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

ConQUIZtador
Trenutno vreme je: 26. Avg 2025, 05:34:44
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 ... 13 14 16 17 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71190 puta)
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
Subject:
Contracts for 8/9/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 9 Aug 2006 17:04:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 758-06
FOR RELEASE AT
August 09, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 NAVY

 Harris Corp., RF Communications Division, Rochester, N.Y.; is being awarded a $69,174,892 firm-fixed-price blanket purchase agreement order for the procurement of a multi-band multi-mission radio. Work will be performed in Rochester, N.Y., and is expected to be completed by October 25, 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured and two offers received via NECO. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-A-7001).

 Todd Pacific Shipyards Corp., Seattle Division, Seattle Wash., is being awarded an estimated $10,949,272 award fee/performance fee modification under previously awarded contract (N00024-04-C-4152) to exercise an option for performance of the dry dock ship planned incremental availability of the USS Abraham Lincoln (CVN-72). The aim of the contract is to provide year-around maintenance so as to maximize vessel readiness. The option will authorize the second major industrial dry docking availability of the contract, and entails modification and repair of shipboard equipment, hull and ship systems. Work will be performed in Bremerton, Wash., and is expected to be completed by March 2007. Contract will expire by the end of the current fiscal year. The Naval Sea Systems Command Puget Sound naval shipyard &amp; intermediate maintenance facility, Bremerton, Wash., is the contracting activity.

 The Whiting-Turner Contracting Co., Baltimore, Md., is being awarded $9,399,000 firm-fixed price task order 0006 under a previously awarded indefinite-quantity multiple award construction contract (N62477-04-D-0032) for repair of Runway 02/20 at Marine Corps Base Quantico. Work will be performed in Quantico, Va., and is expected to be completed by January 2007. 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 17 proposals received and award made on July 22, 2004. The total contract amount is not to exceed $500,000,000, which includes the base period and four option years. The multiple contractors (seven in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.


 Nordic Air Inc., Geneva, Ohio, is being award an $8,255,812 firm-fixed-price order under previously awarded contract (M67854-04-D-5008) for various environmental control units with associated manuals and technical data. This effort covers 136 one and a half ton units and 569 three ton units and 104 five ton units. All units are being purchased with contractor logistics support and warranty. Work will be performed in Geneva, Ohio, and is expected to be completed by May 2007. Contract funds will not expire by the end of the current fiscal year. This was a competitively awarded contract with eight proposals received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

 Northrop Grumman Defense Mission Systems, Inc., Reston, Va., is being awarded an $8,036,730 cost-plus-award-fee modification under previously awarded contract (N00178-04-C-2006) to exercise an option for continuing engineering support for the development, installation, integration, maintenance and testing of combat system simulation and stimulation equipment for the Aegis program. This contract combines purchases for the Navy (72 percent) and the governments of Japan (16 percent); South Korea (7 percent); Spain (3 percent); and Norway (2 percent) under the Foreign Military Sales Program. Work will be performed in Dahlgren, Va. (65 percent); Mount Laurel, N.J. (20 percent); New Church, Va. (7 percent); San Diego, Calif. (5 percent); Arlington, Va., (3 percent); and is expected to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Surface Warfare Center, Dahlgren
Division, Dahlgren, Va., is the contracting activity.

 Raytheon Co., Missile Systems, Tucson, Ariz., is being awarded a $6,934,214 firm-fixed-price modification under previously awarded contract (N00024-04-C-5460) for land based phalanx weapon system ancillary equipment. This modification is for ancillary equipment for Army land based Phalanx weapon system, which is the Phalanx close-in weapon system in the land-based configuration for the Army&rsquo;s counter-rocket, artillery, mortar program. Work will be performed in Louisville, Ky., and is expected to be completed by April 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.

 BAE Systems Land &amp; Armaments L.P., Armament Systems Division, Minneapolis, Minn., is being awarded a $6,267,357 firm-fixed-price contract for 57MM pre-fragmented, programmable proximity fuzed round, MK 295 MOD cartridges &amp; 57MM MK 8 MOD clips. The 57MM 3P MK 295 MOD cartridge is ammunition to be used in combating aerial, surface, and ground targets. The 57MM MK 8 MOD clip connects two 57MM 3P MK 295 MOD cartridges together, in order to successfully fire the cartridges in accordance with the applicable gun systems operational requirements. Work will be performed in Karlskoga, Sweden (47.39 percent); Raufoss, Norway (44.95 percent); and Louisville, Ky. (1.04 percent), and is expected to be completed by September 2006. Contract funds in the amount of $3,062,987, will expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity. (N00164-06-C-4246)

 Tridea Works LLC*, Reston, Va., is being awarded an estimated $6,249,689 modification under a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N65236-04-D-6845) for the Federal Bureau of Investigation support for communications assistance for law enforcement implementation services. Work will be performed in Chantilly, Va., and is expected to be completed by September 2007 (September 2009 with options). Contract funds will not expire at the end of the current fiscal year. This contract modification was awarded using other than full and open competition. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (Mod P00005).
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
Subject:
Contracts for 8/10/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 10 Aug 2006 17:06:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 761-06
FOR RELEASE AT
August 10, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

ARMY

 General Dynamics Land Systems, Warren, Mich., was awarded on Aug. 4, 2006, a delivery order amount of $63,383,552 as part of an $81,049,509 firm-fixed-price contract for M1A1 vehicle material sets. Work will be performed in Lima, Ohio (77 percent), Scranton, Pa. (20 percent), and Muskegon, Mich. (3 percent), and is expected to be completed by June 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Dec. 29, 2005. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-G-N001).

 Specialty Defense Systems, Dunmore, Pa., was awarded on Aug. 8, 2006, a delivery order amount of $48,999,868 as part of a $258,926,914 firm-fixed-price contract for modular lightweight load-carrying equipment systems. Work will be performed in Dunmore, Pa. (22 percent), McKee, Ky. (9 percent), Jefferson City, Tenn. (32 percent), Monticello, Ky. (13 percent), Phoenix, Ariz. (14 percent), and is expected to be completed by Aug. 7, 2010. 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 December 9, 2005, and eight bids were received. The Army Research, Development, and Engineering Command, Natick, Mass., is the contracting activity (W911QY-06-D-0003).

 General Dynamics Land Systems, Warren, Mich., was awarded on Aug. 4, 2006, a delivery order amount of $44,398,880 as part of a $125,448,389 firm-fixed-price contract for M1A1 vehicle material sets. Work will be performed in Lima, Ohio (77 percent), Scranton, Pa. (20 percent), and Muskegon, Mich. (3 percent), and is expected to be completed by June 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on December 29, 2005. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-G-N001).

 General Dynamics Land Systems, Sterling Heights, Mich., was awarded on Aug. 3, 2006, a delivery order amount of $21,656,632 as part of a $21,656,632 firm-fixed-price contract for tank urban survivability kits for the Abrams M1A1/A2 tanks. Work will be performed in Westminster, Md. (6 percent), Lima, Ohio (61 percent), Tallahassee, Fla. (17 percent), and Sterling Heights, Mich. (16 percent), and is expected to be completed by May 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 19, 2006. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-G-0006).

 Michael Bianco Inc.*, New Bedford, Mass., was awarded on Aug. 8, 2006, a delivery order amount of $21,000,141 as part of a $138,562,131 firm-fixed-price contract for the modular lightweight load-carrying equipment systems. Work will be performed in New Bedford, Mass., and is expected to be completed by Aug. 7, 2010. 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 December 9, 2005, and eight bids were received. The Army Research, Development, and Engineering Command, Natick, Mass., is the contracting activity (W911QY-06-D-0004).

 BAE Systems Land &amp; Armaments, York, Pa., was awarded on Aug. 7, 2006, a delivery order amount of the $19,488,005 as part of a $19,448,005 cost-reimbursable contract for long lead materials to support the RESET of battle damaged Bradley A3 vehicles. Work will be performed in York, Pa. (83 percent), Aiken, S.C. (5 percent), San Jose, Calif. (8 percent), and Fayette, Pa. (4 percent), and is expected to be completed by Febuary 29, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 5, 2006. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).

 MDT Armor Corp.*, Auburn, Ala., was awarded on Aug. 7, 2006, a $10,119,851 increment as part of a $10,119,851 firm-fixed-price contract for model MDT-DAV David Urban light armored vehicles with manufacturer Furnished Spare. Work will be performed in Auburn, Ala., and is expected to be completed by July 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 21, 2006. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-0413).

 Delaney Construction Corp., Gloversville, N.Y., was awarded on Aug. 7, 2006, a $7,640,000 firm-fixed-price contract for upgraded sewer lines. Work will be performed in at Fort Drum, N.Y., and is expected to be completed by Sept. 7, 2007. Contract funds will not expire at the end of the current fiscal year. There were three bids solicited on May 5, 2006, and three bids were received. The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-06-C-0011).

 Alutiiq Global Solutions*, Anchorage, Alaska, was awarded on Aug. 8, 2006, a delivery order amount of $5,408,227 as part of a $6,195,206 firm-fixed-price contract for airfield pavement and repair of the west parking apron/taxiway. Work will be performed at Langley, Air Force Base, Va., and is expected to be completed by Aug. 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 31, 2006. The Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-06-D-0046).

NAVY

 Force Protection Industries, Inc., Ladson, S.C., is being awarded a $62,905,628 firm-fixed-priced contract for 86 Cougar Explosive Ordnance Disposal (EOD) vehicles, associated spares, field service support, and technical manuals. This is a foreign military sale for the United Kingdom. Work will be performed in Ladson, S.C. (60 percent) and Charlotte, Mich. (40 percent), and work is expected to be completed by May 2007. Contract funds will not expire by the end of the current fiscal year. This contract is a sole source award to Force Protection Industries, Inc as they are the sole manufacturer of the Cougar EOD vehicle. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-C-5162).

 Welin Lambie Limited, Britannnia House Old Bush Street Brierley, West Midlands DY5 1UK, is being awarded a $14,038,975 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for an estimated 25 single/double hoist system boat davits over a five year ordering period, to replace those onboard the Amphibius Assault, general purpose, and Amphibious Assault, multi purpose, ships. The contract also requires contractor to provide testing support and training, and associated technical data such as logistics management information, spare parts list, and technical manuals. Work will be performed in the United Kingdom, and is expected to be completed by September 2011. Contract funds in the amount of $498,000 will expire at the end of the current fiscal year. This contract was competitively procured and synopsized on the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Carderock Division, Philadelphia, Pa., is the
contracting activity (N65540-06-D-0018).

 The Boeing Company, Anaheim, Calif., is being awarded a $13,700,192 modification under previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-05-C-0063) to definitize a letter contract previously announced in the amount of $10,648,500. The definitized value is $14,022,238 for TRIDENT II (D5) Subsystem Fiber Optic Gyro (FOG) and Fiber Optic Gyro Navigator (FOGN) design investigations. The contract includes additional work for FOG and FOGN requirement specification studies and test capability development in the amount of 10,326,454 which increases the cumulative contract value to $24,348,692. Work will be performed in Anaheim, Calif., and is expected to be completed by August 2007. Contract funds will not expire by the end of the current fiscal year. This contract was not competitively procured. The Navy's Strategic Systems Programs, Arlington, Va., is the contracting activity (Mod No. PZ0001).

 Alloy Surfaces Co., Inc., Aston, Pa., is being awarded $7,353,633 for delivery order 004 under previously awarded firm-fixed-price contract (N00104-05-G-0726) for MJU-49/B decoy devices in support of the Airborne Expendable Countermeasures program. Work will be performed in Aston, Pa., and is expected to be completed by Dec. 5, 2006. Contract funds will not expire by the end of the current fiscal year. The contract was not competitively procured. The Naval Inventory Control Point, Mechanicsburg, Pa., is the contracting activity.


 Propper International Sales, Inc., St. Charles, Mo., is being awarded a $6,350,058 delivery order against a previously awarded contract (M67854-03-D-3025) for improved load bearing equipment system used as load carrying gear by Marines. Work will be performed in Mayaguez, Puerto Rico, and is expected to be completed in April 2007. Contract funds will expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Va., is the contracting activity.

 Charles Stark Draper Laboratories, Inc., Cambridge, Mass., is being awarded a $6,165,773 cost-plus-incentive-fee contract to provide technical support for the MK5 and MK6 guidance system tactical engineering program and will include the development of and implementation of a strategic technology applications program and an open architecture modeling/simulation system designed as the integrated engineering environment using tools now available and tailored for this application. Work will be performed in Cambridge, Mass., and is expected to be completed by September 2006. This contract was not competitively procured. contract funds in the amount of $727,000 will expire at the end of the current fiscal year. The Navy's Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-06-C-0003).

AIR FORCE

 Associated Aerospace Activities, Inc., San Leandro, Calif. is being awarded a $22,409,592 firm-fixed price contract, five year requirement contract (three year basic with two, one-year options. This contract provides for 21,228 air seal units (maximum 3 year basic period quantity) for Air Force requirements applicable to F110 engines in the F16 fighter aircraft. 3,804 metallic seals (maximum 3 year basic period quantity) for the Air Force requirements applicable to F101 engine in the B1 Bomber aircraft. At this time, $4,665,714 has been obligated. This work will be completed by May 2012. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. (FA8104-06-D-0028)
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
Subject:
Contracts for August 2, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 2 Aug 2006 17:28:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 735-06
FOR RELEASE AT
Aug 02, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS

_NAVY



General Dynamics Armament and Technical Products, Burlington, Vt., is being awarded a $12,481,289 modification to definitize the previously awarded letter contract (N00421-05-C-0110) to a firm-fixed-price.  In addition, this
modification exercises an option for the procurement of 38 M61A2 20 mm automatic gun systems for the F/A-18E/F aircraft.  Work will be performed in Burlington, Vt., and is expected to be completed in September 2007.  Contract
funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command Aircraft Division, Patuxent River, Md., is the contracting activity.



AMTEC Corp., Janesville, Wis., is being awarded an estimated $7,703,852 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for MK62, Mod 0, non-magnetic firing devices.  The MK62 Mod 0 non-magnetic firing device is an electronically timed firing device used for initiating high explosives in demolition operations.  Work will be performed in Janesville, Wis. (99.52 percent); Clear Lake, S.D. (.24 percent); and Middletown, Calif. (.24 percent), and is expected to be completed by August 2011.  This contract was competitively procured and advertised via the federal business opportunities website, with 13 proposals solicited and two offers received.  Contract funds will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-06-D-4249).



_AIR FORCE



Boeing Co., Air Force Space Systems, Huntington Beach, Calif., is being awarded a $10,000,000 cost-plus-fixed-fee contract modification.  This contract modification is to accomplish a delta system requirements review (SRR) on the global positioning system III program in October 2006.  This is necessary to accomplish a low risk incremental approach, properly allocate warfighter capabilities in the initial capabilities development document addendum and flow down those requirements into the space segment specification.  The government's intent is to implement a delta SRR and continue to make progress towards a key decision point-B to avoid impacts to initial launch capability of 2013.  At this time $8,500,000 has been obligated.  This work will be complete January 2007.  Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (FA8807-04-C-0002/P00018).

_-

Lockheed Martin Missiles and Space Corp., King of Prussia, Pa., is being awarded a $10,000,000 cost-plus-fixed-fee contract modification.  This contract modification is to accomplish a delta system requirements review (SRR) on the global positioning system III program in October 2006.  This is necessary to accomplish a low risk incremental approach, properly allocate warfighter capabilities in the initial capabilities development document addendum and flow down those requirements into the space segment specification.  The government's intent is to implement a delta SRR and continue to make process towards a key decision point-B to avoid impacts to initial launch capability of 2013.  At this time, $9,178,437 has been obligated.  This work will be complete January 2007.  Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (FA8807-04-C-0001/P00020).
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
Subject:
Contracts for August 3, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 3 Aug 2006 17:44:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 739-06
FOR RELEASE AT
Aug 03, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS



_NAVY



            Bell-Boeing Joint Program Office, Amarillo, Texas, is being awarded a $200,100,000 undefinitized contract action to begin fabrication and delivery of three MV-22 tiltrotor production aircraft.  Work will be performed in Ridley Park, Pa. (35 percent); Fort Worth, Texas (35 percent); and Amarillo, Texas (15 percent), and is expected to be completed in December 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 Aircraft Division, Patuxent River, Md., is the contracting activity (N00019-06-C-0292).



            National Technologies Associates, Inc.*, Alexandria, Va., is being awarded an $8,243,053 modification to a previously awarded time and materials indefinite-delivery/indefinite-quantity contract (N00421-02-D-3205) to
exercise an option for engineering, technical and administrative services in support of the Naval Air Systems Command's comptroller competency in the areas of management studies; program records/library support; operational security program analysis; training systems technology and financial analysis.  Work will be performed in Patuxent River, Md. (90 percent); Lakehurst, N.J. (5 percent); and St. Inigoes, Md. (5 percent), and is expected to be completed in July 2007.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.



     Alliant Integrated Defense Co., LLC, Clearwater, Fla., is being awarded a $6,119,800 modification to a previously awarded firm-fixed-priced contract (N00019-98-C-0006) to retrofit 1,654 AAR-47 (V)1 sensors to an AAR-(V)3 configuration for the Navy (1,008) and the Air Force (646).  Work will be performed in Clearwater, Fla., and is expected to be completed in July 2008. Contract funds in the amount of $569,800 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.





_DOD HIGH PERFORMANCE COMPUTING MODERNIZATION PROGRAM OFFICE



            The University of Alaska Fairbanks is being awarded a cost-reimbursable contract to a non profit organization with a cumulative value of $99,955,349.00.  The contract will consist of a base, plus four option years.  The base value is $14,874,746.00.  The University of Alaska Fairbanks will provide high performance computing resources and support in computational research in science and engineering that emphasize high latitudes associated with the artic region.  The award will provide an initial funding increment of $5,924,438.36 of FY06 RDT&E funding for the base year. This is a sole source award.  The contracting activity is General Services Administration, Federal Technology Service, IT Solution Division, 4890 University Square, Suite 3F, Huntsville, AL 38516.  Point of Contact is Mona Neal.  Task Order Number:  4THO07064562.



_ARMY



            Raytheon, McKinney, Texas, was awarded on July 29, 2006, a $95,696,430 firm-fixed-price contract for horizontal technical integration second generation forward looking infrared.  work will be performed in McKinney, Texas (60 percent), and Palm Bay, Fla. (40 percent), and is expected to be completed by Nov. 30, 2012.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on June 20, 2006.  The Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-M029).



            Madison Research Corp.*, Huntsville, Ala., was awarded on July 31, 2006, a $35,883,441 firm-fixed-price contract for chaparral missile shelf life items for the Egypt missile system.  Work will be performed in Huntsville,
Ala., and is expected to be completed by July 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Jan. 31, 2006.  The Army Aviation and Missile Command,
Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0436).



            James Benvenuto & Associates*, Falls Church, Va., was awarded on July 28, 2006, a $24,457,240 increment as part of a $108,923,619 cost-plus-award-fee contract for programmatic and support services to the InnoVision directorate of NGA.  Work will be performed in Reston, Va. (89 percent), Bethesda, Md. (7 percent), Chantilly, Va. (3 percent), and Fort Monmouth, N.J. (1 percent), and is expected to be completed by Nov. 30, 2011. 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 Jan. 4, 2006, and one bid was received.  The National Geospatial-Intelligence Agency, Reston, Va., is the contracting activity (HM1582-06-C-0014).



           Nova Group Inc., Napa, Calif., was awarded on Aug. 1, 2006, a $15,682,795 firm-fixed-price contract for a hydrant fuel system.  Work will be performed at McConnell Air Force Base, Kan., and is expected to be completed
by Feb. 21, 2008.  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 March 6, 2006, and three bids were received.  The Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-06-C-0043).



            Honeywell International, Tempe, Ariz., was awarded on July 31, 2006, a $7,189,665 firm-fixed-price and cost-plus-fixed-fee contract for digital control units.  Work will be performed in Tucson, Ariz., and is expected to be completed by Oct. 31, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Dec. 12, 2005.  The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-0513).
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
Subject:
Contracts for August 4, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 4 Aug 2006 17:26:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 745-06
FOR RELEASE AT
Aug 04, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS



_NAVY



            Atlantic Contingency Constructors, LLC, Virginia Beach, Va.; Fluor
Intercontinental Inc., Greenville, S.C.; and URS-IAP, LLC, Washington, D.C.,
are being awarded a cost-reimbursable-plus-award-fee, indefinite-delivery/
indefinite-quantity contract for global contingency construction.  The total
aggregate contract amount for a base year and four option years is not to
exceed $1,000,000,000, with a guaranteed minimum of $100,000 to each
contractor.  The work to be performed provides for supervision, equipment,
materials, labor, travel and all means necessary to provide the Navy, the Navy
on behalf of Department of Defense, and the Navy on behalf of other federal
agencies when authorized, an immediate response for civilian construction
contract capability.  The construction and related engineering services would
be in response to natural disasters, humanitarian assistance, conflict, or
projects with similar characteristics.  This includes occasional projects to
ensure readiness to perform under emergency situations.  The scope includes
the capability to provide general mobilization services for personnel,
equipment and material in support of Naval Construction Forces (NCF)
mobilization efforts and similar mobilization efforts.  The work also includes
the capability to set up and operate Material Liaison Office at a deployed
site in support of NCF operations.  The contractors may be tasked to
participate in military exercises.  Work will be performed worldwide, and the
expected date of completion is August 2007 (August 2011 with options).
Contract funds will expire at the end of the current fiscal year.  This
contract was competitively procured with 44 proposals solicited and eight
offers received.  The Naval Facilities Engineering Command, Atlantic, Norfolk,
Va., is the contracting activity (N62470-06-D-6007/6008/6009).



            Croman Corp.*, White City, Ore., is being awarded an $11,521,918
firm-fixed-fee contract to provide airlift and recovery functions in support
of all Hawaiian military ranges.  In addition, this contract provides for
utility/transport missions to carry passengers/cargo and range clearing
operation in the Hawaiian operating area.  The minimum level of effort for the
base-year is 2,510 flight hours.  Work will be performed in Barking Sands,
Kauai, Hawaii, and is expected to be completed in August 2007.  Contract funds
will not expire at the end of the current fiscal year.  This contract was
competitively procured via request for proposals; six firms were solicited and
four offers were received.  The Naval Air Systems Command, Patuxent River,
Md., is the contracting activity (N00019-06-D-0027).


            Science, Engineering & Technology Associate, Arlington, Va., is
being awarded a $9,999,977 cost-plus-fixed-fee,
indefinite-delivery/indefinite-quantity, service contract, to provide system
modeling and analysis, design, integration, prototyping, test and evaluation,
demonstration, and program management support services, personnel resources
and office facilities necessary to support the mission of Naval Surface
Warfare Center, Indian Head Division.  Work will be performed in Arlington,
Va., and is expected to be completed by August 2009.  Contract funds will not
expire at the end of the current fiscal year.  This contract was not
competitively procured.  The Naval Surface Warfare Center, Indian Head, Md.,
is the contracting activity (N00174-06-D-0031).



            M.C. Dean, Inc., Dulles, Va., is being awarded a $9,903,993
contract modification (P00010) under previously awarded
indefinite-delivery/indefinite-quantity, firm-fixed price contract
(N65236-05-D-5157)  for a second generation satellite-based internet-broadband
service and Voice Over Internet Protocol network in support of deployed
military personnel.  Locations include Iraq and the Balkans, as well as other
non-global information grid operations in the European Command, Central
Command Areas of Responsibility, and other unidentified locations per tasking
received by the SPAWAR Europe office.  Work will be performed worldwide - Iraq
(approximately 75 percent) and other OCONUS locations (25 percent), and is
expected to be completed August 2007.  Contract funds will not expire at the
end of the current fiscal year.  The Space and Naval Warfare Systems Center,
Charleston, S.C., is the contracting activity.



            Hydraulics International Inc.*, Chatsworth, Calif., is being
awarded a $9,562,579 firm-fixed-price delivery order against a previously
awarded indefinite-delivery, indefinite-quantity contract (N68335-04-D-0015)
for 51 electric hydraulic power supply units; 40 hydraulic fluid purifiers;
and 165 diesel hydraulic power supply units.  Work will be performed in
Chatsworth, Calif., 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 Warfare Center Aircraft Division, Lakehurst, N.J., is the
contracting activity.



            General Atomics Aeronautical Systems, Inc., San Diego, Calif., is
being awarded an $8,294,000 cost-plus-fixed-fee contract for the procurement
of one Predator B aircraft for use in demonstration and operations, including
ground support equipment, spares kit and system integration.  Work will be
performed in San Diego, Calif., and is expected to be completed in April 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
Aircraft Division, Patuxent River, Md., is the contracting activity
(N00421-06-C-0024).



            Raytheon Co., Tucson, Ariz., is being awarded an $8,036,514
modification to previously awarded contract (N00024-06-C-5350) for FY06
STANDARD missile-2, BLOCK IIIB, post-production spares and FY04 STANDARD
missile-2, common production spares.  The modification will provide for
procurement of various United States STANDARD missile-2, BLOCK IIIB spares, in
support of maintenance and repair of shipboard launch missiles.  Work will be
performed in Tucson, Ariz. (83 percent); Andover, Mass. (14 percent); Camden,
Ariz. (2 percent); and Farmington, N.M. (1 percent), and is expected to be
completed by December 2008.  Contract funds in the amount of $196,996, will
expire at the end of the current fiscal year.  The Naval Sea Systems Command,
Washington, D.C., is the contracting activity.



            MCC Construction Corp., Storrs, Conn., is being awarded $6,221,067
for firm-fixed-price task order 0037 under previously awarded
indefinite-delivery facilities management job order contract
(N62472-03-D-0077) for renovations and repairs to Building 308 at the Naval
Supply Activity, Mechanicsburg, Pa.  The work to be performed provides for the
installation of an antenna platform for mounting several satellite
communication antennas with additional roof lightning protection; the
renovation of the existing first floor sensitive compartmented information
facility (SCIF) constructed computer room; construct a new SCIF level
construction room within the existing second floor computer room; provide all
new shunt trip circuit breakers on the uninterruptible power supply; provide
alterations and repairs to the existing restrooms on the second floor; provide
new chilled water drops for the second floor SCIF area and connect to new main
chilled water loop; provide new doors and electrical equipment that serve as
locks in strategic areas; provide new air ducts inside the building; replace
existing skylights for atrium area; provide alterations and repairs to the
existing restrooms/locker rooms, existing break room, reception and guard
areas; and provide all exterior modifications/anti-terrorism force protection
including lightning protection in the generator area.  The task order contains
one additional option at $5,280,462, which may be exercised within 30 calendar
days, bringing the total cumulative value to $11,501,529.  Work will be
performed in Mechanicsburg, Pa., and is expected to be completed by March
2007.  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 offers received and award made on August 15, 2003._  The
total contract amount is not to exceed $30,000,000, which includes the base
period and four option years.  The Naval Facilities Engineering Command,
Mid-Atlantic, Norfolk, Va., is the contracting activity.

_ARMY



            General Dynamics, Sterling Heights, Mich., was awarded on Aug. 1,
2006, a delivery order amount of $134,690,764 as part of a $134,690,764
firm-fixed-price contract for Abrams M1A2 system enhancement package retrofit
tanks along with total package fielding material for initial fielding.  Work
will be performed in Lima, Ohio (75 percent), Tallahassee, Fla. (10 percent),
Anniston, Ala. (9 percent), Scranton, Pa. (3 percent), and Sterling Heights,
Mich. (3 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 Feb. 1, 2006.  The Army Tank-Automotive and
Armaments Command, Warren, Mich., is the contracting activity
(W56HZV-06-G-0006).



            MW Builders of Texas Inc.*, Temple, Texas, was awarded on Aug. 2,
2006, a $36,448,000 firm-fixed-price contract for sustainment unit of action
Custer Hill Barracks.  Work will be performed at Fort Riley, Kan., and is
expected to be completed by Oct. 21, 2007.  Contract funds will not expire at
the end of the current fiscal year.  There were five bids solicited on May 24,
2006, and five bids were received.  The Army Corps of Engineers, Kansas City,
Mo., is the contracting activity (W912DQ-06-C-0044).





            L3 Communications Corp., Lancaster, Pa., was awarded on Aug. 1,
2006, a $22,740,208 firm-fixed-price contract for canister cartridges and
cartridge cases.  Work will be performed in Radford, Va. (7 percent),
Riverbank, Calif. (19 percent), Jonesborough, Tenn. (10 percent), Toone, Tenn.
(2 percent), Towanda, Pa. (34 percent), Charleston, Ind. (1 percent),
Louisville, Ky. (4 percent), Camden, Ark. (8 percent), Largo, Fla. (14
percent), and Chicago, Ill. (1 percent), and is expected to be completed by
July 31, 2011.  Contract funds will not expire at the end of the current
fiscal year.  There was one bid solicited on March 24, 2006, and three bids
were received.  The Army Tank-Automotive and Armaments Command, Picatinny
Arsenal, N.J., is the contracting activity (W15QKN-06-C-0174).



MW Builders of Texas Inc.*, Temple, Texas, was awarded on Aug. 2, 2006, a
$36,448,000 firm-fixed-price contract for sustainment unit of action Custer
Hill Barracks.  Work will be performed at Fort Riley, Kan., and is expected to
be completed by Oct. 21, 2007.  Contract funds will not expire at the end of
the current fiscal year.  There were five bids solicited on May 24, 2006, and
five bids were received.  The Army Corps of Engineers, Kansas City, Mo., is
the contracting activity (W912DQ-06-C-0044).
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
Subject:
Contracts for August 8, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 8 Aug 2006 17:16:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 755-06
FOR RELEASE AT
Aug 08, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

CONTRACTS

NAVY



            Bath Iron Works Inc. (BIW), Bath, Maine, is being awarded an
$115,831,638 cost-plus-award-fee/cost-plus-fixed-fee contract for DDG 1000
Zumwalt Class Destroyer detailed design, and procurement of vendor furnished
information (VFI) in support of the detailed design.   The mission of the DDG
1000 Zumwalt Class of Destroyers is to provide affordable and credible
independent forward presence/deterrence and to operate as an integral part of
the naval, joint, or combined maritime forces.  DDG 1000 will provide advanced
land attack capability in support of the ground campaign and contribute naval,
joint, or combined battle-space dominance in littoral operations.  The total
value of the detail design effort is $336,261,007, with $78,544,754 funded at
contract award for advanced zone detail design.  The remaining detail design
efforts are included in a priced option valued at $257,716,253.  Also at
contract award, BIW will be awarded a not-to-exceed (NTE) line item for
procurement of VFI valued at $37,286,884.  The maximum amount for which the
government is liable under the NTE prior to definitization is $18,643,442
(total funding at contract award).  Work will be performed in Bath, Maine 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 Sea Systems Command, Washington D.C., is the contracting
activity (N00024-06-C-2303).



            FLIR Systems Inc, N. Billerica, Mass., is being awarded a maximum
$34,878,839 firm-fixed-price, indefinite-delivery/indefinite-quantity contract
for enhanced targeting sights (ETS) for Special Operations Forces Laser Marker
(SOFLAM) system.  The ETS is a companion sight for the SOFLAM.  The system
uses a special image intensifier that will "see" the wavelength of a single
range finding pulse as well as the repetitive pulses of precision munitions
guidance laser designating a target.  The ETS increases the accuracy of the
SOFLAM by allowing operators to view the laser spot and target scene
simultaneously.  Work will be performed in North Billerica, Mass., and is
expected to be completed by August 2011.  Contract funds will not expire at
the end of the current fiscal year.  The contract was not competitively
procured.  Naval Surface Warfare Systems, Crane Division, Crane Ind., is the
contracting activity (N00164-06-D-8582).



_ARMY



            General Dynamics, Sterling Heights, Mich., was awarded on Aug. 4,
2006, a $34,100,000 modification to a cost-plus-fixed-fee contract for
manufacturing technical assistance support. Work will be performed in Cairo,
Egypt (83.5 percent), and Sterling Heights, Mich. (16.5 percent), and is
expected to be completed by Aug. 31, 2009.  Contract funds will not expire at
the end of the current fiscal year.  This was a sole source contract initiated
on July 25, 2006.  The Army Tank-Automotive and Armaments Command, Warren,
Mich., is the contracting activity (W56HZV-04-C-0504).



            Mobile Medical International Corp.*, Saint Johnsbury, Vt., was
awarded on Aug. 3, 2006, a $7,143,552 modification to a firm-fixed-price
contract for research and development of the 21st century military hospital
system production efficient test shelters.  Work will be performed in Saint
Johnsbury, Vt., and is expected to be completed by July 26, 2008.  Contract
funds will not expire at the end of the current fiscal year.  This was a sole
source contract initiated on Oct. 1, 2001.  The Army Medical Research
Acquisition Activity, Frederick, Md., is the contracting activity
(DAMD17-03-C-0002).

AIR FORCE



            Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being
awarded a $19,600,000 million firm-fixed-price contract.  This undefinitized
contract action is for advanced procurement for titanium in support of F-22A
Lot 8 aircraft.  At this time, $19,600,000 million has been obligated.  This
work will complete October 2009.  Headquarters Aeronautical Systems Center,
Wright-Patterson Air Force Base, Ohio, is the contracting activity.
(FA8611-06-C-2899)



            Lockheed Martin Space Systems Co., Sunnyvale, Calif., was awarded
on August 3, 2006, a $10,639,349 cost-plus-award fee contract modification.
This contract modification provides for new payload software to monitor
telemetry data added to the KI-54 satellite crypto final configuration.  The
implementation will provide new satellite telemetry data, update supporting
documentation, test and software, provide training, and upload the new
software on orbit.   At this time, $379,995 has been obligated.  This work
will be complete December 2010.  Headquarters Space and Missile Systems
Center, Los Angeles Air Force Base, Calif., is the contracting activity.
(F04701-02-C-0002/P00190)



           Lockheed Martin Corp., San Diego, Calif., is being awarded a
$9,513,756 cost-plus-fixed fee contract.  This action provides for software,
reports and demonstrations intended to implement the World Infrastucture
Security Environment program.  The program contemplates providing near-term
solutions to the improvements of information assurance efforts, as well as
researching long-term, innovative solutions to information security concerns.
At this time $2,621,260 has been obligated.  This work will be completed in
June 2009.  Air Force Research Laboratory, Rome, N.Y., is the contracting
activity.  (FA8750-06-C-0168)



            Gestalt LLC, King of Prussia, Penn., is being awarded a $9,500,000
million labor hour, time and materials, cost reimbursable contract.  The
purpose of this contract is to acquire engineering, field support and related
services to the Electronic Systems Center and related organizations, as
required, for the design, development, integration, testing, verification, and
exercise support for the Air Force Modeling and Simulation Training Toolkit
(AFMSTT), including cost benefit analysis and planning for software
engineering in accordance with the NET-centric enterprise solutions for
interoperability guidance from the Department of Defense.  AFMSTT is a theater
level exercise driver (simulation) used in Air force and joint training
events, simulation based acquisition, and command, control, communications,
computers, intelligence, surveillance, and reconnaissance enterprise
integration facility initiatives.  At this time, $4,600,000 million has been
obligated.  This work is scheduled to be completed in June 2007.  The
Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting
activity.  (FA8731-06-C-0001)



           Northrop-Grumman Mission Systems, Clearfield, Utah, is being
awarded a cost-plus-fixed-fee contract modification for $8,171,470.  This
action provides for propulsion system rocket engine P107 pyroharness cables
update on the intercontinental ballistic missile prime integration contract.
This work will be completd by July 2008.  The Ogden Air Logistics Center, Hill
Air Force Base, Utah, is the contracting activity.  (F42610-98-C-0001)
Lockheed Martin Corp., Marietta, Ga., is being awarded a $6,371,579
cost-plus-award fee contract modification.  This action provides for an
expansion of supply support and development for C-5 Reliability Enhancement
and Re-engineering program.  At this time $411,000 has been obligated.  This
work will be completed by August 2008.  Headquarters Aeronautical Systems
Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
(F33657-02-C-2000/P00092)



           Lockheed Martin Corp., San Diego, Calif., is being awarded a
$5,985,282 firm-fixed price contract.  This requirement is to install C4ISR
infrastructure planning visualization component compliant data set with
workstation (thick client) and/or web served applications for managing
communication infrastructure elements at Air Force installations.  The CENTAF
sites covered by the tasking are Al Udeid, Qatar; Ali Salem, Kuwait; Al
Dhafra, UAE; Manas, Kyrgystan; and Balad, Iraq.  This requirement includes
data collection, maintenance, and administration at three levels: a)
individual sites, b) the CAOC compound at Al Udeid, and c) the CENTAF/AF
office and GeoReach server at Shaw Air Force Abase, S.C.   At this time total
funds have been obligated.  Solicitations began July 2006 and negotiations
were complete July 2006.  This work will be complete December 2007.  38th
Engineering Installation Group, Tinker Air Force Base, Okla., is the
contracting activity.  (FA8773-06-F-0204)






            The Air Force is awarding an indefinite delivery/indefinite
quantity contract to the following contractors:  Booz Allen Hamilton, Inc.,
McLean, Va., Intecon, LLC, Centennial, Colo.; Lockheed Martin Services, Inc.,
Cherry Hill, N.J.; Science Applications International Corporation, San Diego,
Calif.; Delta Solutions and Strategies, LLC, Colorado Springs, Colo.; L.C.
Wright, Inc., McLean, Va.; Northrop Grumman Defense Mission Systems, Inc.,
Reston, Va.; WILLCOR, Inc., Clinton, Maryland.  NORAD-USNORTHCOM advisory and
assistance services.  This action provides for primary support for advisory
and assistance services and some non-advisory and assistance services such as
information management and engineering services supporting the NORAD
USNORTHCOM (N-NC) commands missions and any agencies supported by N-NC.  At
this time, $100,000 has been obligated for each contractor.  The 21st Space
Wing, Peterson Air Force Base, Colo., is the contracting activity.
(FA2517-06-D-9000; -9001; -9002; -9003; -9004; -9005; -9006; -9007)
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
Subject:
Contracts for July 12, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 12 Jul 2006 17:04:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 658-06
FOR RELEASE AT
Jul 12, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS



_ARMY



            Luhr Brothers Inc., Columbia, Ill., was awarded on July 11, 2006, a $20,770,500 firm-fixed-price contract for Calcasieu River and Pass Foreshore Dike construction.  Work will be performed in Cameron Parish, La., and is expected to be completed by March 4, 2008.  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 May 26, 2006, and one bid was
received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0165).



            Dimensions International, Alexandria, Va., was awarded on June 30, 2006, a delivery order amount of $18,111,097 as part of a $21,075,478 labor-hour contract for global property management support services.  Work
will be performed in Southwest, Asia, and is expected to be completed by June 30, 2011.  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 March 24, 2006, and four bids were received.  The Army Field Support Command, Rock Island, Ill., is the contracting activity (W52P1J-06-D-0029).



            AM General L.L.C., South Bend, Ind., was awarded on July 7, 2006, a $9,218,542 modification to a firm-fixed-price contract for purchase of M1152's on CLIN 6013AV.  Work will be performed in South Bend, Ind., and is
expected to be completed by Dec. 31, 2007.  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 Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).



_AIR FORCE



            ITT Industries, System Division, Colorado Springs, Colo., is being awarded a $17,731,633 cost-plus-award fee contract modification.  This system engineering and sustainment integrator (SENSOR) contract integrates system
engineering and sustainment of ground-based missile warning, missile defense, and space surveillance sensors.  The SENSOR systems currently include ground-based radars and optical systems controlled and operated by United
States Strategic Command and Air Force Space Command.  The mission of the Space Control Sensors Division and the Missile Warning and Defense Sensors Division is to acquire and sustain a worldwide, ground-based network of
dedicated, collateral and contributing missile warning, space surveillance, and intelligence data collection sensors.  These systems represent a major portion of the United States space command integrated tactical warning/attack
assessment system and the space surveillance network.  At this time, $2,108,804 has been obligated.  This work will be complete June 2007. Electronic Systems Center Detachment 5, Peterson Air Force Base, Colo., is the
contracting activity (F19628-02-C-0010/P00102).



            United Technologies Corp., Pratt and Whitney Aircraft Group, East Hartford, Conn., is being awarded a $16,501,537 firm-fixed-price and cost-plus-fixed fee contract modification.  This undefinitized contract action for F119 engines Lot 6 long lead items and field support and training period of performance extension.  At this time, $12,376,153 has been obligated. Solicitations began July 2005 and negotiations were complete in July 2006. This work will be complete by December 2006.  Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-05-C-2851/P00007).



_NAVY



            Rockwell Automation, Inc., Mayfield Heights, Ohio, is being awarded a $16,207,531 firm-fixed-price contract to deliver and install machinery control systems (MCSs) and components aboard designated Navy surface
ships, and to provide related engineering and on-site technical support.  The MCS on a Navy ship controls auxiliary machinery equipment including, but not limited to, the firemain system, the interior communications/standard module alarm monitoring system, list control system, JP-5 system and data acquisition system.  The work will be performed at the contractor's facilities in Cleveland, Ohio (20 percent); Twinsburg, Ohio (20 percent); Mequon, Wis. (10 percent); Lady Smith, Wis. (10 percent); Richland Center, Wis. (10 percent); Dublin, Ga. (10 percent); and aboard pierside Navy surface ships (20 percent) in Norfolk, Va., Mayport, Fla., San Diego, Calif., Seattle, Wash., and Bremerton, Wash., and is expected to be completed by July 2011. Contract funds will not expire at the end of the current fiscal year.  The contract was synopsized on the federal business opportunities website and competitively procured with five proposals received.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-06-D-0022).



            DME Corp., Orlando Fla., is being awarded $10,197,897 for delivery order 0002 under a previously awarded indefinite-delivery/indefinite-quantity contract. The order is for the VIPER third echelon test set (TETS) radio
frequency variant and associated equipment.  TETS is an automated field fault isolation system for maintenance of weapons systems.  The contract was competitively awarded.  Work will be performed entirely in Orlando, Fla., and
is expected to be completed in April 2009.  Contract funds will not expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.



            Science Applications International Corp. (SAIC), San Diego, Calif., is being awarded a $5,186,546 cost-plus-fixed-fee contract for technical assistance for repairables processing program services.  This contract has three one-year option periods, which if exercised, will bring the total estimated value of the contract to $20,394,322.  Work will be performed in various CONUS (25 percent) and OCONUS (75 percent) locations, and work is expected to be completed by August 2007.  Contract funds will not expire at the end of the current fiscal year.  This contract was awarded competitively through Navy electronic commerce online, with one offer received.  The Naval Inventory Control Point is the contracting activity (N00140-06-C-0062).
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
Subject:
Contracts for July 13, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 13 Jul 2006 17:14:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 662-06
FOR RELEASE AT
Jul 13, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS

_NAVY



            Raytheon Co., McKinney, Texas, is being awarded $19, 638,400 for firm-fixed-price delivery order under previously awarded contract for the production of Army and Marine Corps 50 cal thermal sight/day TV systems and
option CLINs for associated technical and engineering support.  Work will be performed in McKinney, Texas, and is expected to be completed in June 2009. Contract funds will not expire at the end of the current fiscal year.  This
contract was awarded as a result of a full and open competitive solicitation. The Marine Corps Systems Command, Quantico, Va., is the contract activity.



_AIR FORCE



            Northrop Grumman Space and Mission Systems, Clearfield, Utah, is being awarded a $6,261,373 cost-plus-fixed fee contract modification.  This action provides for safe and arm test set replacement, a quantity of twelve
sets.  This effort supports the intercontinental ballistic missile.  At this time, total funds have been obligated.  Negotiations were complete June 2006. This work will be complete July 2008.  Headquarters Ogden Air Logistics
Center, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001/No modification number at this time).
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
Subject:
Contracts for July 14, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 14 Jul 2006 17:02:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 669-06
FOR RELEASE AT
Jul 14, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS

_NATIONAL GEOSPATIAL INTELLIGENCE AGENCY



            The National Geospatial-Intelligence Agency (NGA) today awarded a multiple-year, $69 million human capital management (HCM) contract to Accenture National Security Services LLC.  The HCM contract (HCMC, Contract #: HM1576-06-C-0012) covers a five-year period; a base year and four-one year options.  It supports NGA's human development directorate by providing a holistic approach to providing human capital services, encapsulating the end-to-end processes involved with managing people resources in the organization, from strategic work force planning support services to the transactional human capital functions such as recruitment and retirement
processing.  The HCM efforts will primarily be performed in the greater Washington, D.C., and St. Louis, Mo., areas.  NGA Headquarters in Bethesda, Md., is the contracting activity.



AIR FORCE



            Boeing Co., Wichita, Kan., is being awarded a $39,616,000 cost-plus-fixed-fee contract modification.  This action provides for engineering change proposal 0305, Sweden C-130 avionics modernization program engineering and manufacturing development.  At this time, $19,808,000 has been obligated.  This work will be complete January 2010.  Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-0047/P00099).



            Boeing Co., Anaheim, Calif., is being awarded a $22,725,270 firm-fixed-price contract modification.  The combat survivor evader locator full rate production FY06 effort includes procurement of the following:  radio sets, 2,645; radio set spares, 269; radio set adapters, 240; radio set adapter spares, 56; prime radio set batteries, 2,654; rechargeable radio set batteries, 3,876; rechargeable radio set battery adapters, 1,961.  At this time, total funds have been obligated.  This work will be complete by March 2007.  Headquarters 653d Electronic Systems Wing, Hanscom Air Force Base, Mass., is the contracting activity (FA8807-05-C-0004/P00008).



DEFENSE LOGISTICS AGENCY



            Valero Marketing & Supply Co., San Antonio, Texas, is being awarded a maximum $36,781,780 fixed-price with economic price adjustment contract for JP8 jet fuel for the government of Israel.  The other location of
performance is Corpus Christi Refinery, Corpus Christi, Texas.  There were 13 proposals solicited and four responded.  Contract funds will expire at the end of the current fiscal year.  The date of performance completion is Jan. 30, 2007.  Contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-D-0542).



_ARMY



            UNICOR Federal Prison Industries Inc., Washington, D.C., was awarded on July 12, 2006, a delivery order amount of $17,276,250 as part of a $24,390,000 firm-fixed-price contract for outer tactical vest conversion kits
in desert camouflage.  Work will be performed in Yazoo City, Miss. (45 percent), Pompano Beach, Fla. (40 percent), and Salisbury, Md. (15 percent), and is expected to be completed by July 11, 2008.  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 March 2, 2006, and six bids were received.  The Army Research, Development, and Engineering Command, Aberdeen
Proving Ground, Md., is the contracting activity (W91CRB-06-D-0027).



            Miron Construction Company Inc., Neenah, Wis., was awarded on July 10, 2006, a $7,622,000 firm-fixed-price contract for an upgrade of a composite maintenance storage complex and the 128th Air Refueling Wing.  Work will be performed in Milwaukee, Wis., and is expected to be completed by Jan. 21, 2008.  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 May 29, 2006, and four bids were received.  The National Guard Bureau, Camp Douglas, Wis., is the contracting activity (W912J2-06-C-0002).



            Knight's Armament Co.*, Titusville, Fla., was awarded on July 12, 2006, a delivery order amount of $6,606,560 as part of a $6,606,560 firm-fixed-price contract for procurement of M4 and M5 adapter rail systems in support of the M16A4 rifle and M4 carbine.  Work will be performed in Titusville, Fla., and is expected to be completed by March 30, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on June 27, 2006.  The Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-05-D-0073).



_NAVY



            Boeing Integrated Defense Systems, St. Louis, Mo., is being awarded an $18,500,000 modification to previously awarded contract for support of II MEF urgent universal need statement for continuation of intelligence
surveillance and reconnaissance (ISR) services in support of Marine Corps forces deployed in support of Operation Iraqi Freedom (OIF).  This effort is in support of I/II MEF urgent universal need statement, approved by the Marine
Requirement Oversight Council on July 5, 2006, and the statement of need dated May 16, 2006, requesting continuation of services during the transition of I MEF and II MEF in support of OIF-II.  Work will be performed in theater (80 percent), St. Louis, Mo. (5 percent) and Bingen, Wash. (15 percent), and is expected to be completed in March 2007.  Contract funds will expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.



            McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $13,166,553 ceiling-priced contract for engineering, maintenance, and manufacturing support of flight testing for
F/A-18 aircraft, including preproduction uniquely configured aircraft. Efforts to be provided include basic aircraft maintenance and fabrication of unique replacement parts.  Work will be performed in Patuxent River, Md., and
is expected to be completed in September 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 Aircraft Division, Patuxent River,
Md., is the contracting activity (N00421-06-C-0075).



            Point Blank Body Armor, Oakland Park, Fla., is being awarded a $9,206,601 firm-fixed-price delivery order for desert-use body armor.  Work will be performed in Oakland Park, Fla., and is expected to be completed in
August 2006.  Contract funds will expire at the end of the current fiscal year.  The contract was not competitively procured.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-F-B046).



            ALION Science and Technology Corp., Chicago, Ill., is being awarded a $7,014,492 delivery order against a previously awarded indefinite-delivery/indefinite-quantity contract (N61339-03-D-0300) to provide research and development services to design, develop, test, install, and maintain all aspects of the space power lab for the National Security Space Institute.  Work will be performed in Norfolk, Va. (85 percent), and Alexandria, Va. (15 percent), and is expected to be completed in July 2009. Contract funds in the amount of $328,904 will expire at the end of the fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., 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
Subject:
Contracts for July 25, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 25 Jul 2006 17:16:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 707-06
FOR RELEASE AT
Jul 25, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS



DEFENSE LOGISTICS AGENCY



            Refinery Associates of Texas, Inc. *, New Braunfels, Texas, is being awarded a maximum $22,556,374 fixed-price with economic price adjustment contract for diesel fuel.  The using service is foreign military sales Israel.  The other location of performance is Compagnie Industrielle Maritime SNC, Le Harve, France.  This is an indefinite-delivery, indefinite-quantity type contract.  Proposals were web-solicited and one responded.  Contract funds will expire at the end of the current fiscal year.  The date of performance completion is July 31, 2006.  Contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-06-D-0506).



            Sage Energy Trading, LLC**, Tulsa, Okla., is being awarded a maximum $22,750,815 fixed-price with economic price adjustment contract for direct supply natural gas for the Navy.  The other location of performance is
Illinois.  There were 145 proposals solicited and 17 responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is Sept. 30, 2008.  Contracting activity is DESC, Fort
Belvoir, Va. (SP0600-05-D-7524).



            Seminole Energy Services, LLC*, Tulsa, Okla., is being awarded a maximum $6,750,105 fixed-price with economic price adjustment contract for direct supply natural gas for Army and federal civilian agencies.  There were
145 proposals solicited and 17 responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is Sept. 30, 2008.  The contracting activity is DESC, Fort Belvoir, Va.
(SP0600-05-D-7532/05-D-7519).



            Texican Natural Gas Co.*, Charlotte, N.C., is being awarded a maximum $22,069,987 fixed-price with economic price adjustment contract for direct supply natural gas for Army and federal civilian agencies.  There were
145 proposals solicited and 17 responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is Sept. 30, 2008.  The contracting activity is DESC, Fort Belvoir, Va.
(SP0600-06-D-7502).



_ARMY



            Guyco Inc., Lampasas, Texas, was awarded on July 21, 2006, a $9,091,119 firm-fixed-price contract for construction of a consolidated troop and family medical clinic.  Work will be performed at Fort Hood, Texas, and is
expected to be completed by March 1, 2008.  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 April 20, 2006, and three bids were
received.  The Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-06-C-0035).



            Nordic Industries Inc.*, Marysville, Calif., was awarded on July 20, 2006, a $7,371,005 firm-fixed-price contract for construction of concrete and sheet pile floodwalls and levee improvements along the west bank of
Morrison Creek.  Work will be performed in Sacramento, Calif., and is expected to be completed by Feb. 2, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were 18 bids solicited on June 6, 2006, and one bid was received.  The Army Engineer District, Sacramento, Calif., is the contracting activity (W91238-06-C-0020).



_AIR FORCE



            Boeing Co., Anaheim, Calif., is being awarded an $8,984,367 cost-plus-award-fee contract modification.  This action will incorporate engineering change proposal (ECP) 0006 large aircraft antenna solution into the family of advanced beyond-line-of-sight terminals increment 1 program. The engineering change proposal large aircraft antenna incorporates several design improvements from the original program baseline.  These improvements
include changing from the dual parabolic reflector design to the continuous transverse stub design, moving from a three-axis control system to a two-axis system and, finally, increasing the random height.  These changes provide more effective aperture area significantly improving both effective isotropic radiated power and gain/noise temperature performance.  The ECP 0006 large aircraft antenna approach offers a lower-risk, higher capability solution to large aircraft antenna requirements with provisions for expansion to future FAB-T increments within the same antenna architecture.  At this time, $8,894,367 has been obligated.  Negotiations were complete February 2006. This work will be complete September 2008.  Headquarters 653RD Electronic Systems Wing, Hanscom Air Force Base, Mass., is the contracting activity
(F19628-02-C-0048/P00089).
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:
1 ... 13 14 16 17 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 26. Avg 2025, 05:34:44
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 :: Nova godina Beograd :: nova godina restorani :: FTW.rs :: MojaPijaca :: Pojacalo :: 011info :: Burgos :: Sudski tumač Novi Beograd

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: 0.073 sec za 13 q. Powered by: SMF. © 2005, Simple Machines LLC.