Prijava na forum:
Ime:
Lozinka:
Prijavi me trajno:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:

ConQUIZtador
Trenutno vreme je: 24. Apr 2024, 13:22:18
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 2 gostiju pregledaju ovu temu.
Idi dole
Stranice:
2 3 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 67024 puta)
20. Dec 2005, 08:18:34
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
Svi podaci i izvestaji o voljnim ugovorima SAD bice stavljani na ovu stranu zbog preglednosti.

-------------------------------------------------------------------------------------------------------------------------------------------------

CONTRACTS from the United States Department of Defense

 

No. 1306-05

FOR RELEASE AT

Dec 19, 2005

Media Contact: (703)697-5131

Public/Industry(703)428-0711

 

                                      CONTRACTS

 

 

 

                              DEFENSE LOGISTICS AGENCY

 

 

 

            Associated Petroleum Products Inc.*, Tacoma, Wash., is being

awarded a maximum $17,971,409 fixed price with economic price adjustment

contract for gasoline, various grades of diesel fuel no. 2 and fuel oil no. 2.

  Using services are Army, Navy, Air Force, and Federal Civilian Agencies.

Other locations of performance include 38 different government facilities in

the state of Wash.   There were 200 proposals solicited and 27 responded.

Contract funds will not expire at the end of the current fiscal year.  Date of

completion is June 30, 2010.  The contracting activity is Defense Energy

Support Center, Fort Belvoir, Va. (SP0600-06-D-4504).

 

 

 

            City Service Valcon*, Kalispell, Mont., is being awarded a maximum

$10,160,180 fixed price with economic price adjustment contract for gasohol

and gasoline, diesel fuel grades no. 1 and 2 and diesel fuel low sulfur no. 2.

  Using services are Army, Navy, Air Force, and Federal Civilian Agencies.

There were 200 proposals solicited and 27 responded.  Contract funds will not

expire at the end of the current fiscal year.  Date of completion is June 30,

2010.  The contracting activity is Defense Energy Support Center, Fort

Belvoir, Va. (SP0600-06-D-4507).

 

 

 

            Reyes Industries Inc.*, San Antonio, Texas , is being awarded a

maximum $5,658,000 firm fixed priced contract for tactical load bearing vest

for Army.  This is an indefinite quantity/ delivery contract exercising option

year one.  Proposals were Web-solicited and nine responded.  Contract funds

will expire at the end of the current fiscal year.  Date of completion is June

7, 2007.  The contracting activity is Defense Supply Center Philadelphia,

Philadelphia, Pa. (SP0100-05-D-4087).

 

 

 

                                        NAVY

 

_ _

 

            General Dynamics Advanced Information Systems Inc., Fairfax, Va.,

is being awarded an initial $6,735,066 task order on an

indefinite-delivery/indefinite-quantity basic contract with a maximum ceiling

award of $65,000,000 for Middleware Sensor Integration.  This award provides a

vehicle in which orders can be placed for application of state-of-the-art

Commercial Off-The-Shelf Open Architecture processing and

communication/networking solutions to Navy sensor, weapon and combat system

needs.  Work will be performed in Fairfax, Va. (28 percent) and various

locations to be determined (72 percent), and is expected to be completed

November 2007.  Contract funds in the amount of $36,000 will expire at the end

of the current fiscal year.  The contract is a follow-on Small Business

Innovation Research (SBIR) Phase III effort.  The Office of Naval Research

Arlington, Va., is the contract activity (N00014-05-D-0508).

 

 

 

            FlightSafety International Inc., Flushing, N.Y., is being awarded

a $6,682,078 firm-fixed-price requirements contract to provide academic and

simulator training for the Navy for the UC-12B/F/M aircraft, including pilot

initial training, pilot initial plus training, pilot recurrent training, and

aircrew member/NFO initial training.  Work will be performed in Daleville,

Ala., and is expected to be completed in October 2008.  Contract funds in the

amount of $1,252,954 will expire at the end of the current fiscal year.  This

contract was competitively procured by an electronic request for proposals,

with one offer received.  The Naval Air Warfare Center Training Systems

Division, Orlando, Fla. , is the contracting activity (N61339-06-D-0003).

 

 

 

            International Marine and Industrial Applicators, LLC., Irvington,

Ala., is being awarded a $42,038,399 firm-fixed-price,

indefinite-delivery/indefinite-quantity contract for the painting and

preservation of SSBN and SSGN Class Submarines.  Work will be performed in

Kings Bay, Ga., and is expected to be completed by December 2010.  Contract

funds in the amount of $25,000 will expire at the end of the current fiscal

year.  This contract was competitively procured with 16 proposals solicited

and four offers received via the Commerce Business Daily.  The South East

Regional Maintenance Command, Mayport Naval Station, Jacksonville, Fla. , is

the contracting activity (N40027-05-R-0091).

 
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
CONTRACTS from the United States Department of Defense



No. 1311-05

FOR RELEASE AT

Dec 20, 2005

Media Contact: (703)697-5131

Public/Industry(703)428-0711



                                      CONTRACTS







                                        NAVY







            Lockheed Martin Space Systems, Sunnyvale, Calif., was awarded on

Dec. 19, 2005, an $869,027,433 cost-plus-incentive-fee, cost-plus-fixed-fee,

cost-plus-award-fee contract to provide funding for the fiscal 2006 TRIDENT II

(D5) Missile Production and Deployed System Support.  Work will be performed

in Sunnyvale, Calif. (39 percent); Magna, Utah (12 percent); Kings Bay, Ga.

(11 percent); Cocoa Beach, Fla. (12 percent); Bangor, Wash. (8 percent);

Gainesville, Va. (3 percent); Kings Port, Tenn. (1 percent), Rockville, Md. (1

percent), Lancaster, Pa. (2 percent) other (11 percent), and is expected to be

completed by September 2009.  The contract was not competitively procured.

Contract funds in the amount of $232,477,354 will expire at the end of the

current fiscal year.  The Navy's Strategic Systems Programs,Arlington, Va., is

the contracting activity (N00030-05-C-0100, Mod. No. PZ0001).







            The Boeing Co., Aerospace Support, Oklahoma City, Okla., is being

awarded an $18,802,494 ceiling-priced, indefinite-delivery/indefinite-quantity

contract to provide Contractor Engineering Technical Services and Contractor

Maintenance Services for the Navy, Air Force, and the Governments of Malaysia

and Kuwait.  Efforts to be provided include instruction and training of Fleet

personnel in the installation, operation, and maintenance of the F/A-18,

AV-8B, KC-135, B-1B, C-17, C-40, C-32, and F-15 aircraft and associated

equipment.  This contract combines purchases for the Navy ($11,290,380; 60

percent), the Air Force ($5,031,069; 27 percent), the Governments of Kuwait

($1,368,481; 7 percent) and Malaysia ($1,112,564; 6 percent) under the Foreign

Military Sales Program.  Work will be performed at Yuma, Ariz. (25 percent),

Miramar, Calif. (16 percent), Cherry Point, N.C. (13 percent), Andrews AFB,

Md. (5 percent), China Lake, CA (4 percent), Oceana, Va. (4 percent),

Beaufort, S.C. (4 percent), Malaysia (4 percent), Kuwait (4 percent), Ft.

Worth, Texas (2 percent), Pensacola, Fla. (2 percent), Sioux City, Iowa (2

percent), North Island, Calif. (1 percent), New Orleans, La. (1 percent),

Atlanta, Ga. (1 percent), Lemoore, Calif. (1 percent), Rota, Spain (1

percent), Grottaglie, Italy (1 percent), Iwakuni, Japan (1 percent), Barksdale

AFB, La. (1 percent), MAFB, Ga. (1 percent), St. Louis, Mo. (1 percent),

Portland, Ore. (1 percent), Langley AFB, Va. (1 percent), Seymor Johnson AFB,

N.C. (1 percent), and Nellis AFB, Nevada (1 percent).







Services for the Navy are expected to be completed in December 2006 and the

services for the Air Force and the Governments of Malaysia and Kuwait are

expected to be completed in December 2007.  Contract funds will not expire at

the end of the current fiscal year.  This contract was not competitively

procured.  The Naval Air Warfare Center Weapons Division, Pt. Mugu, Calif. ,

is the contracting activity (N68936-06-D-0002).







                              DEFENSE LOGISTICS AGENCY







            Sterling Foods, Ltd., San Antonio, Texas , is being awarded a

maximum $39,911,331 firm fixed priced contract for bakery items for use in the

Meals Ready to Eat.  This is an indefinite quantity type contract.  There were

32 proposals solicited and four responded.  Contract funds will expire at the

end of the current fiscal year.  Date of completion is Dec. 19, 2006.  The

contracting activity is Defense Supply Center Philadelphia (DSCP),

Philadelphia, Pa. (SPM3S1-06-Z118).







            Caravan Trading Co.*, Union City, Calif., is being awarded a

maximum $7,416,666 firm fixed priced contract for pound cakes for use in the

Meals Ready to Eat.  This is an indefinite quantity type contract.  There were

32 proposals solicited and four responded.  Contract funds will expire at the

end of the current fiscal year.  Date of completion is Dec. 19, 2006.  The

contracting activity is DSCP, Philadelphia, Pa. (SPM3S1-06-Z116).







            The Wornick Co., McAllen, Texas , is being awarded a maximum

$5,651,000 firm fixed priced contract for tortillas and cookies for use in the

Meals Ready to Eat.  This is an indefinite quantity type contract.  There were

32 proposals solicited and four responded.  Contract funds will expire at the

end of the current fiscal year.  Date of completion is Dec. 19, 2006.  The

contracting activity is DSCP, Philadelphia, Pa. (SPM3S1-06-Z117).











                                         ARMY







            Lockheed Martin Corp., Orlando, Fla., was awarded on Dec. 15,

2005, an $18,876,095 firm-fixed-price contract for the Target Acquisition

Designation Sight Electronic Display and Controls and Various Spares.  Work

will be performed in Orlando, Fla., and is expected to be completed by Sept.

30, 2009.  Contract funds will not expire at the end of the current fiscal

year.  This was a sole source contract initiated on Jan. 20, 2005.  The Army

Aviation and Missile Command, Redstone Arsenal, Ala. , is the contracting

activity (W58RGZ-06-C-0024).







            BAE Systems Land & Armaments L.P., Santa Clara, Calif., was

awarded on Dec. 16, 2005, an $11,000,000 modification to a cost-plus-fixed-fee

contract for Systems Technical Support and Logistics Services for the Bradley

Fighting Vehicle and Multiple Launch Rocket Systems and their Derivative

Vehicles.  Work will be performed in Santa Clara, Calif., and is expected to

be completed by Nov. 30, 2006.  Contract funds will not expire at the end of

the current fiscal year.  This was a sole source contract initiated on Dec.

28, 2000.  The Army Tank-Automotive and Armaments Command, Warren, Mich. , is

the contracting activity (DAAE07-01-C-M011).







            Robertson Aviation L.L.C.*, Tempe, Ariz., was awarded on Dec. 16,

2005, a delivery order amount of $6,685,092 as part of a $19,588,077

firm-fixed-price contract for the Combo Fuel Tank for the AH-64 Aircraft.

Work will be performed in Tempe, Ariz., and is expected to be completed by

Jan. 30, 2011.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on Aug. 2, 2004.  The

Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting

activity (W58RGZ-06-D-0021).
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
CONTRACTS from the United States Department of Defense



No. 1313-05

FOR RELEASE AT

Dec 21, 2005

Media Contact: (703)697-5131

Public/Industry(703)428-0711



                                      CONTRACTS







                                        NAVY







            Earl Industries, LLC,Portsmouth, Va. is being awarded a five year

Multi-Ship Multi-Option (MSMO) cost-plus-award-fee contract with a total

evaluated cost of $165,282,992.  An initial award amount of $39,106 is for the

accomplishment of pre-production planning and procurement of long lead time

material for repairs to the USS Theodore Roosevelt (CVN-71) fiscal 2007

Planned Incremental Availability.  This contract covers work on four CVN-68

Class Aircraft Carriers, which include Planned Incremental Availabilities,

Docking Planned Incremental Availabilities, and scheduled/unscheduled

(Continuous Maintenance) repairs.  The vessels involved are USS Dwight D.

Eisenhower (CVN-69), USS Theodore Roosevelt (CVN-71), USS George Washington

(CVN-73), and USS Harry S. Truman (CVN-75).  The contract also allows for

options to accomplish scheduled and unscheduled repairs on the USS Enterprise

(CVN-65) and USS Carl Vinson (CVN-70).  Work will be performed at Norfolk

Naval Shipyard, Portsmouth, Va.; Naval Station, Norfolk, Va.; refueling yard,

or other locations within Norfolk, Va., and is expected to be completed

December 2010 with options.  Contract funds in the amount of $39,106 will

expire at the end of the current fiscal year.  This contract was competitively

procured via the Internet, with 13 proposals solicited and one offer received.

  The Mid-Atlantic Regional Maintenance Center, Norfolk, Va. , is the

contracting activity (N40025-06-C-9000).







            Corporate Express, Sterling, Va., is being awarded a $95,000,000

firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide

a SERVMART for the acquisition of printer/toner cartridges, galley supplies,

industrial tools and janitorial/sanitation supplies.  This contract includes

four option years that, if exercised, bring the estimated total value of the

contract to $475,000,000.  Work will be performed in the continental United

States (60 percent); Alaska, Hawaii, and Guam (40 percent), and is expected to

be completed by December 2006.  Contract funds will not expire at the end of

the current fiscal year.  This contract was competitively procured via Navy

Electronic Commerce Online and advertised in Federal Business Opportunities,

with16 offers received.  Fleet and Industrial Supply Center, San Diego, Calif.

is the contracting activity (N00244-06-D-0009).







            OFFICEMAX Contract Inc., dba BCOP Federal, Garden Grove, Calif.,

is being awarded a $50,000,000 firm-fixed-price,

indefinite-delivery/indefinite-quantity contract to provide a virtual SERVMART

for the acquisition of office supplies.  This contract includes four option

years that, if exercised, bring the estimated total value of the contract to

$250,000,000.   Work will be performed in the continental United States (60

percent); and Alaska, Hawaii, and Guam (40 percent).  Work is to be completed

by December 2006.  Contract funds will not expire at the end of the current

fiscal year.  This contract was competitively procured via Navy Electronic

Commerce Online and advertised in Federal Business Opportunities, with 16

offers received.  Fleet and Industrial Supply Center, San Diego, Calif. is the

contracting activity (N00244-06-D-0008).







            General Electric Transportation (GET) Aircraft Engines, Lynn,

Mass. is being awarded a $34,000,000 delivery order issued under a previously

awarded Basic Ordering Agreement (FA8104-05-G-0003) for repair or replacement

of F414 engine components utilized on the F/A-18 aircraft.  Work will be

performed in Lynn, Mass., and is expected to be completed by June 2006.

Contract funds will not expire at the end of the current fiscal year.  This

contract was not competitively procured.   The Naval Inventory Control Point

is the contracting activity (Order GB19).







            Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Marietta,

Ga., is being awarded a $32,799,358 not-to-exceed modification to a previous

awarded indefinite-delivery/indefinite-quantity contract (N00019-04-D-0001) to

provide logistics and technical engineering support and spares for the U.S.

Marine Corps KC-130J and other Government C-130J aircraft.  Work will be

performed in Cherry Point, N.C. (85 percent), and Miramar, Calif. (15

percent), and is expected to be completed in December 2006.  Contract funds

will not expire at the end of the current fiscal year.  The Naval Air Systems

Command, Patuxent River, Md. , is the contracting activity.







            Raytheon Co., Tucson, Ariz., is being awarded a $24,750,000

firm-fixed-price contract for production of three Rolling Airframe Missile

(RAM) MK 49 Mod 3 Guided Missile Launcher Systems (GMLS) in support of the

Egyptian Fast Missile Craft program.  RAM is a missile system designed to

provide anti-ship missile defense.  The MK 49 Guided Missile Launcher Systems

procured by this contract are designed to fire MK 44 Guided Missile Round

Packs, which feature an image scanning infrared seeker that allow the missile

to counter advanced anti-ship threats that do not employ active radar

guidance.  This effort is for the Government of Egypt (100 percent) under the

Foreign Military Sales Program.  Work will be performed in Louisville, Ky. (50

percent) and Ottobrunn , Germany (50 percent), and is expected to be completed

by March 2009.  The contract was not competitively procured.  Contract funds

will not expire at the end of the current fiscal year.  The Naval Sea System

Command, Washington, D.C. , is the contracting activity (N00024-06-C-5402).







            Kellogg Brown & Root Services, Arlington, Va., is being awarded

$20,000,000 for Modification 05 to Task Order 0023 under a cost reimbursement,

indefinite-delivery/indefinite-quantity emergency construction capabilities

contract (N62470-04-D-4017) for disaster recovery efforts in support of

response to the immediate aftermath of Hurricane Wilma for clean up and



repair to the family housing units and continued hurricane relief efforts in

South Florida and the



Key West Florida region.  Award of this modification brings the total task

order amount to $70,000,000.  Work will be performed in the areas noted above,

and is expected to be completed by January 2006.  Contract funds will expire

at the end of the current fiscal year.  The basic contract was competitively

procured with 59 proposals solicited, three offers received and award made on

July 26, 2004.  The total contract amount is not to exceed $500,000,000, which

includes the base period and four option years.  The Naval Facilities

Engineering Command, Atlantic, Norfolk, Va. , is the contracting activity.







            GSE Dynamics Incorporated, Hauppauge, N.Y., is being awarded a

$13,865,432 indefinite-delivery/indefinite-quantity contract for acquisition

of Mast Fairing Assemblies and Repaired and Refurbished Fiberglass Composite

Structures for the Naval Surface Warfare Center, Philadelphia, Pa.  Lot 1 is

for acquisition of 7 line items in various quantities of AN/BRA-34, SSN 688

Class mast fairing assemblies and AN/BRD-7, SSN 688 Class mast fairing

assemblies.  Lot 2 is to provide repaired, refurbished, rebuilt and modified

Government furnished Fiberglass Composite Structures.  The fiberglass

structures will consist of, but not be limited to, submarine antennas,

periscope mast fairings, radomes, antenna closure caps, etc.  Work will be

performed in Hauppauge, N.Y., and is expected to be completed by December

2010.  Contract funds will not expire at the end of the current fiscal year.

The contract was competitively procured and synopsized on the Federal Business

Opportunities website, with three proposals received.  The Naval Surface

Warfare Center, Carderock Division, Ship Systems Engineering Station,

Philadelphia, Pa., is the contracting activity (N65540-06-D-0005).







            Systems Engineering Associates Corp., Johnnycake Hill Road,

Middletown, R.I., is being awarded a $9,433,903 cost-plus-fixed-fee contract

for engineering and technical services in support of continued Development and

Production of a Surface Ship Torpedo Defense (SSTD) Launch Canister.  The

contract was a Small Business Innovative Research Phase III procurement.  The

procurement will be for further transition of this demonstrated technology to

a production baseline addressing several mission areas with emphasis on their

unique requirements and interfaces.  Work will be performed in Middletown,

R.I., and is expected to be completed by December 2010.  Contract funds in the

amount of $335,000, will expire by the end of the current fiscal year.  The

contract was not competitively procured.  The Naval Undersea Warfare Center,

Newport Division, Newport, R.I. , is the contracting activity

(N66604-06-D-0100).







            Advanced Acoustic Concepts Inc., Hauppauge, N.Y., is receiving an

$8,134,009 cost-only modification to previously awarded contract

(N00024-05-C-5486) to perform AN/SQQ-89(V), anti-submarine combat system

engineering services.  The contract will provide for seven Scaled Improved

Performance Sonar SHIPALT kits to support the adjunct AN/SQQ-89(V) Surface

Undersea Warfare Combat System modernization upgrade program.  This mod

combines an effort for the U.S. Navy (97 percent) and the Government of Japan

(3 percent) under the Foreign Military Sales Program.  Work will be performed

in Uniontown, Pa. (75 percent) and Hauppauge, N.Y. (25 percent), and is

expected to completed by October 2006.   Contract funds 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 Corp., Air Combat Systems, El Segundo, Calif., is

being awarded a $5,868,875 firm-fixed-price contract for the procurement of 37

shipsets of Center Barrel Replacement Plus (CBR+) loose parts in support of

the Service Life Extension Program for the U.S. Navy F/A-18A/B/C/D aircraft.

Work will be performed in El Segundo, Calif., and is expected to be completed

in October 2008.  Contract funds will not expire at the end of the current

fiscal year.  This contract was not competitively procured.  The Naval Air

Systems Command, Patuxent River, Md. , is the contracting activity

(N00019-06-C-0080).







                              DEFENSE LOGISTICS AGENCY







            Portion Pac Inc., Stone Mountain, Ga., is being awarded a maximum

$24,785,000 firm fixed priced contract for MRE spreads for use in the Meals

Ready to Eat Assembly Program.  This is an indefinite quantity type contract.

Using services are Army, Navy, Air Force, and Marines.  There were 30

proposals solicited and three responded.  Contract funds will expire at the

end of the current fiscal year.  Date of completion is Dec. 20, 2006.  The

contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa.

(SPM3S1-06-Z135).







            Troy Co. Inc.*, Seattle, Wash., was awarded on Dec. 20, 2005 a

maximum $6,059,578 fixed priced with economic price adjustment for diesel fuel

grades No. 1 and 2 and diesel fuel low sulfur No. 2.  Other locations of

performance are various government facilities in the states of Idaho, Montana

and Washington.  Using services are Army, Navy, Air Force, and federal

civilian agencies.   There were 200 proposals solicited and 27 responded.

Contract funds will not expire at the end of the current fiscal year.  Date of

completion is June 30, 2010.  The contracting activity is Defense Energy

Support Center, Fort Belvoir, Va. (SP0600-06-D-4517)







                                         ARMY







            MPRI Inc., Alexandria, Va., was awarded on Dec. 13, 2005, an

$8,773,871 modification to a firm-fixed-price contract for Operation and

Maintenance of the Butler Military Artillery Range.  Work will be performed in

Baghdad, Iraq, and is expected to be completed by Dec. 31, 2006.  Contract

funds will not expire at the end of the current fiscal year.  There were an

unknown number of bids solicited via the World Wide Web on Dec. 11, 2004, and

three bids were received.  The Victory Contracting Office, Baghdad, Iraq, is

the contracting activity (W27P4C-05-C-0796).

IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
CONTRACTS from the United States Department of Defense

No. 1317-05
FOR RELEASE AT
Dec 22, 2005
Media Contact: (703)697-5131
Public/Industry(703)428-0711

                                      CONTRACTS



                                        NAVY



            McDonnell Douglas Corp.,St. Louis, Mo., is being awarded a
$995,000,000 firm-fixed-price requirements performance based logistics
contract for performance based logistics support for the F/A-18E/F aircraft.
This contract includes one five-year base period, with an additional five-year
option period, which, if exercised, will bring the total estimated value of
the contract to $2,900,000,000.  Work will be performed in St. Louis, Mo., and
is to be completed by September 2010.  Contract funds will not expire at the
end of the current fiscal year.  This contract was not competitively procured.
  The Naval Inventory Control Point is the contracting activity
(N00383-06-D-0001J).



            Raytheon Co., Tucson, Ariz., is being awarded a $152,454,637 firm
fixed price modification to previously awarded contract N00024-05-C-5482, to
procure 198 (ea) Evolved SEASPARROW Missiles (ESSM), 59 (ea) shipping
containers and spares for the NATO SEASPARROW Consortium.  This modification
procures ESSMs for Germany, Greece, Norway, Spain, The Netherlands, Norway,
and the United States.  The NATO SEASPARROW consortium, which includes the
United States and 9 other countries, will fund the effort.  Work will be
performed in Tucson, Ariz. (38 percent); Andover, Mass. (10 percent); Camden,
Ark. (5 percent); Minneapolis, Minn. (1 percent); Camden, Australia (13
percent); Canada (7 percent); Germany (7 percent); Norway (7 percent); The
Netherlands (6 percent); Spain (3 percent); Denmark (1 percent); Greece (1
percent); and Turkey (1 percent), and is expected to be completed by October
2008.  Contract funds will not expire at the end of the current fiscal year.
The Naval Sea Systems Command, Washington, D.C. , is the contracting activity.



            Standard Aero Inc., San Antonio, Texas, is being awarded an
$84,736,368 modification to a previously awarded
indefinite-delivery/indefinite-quantity contract (N00019-04-D-0016) to
exercise an option for T56 Series III Engine Module repairs that includes
providing the facilities, labor, spare parts, consumable material, and test
equipment to return the items to Ready For Issue condition.  This option
includes repairs on 10 propulsion systems, 240 power sections, 205 reduction
gear assemblies, 205 torquemeters, 30 quick engine change kits, five
compressor assemblies and five turbine unit change assemblies.   Work will be
performed at San Antonio ,

Texas (80 percent); and Winnipeg, Canada, (20 percent), and is expected to be
completed in December 2006.  Contract funds will not expire at the end of the
current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. , is
the contracting activity.



            Rolls-Royce Corp., Indianapolis, Ind., is being awarded a
$58,723,200 modification to a previously awarded firm-fixed-price contract
(N00019-95-C-0209) to exercise an option for the fiscal 2006 procurement of 22
MV-22 and 6 CV-22 AE1107C engines.  Work will be performed in Indianapolis,
Ind., and is expected to be completed in December 2007.  Contract funds will
not expire at the end of the current fiscal year.  The Naval Air Systems
Command, Patuxent River, Md. , is the contracting activity.



            Electric Boat Corp., Groton, Conn., is being awarded a $15,500,000
modification to previously awarded contract (N00024-96-C-2100) for execution
of the USS Virginia (SSN 774) Post Shakedown Availability to accomplish
maintenance, repair, alterations, testing, and other work.  Work will be
performed in Groton, Conn. (99 percent) and Quonset Point, R.I. (1 percent),
and is expected to be completed in November 2006.  Contract funds will not
expire at the end of the current fiscal year.  The Supervisor of Shipbuilding
Conversion and Repair, USN, Groton Conn. , is the contracting activity.



            Rolls Royce Engine Services, Oakland, Calif., is being awarded an
estimated value $11,098,010 modification to a previously awarded
indefinite-delivery/indefinite-quantity contract  (N00019-05-D-0011) for the
repair of up to 175 T56-A-427 Series IV engines for the E-2 aircraft.  Work
will be performed in Oakland, Calif. (75 percent); Indianapolis, Ind. (15
percent); Greer, S.C. (5 percent) and Dallas, Texas (5 percent), and is
expected to be completed in September 2006.  Contract funds will not expire at
the end of the current fiscal year.  The Naval Air Systems Command, Patuxent
River, Md. , is the contracting activity.



            Sikorsky Aircraft Corp., Stratford, Conn., is being awarded an
$11,041,184 firm-fixed-price delivery order against a previously awarded basic
ordering agreement (N00019-03-G-0003) for nonrecurring retrofit efforts in
support of Engineering Change Proposal 4010 for correction of operational
deficiencies in the MH-60S aircraft.  Work will be performed in Stratford,
Conn., and is expected to be completed in December 2008.  Contract funds will
not expire at the end of the current fiscal year.  The Naval Air Systems
Command, Patuxent River, Md. is the contracting activity.



            Raytheon Co., Tucson, Ariz., is being awarded a $10,886,556
firm-fixed-priced modification to previously awarded contract
(N00024-04-C-5342) for two MK 698 test sets and related support material.  The
MK 698 test sets and material are required to support Standard Missile (SM-2)
Production.  Work will be performed in Tucson, Ariz., and is expected to be
completed by October 2007.  Contract funds will not expire at the end of the
current fiscal year.  The Naval Sea Systems Command, Washington, D.C. , is the
contracting activity.



            Raytheon Co., Tucson, Ariz., is being awarded an $8,837,325
ceiling-priced modification to a previously awarded firm-fixed-price contract
(N00019-04-C-0569) for the manufacture of 135 B Kits and assembly of the SSGN
modification kit for the Composite Capsule Launching System (CCLS) capsule.
The B Kits provide the components that complete the umbilical cable and aft
end for the CCLS in order for the CCLS capsule to be compatible with the SSGN
submarine environment.  Work will be performed in Joplin, Mo. (33.3 percent);
Huntsville, Ala. (33 percent); Tucson, Ariz. (23.3 percent); and Camden, Ark.
(10 percent), and is expected to be completed in July 2007.  Contract funds in
the amount of $1,309,233 will expire at the end of the current fiscal year.
The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.



            Raytheon Technical Services Co., Norfolk, Va., is being awarded a
$6,501,184 time and material order contract for repair parts for the
sidewinder missile, SPS-49 radar system, USC-38 and WSC-6 communication
system.  Work will be performed in Chula Vista, Calif. (59 percent); Norfolk,
Va. (36 percent); and Goleta, Calif. (5 percent), and is expected to be
completed by December 2006.  Contract funds will not expire at the end of the
current fiscal year.  This contract was not competitively procured.   The
Naval Inventory Control Point is the contracting activity (N00104-02-G-A404).



            BAE SYSTEMS Information and Electronics Systems Integration Inc.,
Communication, Navigation, Identification and Reconnaissance Div., Greenlawn,
N.Y., is being awarded a $6,079,440 modification to a previously awarded
firm-fixed-price contract (N00019-01-C-0271) to exercise an option for the
procurement of 60 AN/UPX-37 Digital IFF Interrogator units for the U.S. Navy
(43) and U.S. Air Force (17).  Work will be performed in Greenlawn, N.Y., and
is expected to be completed in October 2007.  Contract funds will not expire
at the end of the current fiscal year.  The Naval Air Systems Command,
Patuxent River, Md. , is the contracting activity.



                                         ARMY



            General Electric Engine Services, Cincinnati, Ohio, was awarded on
Dec. 21, 2005, a delivery order amount of $17,517,490 as part of a $92,769,335
firm-fixed-price contract for Overhaul/Recapitalization of the T700-GE-700,
700-GE-701, and T700-GE-701C Gas Turbine Engine Cold Section Modules for the
UH-60 Black Hawk and AH-64 Apache Helicopters.  Work will be performed in
Arkansas City, Kan., and is expected to be completed by Dec. 31, 2011.
Contract funds will not expire at the end of the current fiscal year.  This
was a sole source contract initiated on July 12, 2005.  The U.S. Army Aviation
and Missile Command, Redstone Arsenal, Ala., is the contracting activity
(W58RGZ-06-D-0063).



            Simula Aerospace and Defense Group Inc., Phoenix, Ariz., was
awarded on Dec. 21, 2005, a $6,501,900 modification to a firm-fixed-price
contract for M915A3 Crew Protection Kits and M915 Crew Protection Kit Optional
Overlays.  Work will be performed in Phoenix, Ariz., and is expected to be
completed by April 1, 2006.  Contract funds will not expire at the end of the
current fiscal year.  This was a sole source contract initiated on Nov. 2,
2005.  The U.S. Tank-Automotive and Armaments Command, Warren, Mich., is the
contracting activity (W56HZV-04-C-0259).



                              DEFENSE LOGISTICS AGENCY



            PNEC Corp.*, Tacoma, Wash., is being awarded a maximum $11,015,950
fixed priced with economic price adjustment requirements type contract for
fuel oil, burner #2 for Army.  Other location of performance is Fort Lewis,
Wash.  There were 200 proposals solicited and 27 responded.  Contract funds
will not expire at the end of the current fiscal year.  Date of completion is
June 30, 2010.  The contracting activity is Defense Energy Support Center
(DESC), Fort Belvoir, Va. (SP0600-06-D-4513).



IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
CONTRACTS from the United States Department of Defense



No. 1321-05

FOR RELEASE AT

Dec 23, 2005

Media Contact: (703)697-5131

Public/Industry(703)428-0711







                                      CONTRACTS



_ _



                                         ARMY







            Alliant Lake City Small Caliber Ammunition Co.

L.L.C.,Independence, Mo., was awarded on Dec. 22, 2005, a delivery order

amount of $156,385,472 as part of a $166,205,917 firm-fixed-price contract for

Small Caliber Ammunition.  Work will be performed in Independence, Mo., and is

expected to be completed by Sept. 30, 2006.  Contract funds will not expire at

the end of the current fiscal year.  This was a sole source contract initiated

on Oct. 5, 2005.  The Army Field Support Command, Rock Island, Ill. , is the

contracting activity (DAAA09-99-D-0016).







            Unisys Corp., Reston, Va., was awarded on Dec. 21, 2005, a

delivery order amount of $5,025,664 as part of a $26,713,754 firm-fixed-price

contract for the Composite Healthcare System II Worldwide Implementation and

Training Clinical Information Technology Office.  Work will be performed in

Arlington, Va., and is expected to be completed by Aug. 15, 2006.  Contract

funds will not expire at the end of the current fiscal year.  This was a sole

source contract initiated on Dec. 15, 2003.  The Defense Contracting Command,

Arlington, Va. , is the contracting activity (W74V8H-04-D-0033).







                                        NAVY







            Bell-Boeing Joint Program Office, Patuxent River, Md., is being

awarded a not to exceed $37,434,578 modification to a previously awarded

cost-plus-incentive-fee contract (N00019-03-C-0067) to exercise an option to

provide logistic services in support of the CV-22 Developmental Test and

Initial Operational Test and Evaluation.  Work will be performed in Edwards

Air Force Base (AFB) in Kern, Calif. (50 percent), and Kirtland AFB in

Albuquerque, N.M. (50 percent) and is expected to be completed in December

2006.  Contract funds will not expire at the end of the current fiscal year.

The Naval Air Systems Command, Patuxent River, Md. , is the contracting

activity.







            Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a

$25,220,758 firm-fixed-priced delivery order against a previously issued Basic

Ordering Agreement (N00019-04-G-0003) for the procurement of two E-2C avionics

upgrade kits in accordance with Engineering Change Proposal 411-R1 for the

Government of Japan under the Foreign Military Sales Program.  Work will be

performed in Bethpage, N.Y. (75 percent) and Melbourne, Fla. (25 percent), and

is expected to be completed in December 2007.  Contract funds will not expire

at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River,

Md. is the contracting activity.







            Pratt & Whitney Aircraft Group, East Hartford, Conn., is being

awarded a $17,043,769 delivery order under previously awarded firm-

fixed-price contract (N00383-04-G-003M) for the repair of nine line items used

on the J-52 engine, powering the EA-6B aircraft and will provide

manufacturing, engineering, and technical support to Naval Aviation Depot

Jacksonville with a goal of improving monthly output.  Work will be performed

in Jacksonville, Fla., and is expected to be completed by March 2007.

Contract funds will not expire at the end of the current fiscal year.  This is

a sole source contract.  Pratt & Whitney, the original equipment manufacturer

of the J-52 engine, is the only source that has the technical expertise to

execute this contract.  The Naval Inventory Control Point in Philadelphia, Pa.

is the contracting activity (Order 0011).







            C. E. Wylie Construction Co., San Diego, Calif., is being awarded

a $16,000,000 firm-fixed price modification to Task Order 0001 under

previously awarded indefinite-delivery/indefinite-quantity multiple award

construction contract (N68711-03-D-7058) to exercise CLIN 0003.  This

modification is for construction of two hangars with additional apron space

that were part of the previously awarded contract for the design and

construction of four hangars at the Naval Air Facility, El Centro, Calif.  The

base item was awarded Dec. 29, 2004 for $27,000,000.  After exercise of this

modification, the total cumulative contract amount will be $45,078,520.  Work

will be performed in El Centro, Calif., and is expected to be completed by

August 2007.  Contract funds will not expire at the end of the current fiscal

year.  The original contract was competitively procured via the NAVFAC

e-solicitation website with 16 proposals received and award made on Sept. 30,

2003.  The total contract amount for each contractor is not to exceed

$100,000,000 (base period and four option years) bringing the cumulative total

for all five contracts to $500,000,000.  The multiple contractors (five) may

compete for task orders under the terms and conditions of the existing

contract.  Five proposals were received for this task order.  The Naval

Facilities Engineering command, Southwest Division, San Diego, Calif., is the

contracting activity.







            Smiths Aerospace Inc., Electronic Systems, Grand Rapids, Mich., is

being awarded a $12,862,995 firm-fixed-price delivery order against a

previously awarded requirements contract (N00019-04-D-0080) for the

procurement of 67 AV-8B Warfare Management Computers.  Work will be performed

in Grand Rapids, Mich., and is expected to be completed in December 2006.

Contract funds will not expire at the end of the current fiscal year.  The

Naval Air Systems Command, Patuxent River, Md. , is the contracting activity.







            The MathWorks Inc., Natick, Mass., is being awarded a $10,000,000

firm-fixed-price, indefinite-delivery, indefinite-quantity contract for

MathWorks Software products, including MatLab, Simulink, toolboxes,

maintenance, training, and consultation.  The MathWorks produces software for

technical computing and model-based design for use by government engineers,

scientists, mathematicians, and researchers.  Work will be performed in

Natick, Mass., and is expected to be completed in December 2010.  Contract

funds will not expire at the end of the current fiscal year.  This contract

was not competitively procured.  The Naval Air Warfare Center Weapons

Division, China Lake, Calif. , is the contracting activity (N68936-06-D-0007).







            The Charles Stark Draper Laboratory, Cambridge, Mass., is being

awarded a $9,544,439 cost-plus-fixed-fee completion contract to provide

engineering and technical services in the areas of system integration,

implementation, and management, including hardware and software to support

these services.  Draper will be providing its integration experience to the

following technology development programs: Military Flight Operation Quality

Assurance Demonstration Project, Advanced SEAL Delivery System and Submarine

Class Ship Control System.  Work will be performed in Cambridge, Mass., and is

expected to be completed by December 2010.  Contract funds in the amount of

$361,000, will expire at the end of the current fiscal year.  This contract

was not competitively procured.  The Naval Surface Warfare Center, Carderock

Division, West Bethesda, Md. , is the contracting activity (N00167-06-D-0001).







            Titan Systems Corp., San Diego, Calif., is being awarded a

not-to-exceed $5,851,060 firm-fixed-price letter contract to procure 13

AN/USC-42A(V)2 Mini-DAMA terminals, 39 DSP II cards, 40 E-HUB COMSEC

assemblies plus other ancillary Mini-DAMA hardware.  This contract contains

requirements for the Governments of Australia, Canada, Germany, Italy,

Netherlands, South Korea, and United Kingdom under the Foreign Military Sales

program.  Work will be performed in San Diego, Calif., and is expected to be

completed by October 2006.  Contract funds will not expire at the end of the

current fiscal year.  This contract was not competitively procured and was not

synopsized as allowed by FAR 5.202 (a)(3) International Agreement.  The Space

and Naval Warfare Systems Command San Diego, Calif., is the contracting

activity (N00039-06-C-0004).







_DEFENSE FINANCE AND ACCOUNTING SERVICE_







            Electronic Data Systems Corp., Herndon, Va., was awarded a fourth

year option with a maximum face value of $12, 241,187 as part of the

indefinite delivery contract (MDA210-02-D-0001) for production support,

hardware/software support and system improvements for Defense Finance and

Accounting Service (DFAS) electronic data management.  The aggregate face

value of this contract prior to this procurement action was $49,409,485.  Work

will be performed at DFAS Columbus, Ohio; DFAS Indianapolis, Ind.; DFAS Omaha,

Neb.; and DFAS Charleston, S.C.  Under this option work will be performed

between Jan. 1 and Dec. 31, 2006.  Funding includes nine months of fiscal 2006

dollars and three months of fiscal 2007 dollars, to be issued by task orders.

The DFAS Contract Services Directorate, Columbus Ohio , is the contracting

activity (MDA210-02-D-0001).
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
CONTRACTS from the United States Department of Defense

No. 1327-05
FOR RELEASE AT
Dec 27, 2005
Media Contact: (703)697-5131
Public/Industry(703)428-0711

                                      CONTRACTS

-== ==-

                                        NAVY



            Bell-Boeing Joint Program Office, Patuxent River, Md., is being
awarded an advance acquisition contract for long lead components associated
with the manufacture and delivery of 14 fiscal 2007 Lot 11 MV-22 and 2 fiscal
2007 Lot 11 CV-22 aircraft.  The estimated ceiling value for this effort is
$1,058,600,000.  Work will be performed in Ridley Park, Pa. (50 percent); Fort
Worth, Texas (35 percent); and Amarillo, Texas (15 percent), and is expected
to be completed in September 2009.  Contract funds will not expire at the end
of the current fiscal year.  This contract was not competitively procured.
The Naval Air Systems Command, Patuxent River, Md. is the contracting activity
(N00019-06-C-0292).



            Raytheon Co., El Segundo, Calif., is being awarded a $75,602,728
firm-fixed-price contract for the procurement of 38 Full Rate Production Lot 4
Advanced Targeting Forward Looking Infrared (ATFLIR) pods for the F/A-18E/F
aircraft, including associated sustaining engineering, and non-recurring
engineering.  Work will be performed in McKinney, Texas (76 percent) and El
Segundo, Calif. (24 percent), and is expected to be completed in November
2008.  Contract funds will not expire at the end of the current fiscal year.
This contract was not competitively procured.  The Naval Air Systems Command,
Patuxent River, Md. , is the contracting activity (N00019-06-C-0310).



            Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a
$17,167,474 firm-fixed priced delivery order against a previously issued Basic
Ordering Agreement (N00019-04-G-0003) for sustaining engineering services for
the E-2C for the Governments of Taiwan ($6,813,000; 40 percent); Egypt
($4,156,587; 24 percent); France ($2,596,000; 15 percent); Japan ($1,751,887;
10 percent); Mexico ($1,395,000; 8 percent); and Singapore ($455,000 3
percent) under the Foreign Military Sales program.  Work will be performed in
Bethpage, N.Y., and is expected to be completed in December 2006.  Contract
funds will not expire at the end of the fiscal year.  The Naval Air Systems
Command, Patuxent River, Md. is the contracting activity.



            Lockheed Martin Systems Integration-Owego, Owego, N.Y., is being
awarded a $16,405,000 modification to a previously awarded
cost-plus-incentive-fee contract (N00019-05-C-0048) for non-recurring
engineering services in support of MH-60S Airborne Mine Countermeasures Common
Console Technology Insertion Effort.  Work will be performed in Owego, N.Y.,
and is expected to be completed in June 2008.  Contract funds will not expire
at the end of the current fiscal year.  The Naval Air Systems Command,
Patuxent River, Md. is the contracting activity.



         Smiths Aerospace Mechanical Systems - Santa Ana Inc., Santa Ana,
Calif., is being awarded a $13,088,583 modification to a previously awarded
firm-fixed-price contract (N00421-00-C-0433) to exercise an option for the
procurement of 216 each 480-gallon external fuel tanks for F/A-18E/F aircraft.
  Work will be performed in Santa Ana, Calif., and is expected to be completed
in December 2007.  Contract funds in the amount of $5,835,975 will expire at
the end of the current fiscal year.  The Naval Air Warfare Center Aircraft
Division, Patuxent River, Md. , is the contracting activity.



            Bell-Boeing Joint Program Office, Patuxent River, Md., is being
awarded a $12,335,962 modification to a previously awarded firm-fixed-price,
fixed-price-incentive-fee contract (N00019-04-C-0012) for the procurement of
one MV-22 Flight Training Device (FTD#2) in a Block B configuration.  Work
will be performed in Fort Worth, Texas (80 percent) and Philadelphia, Pa. (20
percent), and is expected to be completed in December 2007.  Contract funds
will not expire at the end of the current fiscal year.  The Naval Air Systems
Command, Patuxent River, Md. is the contracting activity.



            Hensel Phelps Construction Co., Chantilly, Va., is being awarded
$5,506,305 for firm-fixed-price Modification A00017 to previously awarded
contract (N40080-04-C-0161) for design and construction of a Flash Jet Paint
Removal Facility under the design/build contract for Presidential Helicopter
Programs Support Facility at Naval Air Station, Patuxent River.  _A_ Flash Jet
Coatings removal system will be designed to remove paint from the external
mold line surfaces of the VH-71 Helicopter.  The Flash Jet process is safe for
use on all substrates, including thin aluminum, titanium, steel, and
composites such as Carbon/Epoxy, Carbon/PEEK, Boron/Epoxy, Kevlar and
fiberglass.  The Flash Jet process strips multiple paint and primer layers_,_
paint colors, and varieties of paint without damage to the underlying
substrate.  Work will be performed in Patuxent River, Md., and is expected to
be completed by July 2006.  Contract funds will not expire at the end of the
current fiscal year.  The original contract, Phase I, was competed via the
NAVFAC e-solicitation website with 12 proposals received, and based on the
results of the technical evaluation, three of the 12 firms who submitted Phase
I proposals were invited to participate in the Phase II competitive
negotiation process.  Award was made on Jan. 27, 2005.  This contract
modification is executed under the terms and conditions of the existing
contract.  The Naval Facilities Engineering Command, Washington, Washington ,
D.C., is the contracting activity.
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
CONTRACTS from the United States Department of Defense



No. 1330-05

FOR RELEASE AT

Dec 28, 2005

Media Contact: (703)697-5131

Public/Industry(703)428-0711



                                      CONTRACTS







_MISSILE DEFENSE AGENCY_







            Lockheed Martin Integrated Systems and Solutions of Gaithersburg,

Md. is being issued a cost-plus-award fee modification to HQ0006-02-9-0002 to

extend the period of performance and increase the agreement value by

$307,995,315.  This modification is for the development, integration, and

installation of the command, control, battle management and communications

capability for the Ballistic Missile Defense System (BMDS).  This work is

central to the integration of formerly stand-alone system elements into an

effective, layered BMDS, and the interoperability of missile defense command

and control operations, at the various combatant commanders' sites.  The

current effort is expected to be completed December 31, 2005.  Funds will not

expire at the end of the current fiscal year.  The contracting activity is the

Missile Defense Agency, 7100 Defense Pentagon,Washington, DC 20301-7100.  The

work under this modification will be funded using Fiscal Years 2006, 2007 and

2008 funds (HQ0006-02-9-0002).



-== ==-



                                     AIR FORCE







            Raytheon Aircraft Co., Wichita, Kan., is being awarded a

$268,994,493.60 commercial firm-fixed price contract modification.  This

action provides for Lot 13 option exercise, JPATS T-6A production aircraft Lot

13 (54 aircraft) for FY06, and Retrofit Material Kit B option exercise.  At

this time $485,541.60 has been obligated.  This work will be complete by

February 2009.  The Headquarters Materiel Command, Wright-Patterson Air Force

Base, Ohio, is the contracting activity.  (F33657-01-C-0022/P00109).







            Lockheed Martin Aeronautics Co., Ft Worth, Texas, is being awarded

a $99,700,000 (not to exceed) firm fixed price & time and materials contract.

This procurement of Foreign Military Sales (FMS) F-16C/D new aircraft for the

Peace Xenia IV (Greece) program for F-16 Block 52 aircraft.  The procurement

of 20 operational single place F-16C Block 52 aircraft and 10 operational to

place F-16D Block 52 aircraft will be accomplished under the firm fixed

portion of the contract.  At this time $29,160,000 has been obligated.  This

work will be complete by March 2010.  The Headquarters Aeronautical Systems

Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

(FA8615-06-C-6003).







            Raytheon Co. Missile Systems, Tucson, Ariz., is being awarded a

$50,739,270 firm fixed price contract modification to provide for 102 Advanced

Medium-Range Air-to-Air Missile Air Vehicles under the foreign military sales

program for the following countries:  Czech Republic, Hungary, Jordan,

Malaysia, and Canada.  Total funds have been obligated.  This work will be

complete in July 2008.  Headquarters Medium Range Missile Systems Group, Eglin

Air Force Base, Fla. , is the contracting activity (FA8675-05-C-0070/P00016).







            The Boeing Co., Wichita, Kan., is being awarded a $30,000,000 time

and materials firm fixed price contract modification.  This action provides

for B-52 fleet support.  At this time $1,301,048 has been obligated.  This

work will be complete by December 2006.  The Headquarters Oklahoma City Air

Logistics Center, Tinker Air Force Base, Okla., is the contracting activity.

(F34601-99-C-0006-P00207)







            Northrop Grumman Corp., Integrated Systems-Western Region, El

Segundo, Calif., is being awarded a $17,064,878 cost reimbursement with award

fee contract modification.  This contract action consists of Global Hawk radar

development activities which includes the following:  updates to the system

requirements, delivery of logistics/technical manual source data, delivery of

an Electronic Target Simulator/Radar Range Repeater Support Vehicle,

Engineering and management support for Working Groups and safety meetings,

supports to the MP-RTIP Government Program Office for the Global Hawk, Design

Readiness Review (DDR).  At this time no funds have been obligated.  This work

will be complete by October 2008.  The Headquarters Electronic Systems Center,

Hanscom Air Force Base, Mass., is the contracting activity.

(F19628-00-C-0100/P00087)







            American Superconductor Corp., Westborough, Mass., is being

awarded a $13,557,500 cost reimbursement with cost share contract

modification.  This is for planned production scale-up activities to meet the

Yttrium Barium Copper Oxide (YBCO) program's goal to establish a US-based

commercial production facility for 2nd generation High Temperature

Superconducting (HTS) material.  At this time $578,000 has been obligated.

This work will be complete by June 2008.  The Headquarters Air Force Research

Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting

activity.  (F33615-03-C-5504-P00006).







            Superpower Inc., Schenectady, N.Y., is being awarded a $10,697,440

cost reimbursement with cost share contract modification.  This is for planned

production scale-up activities to meet the Yttrium Barium Copper Oxide (YBCO)

program's goal to establish a U.S.-based commercial production facility for

2nd generation High Temperature Superconducting (HTS) material.  At this time

$1,800,000 have been obligated.  This work will be complete by June 2008.  The

Headquarters Air Force Research Laboratory, Wright-Patterson Air Force Base,

Ohio, is the contracting activity.  (F33615-03-C-5508-P00008).







            Raytheon Co. Missile Systems, Tucson, Ariz., is being awarded a

$7,978,661 cost plus fix fee contract modification to provide for the

development of the Common Munitions Bit/Reprogramming Equipment PLUS in

support of the Advanced Medium-Range Air-to-Air Missile AIM-120D missile.  At

this time, $4,824,435 has been obligated.  This work will be complete in April

2008.  Headquarters Medium Range Missile Systems Group, Eglin Air Force Base,

Fla. , is the contracting activity (FA8675-04-C-0001/P00024).







            Boeing Co., Boeing Integrated Defense Systems, Wichita, Kan., is

being awarded a $5,072,946 time and material/firm fixed price/cost

reimbursable contract modification.  The supplies and services to be procured

consist of technical writing, illustrating, research analysis of modification

of data, evaluation of Air Force publication change request requirements and

evaluation of wiring diagram data necessary to develop, change, or revise

technical orders to support B-52 aircraft, aircraft engines, or mobile

training sets.  At this time, $3,253,010 has been obligated.  This work will

be complete in December 2007.  Headquarters Oklahoma City Air Logistics

Center, Tinker Air Force Base, Okla., is the contracting activity

(F34601-03-D-0066/P00009).







            McDonnell Douglas Corp., Huntington Beach, Calif., is being

awarded a $UNPRICED CHANGE ORDER firm fixed fee contract.  The unpriced change

order against the McDonnell Douglas Corporation, other transaction agreement

for pre/post mission engineering and critical components under the assured

access to space program.  McDonnell Douglas will perform supply chain

management and technological improvement tasks to minimize the risk of launch

failure for the Delta IV Rocket on the Evolved Expendable Launch Vehicle

Program (EELV) under the Space launch and Range System Program Office.  No

funds have been obligated.  This work will be complete by June 2006.  The

Headquarters Space and Missile Systems Center, Los Angeles Air Force Base,

Calif., is the contracting activity.  (F04701-98-9-0005-0072)







                                        NAVY







            Southwestern Dakotah, Inc.*, Tucson, Ariz.; Allen Engineering

Contractor, Inc.*, San Bernardino, Calif.; DWG and Associates, Inc.*, Lompoc,

Calif.; Webco*, Ventura, Calif.; Pulliam Construction*, Twentynine Palms,

Calif.; and Dimensions Construction, Inc.*, Imperial Beach, Calif.; are each

being awarded a guaranteed minimum of $5,000 (base period), firm-fixed price,

indefinite-delivery/indefinite-quantity multiple award construction contract

for interior, exterior painting, coating, and waterproofing.  The total amount

for all contracts combined is not to exceed $25,000,000 (base period and four

option years).  Work will be performed at various locations within the Naval

Facilities Engineering Command (NAVFAC) Southwest area of responsibility,

including but not limited to, San Diego County, Los Angeles County, Orange

County, Ventura County, Imperial County, Inyo Kern County in California (80

percent) and Yuma County in Arizona (20 percent).  The term of the contract is

not to exceed 60 months, with an expected completion date of December 2006

(December 2010 with options).  Contract funds will not expire at the end of

the current fiscal year.  This contract was issued as a 100% set aside for

HUBZone and Service Disabled Veteran small businesses on the NAVFAC

e-solicitation website with eight proposals received.  These six contractors

may compete for task orders under the terms and conditions of the awarded

contract.  The Naval Facilities Engineering Command, Southwest, San Diego,

Calif. , is the contracting activity (contract numbers

N62473-06-D-1013/1014/1015/1016/1017/1018).







            Raytheon Missile Systems, Tucson, Ariz., is being awarded a

$10,784,294 modification to a previously awarded firm-fixed-price contract

(N00019-03-C-0001) for one lot of Special Tooling/Special Test Equipment - New

and one lot Special Tooling/Special Test Equipment - Sustaining for the Fiscal

Year 2006 AGM-154C Joint Stand-Off Weapon Full Rate Production II Program.

Work will be performed in Tucson, Ariz., and is expected to be completed in

February 2008.  Contract funds will not expire at the end of the current

fiscal year.  The Naval Air Systems Command is the contracting activity.







            Head, Inc.*, Columbus, Ohio, is being awarded a $9,215,618

firm-fixed-price contract for design and construction/repair of Runway 14L/32R

and Centerline Lighting at Naval Air Station Oceana.  Work will be performed

in Virginia Beach, Va., and is expected to be completed by September 2006.

Contract funds will expire at the end of the current fiscal year.  This

contract was competitively procured via the NAVFAC e-solicitation website with

two offers received.  The Naval Facilities Engineering Command, Mid-Atlantic,

Norfolk, Va. , is the contracting activity (N40085-06-C-6001).
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
CONTRACTS from the United States Department of Defense



No. 1336-05

FOR RELEASE AT

Dec 29, 2005

Media Contact: (703)697-5131

Public/Industry(703)428-0711



                                      CONTRACTS







                                         ARMY







            Boeing Military Aircraft and Missile System Group, Philadelphia,

Pa., was awarded on Dec. 23, 2005, a delivery order amount of $98,517,965 as

part of a $377,959,138 fixed-price-incentive-fee contract for the MH-47G

Aircraft - Lot IV Under the Service Life Extension Program.  Work will be

performed in Eddystone, Pa., and is expected to be completed by March 31,

2008.  Contract funds will not expire at the end of the current fiscal year.

This was a sole source contract initiated on April 11, 2005.  The U.S. Army

Aviation and Missile Command, Fort Eustis, Va., is the contracting activity

(W58RGZ-04-G-0023).







            McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Dec.

23, 2005, an $18,815,927 firm-fixed-price contract for the Longbow Crew

Trainer Number 024 and Initial Spares Package.  Work will be performed in St.

Louis, Mo. (86 percent), and Mesa, Ariz. (14 percent), and is expected to be

completed by Sept. 30, 2008.  Contract funds will not expire at the end of the

current fiscal year.  This was a sole source contract initiated on April 21,

2005.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is

the contracting activity (W58RGZ-05-C-0205).







            Comtech Mobile Datacom Corp., Germantown, Md., was awarded on Dec.

23, 2005, a $16,924,839 firm-fixed-price and cost-plus-fixed-fee contract for

Satellite Communications and Network Management Services for the Force XXI

Battle Command and Below/Blue Force Tracking System.  Performance location

will be determined as needed, and work is expected to be completed by Dec. 31,

2006.  Contract funds will not expire at the end of the current fiscal year.

This was a sole source contract initiated on Nov. 27, 2005.  The U.S. Army

Communications-Electronics Command, Fort Monmouth, N.J., is the contracting

activity (W15P7T-06-C-J401).







            AM General L.L.C., South Bend, Ind., was awarded on Dec. 23, 2005,

a $12,779,185 modification to a firm-fixed-price contract for Armor Kit A,

Integrated Armor Protection and Armor Kit B, Perimeter and Overhead Armor for

the M1151P1 High Mobility Multipurpose Wheeled Vehicle.  Work will be

performed in South Bend, Ind., and is expected to be completed by Jan. 31,

2006.  Contract funds will not expire at the end of the current fiscal year.

This was a sole source contract initiated on July 17, 2000.  The U.S. Army

Tank-Automotive and Armaments Command, Warren, Mich., is the contracting

activity (DAAE07-01-C-S001).







            Raytheon Co., Tucson, Ariz., was awarded on Dec. 22, 2005, an

$11,378,124 modification to a firm-fixed-price contract for the Tube-Launched

Optically-Tracked Wire-Guided Missile Bunker Busters.  Work will be performed

in Tucson, Ariz., and is expected to be completed by Nov. 31, 2008.  Contract

funds will not expire at the end of the current fiscal year.  This was a sole

source contract initiated on July 15, 2002.  The U.S. Army Aviation and

Missile Command, Redstone Arsenal, Ala., is the contracting activity

(W31P4Q-04-C-0061).







                                        NAVY







            Bath Iron Works Corp., Bath, Maine, is being awarded a $63,689,752

five-year cost-plus-award-fee contract for DDG 51 and FFG 7 Class Integrated

Planning Yard Services to provide will provide expert design, planning, and

material support services for both maintenance and modernization.  Work will

be performed in Bath, Maine, and is expected to be completed by Sept. 30,

2010.  Contract funds in the amount of $1,000 will expire at the end of the

current fiscal year.  This contract was not competitively procured.  The Naval

Sea Systems Command, Washington, D.C., is the contracting activity

(N00024-06-C-2305).







            Raytheon Space and Airborne Systems, El Segundo, Calif., is being

awarded a $43,700,690 firm-fixed-price modification to previously awarded

contract (N00019-06-C-0310) to acquire 69 line items of spares for the

Advanced Targeting Forward Looking Infrared Radar (ATFLIR) System used on the

F/A-18 aircraft.  The major component being procured is the Electro-Optical

Sensor Unit. Work will be performed in El Segundo, Calif., and is expected to

be completed by December 2008.   Contract funds will not expire at the end of

the current fiscal year.  The contract was not competitively procured. The

Naval Inventory Control Point, Philadelphia , Pa. is the contracting activity

(Mod P00001).







            American Bridge Co., Richmond, Va., is being awarded a $30,603,497

firm-fixed-price contract for replacement of Pier 6 at Naval Submarine Base

New London.  The work to be performed provides for complete demolition and

disposal of three piers, construction of a new submarine pier with associated

utilities/amenities, dredging and dredge disposal in a Confined Aquatic

Disposal (CAD) cell and all incidental related work.  Work will be performed

in Groton, Conn., and is expected to be completed by December 2007.  Contract

funds in the amount of $3,161,580 will expire at the end of the current fiscal

year.  This contract was competitively procured via the NAVFAC e-solicitation

website with eight proposals received.  The Engineering Field Activity

Northeast, Naval Facilities Engineering Command, Lester, Pa. , is the

contracting activity (N62472-06-C-0017).







         Bell-Boeing Joint Program Office, Patuxent River, Md., is being

awarded a $30,327,252 ceiling-priced cost-plus-fixed-fee delivery order

against a previously awarded basic ordering agreement (N00019-04-G-0007) to

provide flight test management, flight test engineering, design engineering

and related efforts for the Naval Rotary Wing HX-21 Aircraft Test Squadron,

MV-22 Flight Test Program.  Work will be performed in Patuxent River, Md. (80

percent); Ridley Township, Pa. (10 percent); and Fort Worth, Texas (10

percent), and is expected to be completed in December 2006.  Contract funds in

the amount of $8,200,000 will expire at the end of the current fiscal year.

The Naval Air Systems Command, Patuxent River, Md., is the contracting

activity.







         General Electric Co., Aircraft Engines Business Group, Lynn, Mass.,

is being awarded a $23,301,436 modification to a previously awarded

firm-fixed-price contract (N00019-01-C-0147) to exercise an option for the

purchase of 15 F414-GE-400 engine fan modules, 15 F414-GE-400 high pressure

compressor modules and eight F414-GE-400 low pressure turbine modules for

F/A-18 engines.  Work will be performed in Lynn, Mass., and is expected to be

completed in December 2006.  Contract funds will not expire at the end of the

current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. , is

the contracting activity.







            BAE Systems Information and Electronic Systems Integration, Inc.,

Nashua, N.H., is being awarded a $13,009,326

indefinite-delivery/indefinite-quantity contract with a cost-plus-award-fee

pricing arrangement for an upgrade to the AN/WQT-2 (Surveillance Towed Array

Sensor System (SURTASS)/Low Frequency Active (LFA) Transmit Subsystem)

currently installed on the USNS Impeccable and the RV Cory Chouest.  Work will

be performed in Nashua, N.H., and is expected to be completed by December

2010.  Contract funds will not expire at the end of the current fiscal year.

This is a sole-source follow-on award to upgrade an existing Navy system. The

solicitation for this contract was a synopsis notice published on the SPAWAR

e-Commerce Central web site as a sole-source contract.  Space and Naval

Warfare Systems Center , San Diego , Calif. , is the contracting activity

(N66001-06-D-0037).







         Bell-Boeing Joint Program Office, Patuxent River, Md., is being

awarded a $9,601,392 delivery order against a previously awarded basic

ordering agreement (N00019-04-G-0007) for engineering and technical services

in support of the V-22 flight control system and on-aircraft software after

completion of the V-22 Engineering and Manufacturing, Development Phase.  Work

will be performed in Philadelphia, Pa. (90 percent) and Fort Worth, Texas (10

percent), and is expected to be completed in December 2006.  Contract funds in

the amount of $1,870,780 will expire at the end of the current fiscal year.

The Naval Air Systems Command, Patuxent River , Md. , is the contracting

activity.







Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Marietta, Ga., is

being awarded a $5,000,000 modification to a previously awarded ceiling-priced

indefinite-delivery, indefinite-quantity, Time and Material contract

(N00019-05-D-0005) to exercise an option for engineering and logistic services

in response to obsolescence issues and operational and/or technical problems

arising from P-3 type/model/series (T/M/S) fleet usage for the U.S. Navy,

Foreign Military Sales customers and other government agencies.  Work will be

performed in Marietta, Ga., and is expected to be completed in December 2006.

Contract funds will not expire at the end of the current fiscal year.  The

Naval Air Systems Command, Patuxent River, Md. , is the contracting activity.

IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
CONTRACTS from the United States Department of Defense



No. 1341-05

FOR RELEASE AT

Dec 30, 2005

Media Contact: (703)697-5131

Public/Industry(703)428-0711



                                      CONTRACTS







_DEFENSE INFORMATION SYSTEMS AGENCY_







            IBM Corp. is being awarded an indefinite delivery/indefinite

quantity (ID/IQ) contract.  This award is made on the behalf of Defense

Information Technology Contracting Organization.  The contract has a 5 base

year + 5 option years cycle with a ceiling price of $370 million. This

acquisition will provide IT support services for the Defense Commissary Agency

Commercial Advanced Resale Transaction System to support worldwide operations

for nearly 275 stores and replace the existing point-of-sales system.  The

requirement was solicited on a full and open competition basis.  Four

proposals were received.  The Defense Information Technology Contracting

Organization - Scott Air Force Base, Ill. is the contracting activity

(HC1013-06-D-2005).







                                        NAVY







            Raytheon Co., Tucson, Ariz. is being awarded a $235,666,970

firm-fixed-price contract in for the production of the FY06 STANDARD Missile-2

BLOCK IIIA all up rounds (AURs) AN/DKT-71A telemetric data transmitting sets

(TDTS's), section level spares and shipping containers for allied nations.

The contract will provide for the procurement of Foreign Military Sales (FMS)

and other international customers procurements of 221 SM-2 BLOCK IIIA AUR's,

64 SM-2 BLOCK IIIB AUR's, 106 AN/DKT-71A TDTS's with installation kits, 69

various FMS spare sections and 393 various FMS shipping containers.  Work will

be performed in Tucson, Ariz. (83 percent), Andover, Mass. (14 percent),

Camden, Ark. (2 percent), Farmington, N.M. (1 percent), and work is expected

to be completed by December 2008.  Contract funds will not expire at the end

of the current fiscal year.  This contract was not competitively procured. The

Naval Sea Systems Command, Wash. D.C. is the contracting activity

(N00024-06-C-5350).







            Lockheed Martin, Maritime Systems and Sensors, Manassas, Va. was

awarded Nov. 28, 2005, a $144,326,514 modification to a previously awarded

cost-plus-incentive-fee/cost-plus-award-fee contract (N00039-04-C-0035) for

optional contract line item number 0003 for the Advanced Deployable System

system development and demonstration phase.  The option calls for Lockheed

Martin to provide the design and system engineering required to establish a

critical design and to develop and demonstrate a fully integrated system.  The

contract also calls for the delivery of the system for the government's

conduct of technical evaluations and operational evaluations.  This

modification includes an option that as exercised increases the contract

estimate total by $5,326,514.  If all contract options are exercised, the

cumulative value of this contract is estimated to be $243,303,676.  Work is

expected to be performed in Manassas, Va. (11.2 percent); Melbourne, Fla.

(21.7 percent); Everett, Wash. (2.1 percent); Riviera Beach, Fla. (18.6

percent), Portsmouth, R.I. (43.3 percent), and Newport, South Wales, UK (3.1

percent), and is expected to be completed by September 2008.  If all options

are exercised, work could continue until September 2010.  Contract funds will

not expire at the end of the current fiscal year._ _ This contract was not

competitively procured because it is a sole source acquisition.  The Space and

Naval Warfare Systems Command, San Diego, Calif. , is the contracting activity.







            DZSP 21 LLC, Philadelphia, Pa., is being awarded $42,877,072 for

modification A00005 under previously awarded cost-plus-award-fee contract

(N62742-98-D-1803) to exercise the first option period for base operations

support services in the Territory of Guam for the Commander, Naval Forces

Marianas.  The work to be performed provides for base services, including

general management and administration services; command and staff (public

affairs office); public safety (safety and contingency); port operations;

ordnance; galley; facilities management; sustainment,

restoration/modernization; facilities services; utilities (potable water,

wastewater, electrical, and steam); base support vehicles and equipment; and

environmental.  The current total contract amount after exercise of this

option will be $60,293,432._ _ Work will be performed at various installations

in the U.S. Territory of Guam, and is expected to be completed by December

2006_._  Contract funds will expire at the end of the current fiscal year.

The basic contract was competitively procured via the NAVFAC e-solicitation

website with seven proposals received and award made on Dec. 20, 2004.  The

potential total contract amount is not to exceed $407,221,937.  The Naval

Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii , is the

contracting activity.







            Eyak Technology, LLC, Anchorage, Alaska, is being awarded a

$15,218,830 firm-fixed-price contract for network management software, related

hardware and software, installation, and software license maintenance.  This

network management system for the PMW-790 tactical switching program uses

commercial off-the-shelf products, compatible with existing legacy equipment,

that ensure achievement of a future need to be compatible with the Global

Information Grid Network operations system.  This contract includes options

which if exercised would bring the cumulative value of this contract to

$21,926,062.  Work will be performed in Dulles, Va. (70 percent); Norfolk, Va.

(10 percent); Charleston, S.C. (10 percent); and San Diego, Calif. (10

percent), and is expected to be completed by September 2006 (September 2010

with options).  Contract funds will not expire at the end of the current

fiscal year.  This contract was not competitively procured because it is a

sole source acquisition through the Small Business Administration 8(a)

program.  The Space and Naval Warfare Systems Command, San Diego, Calif., is

the contracting activity (N00039-06-C-0014).







            General Dynamics, Electric Boat Corp., Groton, Conn. is being

awarded a $13,893,625 cost-plus-fixed-fee contract for the services required

to staff and operate the Nuclear Regional Maintenance Department (NRMD) at

SUBASE, New London.  The Nuclear Regional Maintenance Department is

responsible for project management, engineering and planning, training,

inspection and nuclear services to accomplish intermediate-level nuclear

submarine maintenance, modernization and repairs in support of operational

nuclear submarines including maintaining and modernizing facilities and

equipment and providing off-hull support of submarine maintenance.  Work will

be performed in New London, Conn., and is expected to be completed by

September 2006.  Contract funds will expire at the end of the current fiscal

year.  This contract was not competitively procured.  The Naval Sea Systems

Command, Washington, D.C. is the contracting activity.







            BAE Systems Land & Armaments, L.P.  Armament Systems Division,

Minneapolis, Minn., is being awarded a $9,814,847 fixed-price-plus-award-fee

modification to previously awarded contract (N00024-04-C-5464) for procurement

of FY 06 MK 14 MOD 2 canisters for FY06 USN requirements, including packaging,

handling, storage, and transportation equipment, and FY 06 reconfigurable

coding plug assemblies, MK 14 canisters for the MK 41 vertical launching

system store, transport in safety, and enable loading of Tomahawk missiles

into the MK 41 vertical launching systems aboard DDG-51 Class and CG-47 Class

Navy ships.  Work will be performed in Aberdeen , S. D., and is expected to be

completed by January 2008.  Contract funds will not expire at the end of the

current fiscal year.  The Naval Sea Systems Command, Washington, D.C. , is the

contracting activity.







                                     AIR FORCE







            Raytheon Aircraft Co., Wichita, Kan., is being awarded a

$29,279,853 firm fixed price contract modification.  The supplies and services

to be procured consist of ground based training system contractor logistics

support for the Joint Primary Aircraft Training Systems.  This work will be

complete in December 2006.  At this time, $9,193,996 has been obligated.

Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base,

Ohio , is the contracting activity (F33657-94-C-0006/P00363).







            Innovative Solutions and Support, Exton, Pa., is being awarded a

$7,355,308 firm fixed price contract modification.  The supplies and services

to be procured consist of modifications to digital air data computers,

altimeters and airspeed indicators.  At this time, no funds have been

obligated.  The 448th Combat Sustainment Wing, Tinker Air Force Base, Okla. ,

is the contracting activity (FA8103-06-D-0017).







            Northrop Grumman Corp., Electronic Sensors and Systems Sector,

Defensive Systems Division, Rolling Meadows, Ill., is being awarded a

$6,792,915 firm fixed price contract modification.  The supplies and services

to be procured consist of continuing contractor logistics support for the

LITENING II Precision Attack Targeting System on the AV-8B Harrier II.  This

work will be complete in December 2005.  At this time, $6,242,849 has been

obligated.  Headquarters Aeronautical Systems Center, Wright-Patterson Air

Force Base, Ohio , is the contracting activity (F33657-00-C-2114/P00071).







                              DEFENSE LOGISTICS AGENCY







_           _ ISOBUNKERS, Norfolk, Va., * is being awarded a minimum

$12,745,113 fixed priced with economic price adjustment contract for ground

fuels.  Using services are Army, Navy, Defense Logistics Agency, and federal

civilian agencies.  Other locations of performance are Fort Dix, Picatinny

Arsenal, Paterson, Kearny, N.J.; New Cumberland, Tobyhanna, Wyndmoor, and

Scranton, Pa.  There were 252 proposals solicited and 45 responded.  Contract

funds will expire at the end of the current fiscal year.  Date of completion

is December 31, 2010.  The contracting activity is Defense Energy Support

Center (DESC), Fort Belvoir, Va. (SP0600-06-D-8501)







            Troy Co., Inc., Seattle, Wash., * is being awarded a maximum

$6,978,698 fixed priced with economic price adjustment contract for gasohol,

gasoline, diesel fuel grades no. 1 and 2, and diesel fuel low sulfur no. 2.

Using services are Army, Navy, Air Force, and federal civilian agencies.

Other locations of performance are various government facilities in the states

of Mont., Ore, and Wash.  There were 200 proposals solicited and 27 responded.

  Contract funds will not expire at the end of the current fiscal year.  Date

of completion is June 30, 2010.  The contracting activity is Defense Energy

Support Center (DESC), Fort Belvoir, Va. (SP0600-06-D-4517)







            Associated Petroleum Products, Inc., Tacoma, Wash., * is being

awarded a maximum $5,142,223 fixed priced with economic price adjustment

contract for gasohol, gasoline, diesel fuel grades no. 1 and 2, and diesel

fuel low sulfur no. 2.  Using services are Army, Navy, Air Force, and federal

civilian agencies.  Other locations of performance are various government

facilities in the states of Idaho, Mont., and Wash.  There were 200 proposals

solicited and 27 responded.  Contract funds will not expire at the end of the

current fiscal year.  Date of completion is June 30, 2010.  The contracting

activity is Defense Energy Support Center (DESC), Fort Belvoir, Va.

(SP0600-06-D-4504)

IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
CONTRACTS from the United States Department of Defense

No. 004-06
FOR RELEASE AT
Jan 03, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

                                      CONTRACTS

_ _

                                         ARMY

_ _

            Lockheed Martin Corp.,Grand Prairie, Texas, was awarded on Dec.
28, 2005, a $99,916,279 firm-fixed-price and cost-plus-fixed-fee contract for
the High Mobility Artillery Rocket System.  Work will be performed in East
Camden, Ark. (77 percent), and Grand Prairie, Texas (23 percent), and is
expected to be completed by Feb. 28, 2008.  Contract funds will not expire at
the end of the current fiscal year.  This was a sole source contract initiated
on April 1, 2005.  The U.S. Army Aviation and Missile Command, Redstone
Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0001).



            Lockheed Martin Corp., Grand Prairie, Texas, was awarded on Dec.
28, 2005, an $82,883,285 firm-fixed-price contract for the Dual Purpose
Improved Conventional Munition Rocket.  Work will be performed in East Camden,
Ark. (80 percent), and Grand Prairie, Texas (20 percent), and is expected to
be completed by Nov. 30, 2008.  Contract funds will not expire at the end of
the current fiscal year.  This was a sole source contract initiated on April
5, 2005.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala.,
is the contracting activity (W31P4Q-06-C-0002).



            Honeywell International Inc., Tempe, Ariz., was awarded on Dec.
29, 2005, a delivery order amount of $74,999,000 as part of a $74,999,000
firm-fixed-price contract for the commercial maintenance and overhaul effort
for the T55-GA-714A engine and its components in support of the CH-47D Chinook
helicopter.  Work will be performed in Greer, S.C. (90 percent), and Tempe,
Ariz. (10 percent), and is expected to be completed by Sept. 30, 2009.
Contract funds will not expire at the end of the current fiscal year.  This
was a sole source contract initiated on May 4, 2004.  The U.S. Army Aviation
and Missile Command, Redstone Arsenal, Ala., is the contracting activity
(W58RGZ-04-D-0215).



            American Equipment Co. Inc.*, Greenville, S.C., was awarded on
Dec. 29, 2005, a delivery order amount of $16,891,100 as part of a
$191,443,169 firm-fixed-price contract for the Light Utility Truck.  Work will
be performed in Dearborn, Mich., and is expected to be completed by Dec. 24,
2007.  Contract funds will not expire at the end of the current fiscal year.
There were an unknown number of bids solicited via the World Wide Web on Sept.
23, 2005, and 13 bids were received.  The U.S. Army Tank-Automotive and
Armaments Command, Warren, Mich., is the contracting activity
(W56HZV-06-D-D117).



            W.W. Williams, Atlanta, Ga., was awarded on Dec. 29, 2005, an
$8,924,720 firm-fixed-price contract for remanufactured power packs for the
High Mobility Multipurpose Wheeled Vehicles.  Work will be performed in
Atlanta, Ga., and is expected to be completed by April 10, 2006.  Contract
funds will not expire at the end of the current fiscal year.  This was a sole
source contract initiated on Dec. 22, 2005.  The U.S. Army Tank-Automotive and
Armaments Command, Texarkana, Texas, is the contracting activity
(W911RQ-06-C-0004).



Lockheed Martin Missiles and Fire Control, Orlando, Fla., was awarded on Dec.
22, 2005, a $7,303,166 firm-fixed-price contract for the modernized target
acquisition designation sight/pilots night vision sensor for the Apache
aircraft.  Work will be performed in Orlando, Fla., and is expected to be
completed by Dec. 31, 2006.  Contract funds will not expire at the end of the
current fiscal year.  This was a sole source contract initiated on Nov. 2,
2005.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is
the contracting activity (W58RGZ-04-G-0017).

_ _

                                        NAVY



            Lockheed Martin Systems Integration - Owego, N.Y., is being
awarded an $18,721,212 modification to a previously awarded firm-fixed-price
contract (N00019-04-C-0113) to exercise an option for program management,
engineering and integrated logistics support to provide production support
services for the MH-60R program.  Work will be performed in Owego, N.Y., and
is expected to be completed in December 2006.  Contract funds will not expire
at the end of the current fiscal year.  The Naval Air Systems Command,
Patuxent River, Md. is the contracting activity.



            Jardon & Howard Technologies, Inc.,* Orlando, Fla., is being
awarded a $12,719,939 firm-fixed-price contract to provide professional,
administrative and technical services required to satisfy the overall
objectives of  the Commander, Navy Recruiting Command.  Work will be performed
in Millington, Tenn. (11.3 percent); New Orleans, La. (8.65 percent); Chicago,
Ill. (4 percent); San Antonio, Texas (3.5 percent); Los Angeles, Calif. (3
percent); San Francisco, Calif. (3 percent); Seattle, Wash. (3 percent);
Indianapolis, Ind.(3 percent); Omaha, Neb. (3 percent); Buffalo, N.Y. (3
percent); New York City, N.Y. (3 percent); Raleigh, N.C. (3 percent);
Jacksonville, Fla. (3 percent); Denver, Colo. (2.5 percent); Phoenix, Ariz.
(2.5 percent); Portland, Ore. (2.5 percent); San Diego, Calif.(2.5 percent);
Dallas, Texas (2.5 percent); Houston, Texas (2.5 percent); Boston, Mass. (2.5
percent); Montgomery, Ala. (2.5 percent); Nashville, Tenn. (2.5); Columbus,
Ohio (2.5 percent); Detroit, Mich. (2.5 percent); Kansas City, Mo. (2
percent); Minneapolis, Minn. (2 percent); St. Louis, Mo. (2 percent);
Philadelphia, Pa. (2 percent); Pittsburg, Pa.(2 percent); Richmond, Va. (2
percent); Atlanta, Ga. (2 percent); Miami, Fla. (2 percent); Arlington, Va.
(1.5 percent) and Pensacola, Fla. (.55 percent), and is expected to be
completed in December 2006.  Contract funds in the amount of $995,000 will
expire at the end of the current fiscal year.  This contract was competitively
procured by electronic solicitation, with four offers received.  The Naval Air
Warfare Center Training Systems Division, Orlando , Fla. , is the contracting
activity (N61339-06-F-0011).



            Sikorsky Aircraft Corp., Stratford, Conn., is being awarded an
$8,390,020 cost-plus-fixed-fee contract for the initial system development and
demonstration of the Marine Corps' CH-53 Heavy Lift Replacement (HLR) program
including initiating preliminary design work in support of HLR.  Work will be
performed in Stratford, Conn., and is expected to be completed in January
2008.  Contract funds will not expire at the end of the current fiscal year.
This contract was not competitively procured.  The Naval Air Systems Command,
Patuxent River, Md. is the contracting activity (N00019-06-C-0081).



                              DEFENSE LOGISTICS AGENCY



            Mansfield Oil Co., Gainesville, Ga., * is being awarded a minimum
$6,207,896 fixed priced with economic price adjustment contract for diesel
fuel and reformulated gasoline, regular unleaded.  Using services are Air
Force and federal civilian agencies.  Other location(s) of performance are
Vandenberg AFB, Santa Barbara County, Calif.  There were 33 proposals
solicited and 28 responded.  Contract funds will not expire at the end of the
current fiscal year.  Date of completion is September 30, 2009.  The
contracting activity is Defense Energy Support Center (DESC), Fort Belvoir,
Va. (SP0600-05-D-4532).
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Idi gore
Stranice:
2 3 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 24. Apr 2024, 13:22:18
nazadnapred
Prebaci se na:  

Poslednji odgovor u temi napisan je pre više od 6 meseci.  

Temu ne bi trebalo "iskopavati" osim u slučaju da imate nešto važno da dodate. Ako ipak želite napisati komentar, kliknite na dugme "Odgovori" u meniju iznad ove poruke. Postoje teme kod kojih su odgovori dobrodošli bez obzira na to koliko je vremena od prošlog prošlo. Npr. teme o određenom piscu, knjizi, muzičaru, glumcu i sl. Nemojte da vas ovaj spisak ograničava, ali nemojte ni pisati na teme koje su završena priča.

web design

Forum Info: Banneri Foruma :: Burek Toolbar :: Burek Prodavnica :: Burek Quiz :: Najcesca pitanja :: Tim Foruma :: Prijava zloupotrebe

Izvori vesti: Blic :: Wikipedia :: Mondo :: Press :: Naša mreža :: Sportska Centrala :: Glas Javnosti :: Kurir :: Mikro :: B92 Sport :: RTS :: Danas

Prijatelji foruma: Triviador :: Domaci :: Morazzia :: TotalCar :: FTW.rs :: MojaPijaca :: Pojacalo :: 011info :: Burgos :: Alfaprevod

Pravne Informacije: Pravilnik Foruma :: Politika privatnosti :: Uslovi koriscenja :: O nama :: Marketing :: Kontakt :: Sitemap

All content on this website is property of "Burek.com" and, as such, they may not be used on other websites without written permission.

Copyright © 2002- "Burek.com", all rights reserved. Performance: 0.134 sec za 16 q. Powered by: SMF. © 2005, Simple Machines LLC.