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

ConQUIZtador
Trenutno vreme je: 01. Sep 2025, 10:32:18
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 ... 14 15 17 18 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71312 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 July 26, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 26 Jul 2006 17:04:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 712-06
FOR RELEASE AT
Jul 26, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS

DEFENSE LOGISTICS AGENCY



            Graybar Electric Co., Inc., St. Louis, Mo., is being awarded a maximum $660,000,000 fixed-price with economic price adjustment contract for maintenance; repair and operations (MRO) supplies contract for south central region, zone 1.  The using services are Army, Navy, Air Force, Maine Corps, and federal civilian agencies.  Proposals were Web-solicited and six responded.  This is an indefinite-delivery/quantity contract exercising option
year one.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is July 28, 2007.  Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa.
(SPM500-04-D-BP11).



            Science Applications International, Fairfield, N.J., is being awarded a maximum $320,000,000 fixed-price with economic price adjustment contract for MRO supplies contract for south central region, zone two.  The using services are Army, Navy, Air Force, Maine Corps, and federal civilian agencies.  Proposals were Web-solicited and six responded.  This is an indefinite-delivery/quantity contract exercising option year one.  Contract funds will not expire at the end of the current fiscal year. The date of performance completion is July 28, 2007.  Contracting activity is DSCP, Philadelphia, Pa. (SPM500-04-D-BP12).



            Supplycore, Inc. *, Rockford, Ill., is being awarded a maximum $320,000,000 fixed-price with economic price adjustment contract for MRO supplies contract for north central region.  The using services are Army, Navy, Air Force, Maine Corps, and federal civilian agencies.  Proposals were Web-solicited and six responded.  This is an indefinite-delivery/quantity contract exercising option year one.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is July 28, 2007.  Contracting activity is DSCP, Philadelphia, Pa. (SPM500-04-D-BP10).



_ARMY



            Colt Defense L.L.C.*, Hartford, Conn., was awarded on July 24, 2006, a delivery-order amount of $53,830,677 as part of a $242,468,789 firm-fixed-price contract for procurement of M4/M4A1 carbines.  Work will be
performed at Hartford, Conn., and is expected to be completed by Sept. 30, 2007.  Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 30, 2006.  The Army
Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-04-D-0086).



            Lockheed Martin Corp., Grand Prairie, Texas, was awarded on July 24, 2006 a $16,574,025 modification to a firm-fixed-price contract for guided multiple launch rocket system full rate production I  conversion of dual-purpose improved conventional munition to urgent material release unitary rockets.  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 25, 2006.  The Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity
(W31P4Q-06-C-0002).



_AIR FORCE



            Boeing Co., Wichita, Kan., is being awarded a $44,469,514 cost-plus-fixed fee contract modification.  This action provides for an engineering change proposal for the 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).



            MWH-All Star Joint Venture, Murrieta, Calif., is being awarded a $40,000,000 indefinite-delivery/indefinite-quantity contract.  This action is a simplified acquisition of base engineering at Seymour Johnson Air Force Base, N.C.  This project includes, but is not limited to: plan, design, manage and perform all work associated with a wide variety of construction projects in support of real property maintenance, repair, alteration and/or new construction at Seymour Johnson Air Force Base, Dare County Bomb Range, at Fort Fisher, N.C.  This effort will include various construction trades and disciplines.  The work involved, but is not limited to carpentry, road repair, roofing, excavation, interior and exterior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry, and welding. This action is for the award of a basic contract for base period of one year plus four option periods of one year each.  The Air Force can issue delivery orders totaling up to the maximum amount indicated above, though actual requirements may necessitate less than the amount above.  At this time, $3,500 has been obligated.  This work will be complete July 2007.  Fourth Fighter Wing, Seymour Johnson Air Force Base, N.C., is the contracting activity (FA4809-06-DC002).



            Raytheon Co., Tucson, Ariz., is being awarded a $25,405,022 cost-plus contract modification.  This action provides for AMRAAM AIM-120D system demonstration development contract re-baseline.  At this time, $7,426,204 has been obligated.  Solicitations began April 2006 and negotiations were complete July 2006.  This work will be complete June 2008. Headquarters 328th Armament Systems Group, Eglin Air Force Base, Fla., is the contracting activity (FA8675-04-C-0001/P00028).



            TYBRIN Corp., Fort Walton Beach, Fla., is being awarded a $8,590,978 cost-plus-award fee contract modification.  This action is a modification to extend the period of performance of contract number,
F04611-00-C-0001.  The systems engineering and technical assistance services in support of aerospace research, development, test and evaluation programs, training, and related support activities for the Air Force Flight Test Center, Edwards Air Force Base, Calif.  At this time, no funds have been obligated. This work will be complete November 2006.  Headquarters Flight Test Center, Edwards Air Force Base, Calif., is the contracting activity
(F04611-00-C-0001/P00126).



_NAVY



            TEC, Inc., Charlottesville, Va., is being awarded a not to exceed $10,000,000 (base period and three option years), with a guaranteed minimum of $159,546, firm-fixed-price indefinite-quantity contract for architect- engineering services for the facility condition assessment program. The work to be performed provides for performing inspection and assessment of military and other federal facilities.  Work will be performed within the
Naval Facilities Engineering Command (NAVFAC), Atlantic area of responsibility worldwide, although the majority of work is expected to be in the continental United States.  Work is expected to be complete by July 2007.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the NAVFAC e-solicitation website with thirteen proposals received.  The NAVFAC, Atlantic, Norfolk, Va., is the contracting
activity (N62470-06-D-7111).



            Scandia Manufacturing Co., Inc., Baltimore, Md, is being awarded a $6,331,545 firm-fixed-price contract for the manufacturing of mast mechanical groups and associated components.  Work will be performed in Baltimore, Md., and is expected to be completed by July 2007.  Contract funds will not expire at the end of the current fiscal year.  The contract was competitively procured and advertised via the Internet, with one proposal received.  The
Naval Undersea Warfare Center, Newport Division, Newport, R.I., is the contracting activity (N66604-06-C-0032).
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 27, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 27 Jul 2006 17:14:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 716-06
FOR RELEASE AT
Jul 27, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS



DEFENSE LOGISTICS AGENCY



            HUPP Aerospace*, New Have, Ind., is being awarded a maximum $20,000,000 firm-fixed-price contract for parts kit, seal replacement to support the UH-60 Blackhawk helicopter.  This is an indefinite-delivery, indefinite-quantity contract exercising option period four of a five-year contract.  Proposals were Gateway-solicited and two responded.  Contract funds will expire at the end of the current fiscal year.  The date of performance completion is July 31, 2007.  Contracting activity is Defense Supply Center Richmond, Richmond, Va. (SP0420-02-D-0087).



_NAVY



            InterSystems Corporation (ISC), Cambridge, Mass., is being awarded an estimated  $14,750,960 indefinite-delivery/indefinite-quantity, firm-fixed-price, commercial type contract to provide cache' enterprise multi-server platform specific licensed database software for the Department of Defense, Health Affairs, Composite HealthCare System (CHCS).  ISC is the manufacturer of the digital software multi user multi processor system application/database platform on which CHCS is built.  The contract includes five one-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $63,018,104.  Work will be performed in
Cambridge, Mass., and is expected to be completed July 24, 2007 (July 2012 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.  The Space and Naval Warfare Systems Center Charleston, S.C., is the contracting activity (N65236-06-D-6259).



            Electric Boat Corp., Groton, Conn., is being awarded a $6,300,000 modification to previously awarded contract for procurement of long lead time special hull treatment material in support of USS Texas (SSN 775) post
shakedown availability.  Work will be performed in Groton, Conn., and is expected to be completed by December 2007.  Contract funds will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion and Repair, Groton Conn., is the contracting activity.



_ARMY



            DRS Test & Energy Management Inc., Huntsville, Ala., was awarded on July 25, 2006, a delivery order amount of $6,900,000 as part of a $6,900,000 cost-plus-fixed-fee contract for direct support electrical systems
test sets components.  Work will be performed in Huntsville, Ala., and is expected to be completed by July 26, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated
on June 23, 2006.  The Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-06-G-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
Subject:
Contracts for July 28, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 28 Jul 2006 18:24:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 722-06
FOR RELEASE AT
Jul 28, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

CONTRACTS

ARMY

 BAE Systems Land & Armaments, York, Pa., was awarded on July 26, 2006, a
delivery order amount of $192,628,556 as part of a $192,628,556
firm-fixed-price contract for FY06 remanufacture of Bradley 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 Dec. 31, 2008.  Contract funds will not expire at the end of the
current fiscal year.  This was a sole source contract initiated on May 17,
2006.  The Army Tank-Automotive and Armaments Command, Warren, Mich., is the
contracting activity (W56HZV-05-G-0005).

 BAE Systems Land & Armaments, York, Pa., was awarded on July 26, 2006, a
delivery order amount of $30,879,800 as part of a $30,879,800 firm-fixed-price
contract for FY06 remanufacture of Bradley 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
Dec. 31, 2008.  Contract funds will not expire at the end of the current
fiscal year.  This was a sole source contract initiated on May 17, 2006.  The
Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting
activity (W56HZV-05-G-0005).

 Chickasaw Nation Industries Inc.*, Ada, Okla., was awarded on July 25, 2006,
a $20,868,745 modification to a firm-fixed-price contract for relocatable
facilities for combat aviation brigades.  Work will be performed at Fort
Riley, Kan., and is expected to be completed by July 1, 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, Kansas City,
Mo., is the contracting activity (W912DQ-06-C-0039).

 Bean Stuyvesant, New Orleans, La., was awarded on July 25, 2006, a
$12,815,300 firm-fixed-price contract for Columbia River channel improvement
and maintenance dredging.  Work will be performed in Astoria, Ore., and is
expected to be completed by July 13, 2007.  Contract funds will not expire at
the end of the current fiscal year.  There were two bids solicited on May 18,
2006, and three bids were received.  The Army Corps of Engineers, Portland,
Ore., is the contracting activity (W9127N-06-C-0034).

 JMR Construction Corp.*, Folsom, Calif., was awarded on July 25, 2006, a
$6,691,000 firm-fixed-price contract for construction of a modern freestanding
dental clinic facility.  Work will be performed in Monterey, Calif., and is
expected to be completed by Nov. 1, 2007.  Contract funds will not expire at
the end of the current fiscal year.  There were three bids solicited on May
19, 2006, and two bids were received.  The Army Corps of Engineers,
Sacramento, Calif., is the contracting activity (W91238-06-C-0021).

 H. Koch and Sons Co., Anaheim, Calif., was awarded on July 26, 2006, a
$5,094,999 modification to a firm-fixed-price contract for two and four belt
restraint kits for the improved high mobility multipurpose wheeled vehicles.
Work will be performed in Anaheim, Calif., and is expected to be completed by
Nov. 4, 2007.  Contract funds will not expire at the end of the current fiscal
year.  This was a sole source contract initiated on Oct. 24, 2005.  The Army
Tank-Automotive and Armaments Command, Warren, Mich., is the contracting
activity (W56HZV-06-C-0052).

 Kellogg Brown & Root Services Inc., Arlington, Va., was awarded on July 26,
2006, a delivery order amount of $5,000,000 as part of a $54,069,740
firm-fixed-price and cost-plus-award-fee contract to provide all resources and
management necessary to plan for, establish, maintain, and dismantle base camp
and remote site operations in support of contingency operations.  Performance
location will be determined with each delivery order, 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 66 bids solicited on Sept. 29, 2003, and
three bids were received.  The Army Transatlantic Programs Center, Winchester,
Va., is the contracting activity (W912ER-05-D-0003).

NAVY

 Northrop Grumman Corp., San Diego, Calif., is being awarded a $135,821,763
modification to a previously awarded cost-plus-incentive-award-fee contract
for continued development and test of the RQ-8B Fire Scout vertical takeoff
unmanned vehicle.  Work will be performed in San Diego, Calif. (81 percent);
Moss Point, Miss. (7 percent); Horsehead, N.Y. (6 percent); Wilsonville, Ore.
(4 percent); and Wayne, N.J. (2 percent) and is expected to be completed in
August 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.

 Science Applications International Corp., McLean, Va., is being awarded an
$8,639,983 cost-plus-fixed-fee contract for data collection and technical
analysis services in support of the U.S. Joint Forces command joint fires
integration and interoperability team.  This contract includes one base year
and four one-year options, which if exercised, bring the total estimated value
of the contract to $59,894,319.  Work will be performed in Eglin Air Force
Base, Fla. (90 percent), and other continental United States locations (10
percent) and work is expected to be completed by August 2007.  Contract funds
will not expire at the end of the fiscal year.  This contract was
competitively procured through Navy Commerce Online, with three offers
received.  The Fleet and Industrial Supply Center Norfolk Contracting
Department, Philadelphia Division, is the contracting activity
(N00140-06-D-0057).

 General Electric Aircraft Engines, Lynn, Mass., is being awarded an
$8,569,193 repairables order (GB28) under a previously awarded contract 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 October 2006. Contract funds will not expire before the end of
the current fiscal year.  This contract was not competitively procured.  The
Naval Inventory Control Point is the contracting activity.

AIR FORCE

 Lockheed Martin Co., Orlando, Fla., is being awarded an $87,429,990
firm-fixed-price contract. This action provides for joint air-to-surface
standoff missile, initial operational capability and full operational
capability assets.  This effort supports foreign military sales to the
Commonwealth of Australia (100 percent). At this time, $87,429,990 has been
obligated.  Solicitations began March 2006 and negotiations were complete July
2006.  This work will be complete December 2011.  Headquarters 328th Armament
Systems Group, Eglin Air Force Base, Fla., is the contracting activity
(FA8682-06-D-0072-0002 (long lead assets and FA8682-06-D-0072-0004 (balance of
assets).

 Boeing Co., Long Beach, Calif., is being awarded an $80,700,000
cost-plus-incentive-fee/fixed-price award fee/time and materials contract
modification. This contract modification is a foreign military sales
requirement for Royal Australian Air Force (RAAF) C-17 Globemaster III
sustainment partnership program.  The RAAF is buying four C-17 aircraft (via a
separate contracting action).  This action incorporates the RAAF aircraft into
the C-17 "virtual fleet" which includes aircraft maintenance, upgrade, and
sustainment.  At this time, $39,750 has been obligated.  Headquarters
Aeronautical Systems Center, Wright Patterson Air Force Base, Ohio, is the
contracting activity (FA8614-04-C-2004/P00110).

 Boeing Co., McDonnell Douglas Aerospace Division, St. Louis, Mo., is being
awarded a $10,523,457 cost-plus-fixed-fee contract.  This action provides for
the small diameter bomb (SDB), increment I program plans to award a
$10,523,457 effort for providing a universal armament interface (UAI)
compliant carriage system (Bomb Rack Unit-61A).  This effort will provide
warfighter with UAI compliant miniature munitions carriage by Dec. 31, 2009,
while retaining legacy interfaces.  This enables both SDB I and II weapon
systems to fully integrate on aircraft platforms that are UAI compliant while
maintaining current load-out with SDB I on F-15E. At this time, $4,600,000 has
been obligated.  This work will be complete December 2009. Solicitation began
May 2006 and was completed in July 2006.  Headquarters Air Armament Center,
Eglin Air Force Base, Fla., is the contracting activity (FA8681-06-C-0210).
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 31, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 31 Jul 2006 17:20:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 730-06
FOR RELEASE AT
Jul 31, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS

_AIR FORCE



            McDonnell Douglas Corp.,Long Beach, Calif., is being awarded a $780,000,000 firm-fixed-price contract.  This is an undefinitized contract action for a foreign military sales delivery order contract that will provide four C-17 aircraft to the Royal Australian Air Force (RAAF).  The C-17 system group, in accordance with air mobility command, has arranged for the reallocation of four C-17 aircraft delivery positions from the Air Force Multi-Year Procurement II (MYPII) contract, F33657-02-C-2001, for delivery to RAAF.  At this time, $390,000,000 has been obligated.  Negotiations were complete July 2006.  This work will be completed in phases: first delivery November 2006; second, May 2007; third, January 2008 and fourth, February 2008.  Headquarters 328th Aeronautical Systems Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.  Public Affairs point of contact is ASC/PAM at 937-255-3334 (FA8614-06-D-2006, delivery order 0001).



            Engineering Research and Consulting Inc., Huntsville, Ala., is being awarded a $72,435,099 cost-plus-fixed-fee, cost reimbursement, firm-fixed-price contract.  This action provides for research in propulsion
sciences:  The research in propulsion sciences contract will provide on-site theoretical and experimental scientific and engineering research and development in rocket propulsion at the Air Force research laboratory located at Edwards Air Force Base, Cali.  A strong effort in basic research is required, but elements of the broader research and development scope and technology transition are also included.  Research will focus on discovery, synthesis, characterization, and development of energetic and non-energetic materials, research, development, and modeling of novel propulsion methods and devices, and combustion modeling and aero physics interactions.  The contractor shall function in government/contractor teams.  Typical work performed includes propellant research, analytical chemistry, the study of fracture mechanics, investigating aero physics interactions, bench level contractor researchers work along-side government scientists and engineers and
collaborate on the research and development activities.  At this time no funds have been obligated.  This work will be complete in September 2011. Solicitation began March 2006.  Air Force Flight Test Center, Edwards Air
Force Base, Calif., is the contracting activity (FA9300-06-C-0023).

   Business Technologies and Solutions, Inc., Dayton, Ohio, is being awarded a $14,905,898 indefinite-delivery/indefinite-quantity cost-plus-award-fee and cost-reimbursement contract modification.  This action
provides for the technical and acquisition management support program, provides a wide range of diverse non-engineering, technical and acquisition management support required in the acquisition, development, production , and support of various equipment and weapon systems within the air armament center and other organizations at Eglin Air Force Base, Fla.  At this time no funds have been obligated.  This work will be complete September 2007.  Headquarters Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (FA9200-05-C-0002/P00005).

   Lockheed Martin Aeronautics Corp., Littleton, Co., is being awarded an $8,053,729 cost-plus-fixed-fee contract.  The purpose of this action is for AFRL/VS to exercise the option portion of this contract, which
result in a critical design review (CDR) and post CDR activities to achieve space situational awareness capabilities and functionality into to a Nan satellite package.  During the basic portion of the contract, the objective was to perform the development activities and conduct a tailored preliminary design review to achieve space situational awareness capabilities and functionally into a Nan satellite package.  At this time $400,000 has been obligated.  This work will be complete August 2007.  Air Force Research Lab, Kirtland Air Force Base, N.M. is the contracting activity (FA9453-06-D-0330).

   Honeywell International Inc., Defense and Space Electronic Systems, Clearwater, Fla., is being awarded a $6,816,888 firm-fixed-price contract.  This contract is to continue spiral development of existing
ballistic missile range safety technology (BMRST) systems and procure additional BMRST system is a mobile global positioning system (GPS) and telemetry based space launch range safety systems.  At this time $6,816,888 has been obligated.  Solicitations began March 2006.  Negotiations were complete June 2006.  This work will be complete July 2007.  Headquarters Space and Missile Defense Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (FA8818-06-C-0033).

   Integral Systems Inc., Lanham, Md., is being awarded a $6,427,101 cost-plus-award fee contract modification.  This contract change modifies the command and control system-consolidated (CCS-C) effort to support the test automated operations (TAO) development for the wideband gapfiller satellite (WGS) program.  This change will also incorporate new WGS requirements.  The CCS-S program provides an upgraded capability to command and control the Air Force's communication satellites, including the defense satellite
communication system, Milstar, advanced extremely high frequency, and wideband gapfiller satellites.  At this time $2,756,535 has been obligated.  This work will be complete June 2010.  Headquarters Space and Missile Defense Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-01-C-0012/P00099).

   Lockheed Martin Aeronautics Corp., Marietta, Ga., is being awarded a $5,369,597 firm-fixed-price contract modification.  This is a modification to the C-15 avionics modernization program and the procurement of Lot II and Lot IV mobility readiness spares for the avionics modernization program.  At this time $5,369,597 has been obligated.  Negations were complete June 2006. This work will be complete June 2008.  Headquarters Aeronautical Systems Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (F33657-98-C-006/P00183).
_
_ARMY

   AM General L.L.C., South Bend  , Ind. , was awarded on July 27, 2006, a $595,816,409 modification firm-fixed-price contract for M1151A1s with B1Kit and to establish ceiling prices for armor kits.  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).

   Walsh Construction Co., Chicago, Ill., was awarded on July 27, 2006, a delivery order amount of $30,138,800 as part of a $30,138,800 firm-fixed-price contract for renovations of Specker Barracks.  Work will be
performed at Fort Leonard Wood, Mo., and is expected to be completed by July 1, 2007.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on June 13, 2006.  The Army
Corps of Engineers, Kansas City, Mo., is the contracting activity
(W912DQ-05-D-0016).



            General Dynamics Land Systems Inc., Sterling Heights, Mich., was
awarded on July 27, 2006, an $8,318,171 modification to a cost-plus-fixed-fee
contract for systems technical support for the Abrams Tank program.  Work will
be performed in Sterling Heights, Mich., 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. 23, 2001.  The
Army Tank-Automotive and Armaments, Warren, Mich., is the contracting activity
(DAAE07-01-C-N075).



            Honeywell International, Clearwater, Fla., was awarded on July 27,
2006, a delivery order amount of $7,525,000 as part of a $7,525,000
firm-fixed-price contract for inertial navigation unit for the Bradley
fighting vehicle system, Knight vehicle, Bradley fire support team, and Abrams
integrated management.  Work will be performed in Clearwater, Fla., and is
expected to be completed by July 31, 2008.  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, Rock
Island, Ill., is the contracting activity (DAAE20-01-D-0092).

_

            Allison Transmission, Indianapolis, Ind., was awarded on July 27,
2006, a $5,850,525 modification to a firm-fixed-price contract for X200-4A
transmissions in containers used on the M113 vehicles.  Work will be performed
in Indianapolis, Ind., and is expected to be completed by May 30, 2007.
Contract funds will not expire at the end of the current fiscal year.  This
was a sole source contract initiated on June 21, 2006.  The Army
Tank-Automotive and Armaments Command, Warren, Mich., is the contracting
activity (DAAE07-03-C-N197).

_

_NAVY



            Raytheon Systems Co., Integrated Defense Systems, Keyport, Wash.,
is being awarded an estimated $95,388,012 firm-fixed-price modification to
previously awarded contract (N00024-04-C-6101) for the consolidated MK48 and
MK54 torpedo kit hardware, with engineering and repair services.  The primary
purpose of this modification is to purchase the necessary quantities of
torpedoes and support services necessary to support fleet operational
requirements for the various torpedo product lines.  This contract combines
support for the Navy (70 percent) and the Government of Australia (30 percent)
under the foreign military sales program.  Work will be performed in Keyport,
Wash. (90 percent), and Portsmouth, R.I. (10 percent), and is expected to be
completed by June 2009.  Contract funds in the amount of $150,000 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.



            Northrop Grumman Ship Systems (NGSS), a Northrop Grumman
Corporation Co., Pascagoula, Miss., is being awarded a not-to-exceed
$58,427,517 cost-plus-award-fee contract for CG 47 and DD 963 class integrated
planning yard services.  NGSS will provide expert design, planning, and
material support services for both maintenance and modernization.  Work will
be performed in Pascagoula, Miss., and is expected to be completed by July
2011.  Contract funds in the amount of $1,000, 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-C-2306).



            McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing
Co., St. Louis, Mo., is being awarded a $44,286,967 modification to a
previously awarded firm-fixed-price contract (N00019-06-C-0027) for 28 Harpoon
all-up-round (AUR) missiles which consist of 20 tactical block II airlaunch
AUR missiles for the Governments of Chile (10) and Pakistan (10); four
exercise block II grade B AUR for the Government of Canada; two tactical block
II Harpoon missile body AUR for the Government of Austrilia; and two tactical
block II airlaunch AUR for the Government of Malaysia.  The contract also
includes six warhead sections for the Governments of Canada (4) and Australia
(2); 24 MK631 canister AUR containers for the Governments of Pakistan (10),
Chile (10) and Canada (4); six MK992 exercise/warhead containers for the
Governments of Canada (4) and Australia (2); and one MK607 airlaunch AUR
container for the Government of Australia.  This contract combines purchases
for the Governments of Chile ($15,843,630; 35.78 percent), Pakistan
($15,793,603; 35.65 percent), Canada ($7,600,780; 17.16 percent), Australia
($2,632,379; 5.95 percent) and Malaysia ($2,416,548; 5.46 percent) under the
foreign military sales program.  Work will be performed in St. Charles, Mo.
(50.28 percent), McKinney, Texas (14.12 percent), Toledo, Ohio (5.83 percent),
United Kingdom (5.18 percent), Huntsville, Ala. (3.72 percent), Clearwater,
Fla. (3.61 percent), Galena, Kan. (2.29 percent), Elkton, Md. (2.08 percent),
Kirwood, Mo.(2.00 percent), Middletown, Conn. (1.78 percent), and other
various locations throughout the United States (9.11 percent), and is expected
to be completed in June 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.





_

            Rockwell Collins, Inc., Government Systems Division, Cedar Rapids,
Iowa, is being awarded a $25,754,556 ten-year requirements contract for
performanced based logistics (PBL) support of the AN/ARC-210(V) electronics
protection radio system used on numerous aircraft platforms, ground stations,
and aboard ships.  This contract includes one five-year option period, which
if exercised, brings the total estimated value of the contract to $53,195,424.
 Work will be performed in Cedar Rapids, Iowa, and work is expected to be
completed by July 2016.  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-007G).



            Lockheed Martin Maritime Systems and Sensors Electronics Park, a
division of Lockheed Martin Corporation, Syracuse, N.Y., is being awarded a
not-to-exceed $23,354,302 cost-plus-fixed-fee and firm-fixed-price
modification under previously awarded letter contract (N00024-05-C-6237) to
exercise an option for production of three installation and checkout kits and
supporting equipment for three remote minehunting vehicle (RMV) units,
engineering services, and overhaul of the remote minehunting engineering
development models (EDMs) numbers 1 and 2.  This effort is in support of the
remote minehunting system (RMS) program.  The AN/WLD-1(V)1 RMS consists of a
high-endurance, remotely controlled, off-board, low-observable,
semi-submersible vehicle that will be used for mine reconnaissance.  The goal
of the RMS is to provide fleet combatants with the capability to detect and
classify bottom and moored contacts.  The RMVs will be incorporated into the
DDG 91 through DDG96 class ships and the Littoral Combat Ship class.  This
effort consists of procuring the INCO kits and support equipment for the first
three RMVs, overhauling the remote minehunting EDMs #1 and #2, and engineering
services.  Work will be performed in Syracuse, N.Y. (60 percent), and Riviera
Beach, Fla. (40 percent), and is expected to be completed by August 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.

_

            Northrop Grumman Corp., Electronic Systems (NGES), Annapolis, Md.,
is being awarded an $18,630,236 cost-plus-award-fee delivery order to a basic
ordering agreement for the advanced SEAL delivery system (ASDS) reliability
improvement program (ARIP).  ASDS is a United States Special Operations
Command sponsored effort to develop a dry combat submersible for use by
special operations forces (SOF) and the necessary host submarine interfaces.
The SOF Undersea Mobility Program office (PMS399) of the program executive
officer for submarines provides for technical, engineering, integration,
material, and logistics support for ASDS.  Under this delivery order, NGES
will perform critical system reviews to systematically review the ASDS-1
design in order to support the development of a plan for increasing the
availability and reliability of ASDS, analyze supply support alternatives and
diminished manufacturing sources, and provide other related support.  Work
will be performed in Annapolis, Md. (40.9 percent); Newport News, Va. (42.6
percent); State College, Pa. (5.6 percent); West Bethesda, Md. (4.5 percent);
Groton, Conn. (2.6 percent); Bethpage, N.Y. (0.9 percent); McLean, Va. (0.8
percent); Rockville, Md. (0.4 percent); Crane, Ind. (0.4 percent); Falls
Church, Va. (0.4 percent); Charlottesville, Va. (0.4 percent); Torrance,
Calif. (0.4 percent); and Knoxville, Tenn. (0.1 percent) and is expected to be
completed by May 2007.  Contract funds in the amount of $2,177,422 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 (N00024-04-G-6202).



            Custom Analytical Engineering Systems, Inc., Flintstone, Md., is
being awarded a $9,997,208 cost-plus-fixed-fee (term and completion)
indefinite-delivery/indefinite-quantity contract for technical, engineering,
and analytical support to assist in development of composite materials for
extended range munitions, advanced gun propulsion, and advanced propulsion
systems.  Work will be performed in Flintstone, Md., and is expected to be
completed by July 2009.  Contract funds will not expire at the end of the
current fiscal year.  The Naval Surface Warfare Center, Dahlgren Division,
Dahlgren, Va., is the contracting activity (N00178-06-D-3030).



            Woods Hole Oceanographic Institute, Woods Hole, Mass., is being
awarded a $9,660,001 cost-plus-fixed fee,
indefinite-delivery/indefinite-quantity contract for oceanographic research
and development efforts in support of the joint robotics program's work on
advanced robotics systems.  Tasking will include, but is not be limited to,
research and development of unmanned systems to perform ocean floor
exploration, data analysis of current flow and effect from oceanographic
events and anomalies; and through data grids and maps, evaluate the magnitude,
variability and co-variation in respect to the accuracy and quality of the
original data.  Work will be performed in Woods Hole, Mass., and is expected
to be completed by September 2011.  Contract funds will expire at the end of
the current year.  This contract was not competitively procured.  The Naval
Surface Warfare Center, Crane Division, Crane, Ind., is the contracting
activity (N00164-06-D-6672).



            Rolls Royce, plc in Bristol, England, is being awarded a
$5,352,621 priced order (5351) under previously awarded contract
(N00383-04-G-001M) for procurement of ring base plates used in support of the
F-402 engine.  Work will be performed in Bristol, England, and work is to be
completed by August 2009.  Contract funds will not expire at the end of the
fiscal year.  This contract was not awarded competitively.  The Naval
Inventory Control Point is the contracting activity.



_DEFENSE INFORMATION TECHNOLOGY CONTRACTING ORGANIZATION_



            T-Systems Business Services, GmbH, Godesberger Allee 117, D-53175
Bonn, Germany, is being awarded a firm-fixed-price contract.  The contract has
a performance period of one year for installation of the network, with a
three-year period of cable plant administration following network
installation.  Total cost of the contract for the four-year period is
$5,536,249.  This contract will provide a fiber optic backbone consisting of
defined segments traversing public and private lands in Germany  with
terminating points on selected U.S. military installations.  It will be used
to transmit critical command information to DoD personnel.  The requirement
was solicited and awarded on a full and open competition basis.  The
solicitation was synopsized on the federal business opportunities website as
well as the DITCO contracting opportunities website.  Six offers were
received.  The contractor is a foreign vendor with offices throughout Germany
.  The Defense Information Technology Contracting Organization-Europe is the
contracting activity (HC1021-06-C-2000).

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 8/11/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 11 Aug 2006 17:02:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 765-06
FOR RELEASE AT
August 11, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 AIR FORCE

 Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $62,589,087 firm-fixed-price and cost-plus-fixed fee contract modification. This contract modification exercises production options for the purchase of 28,054 Defense Advanced GPS Receivers (DAGRs) and accessories. The DAGR will provide authorized Department of Defense and foreign military sales users of Global Positioning System user equipment a precise positioning system, hand-held, dual-frequency (L1/L2), lightweight receiver (less than one pound) that incorporates the next generation, tamper-resistant GPS selective availability anti-spoofing module security module. The DAGR will serve as a replacement for the precision lightweight GPS receiver in integrated platforms as well as for the advanced and basic GPS user. This effort supports foreign military sales to the following: Australia, Bahrain, Canada, Czech Republic, France, Germany, and the United Kingdom. At this time, total funds have been obligated.
This work will complete June 2007. Headquarters Global Positioning Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-02-C-0011/P00043).

 Lockheed Martin - Mission Systems, Colorado Springs, Colo., is being awarded a $13,565,721 cost-plus award fee contract modification. The combatant command's integrated command and control systems FY06 sustainment include operations, maintenance and support to maintain mission integrity for the newly deployed target system architecture systems at Cheyenne Mountain Air Force Station, the Alternate Missile Command Center, and forward user and sensor sites, as well as maintenance of legacy systems at the Peterson Air Force Base test development facility, the Schriever Air Force Base, Cheyenne Mountain Training System, and the ISC2 test and integration lab and remote software support facility (Cheyenne Mountain Complex). Also included is the support to the 721 CS organizational level maintenance, astro support workstation, Joint Space Operations Center, tech refresh, tech docs, and industrial security. At this time, 12,114,232 has been obligated. This work will completed by
September 2006. Electronic Systems Center, Detachment 5, Peterson Air Force Base, Colo., is the contracting activity (F19628-00-C-0019/P00087).

 Lockheed Martin Integrated Systems and Solutions. Manassas, Va., is being awarded a $10,572,917 cost plus award fee/fixed price contract modification. This contract modification is in support of the Department of Defense's Global Transportation Network system. This action is purchasing the hardware/software for the data warehouse. At this time, $10,572,917 has been obligated. This work will be complete January 2007. Headquarters Air Mobility Command Specialized Contracting Branch, Scott Air Force Base, Ill., is the contracting activity (F19628-95-C-0029/P00286).

 Raytheon Aircraft Co., Wichita, Kan., is being awarded a $9,932,738 commercial firm fixed price contract modification. This contract modification provides for Navy Lot 13 JPATS T-6A production aircraft (2 each) for FY 2006. At this time $9,932,738 has been obligated. Headquarters Air Force Material Command, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-0022/P00129).

 Raytheon Co., Marlborough, Mass., and Rockwell Collins, Inc., Cedar Rapids, Iowa is being awarded a $6,000,000, firm-fixed-price and time and materials contracts. In order to continue survivable communications for strategic nuclear forces, the Minuteman minimum essential emergency communication network program (MMP) must be upgraded to support communications via the advanced extremely high frequency satellite constellations. The MMP upgrade will provide an improved terminal operator control function and an AEHF capability and address other system improvements for the MMP. At this time, $1,300,000 has been obligated for each contractor. Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity. (FA8726-06-C-0019 &amp; FA8726-06-C-0020)

 ARMY

 L3 Communications CyTerra Corp., Waltham, Mass., was awarded on Aug. 8, 2006, a delivery order amount of $34,600,500 as part of a $301,279,000 fixed-price with economic-price-adjustment contract for full-rate production of the AN/PSS-14 mine detecting and training sets, maintenance and training. Work will be performed in Orlando, Fla., and is expected to be completed by Aug. 7, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Apr. 3, 2006. The Army Communications-Electronics Command, Alexandria, Va., is the contracting activity (W909MY-06-D-0001).

 Alliant Lake City Small Caliber Ammunition Co. L.L.C., Independence, Mo., was awarded on Aug. 9, 2006, a delivery order amount of $29,904,739 as part of a $393,715,899 firm-fixed-price contract for small caliber ammunition items. Work will be performed in Independence, Mo., and is expected to be completed by Apr. 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on October 5, 2005. The Army Field Support Command, Rock Island, Ill., is the contracting activity (DAAA09-99-D-0016).

 Blackwater Security Consulting, Moyock, N.C., was awarded on Aug. 7, 2006, a $7,161,101 firm-fixed-price contract for personal security detail services - protection security services. Work will be performed in Baghdad, Iraq, and is expected to be completed by September 30, 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 25, 2006, and 21 bids were received. The Joint Contracting Command, Baghdad, Iraq, is the contracting activity (W91GY0-06-C-0027).

  NAVY

 Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $31,700,000 ceiling priced modification to a previously awarded firm-fixed-price contract for the fiscal year 2006 lot III procurement of initial spare parts in support of the UH-1Y aircraft. Work will be performed in Hurst, Texas 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 (N00019-06-C-0086).

 L-3 Communications Titan Corp. Unidyne Division, Norfolk, Va., is being awarded a $22,712,231 firm-fixed-price contract for the Service Life Extension program (SLEP) for three Landing Craft, Air Cushion (LCAC) craft. LCAC is the essential element within the current and future Navy/ Marine Corps amphibious warfare triad that provides heavy lift capability to perform amphibious assaults and operational maneuvers from the sea. LCAC SLEP entails modifications for extending the service life of the LCAC from twenty to thirty years. Modifications include repair/refurbishment of the hull, main engine upgrades, installation of a new skirt system, and upgrades to the communication/navigation systems. Work will be performed in Norfolk, Va., and is expected to be completed by March 2009. Contract funds will not expire at the end of the current fiscal year. The contract was competitively awarded and advertised on the Internet, with two offers received. The Naval Sea Systems Command,
Washington, Washington, D.C. is the contracting activity (N00024-06-C-2203)

 Bluefin Robotics Corp., Cambridge, Mass., is being awarded a $17,956,137 cost plus award fee contract for the design, development, fabrication, and test of surface mine countermeasures, unmanned underwater vehicle, and increment 2 user operational evaluation system. Work will be performed in Cambridge, Mass., and is expected to be completed by February 2009. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured and advertised via the World Wide Web, with two proposals received. The Naval Surface Warfare Center, Panama City, Fla. is the contracting activity (N61331-06-C-0053).
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 8/14/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 14 Aug 2006 17:02:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 769-06
FOR RELEASE AT
August 14, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

AIR FORCE

 Aerospace Testing Alliance, Tullahoma, Tenn., is being awarded a $212,116,057 cost-plus-award fee contract modification. This action is a modification to the contract for the operation, maintenance, information management, and support of Arnold Engineering Development Center for FY 06. This increase results from changes to the workload in the test facilities and increased maintenance, investment, and mission support requirements. This work will be completed by September 2007. Headquarters Arnold Engineering Development Center, Arnold Air Force Base, Tenn., is the contracting activity. (F40600-03-C-0001/P00090)

 Civil Air Patrol Inc., Maxwell Air Force Base, Ala., is being awarded a $6,870,000 cooperative agreement contract modification. This modification will increase funding for FY 2006 Civil Air Patrol operation and maintenance for the purchase of land mobile radio requirements as authorized by the FY 2006 Department of Defense Appropriations Act, Section 8025. At this time, total funds have been obligated. This work will be completed by September 2006. 42d Air Base Wing, Maxwell Air Force Base, Ala., is the contracting activity. (F41689-00-2-0001/A00094)

 NAVY

 Ensign-Bickford Aerospace &amp; Defense Co., Simsbury, Conn., is being awarded a maximum $5,576,125 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a minimum 6,504 (each), maximum 200,000 (each) MK161 Mod 0 non-electric detonators and associated data. The MK161 Mod 0 non-electric detonator is a time device used to initiate demolition charges and/or other explosive charges from a safe distance. Work will be performed in Simsbury, Conn., and is expected to be completed by August 2011. Contract funds will not expire this fiscal year. This contract was competitively procured and advertised via the World Wide Web with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity. (N00164-06-D-4252)


 Harris Corp., Rochester, N.Y. is being awarded a not-to-exceed $5,450,700 fixed-price delivery order under a basic ordering agreement (BOA) for one AN/URC-131H (V) high frequency radio group and the associated installation kit. Work will be performed in Rochester, N.Y., and is expected to be completed by July 2008. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it was issued under the existing BOA. One proposal was received and this requirement was synopsized as part of the BOA via federal business opportunities and the SPAWAR e-commerce central website on January 4, 2006. The Space and Naval Warfare Systems San Diego, Calif. is the contracting activity (N00039-06-G-0008).
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 8/15/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 15 Aug 2006 17:44:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 772-06
FOR RELEASE AT
August 15, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 ARMY

General Dynamics, St. Petersburg, Fla., was awarded on August 11, 2006, a delivery order amount of $187,761,382 as part of a $213,025,063 firm-fixed-price contract for production of 5.56mm, 7.62mm, and caliber .50 small arms ammunitions. Work will be performed in St. Petersburg, Fla., and is expected to be completed by August 11, 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 January 18, 2005, and two bids were received. The Army Field Support Command, Rock Island, Ill., is the contracting activity (W52P1J-05-G-0002).

First Choice Armor and Equipment*, Brockton, Mass., was awarded on August 11, 2006, a $38,272,500 firm-fixed-price contract for individual body armor. Work will be performed in Brockton, Mass., and is expected to be completed by November 31, 2006. 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 Joint Contracting Command Iraq/Afghanistan, Baghdad, Iraq, is the contracting activity (W91GY0-06-F-0058).

General Dynamics, Burlington, Vt., was awarded on August 11, 2006, a $30,281,328 firm-fixed-price contract for Abrams Reactive Armor tile sets. Work will be performed in McHenry, Miss. (80 percent), and Burlington, Vt. (20 percent), and is expected to be completed by August 11, 2009. Contract funds will not expire at the end of the current fiscal year. There were eight bids solicited on May 23, 2006, and three bids were received. The Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0179).

Schroth Safety Products Corp.*, Pompano Beach, Fla., was awarded on August 10, 2006, an $11,320,451 modification to a firm-fixed-price contract for Gunner's restraint kits. Work will be performed in Pompano Beach, Fla., and is expected to be completed by May 18, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 27, 2006. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-0042).

Federal Prison Industries Inc., Washington, D.C., was awarded on August 11, 2006, a $9,969,333 firm-fixed-price contract for procurement of single channel ground and airborne radio system components. Work will be performed in Big Spring, Texas (50.13 percent), Danbury, Ct. (.43 percent), Fairton, N.J. (3.95 percent), Lexington, Ky. (.80 percent), Loretto, Pa. (22.80 percent), Otisville, N.Y. (.41 percent), and Phoenix, Ariz. (21.48 percent), and is expected to be completed by October 31, 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 August 7, 2006, and two bids were received. The Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-F-0045).

H. Koch &amp; Sons Co., Anaheim, Calif., was awarded on August 10, 2006, an $8,291,920 modification to a firm-fixed-price contract for buckle assembly retrofit kits. Work will be performed in Anaheim, Calif., and is expected to be completed by November 4, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on October 24, 2005. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-0052).

Alliant Lake City Small Caliber Ammunition Company L.L.C., Independence, Mo., was awarded on August 10, 2006, a delivery order amount of $6,520,852 as part of a $400,236,751 firm-fixed-price contract for small caliber ammunition. Work will be performed in Independence, Mo., and is expected to be completed by April 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on October 5, 2005. The Army Field Support Command, Rock Island, Ill., is the contracting activity (DAAA09-99-D-0016).

 NAVY

Lockheed Martin Corp., Maritime Systems and Sensors, Moorestown, N.J., is being awarded a $43,486,286 cost-plus-fixed-fee/cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract to provide design agent engineering and technical support services for shipboard Mk 92 Fire Control Systems (FCS). The Mk 92 FCS is a lightweight FCS used against air, surface, and shore targets, and provides a ship with integrated radar detection, command and control, and multiple-channel engagement capability for fast reaction gun defensive and offensive operations. This contract combines purchases for the Navy (45%) and the governments of Turkey (35 percent), Egypt (13 percent), Taiwan (3 percent), Saudi Arabia (2 percent), Poland (1 percent), and Bahrain (1 percent) under the Foreign Military Sales Program. Work will be performed in Huntsville, Ala. (55 percent), Moorestown, N.J. (19 percent), Turkey (10 percent), Egypt (5 percent), Saudi Arabia (2 percent), Taiwan (2 percent),
Poland (2 percent), Bahrain (2 percent), aboard Navy ships (2 percent), and at Port Hueneme, Calif. (1 percent), and is expected to be completed in August 2011. Contract funds in the amount of $25,000, will expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, Calif., is the contracting activity (N63394-06-D-1158).

General Electric Engineering Services, Inc., Cincinnati, Ohio, is being awarded a $23,691,379 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-03-D-0013) to exercise an option for the standard depot level repair of T700-GE-401/401C turbo shaft engines, cold section modules, and power turbine modules. Work will be performed in Arkansas City, Kan., and is expected to be completed in August 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.

 AIR FORCE

ATK Thiokol, Corinne, Utah, is being awarded a $24,300,000 firm-fixed price, indefinite delivery/indefinite quantity contract. This is a basic contract with five year ordering period to perform the function of monitoring and assessing the health and readiness of Peacekeeper Stage I and III rocket motors. At this time, $960,000 has been obligated. This work will be completed by June 2012. Solicitations began March 2006 and negotiations were completed in May 2006. Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity. (FA8818-06-D-0022)
Lockheed Martin Mission Systems, Manassas, Va., is being awarded an $18,715,915 cost-plus-award fee fixed-price contract modification. This project is in support of Department of Defense's Global Transportation Network system. This action extends the current contract until August 31, 2007. At this time, $2,211,510 has been obligated. This work will be completed by August 2007. Headquarters AMC Specialized Contracting Branch, Scott Air Force Base, Ill., is the contracting activity. (F19628-95-C-0029/P00286)

Defense Systems Inc., EW Systems, Peyton, Colo., is being awarded a $5,366,941 firm-fixed-price contract. This action will provide full-programmed depot maintenance applicable to the AN/MSR-T4 system at CONUS and OCONUS sites as specified by the Air Combat Command. At this time, no funds have been obligated. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. (FA8217-06-D-0003)
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 8/16/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 16 Aug 2006 17:02:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 777-06
FOR RELEASE AT
August 16, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 MISSILE DEFENSE AGENCY

 Raytheon Missile Systems, Tucson, Ariz. is being awarded a cost-plus-award/incentive fee contract modification for the continued development and delivery of twenty-nine Standard Missile-3 Block IA Missiles to meet U.S. and foreign military sales requirements with Japan in support of the Aegis Ballistic Missile Defense System. The total estimated value of the contract modification is $265,896,658. The work will be performed in Tucson, Ariz. and is expected to be complete by December 2009. None of the funds will expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity (N00024-03-C-6111).

 AIR FORCE

 Lockheed Martin Corp., Ft. Worth, Texas, is being awarded a $119,920,000 firm-fixed price and cost-plus-fixed fee contract modification. This undefinitized contract action increases the current undefinitized contract action amount in order to extend the period of performance for Performance Based Agile Logistics Support F-22A, Lot 6, Contract Line Item Numbers until 30 September 2006. At this time, $89,940,000 has been obligated. This work will complete December 2006. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8611-05-C-2850)

 FMC Technologies, Airport Systems, Orlando, Fla., is being awarded a $11,677,565 firm-fixed-price contract. This action provides for production of the 25K Next Generation Small Loader ("Halvorsen"), with a total amount of 19 each, plus five months production support. At this time, total funds have been obligated. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (FA8519-06-D-0001-0004)

 ARMY

 CH2MHILL - Interstate Highway Construction Inc. (Joint Venture), Englewood, Colo., was awarded on Aug. 10, 2006, a $32,210,461 increment as part of a $114,276,000 firm-fixed-price contract for design and construction of a new temporary runway with associated taxiway
connectors and removal and replacement of existing main base runway and all associated airfield lighting. Work will be performed at Edwards Air Force Base, Calif., and is expected to be completed by July 21, 2009. 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 June 30, 2005, and four bids were received. The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-06-C-0013).

 Choctaw Transportation Company Inc., Dyersburg, Tenn., was awarded on Aug. 2, 2006, a $6,927,000 increment as part of a $6,927,000 firm-fixed-price contract for 2006 foreshore protection repairs. Work will be performed in New Orleans, La., and is expected to be completed by May 29, 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 June 22, 2006, and four bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0179).

 Envirocon Inc., Missoula, Mont., was awarded on Aug. 14, 2006, a $6,681,765 firm-fixed-price contract for levee restoration and repair work. Work will be performed in Sacramento, Calif., and is expected to be completed by Nov. 18, 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 June 16, 2006, and one bid was received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-06-C-0022).

 Smiths Detection, Edgewood, Md., was awarded on Aug. 15, 2006, a delivery order amount of $5,590,939 as part of a $74,004,050 firm-fixed-price contract for M22 Automatic Chemical Agent Alarm Systems and M88 Chemical Agent Detectors. Work will be performed in Edgewood, Md., and is expected to be completed by April 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 2, 2006. The U.S. Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-06-D-0001).

 BAE Systems, York, Pa., was awarded on Aug. 14, 2006, a $5,108,058 modification to a firm-fixed-price contract for M88A2 Hercules Vehicles for the U.S. Marine Corps. Work will be performed in York, Pa. (98 percent), and Aiken, S.C. (2 percent), 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 May 8, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-N030).

NAVY

 General Dynamics Advanced Information Systems, Minneapolis, Minn., is being awarded a not-to-exceed $21,000,000 indefinite-delivery, indefinite-quantity time and material contract for engineering, logistics and program management services, including incidental parts and materials associated with these services, in support of the Advanced Mission Computer and Displays Advanced Mission Computer (AMC) for the F/A-18 aircraft and a variant of the AMC for AV-88B and additional platforms using variants of the AMC. The estimated level of effort is 91,000 man-hours. Work will be performed at Minneapolis, Minn. (85 percent); Albuquerque, N.M. (12 percent); and Ontario, Canada (3 percent), and is expected to be completed in December 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-D-0024).

 Centurum, Inc., Marlton, N.J., is being awarded a $9,999,000 contract modification to an existing previously awarded indefinite delivery/indefinite quantity, cost-plus-fixed-fee contract (N65236-02-D-5840) for specialized engineering, technical, and logistics support services. This contract modification brings the cumulative value of the contract to $67,825,802. Work will be performed in the Norfolk, Va. (66 percent) and Charleston, S.C. (34 percent), and work is expected to be completed November 2006. This contract modification was awarded using other than full and open competition. The procurement was synopsized in Federal Business Opportunities and on the Space and Naval Warfare Systems Center E-commerce website on July 13, 2006. No interested parties responded to the synopsis. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (Mod. P00018).

 Survice Engineering Company*, Belcamp, Md., is being awarded a $8,906,029 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for analysis services in the areas of air weapons systems survivability and lethality, systems safety, and modeling and simulation verification, validation and accreditation.. This contract also includes air weapon survivability and lethality analysis, survivability simulations, systems analysis, survivability systems engineering analysis, development and support and the documentation inherent in the engineering or analysis process. Work will be performed in China Lake, Calif. (50 percent); Belcamp, Md. (25 percent); and Dayton, Ohio (25 percent), and is expected to be completed in August 2011. Contract funds in the amount of $34,756 will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a small business set-aside, with one offer received. The Naval Air
 Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-06-D-0025).

 Chesapeake Sciences Corp.,* Millersville, Md., is being awarded an estimated $6,463,647 indefinite-delivery/indefinite-quantity, fixed-price contract for Towed Array Integrated Product Team (TAIPT) Telemetry parts for the Towed Arrays Product/Technical Support for TAIPT Towed Array Programs as required by Space and Naval Warfare Systems Center Charleston. This contract will provide products and services to expand production and maintenance facility for new generation Surveillance Towed Array Sensor System, AN/SQR-19 and TB-16 towed arrays. This contract includes two one-year option periods which, if exercised, would bring the cumulative value of this contract to the estimated $20,211,859. Work will be performed in Millersville, Md., and is expected to be completed by August 2007 (August 2009 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 under Phase
III of the Small Business Innovative Research program. The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-06-D-8153).

 Progeny Systems Corporation, Manassas, Va., is being awarded a $5,965,835 cost-plus-incentive-fee modification under previously awarded contract (N00024-03-C-6219) to exercise an option for engineering and technical services in connection with the Active Intercept Acoustic Signal Processing System, and related maintenance assistance modules. The Active Intercept signal processing system processes those platform sensors currently used by the AN/WLY-1 program. Progeny provides a technology insertion path that can be used to fully exploit detection, localization, and contact tracking potential of the submarine sonar suite. Work will be performed in Manassas, Va., and is expected to be completed by January 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.

 Armtec Countermeasures Co., Coachella, Calif., is being awarded a $5,051,700 firm-fixed-price contract for chaff cartridge, dual RR 180/AL in support of the 84th Combat Sustainment Wing, Air-to-Surface Munitions Group, Hill AFB, Ogden, Utah. Work will be performed in Lillington, N.C., and is expected to be completed by September 2007. 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 (N00104-06-C-K072).


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 8/17/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 17 Aug 2006 17:10:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 779-06
FOR RELEASE AT
August 17, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

DEFENSE LOGISTICS AGENCY

U.S. Food Service/Joseph Webb, Vista, Calif., is being awarded a maximum $34,585,000 fixed price with economic price adjustment contract for prime vendor full line food distribution for Los Angeles, San Diego, MWTC Bridgeport, Calif.; and Yuma, Ariz., prime vendor zones. Using services are Army, Navy, Air Force, Marine Corps, Job Corps, and Coast Guard. Proposals were Web-solicited and 3 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is August 21, 2007. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-06-D-3206).

 ARMY

GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Aug. 16, 2006, a $38,403,684 modification to a cost-plus-fixed-fee contract for additional contractor logistics support for the 3rd Stryker Brigade Combat Team. Work will be performed in Ontario, Canada (61.9 percent), Iraq (23.4 percent), Fort Lewis, Wash. (5.7 percent), Fort Wainwright, Alaska (4.7 percent), Sterling Heights, Mich. (2.2 percent), Kuwait (1.6 percent), and Vilseck, Germany (0.5 percent), and is expected to be completed by Dec. 15, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 28, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

 AIR FORCE

Northrop Grumman Systems Corp., Norwalk, Conn., is being awarded a $10,800,000 firm-fixed price contract. This requirements type contract is for interim contractor support for the AN/APN 241 low power color radar, applicable to the C-130 aircraft. The contract will entail a basic 12-month period of performance with a one-year option period. The requirement consists of various contract line items for repair and retest with best estimated quantities and also include other line items such as contract acquired material, technical field services and travel. At this time, total funds have been obligated. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (FA8504-06-D-0002)

McCrone Associates Inc., Westmont, Ill., is being awarded a $6,118,264 cost-plus-fixed fee contract modification. This action provides particle analysis services, non-personal services for the processing and analyzing of particle samples, for the purpose of nuclear test ban treaty verification. At this time, total funds have been obligated. This work will complete September 2007. 45th Space Wing, Patrick Air Force Base, Fla., is the contracting activity. (FA2521-05-C-8007/P00014)

BOC Group Inc. Murray Hill, N.J., is being awarded a $5,010,554 firm-fixed-price contract modification. This action provides for gas analysis services, non-personal services for the processing, separation and radioassay of atmospheric gas samples for elemental determination of sample components for the purpose of nuclear test ban treaty verification. This action is the exercise of the second contract option period. At this time, total funds have been obligated. This work will be complete by September 2007. 45th Space Wing, Patrick Air Force Base, Fla., is the contracting activity. (FA2521-06-C-8004/P00005)

NAVY

Bath Iron Works Corp., (subsidiary of General Dynamics), Bath, Maine, was awarded a $10,232,700 modification under previously awarded contract (N00024-02-C-2303) for structural assemblies for the DDG 51 Class ship building program. DDG 51 Class structural assemblies constitute the forward deckhouse of the ship. This procurement will assist in the recovery from fire sustained during construction aboard DDG 103 (USS Truxtun). Work will be performed in Bath, Maine, and is expected to be completed by October 2006. Contract funds will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity.

Shock Tube Systems, Inc., Sterling, Conn., is being awarded a maximum $9,646,640 firm-fixed price, indefinite-delivery/indefinite-quantity contract for a minimum 10,824/maximum 136,986 MK64 Mod 0 Remote Firing Devices and associated data. The MK64 Mod 0 remote firing device is designed to provide the explosive ordinance disposal (EOD) operator a safe standoff distance from the MK33 tool and target. Work will be performed in Sterling, Conn., and is expected to be completed by August 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with the solicitation being publicized on the World-Wide Web, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-06-D-4247).
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 8/18/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 18 Aug 2006 17:42:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 782-06
FOR RELEASE AT
August 18, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 DEFENSE LOGISTICS AGENCY

 Science Applications International Corp., Fairfield, N.J., is being awarded a maximum $250,000,000 fixed price with economic price adjustment contract for maintenance repair and operations supplies contract for the Northwest Region. This is an indefinite delivery/quantity type contract exercising option year one. Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies. Proposals were Web-solicited and six responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Aug. 17, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM500-04-D-BP15).

 Graybar Electric Co., St. Louis, Mo., is being awarded a maximum $250,000,000 fixed price with economic price adjustment contract for maintenance repair and operations supplies contract for the Alaska Region. This is an indefinite delivery/quantity type contract exercising option year one. Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies. Proposals were Web-solicited and six responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Aug. 17, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM500-04-D-BP14).

 IMO Industries, Monroe, N.C., is being awarded a maximum $48,000,000 fixed price with economic price adjustment contract for pump and pump related items. Using services are Navy and Marine Corps. This is an indefinite quantity contract with a 2-year base and 8 option years. This is a sole source competition with one solicited and one responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Aug. 17, 2007. Contracting activity is Defense Supply Center Columbus (DSCC), Columbus, Ohio (SP0760-06-D-9733).

 U.S. Food Service/Joseph Webb, Vista, Calif., is being awarded a maximum $34,585,000 fixed price with economic price adjustment contract for prime vendor full line food distribution for Los Angeles, San Diego, MWTC Bridgeport, Calif.; and Yuma, Ariz., prime vendor zones. Using services are Army, Navy, Air Force, Marine Corps, Job Corps, and Coast Guard. Proposals were Web-solicited and 3 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is August 21, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-06-D-3206).

 ARMY

 GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Aug. 16, 2006, a $38,403,684 modification to a cost-plus-fixed-fee contract for additional contractor logistics support for the 3rd Stryker Brigade Combat Team. Work will be performed in Ontario, Canada (61.9 percent), Iraq (23.4 percent), Fort Lewis, Wash. (5.7 percent), Fort Wainwright, Alaska (4.7 percent), Sterling Heights, Mich. (2.2 percent), Kuwait (1.6 percent), and Vilseck, Germany (0.5 percent), and is expected to be completed by Dec. 15, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 28, 2006. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

AIR FORCE

 Dayton Power and Light, Dayton, Ohio, is being awarded a $20,000,000 firm-fixed price contract. Wright-Patterson Air Force Base requires electricity distribution to accommodate an estimated annual volume of 415,000,000 kilowatt-hours (kWh). Dayton Power and Light Co. will be responsible for providing and coordinating all services required to deliver non-interruptible electrical distribution from the designated point of deliver to Wright-Patterson Air Force Base. The resulting contract will be a tariff rate per kilowatt. At this time, no funds have been obligated. Headquarters 88th Air Base Wing, Wright-Patterson Air Force Base, Ohio, is the contracting activity (GS00P06BSD0467).

 EDO Technical Services Operations, Lancaster, Calif., is being awarded a $18,744,201 firm-fixed price contract. This action provides for the purchase of 267 PLM-4 Radar Signal Simulators used to generate pulse and scan modulated Radio Frequency signals on approximately 25 aircraft platforms. At this time, total funds have been obligated. Solicitations began June 2006 and negotiations were complete July 2006. This work will complete July 2007. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8523-06-C-0035).

 NAVY

 Electric Boat Corp., Groton, Conn., is being awarded a $12,239,787 cost-plus-fixed-fee order under previously awarded contract (N00024-04-C-2100) for purchase of Virginia Class long lead-time material to support construction of spares for Ships Service Turbine Generator and Main Propulsion Units. Work will be performed in Groton, Conn., and is expected to be completed by May 2009. 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.

 Raytheon Systems, Network Centric Systems, North, St. Petersburg, Fla., is being awarded a $6,522,157 cost-plus-fixed-fee modification under previously awarded contract (N00024-06-C-5101) to exercise an option for Cooperative Engagement Capability (CEC) design agent support. CEC is a sensor-netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC fuses the distributed data into a fire control quality, single, air track picture that significantly improves own-unit track precision, consistency and continuity; expands detection ranges; and increases reaction time. Work will be performed in St. Petersburg, Fla., and is expected to be completed March 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.
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 ... 14 15 17 18 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 01. Sep 2025, 10:32:18
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 :: 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: 0.115 sec za 13 q. Powered by: SMF. © 2005, Simple Machines LLC.