin's Medium Extended Air Defense System through an international co-development effort with Germany and Italy. But that program was canceled in the U.S. after closing out a proof-of-concept phase roughly six years ago.

Since then, the Army has studied and debated how to replace the Patriot radar while Raytheon continues to upgrade its radar to keep pace with current threats. It is acknowledged that there will come a point where radar upgrades will be unable to keep up with future threats.

Taking years to decide, the service moved forward on a competition to replace the radar in 2017 and chose four companies to come up with design concepts for the capability — Raytheon, Lockheed Martin, Northrop Grumman and Technovative Applications.

Toward the end of 2018, Raytheon and Lockheed were chosen to continue technology development under that program.

Defense News first broke the news last fall that the Army was attempting to hit the reset button on the LTAMDS program, deciding to host a “sense-off” to identify available radar capabilities.

While LTAMDS is considered the fourth priority out of four major lines of effort with which the Cross-Functional Team in charge of AMD has defined, it is not because it's the least important, Youngman noted, but more related to schedule — where the system is in the development and fielding timeline.

The AMD CFT's top priority is its command-and-control system — the Integrated Battle Command System — for its future IAMD architecture. Limited user testing will occur next spring with a decision to move into production in the fourth quarter of FY20. Manuever-Short-Range Air Defense — or M-SHORAD — is the second priority as the Army . The service is set to begin development testing of its prototypes this fall.

The Indirect Fire Protection Capability (IFPC) Increment 2 program is ranked third as the Army prepares to take receipt of its interim cruise missile capability — two Iron Dome Systems — soon. The Army is in the midst of coming up with a new strategy for the IFPC system that will ultimately defend against rockets, artillery and mortar as well as cruise missiles and drone threats. The IFPC system will have to tie into the Army's IBCS system as well.

https://www.defensenews.com/land/2019/08/20/us-army-nears-decision-on-who-will-build-new-missile-defense-radar-prototypes/

Sur le même sujet

  • Contract Awards by US Department of Defense - December 12, 2019

    13 décembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 12, 2019

    NAVY Ameresco Select Inc., Framingham, Massachusetts, is awarded a firm-fixed-price task order (N39430-19-F-9901) at $402,833,556, under a multiple award indefinite-delivery/indefinite-quantity contract for energy conservation measures at Norfolk Naval Shipyard, Portsmouth, Virginia. The work to be performed provides for the construction, operations and maintenance of energy conservations to improve energy efficiency and reliability, which include steam distribution upgrades to decrease steam energy loss, energy security upgrades for energy related process improvements, replacement of transformers to improve equipment reliability and water treatment plant improvements to reduce operational and safety risks. Work will be performed at Norfolk Naval Shipyard, Portsmouth, Virginia, and is expected to be completed by January 2043. No funds will be obligated with this award as private financing obtained by the contractor, will be used for the 36-month construction (i.e. implementation) phase of the project. Two proposals were received for this task order. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency & Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-09GO29029). Lightforce USA Inc., doing business as Nightforce Optics,* Orofino, Idaho, is awarded a $53,735,930 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for Precision-Variable Power Scopes (P-VPS). This procurement is for the P-VPS Standard and the P-VPS Standard, Long Range. The P-VPS is a precision direct view optic with continuously variable magnification ranging from 3x to less than or equal to 7x and greater than or equal to 25x continuous zoom for U.S. Special Operations Command. Work will be performed in Orofino, Idaho, and is expected to be complete by December 2024. Fiscal 2020 defense procurement funding in the amount of $2,351,124 will be obligated at the time of award and will expire at the end of the current continuing resolution period. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-D-JQ57). Orion Construction Corp.,* Vista, California, is awarded a $32,363,000 firm-fixed-price contract for the construction of potable water distribution improvements at Marine Corps Base Camp Pendleton, California. The work to be performed provides for the construction of potable water supply pipelines to transport potable water from the 24 Area to the 20 Area potable water storage tanks on Marine Corps Base Camp Pendleton. This project provides necessary waterline valves, appurtenances and tie-ins to meet operational needs of the Southern Water System and meet applicable standards and codes. The contract also contains one unexercised deductive option, which, if exercised, would decrease cumulative contract value to $30,893,000. Work will be performed in Oceanside, California, and is expected to be completed by May 2022. Fiscal 2019 military construction, (Navy) contract funds in the amount of $32,363,000 are obligated on this award and the funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-C-0612). Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $30,429,224 indefinite-delivery/indefinite-quantity modification for the exercise of Option One to extend services for base operations support services at Naval Station Mayport, Marine Corps Support Facility, Blount Island, and outlying areas. The work to be performed provides for base operations support services to include port operations, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, steam, water, base support vehicles and equipment and environmental. After award of this option, the total cumulative contract value will be $61,139,761. Work will be performed in Jacksonville, Florida, Naval Station Mayport (62%); Blount Island (37%); and outlying areas (1%). This option period is from January 2020 to December 2020. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) (O&M,N); fiscal 2020 operations and maintenance (Marine Corps); fiscal 2020 Navy working capital funds; and fiscal 2020 family housing O&M,N contract funds in the amount of $24,895,628 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1800). VLJM LLC,* Fullerton, California, is awarded a maximum $25,000,000 indefinite-delivery/indefinite-quantity contract for paving construction alterations, renovations and repair projects at Naval Bases Ventura County, Port Hueneme, California. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of road paving projects. Work will be performed in Port Hueneme (50%); and Point Mugu (50%), California. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0014). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $18,055,674 modification (P00055) to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification provides for the maintenance and operation of the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes sustainment support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the United Kingdom. Work will be performed in Eglin, Florida, and is expected to be completed in February 2021. Non-U.S. Department of Defense participant funds in the amount of $18,055,674 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. Northrop Grumman, Charlottesville, Virginia, is awarded a $16,055,006 indefinite-delivery/indefinite-quantity (IDIQ), cost-plus-fixed-fee and firm-fixed-price delivery order for engineering and technical services for the design, development, testing, integration and system support of the AN/BPS-16(V)5 radar system. The work will be performed in Charlottesville, Virginia, and is expected to be completed by December 2020. The IDIQ ordering vehicle includes options, which, if exercised, would bring the cumulative value of this contract to $83,253,974 and expire in December 2024. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $410,000 will be obligated at time of award and will expire on Aug. 30, 2020. Fiscal 2019 other procurement (Navy) funding in the amount of $300,000 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 under the authority of 10 U.S Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(ii), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6203). Zero Waste Solutions Inc.,* Concord, California, is awarded a maximum $14,288,305 indefinite-delivery/indefinite-quantity firm-fixed-price contract for integrated solid waste management services at various Navy and Marine Corps installations within the San Diego metropolitan area, as well as three outlying naval training installations in the San Diego County area. The work to be performed provides for labor, supervision, management and materials (except those specified as government furnished), to perform various integrated solid waste management service functions as follows: refuse and recycling collection and disposal services. Initial task order is being awarded at $371,768 for integrated solid waste management services at Naval Base San Diego (45%); Marine Corps Air Station Miramar (24.2%); Naval Base Point Loma (23.7%); Marine Corps Recruit Depot (5.8%); Camp Michael Monsoor (0.6%); Remote Survival, Evasion, Resistance and Escape Camp Warner Springs (0.4%); and Camp Morena, California (0.3%). Work for this task order is expected to be completed by December 2020. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance, Navy (O&M,N); operations and maintenance, Defense Health Program (O&M, DHP); and Navy working capital (NWC) contract funds in the amount of $371,768 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N; O&M, DHP; and NWC contract funds. This contract was competitively procured via the Federal Business Opportunities website with four proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0015). DMR Consulting Inc.,* Panama City Beach, Florida, is awarded an $8,991,202 firm-fixed-price modification to previously awarded contract N61331-19-D-0002 to exercise the option for the depot level repair, overhaul and modification for the MK-105 Magnetic Minesweeping Gear. This option exercise is for depot level repair and maintenance of the MK105 Magnetic Minesweeping Gear. The MK105 Magnetic Influence Minesweeping System, better known as the "sled," is a high-speed catamaran hydrofoil platform, which is towed behind the MH-53E helicopter and is used to sweep magnetic influence mines. Work will be performed in Panama City, Florida, and is expected to be completed by December 2020. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. ARMY HDR Architecture Inc., Seattle, Washington, was awarded a $25,000,000 firm-fixed-price contract for architectural and engineering. One bid was solicited with five bids received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 11, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-20-D-0001). Weeks Marine Inc., Covington, Louisiana, was awarded a $13,071,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Recovery Act; civil works and operation and maintenance funds in the amount of $13,071,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0007). AIR FORCE The Boeing Co., Seattle, Washington, has been awarded a $12,011,819 firm-fixed-price contract modification (P00047) to previously-awarded contract FA8625-16-C-6599 for the incorporation of two engine Airworthiness Directives (ADs) and 29 engine service bulletins (SBs) on the program's eight Genx-2B engines. This contract modification will allow for VC-25B operational benefits and cost efficiencies with the work being performed concurrently with the VC-25B-specific modifications to the program's 747-8 aircraft engines under the engineering and manufacturing development activity. This contract modification will allow for the avoidance of increased costs and operational capability interruptions to the presidential aircraft by allowing for the incorporation of the ADs and SBs prior to final delivery of the VC-25B aircraft. Work will be performed at San Antonio, Texas; and Peebles, Ohio, and is expected to be completed by November 2021. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $7,831,032 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2039244/source/GovDelivery/

  • China launches Jielong-3 rocket as commercial missions pick up pace

    4 février 2024 | International, Aérospatial

    China launches Jielong-3 rocket as commercial missions pick up pace

  • Lockheed realigns space business to boost efficiency

    4 mai 2023 | International, Aérospatial

    Lockheed realigns space business to boost efficiency

    Lockheed Martin is realigning its space business operations, transitioning from five lines of business to three to enhance speed and effectiveness, the defense contractor said on Thursday.

Toutes les nouvelles