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

ConQUIZtador
Trenutno vreme je: 07. Sep 2025, 21:19:53
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 ... 16 17 19 20 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71376 puta)
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Opera 9.01
Subject:
Contracts for 9/5/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 5 Sep 2006 18:14:04 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 847-06
FOR RELEASE AT
September 05, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 AIR FORCE

 Harris Technical Services Corp., Colorado Springs, Co., is being awarded a $54,997,058 cost plus award fee contract. This action provides for operations and maintenance services to be provided to Air Force Space Command's 50th Space wing including: configuration management, electrical power systems management, communications systems engineering, small computer hardware maintenance and database applications support, 2 hour maintenance management, industrial safety, communications security, information management, local area network management, communications network control center operations, telephone operations, and visual information management, communications circuit management, satellite control center support, computer operations support, communications-computer system maintenance and operation for the defense satellite communications system, secure communication system, MILSTAR, and other operations in support of the Air Force Satellite Control Network. To date
$44,819,845 has been obligated. The work will be complete September 2007. Headquarters 50th Space Wing, Schriever Air Force Base, Co., is the contracting activity (FA2550-02-C-0007/P00066).

 Raytheon Co., El Segundo, Calif., is being awarded a $54,400,667 cost plus award fee. The objective of the work is to investigate and demonstrate, via hardware test and evaluation, the viability of a full-earth sharing senor assembly to meet threshold missile warning, missile defense objectives of the Defense Satellite Program/Space Based Infrared Surveillance High Systems and to provide performance data that can be used by the Government to assess the risk of this approach for a future Alternative Infrared Satellite System, Engineering and Manufacturing Design program. Raytheon shall build, integrate, and test enough of the hardware and software elements of the functional/signal path to demonstrate basic integrated senor assembly capability against requirements goals derived from the Defense Satellite Program/Space Based Infrared Surveillance and High Missile Warning/Missile Defense requirements. The work will be complete in twenty four months plus three months for
receipt of final report. To date $4,455,478 has been obligated. Headquarters Air Force Research Laboratory, Kirtland Air Force Base, N.M. is the contracting activity (FA9435-060C-0377).

 DTS Aviation Services, Inc., Fort Worth, Tex., is being awarded a $37,283,349 fixed price incentive (firm target) with award fee contract modification. This action exercise an option year for maintenance of T-37, T-38C, T-6, and T1A aircraft at Columbus Air Force Base, Mississippi. To date no funds have been obligated. The work will be complete September 2007. Headquarters 14th Flying Training Wing, Columbus Air Force Base, Miss., is the contracting activity (FA3002-05-C-0016/P00021).

 Tybrin Corp., Fort Walton Beach, Fla., is being awarded a $36,169,179 cost plus award fee; cost reimbursement no fee contract modification. The Air Force is exercising option year four for software engineering support of guided weapons systems evaluations, simulations, and other services supporting research and development for the principals and customers of the Air Armament Center. To date no funds have been obligated. The work will be complete September 2007. Headquarters Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (F08635-02-C-0034/P00026).

 ITT Industries, Systems Division., Colorado Springs, Co., is being awarded a $13,263,349 firm fixed price award fee with cost reimbursable line items cost contract modification. This action will provide mission support, program management, operations and maintenance, and measurement, analysis and improvement required to successfully achieve the system operational availability coverage and data integrity required by the users of the hemisphere radar system. The mission of hemisphere radar system is to provide air surveillance in support of United States and allied nations counter drug efforts throughout the United States southern command area of responsibility and to support air sovereignty, search and rescue, regional cooperation missions and training. The work will be completed September 2007. To date $13,263,349 has been obligated. Headquarters Air Combat Command, Langley Air Force Base, Va. is the contracting activity (FA44650-03-C-0009/P00050).

 Sytex, Doylestown, Pa., is being awarded a $10,333,582 firm fixed price delivery order off a BPA contract. This action provides for counter intelligence/force protection. To date $10,333,582 has been obligated. The work will be complete September 2007. Headquarters 6th Air Mobility Wing, MacDill Air Force Base, Fla., is the contracting activity (FO8602-02-A-0021(BPA)/FA4811-06-F-A388 (DO)).

 Honeywell International Inc., Teterboro, N.J., is being awarded a $7,669,671 cost plus fixed fee contract. This order is an engineering services effort in support of the F-15 avionics intermediate shop antenna test station and Enhancement Aircraft Radar Test Station. Honeywell is required to develop form fit function replacements for items that had previously been identified as obsolete and unsupportable in the tester. Requirement is also included that will automate a test procedure for the enhancement aircraft radar station which will significantly improve the performance of the tester at both depot and field locations and a requirement to correct a previously identified software deficiency in the tester. To date $7,669,671 has been obligated. The work will be complete eighteen months after award. Headquarters 542nd Combat Sustainment Wing, Robins Air Force Base, Ga., is the contracting activity (FA8517-05-G-0001-0009).

 Diversitech, Inc. and Call Henry, Inc., Joint Venture, Sunnyvale, Calif., is being awarded a $6,778,023 cost plus award fee contract modification. This action provides for Civil Engineering and Base Maintenance Services. Civil engineering support services, base operation and maintenance, repair, construction, equipment installation, support of real property and real property installed equipment. This work will be complete September 2007. To date, no funds have been obligated. Headquarters 50th Space Wing, Peterson Air Force Base, Co., is the contracting activity (FA2550-02-C-0005/P00071).

 NAVY

 FN Herstal, S.A., Herstal, Belgium, is being awarded a $22,000,000 firm-fixed-priced contract for the procurement of 519 GAU-21 weapons systems, to include related supplies and services, operator and armorer tool kits, replacement part kits, technical manuals for the operation, maintenance and repair of the weapon systems, and training. Work will be performed in Herstal, Belgium (90 percent); Johnston, Pa. (4 percent); Somerset, Pa. (3 percent); and Blairsville, Pa. (3 percent) and is expected to be completed in October 2007. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-06-C-0092).

 ALION Science and Technology Corp., Chicago, Ill., is being awarded a $7,923,637 cost-plus-fixed-fee delivery order against a previously awarded indefinite-delivery/indefinite-quantity contract (N61339-03-D-0300) to provide modeling and simulation services in support of the Army Modeling and Simulation Office. Work will be performed in Norfolk, Va. (85 percent) and Alexandria, Va. (15 percent), and is expected to be completed in May 2009. Contract funds in will not expire at the end of the fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.

 DEFENSE LOGISTICS AGENCY

 Sysco of Hampton Roads, Suffolk, Va., is being awarded a maximum $15,875,000 fixed price with economic price adjustment for full line food distribution for DoD and non-DoD customers in the mid-Atlantic South Zone. Using services are Army, Air Force, and Marine Corps. Proposals were Web-solicited and two responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 2, 2007. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-06-D-3146).


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
Opera 9.01
Subject:
Contracts for 9/6/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 6 Sep 2006 17:02:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 858-06
FOR RELEASE AT
September 06, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 ARMY

GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Aug. 29, 2006, a delivery order amount of $6,764,591 as part of a $4,808,816,230 cost-plus-fixed-fee contract for the retrofit of remote weapon stations for the stryker vehicles. 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 June 14, 2005. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-D-M051).

Parsons Infrastructure &amp; Technology Group, Pasadena, Calif., was awarded on Aug. 31, 2006, a $154,342,522 increment as part of a $1,036,569,242 cost-plus-award-fee contract for continued chemical agency neutralization operations leading to the closure of the Newport Chemical Agent Disposal Facility. Work will be performed in Newport, Ind., and is expected to be completed by May 31, 2009. Contract funds will not expire at the end of the current fiscal year. There were 32 bids solicited on March 9, 1998, and two bids were received. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-99-C-0016).

Hensel Phelps Construction Co., Austin, Texas, was awarded on Aug. 30, 2006, a delivery order amount of $30,676,500 as part of a $165,000,000 firm-fixed-price contract for design and construction of the Brigade Combat Team complex and tactical equipment maintenance facilities. Work will be performed at Fort Bliss, Texas, and is expected to be completed by July 31, 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 Feb. 17, 2006, and ten bids were received. The U.S. Army Engineer District, Tulsa, Okla., is the contracting activity (W912BV-06-D-2019).

Raytheon Co., West Andover, Mass., was awarded on Aug. 30, 2006, a delivery order amount of $135,106,765 as part of a $376,740,530 firm-fixed-price contract for procurement of new spares to support and maintain the Patriot Missile System. Work will be performed in Andover, Mass., and is expected to be completed by Sept. 30, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 3, 2003. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-05-D-0029).

Archer Western Contractors, Atlanta, Ga., was awarded on Aug. 31, 2006, a $62,439,000 firm-fixed-price contract for design and construction of Infantry Brigade Combat Team Barracks Phase I. Work will be performed at Fort Knox, Ky., and is expected to be completed by Sept. 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 July 21, 2006, and three bids were received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0048).

J.D. Abrams L.L.P., Austin, Texas, was awarded on Aug. 30, 2006, a delivery order amount of $57,905,829 as part of a $57,905,829 firm-fixed-price contract for providing the materials, equipment, and labor for the construction of the BCT-1 infrastructure. Work will be performed at Biggs Airfield, Fort Bliss, Texas, and is expected to be completed by March 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were five bids solicited on Aug. 1, 2006, and three bids were received. The U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-06-D-0030).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded on Aug. 31, 2006, a $46,931,073 modification to a firm-fixed-price contract for Block IA Army Tactical Missile System variants (unitary) guided missile and launching assemblies. Work will be performed in Grand Prairie, Texas, 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 July 11, 2003. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-03-C-0203).

Hensel Phelps Construction, Austin, Texas, was awarded on Aug. 30, 2006, a delivery order amount of $45,295,745 as part of a $74,936,299 firm-fixed-price contract for design and construction of barracks buildings. Work will be performed at Biggs Airfield, Fort Bliss, Texas, and is expected to be completed by May 3, 2008. Contract funds will not expire at the end of the current fiscal year. There were four bids solicited on March 3, 2006, and four bids were received. The U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-06-D-0039).

Raytheon/Lockheed Martin JAVELIN (Joint Venture), Tucson, Ariz., was awarded on Aug. 31, 2006, a $38,896,347 modification to a firm-fixed-price contract for the missile rounds and remanufactured rounds for the JAVELIN weapon system. Work will be performed in Tucson, Ariz. (60 percent), and Orlando, Fla. (40 percent), and is expected to be completed by Feb. 28, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 22, 2003. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-04-C-0136).

Neumann Brothers Inc.*, Des Moines, Iowa, was awarded on Aug. 31, 2006, a $33,118,577 firm-fixed-price contract for design and construction of an Armed Forces Readiness Center. Work will be performed at Camp Dodge, Johnston, Iowa, and is expected to be completed by Oct. 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 May 2, 2006, and four bids were received. The U.S. Army National Guard Bureau, Johnston, Iowa, is the contracting activity (W912LP-06-C-0001).

Stewart &amp; Stevenson Tactical Vehicle Systems L.P., Sealy, Texas, was awarded on Aug. 30, 2006, a $22,403,004 modification to a firm-fixed-price and cost-reimbursement contract for the family of medium tactical vehicle trucks and trailers. Work will be performed in Sealy, Texas, and is expected to be completed by Nov. 15, 2008. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Aug. 15, 2002, and two bids were received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-03-C-S023).

GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Aug. 31, 2006, a delivery order amount of $22,100,000 as part of a $4,855,874,025 cost-plus-fixed-fee contract for 1" slat armor and headlight extension kits for the Stryker vehicle. Work will be performed in Lima, Ohio, and is expected to be completed by June 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 29, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-D-M051).

O'Gara-Hess &amp; Eisenhardt Armoring Co., Fairfield, Ohio, was awarded on Sept. 1, 2006, a $21,323,630 modification to a firm-fixed-price contract for up-armored high mobility multipurpose wheeled vehicles and traversing gear units. Work will be performed in Fairfield, Ohio, and is expected to be completed by Feb. 28, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 10, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-C-S019).

O'Gara-Hess &amp; Eisenhardt Armoring Co., Fairfield, Ohio, was awarded on Sept. 1, 2006, an $18,401,181 modification to a firm-fixed-price contract for an Increase of Funding on Frag Kit #5 Field Kits from 50 percent to 75 percent of the ceiling price. Work will be performed in Fairfield, Ohio, and is expected to be completed by Feb. 28, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 10, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-C-S019).

Tyler Construction Co. Inc.*, Columbia, S.C., was awarded on Aug. 30, 2006, a $14,115,000 firm-fixed-price contract for design and construction of the Army Reserve Regional Readiness Sustainment Command Headquarters. Work will be performed at Fort Jackson, S.C., and is expected to be completed by Feb. 3, 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 June 8, 2006, and three bids were received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0044).

Port Graham Development Corp. with Teng Associates (Joint Venture), Chicago, Ill., was awarded on Sept. 1, 2006, a $12,795,010 firm-fixed-price contract for design and construction of a facility for the National Security Agency. Work will be performed at Fort Gordon, Ga., and is expected to be completed by Feb. 15, 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 U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-06-C-0063).

TCI Architects/Engineers/Contractor Inc., La Crosse, Wis., was awarded on Aug. 31, 2006, an $11,705,489 firm-fixed-price contract for design and construction of the Army Reserve Regional Readiness Sustainment Command Headquarters. Work will be performed at Fort McCoy, Wis., and is expected to be completed by Dec. 31, 2008. Contract funds will not expire at the end of the current fiscal year. There were 42 bids solicited on July 6, 2006, and seven bids were received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0047).

General Electric Aircraft Engine, Cincinnati, Ohio, was awarded on Sept. 1, 2006, a $10,857,529 modification to a firm-fixed-price contract for the overhaul and repair effort for the entire T700 family of engines. Work will be performed in Corpus Christi, Texas, and is expected to be completed by Dec. 29, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 25, 2005. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0038).

New Mexico State University, Physical Science Laboratory*, Las Cruces, N.M., was awarded on Aug. 31, 2006, a $9,999,980 firm-fixed-price contract for field service representative support for the Army Research Laboratory, Survivability Lethality Analysis Directorate. Work will be performed in Las Cruces, N.M., 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 April 28, 2006. The U.S. Army Contracting Agency, White Sands Missile Range, N.M., is the contracting activity (W9124Q-06-C-0156).

BAE Systems, York, Pa., was awarded on Aug. 31, 2006, a $9,753,472 modification to a firm-fixed-price contract for spare diesel engines for the M88A2 HERCULES vehicle system. Work will be performed in York, Pa., 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 April 17, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-N030).

Whitesell-Green Inc., Pensacola, Fla., was awarded on Aug. 31, 2006, a $9,429,000 firm-fixed-price contract for construction of a C41 Headquarters Building. Work will be performed at Fort Rucker, Ala., and is expected to be completed by Feb. 1, 2008. Contract funds will not expire at the end of the current fiscal year. There were 150 bids solicited on July 12, 2006, and two bids were received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-06-C-0054).
Spindler Construction Corp.*, Logan, Utah, was awarded on Aug. 30, 2006, a $9,066,438 firm-fixed-price contract for design and construction of a consolidated missile storage facility. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by March 16, 2009. Contract funds will not expire at the end of the current fiscal year. There were 13 bids solicited on June 6, 2006, and three bids were received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-06-C-0025).

Dean Kurtz Construction*, Rapid City, S.D., was awarded on Aug. 31, 2006, a $7,350,000 firm-fixed-price contract for construction of a maintenance group headquarters facility. Work will be performed at Ellsworth Air Force Base, S.D., and is expected to be completed by March 31, 2008. Contract funds will not expire at the end of the current fiscal year. There were 47 bids solicited on July 25, 2006, and two bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0039).

Aeroplate Corp.*, Tollhouse, Calif., was awarded on July 11, 2006, a $7,127,020 firm-fixed-price contract for Repair of Maintenance Hanger and Shops. Work will be performed at Fresno Air National Guard Station, Calif., and is expected to be completed by Sept. 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were 12 bids solicited on April 26, 2005, and five bids were received. The National Guard Bureau, San Luis Obispo, Calif., is the contracting activity (W912LA-06-C-5007).

Yost, Mooney &amp; Pugh Contractors Inc.*, Spoke, Wash., was awarded on Aug. 31, 2006, a $7,095,000 firm-fixed-price contract for design and construction of a Resistance Training Facility. Work will be performed at Fairchild Air Force Base, Wash., and is expected to be completed by March 2, 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 June 26, 2006, and four bids were received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0020).

RKJ Construction Inc.*, Lampasas, Texas, was awarded on Sept. 1, 2006, a $6,556,000 firm-fixed-price contract for design and construction of two large battalion headquarters. Work will be performed at Fort Hood, Texas, 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 150 bids solicited on June 15, 2006, and two bids were received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-06-C-0038).

CWR Construction Inc.*, Little Rock, Ark., was awarded on Aug. 31, 2006, a $5,886,665 firm-fixed-price contract for design and construction of an airman dining facility. Work will be performed in Jacksonville, Ark., and is expected to be completed by Aug. 31, 2012. 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 Feb. 10, 2006, and six bids were received. The U.S. Army Corps of Engineers, Little Rock, Ark., is the contracting activity (W9127S-06-C-6007).

Port Graham Development Corp. with Teng Associates (Joint Venture), Chicago, Ill., was awarded on Aug. 31, 2006, a $5,700,000 firm-fixed-price contract for design, site preparation, and construction of a battle equipment testing facility relocation. Work will be performed at Fort Gordon, Ga., and is expected to be completed by June 14, 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 U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-06-C-0064).

Rex Systems Inc.*, Chippewa Falls, Wis., was awarded on Aug. 31, 2006, a $5,414,111 modification to a firm-fixed-price contract for enhanced wireless digital communications for the Army's first responder. Work will be performed in Chippewa Falls, Wis., and is expected to be completed by Feb. 29, 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 U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-05-C-P225).

 AIR FORCE

Lockheed Martin Space Systems Corp., Sunnyvale, Calif., is being awarded a $58,306,045 cost-plus-award fee contract modification. This is a contract modification to the existing space base infrared system (SBIRS) high component engineering, manufacturing, and development contract. This contract action will exercise an option that provides for fiscal year 2007, continued sustainment of the contractor logistics support and SBIRS legacy sustainment effort. Lockheed Martin Space Systems will provide personnel and infrastructure including supplies and services, to specifically perform space and ground software maintenance, depot maintenance, training, communications maintenance, increment "2" Tactical Intelligence off-line processing and integrated training site operations. At this time, no funds have been obligated. This work will be complete September 2007. Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity.
(F04701-95-C-0017/P00391)

Defense Research Associates Inc., Dayton, Ohio, was awarded on 5 September 2006, a $47,726,000 indefinite delivery/indefinite quantity contract, with cost-plus-fixed fee type task orders contract. This action will support and conduct electro-optical threat warning research at the Air Force Research Laboratory in the area of laser sensor technology, missile warning, and space protection sensors. This may include electro-optical situational awareness and intelligence collection. In addition, support and operation of the hanger 4B laboratory facilities is required, which is incidental to the research efforts of this program. This contract support includes the operation and maintenance of the laboratory facilities, associated equipment, and any performance upgrades as needed to conduct specific test or research. At this time, no funds have been obligated. Solicitations began February 2006 and negotiations were complete August 2006. This work will be complete September 2016. Air
 Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8650-06-D-1080)

Joint Commission on Accreditation of Healthcare Organizations, Oakbrook Terrace, Ill., is being awarded a $15,000,000 indefinite delivery/indefinite quantity contract, firm-fixed-price contract. This action provides for the Air Force Medical Laboratory Accreditation Program and Proficiency Testing Program support. The services include accreditation of all Air Force medical laboratories and continuous participation in a proficiency-testing program approved by the centers for Medicare and Medicaid services. At this time, $860,000 has been obligated. Solicitations began May 2006 and negotiations were complete August 2006. This work will be complete August 2016. Air Force District of Washington, Bolling Air Force Base, DC, is the contracting activity. (FA7014-06-D-0014)

Tracer ES &amp; T Inc., San Marcos, Calif., is being awarded a $5,800,000 indefinite delivery/indefinite quantity contract, firm-fixed-price contract. This action provides for technical and administrative requirements necessary to provide technical support in tracer, atmospheric, meteorological and air quality support. Contractor is to provide for the calibration, maintenance, preparation, planning, operation, shipping, training, data collection, storage and repair of perfluorocarbon and/or tracer analyzers. Items and quantity will be identified in each task order.. At this time, no funds have been obligated. Solicitations began May 2006 and negotiations were complete August 2006. This work will be complete August 2016. 45th Space Wing, Patrick Air Force Base, Fla., is the contracting activity. (FA2521-06-D-0006)

 NAVY

ITT Industries, Gilfillan Division, Van Nuys, Calif., is being awarded a $9,441,818 firm-fixed-price/cost-plus-fixed-fee modification to previously awarded contract (N00024-05-C-4304) for upgrade and refurbishment of two AN/SPS-48E radar systems engineering and maintenance support services, field change kits, as well as technical manual updates, provisioning technical documentation, and other data. Work will be performed in Van Nuys, Calif., and is expected to be completed by November 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 (N00024-05-C-4304).


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
Opera 9.01
Subject:
Contracts for 9/7/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 7 Sep 2006 17:28:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 866-06
FOR RELEASE AT
September 07, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 DEFENSE LOGISTICS AGENCY

Valero Marketing and Supply Co., San Antonio, Texas, is being awarded a maximum $288,789,146 fixed price with economic price adjustment for jet fuel for Defense Energy Support Center (DESC). Other location of performance is Benicia, Calif. This is a 12-month indefinite delivery, indefinite quantity type contract. There were 66 proposals solicited and 17 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Oct. 30, 2007. Contracting activity is DESC, Fort Belvoir, Va. (SP0600-06-D-0503).

Chevron Global Aviation, San Ramon, Calif., is being awarded a maximum $58,946,916 fixed price with economic price adjustment contract for turbine fuel for DESC. Other location of performance is Salt Lake City, Utah. This is a 12-month indefinite delivery, indefinite quantity contract. There were 66 proposals solicited and 17 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Oct. 30, 2007. Contracting activity is DESC, Fort Belvoir, Va. (SP0600-06-D-0504).

Sinclair Refining Corp., Salt Lake City, Utah, is being awarded a maximum $47,505,170 fixed price with economic price adjustment contract for turbine fuel for DESC. Other location of performance is Sinclair, Wyo. This is a 12-month indefinite delivery, indefinite quantity contract. There were 66 proposals solicited and 17 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Oct. 30, 2007. Contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-D-0514).

Holly Refining and Marketing Co., Dallas, Texas, * is being awarded a maximum $15,282,784 fixed price with economic price adjustment contract for turbine fuel for DESC. Other location of performance is Woods Cross, Utah. This is a 12-month indefinite delivery, indefinite quantity contract. There were 66 proposals solicited and 17 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Oct. 30, 2007. Contracting activity is DESC, Fort Belvoir, Va. (SP0600-06-D-0515).

Montana Refining Co., Inc., Great Falls, Mont., * is being awarded a maximum $6,775,010 fixed price with economic price adjustment contract for turbine fuel for DESC. This is a 12-month indefinite delivery, indefinite quantity contract. There were 66 proposals solicited and 17 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Oct. 30, 2007. Contracting activity is DESC, Fort Belvoir, Va. (SP0600-06-D-0513).

 ARMY

The McCarty Corp., Austin, Texas, was awarded on Sept. 5, 2006, a $30,791,000 firm-fixed-price contract for replacement of all existing deteriorated and failed components to several buildings. Work will be performed at Fort Jackson, S.C., and is expected to be completed by June 2, 2008. Contract funds will not expire at the end of the current fiscal year. There were 430 bids solicited on June 29, 2006, and four bids were received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-06-C-0061).

B and M Torix (Joint Venture), Colorado Springs, Colo., was awarded on Sept. 5, 2006, a $21,277,000 firm-fixed-price contract for design and construction for road realignment and infrastructure. Work will be performed at Fort Carson, Colo., and is expected to be completed by Jan. 8, 2007. Contract funds will not expire at the end of the current fiscal year. There were 30 bids solicited on July 6, 2006, and three bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0040).

General Dynamics, Marion, Ill., was awarded on Sept. 1, 2006, a $13,710,629 modification to a firm-fixed-price contract for 20mm PGU-28A/B SAPHEI cartridges. Work will be performed in Marion, Ill., and is expected to be completed by July 31, 2008. Contract funds will not expire at the end of the current fiscal year. There were three bids solicited on April 5, 2005, and three bids were received. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (W52P1J-05-C-0073).

Cobalt-PCS (Joint Venture)*, Las Vegas, Nev., was awarded on Sept. 5, 2006, a $5,489,000 firm-fixed-price contract for the design and construction of the 944th Civil Engineering Squadron Building. Work will be performed at Luke Air Force Base, Ariz., and is expected to be completed by Feb. 7, 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 July 13, 2006, and four bids were received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0045).

 AIR FORCE

The University of Tennessee, Knoxville, Tenn., is being awarded a $25,000,000 indefinite delivery/indefinite quantity contract. This action provides for services, training and development of materials supporting the Air Force Smart Operations for the 21st century. At this time, $500,000 has been obligated. Solicitations began August 2006 and negotiations were complete August 2006. This work will be complete September 2011. Air Force District of Washington, Bolling Air Force Base, D.C., is the contracting activity (FA7014-06-D-0019).

 NAVY

Hightower Construction Co., Inc.* Charleston, S.C.; HITT Contracting, Inc., North Charleston, S.C.; Tesoro Corporation, Virginia Beach, Va.; Barlovento LLC* Dothan, Ala., and Atlantic Marine Construction Co., Inc.* Virginia Beach, Va., are being awarded indefinite-delivery/indefinite-quantity construction contracts under a multiple award construction contract. The total contract amount is not to exceed $30,000,000 (base period and four one-year options). Hightower Construction Co., Inc., is being awarded $423,000 for first task order for the base bid, item 0001, to build 90 fire station renovation/additions and $164,000 for option one, item 0002, for all work associated with the new garage addition including the building and the sitework indicated in Project Program Engineering Systems Requirements G2010 at the Naval Weapons Station, Charleston, S.C. Work for this task order is expected to be completed by September 2007. The remaining four contractors are being awarded the
minimum guarantee of $25,000. The work to be performed provides for general type projects (new construction and renovation) including: roofing, demolition, routine renovation and repair of facilities and infrastructure including: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) medical and dental facilities, 7) abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint, mold remediation and PCBs), and Smile the civil, sanitary, storm water, mechanical and electrical systems for the Area of Responsibility of South Division Field Office Charleston. Work will be performed at various facilities for activities in the area of responsibility of Naval Facilities Engineering Command (NAVFAC) Southeast Field Office Charleston, S.C. These areas will include the Reserve Centers for Wilmington, Raleigh, Greensboro,
Charlotte, and Ashville, North Carolina and Greenville, South
Carolina. In addition to the Reserve Centers above, this requirement will also cover Shaw Air Force Base (AFB), Charleston AFB, and other various agencies. The expected date of completion is September 2007 (September 2011 with options). Contract funds will not expire at the end of the current fiscal year. The solicitation was issued on the NAVFAC e-solicitation website as a two-phase design/build multiple award solicitation inviting full and open competition with a potential set-aside for one 8(a) eligible, one HUBZone eligible contractor, and two unrestricted firms. Sixteen contractors responded to the Phase I solicitation. Seven contractors were chosen to proceed to Phase II, including two 8(a) eligible contractors. The potential awards will be made to one HubZone firm, two 8A firms, and two Large Business firms. The Naval Facilities Engineering Command Southeast, North Charleston, S.C., is the contracting activity
(N62467-06-D-0071/0152/0153/0154/0155).
General Electric Aircraft Engines, Lynn, Mass., is being awarded a $14,004,831 ceiling priced order (GG48) under an existing basic ordering agreement contract (FA8140-05-G-0003) for combustion liners used on the T64 engine on the H53 aircraft. Work will be performed in Lynn, Mass., and is expected to be completed by December 2009. 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.

Northrop Grumman Corp., Rolling Meadows, Ill., is being awarded a $9,800,000 firm-fixed-price contract for the procurement of six third-generation electro-optics console sets. Work will be performed in Rolling Meadows, Ill. (90 percent) and Santa Barbara, Calif. (10 percent), and is expected to be completed in February 2008. Contract funds in the amount of $500,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-06-C-0420).

Zeiders Enterprises, Inc., Woodbridge, Va., is being awarded an $8,948,459 indefinite-delivery/indefinite-quantity, firm-fixed-price and time and material pricing contract for contractor support services for the operations of the fleet and family support centers of Hampton Roads, Va. and mobile education and training services to Navy installation within the Mid-Atlantic Region. This contract includes a base year and four one-year options periods, which if exercised, would bring the estimated value of the contract to $45,889,301. Work will be performed at Norfolk Naval Base, Norfolk, Va. (43 percent); Naval Amphibious Base, Little Creek, Norfolk, Va. (18 percent); Naval Air Station, Oceana, Va. (17 percent); Naval Weapons Station, Yorktown, Va. (16 percent); and Northwest, Chesapeake, Va. (6 percent), and work is expected to be completed by September 2007. Contract funds will not expire before the end of the current fiscal year. This contract was awarded through full and
open competition, with two offers received. The Fleet and Industrial Supply Center, Norfolk, Va. is the contracting activity (N00189-06-D-0086).
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
Opera 9.01
Subject:
Contracts for 9/8/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 8 Sep 2006 18:10:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 877-06
FOR RELEASE AT
September 08, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

AIR FORCE

Lear Siegler Logistics International Inc., Gaithersburg, Md., is being awarded a $1,900,000,000 indefinite delivery/indefinite quantity with fixed-price contract. This is a Foreign Military Sales (FMS) contract that will support numerous FMS countries. These countries purchase nonstandard and hard to support standard supply items, maintenance/repair support, and task orders via this contract. Task orders will be issued to cover more complex maintenance tasks, studies, analysis or technical assistance that will require technicians to travel to the country requiring support. This contract supports numerous aircraft and weapons systems including the C-47, T-33, T-37, C-130, F-111, F-4, F-5, F-16, and various commercial aircraft. At this time, no funds have been obligated. Solicitations began March 2005 and negotiations were complete August 2006. This work will be complete September 2016. PA POC is Mr Daryl Mayer, (937) 257-8197 ext 4180. Headquarters Air Force Security
Assistance Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8630-06-D-6000).

MacAulay-Brown Inc., Dayton, Ohio, is being awarded a $47,726,000 indefinite delivery/indefinite quantity contract, with cost-plus-fixed fee type task orders contract. This action will support and conduct Electro-Optical threat warning research at the Air Force Research Laboratory in the area of laser sensor technology, missile warning, and space protection sensors. This may include electro-optical situational awareness and intelligence collection. In addition, support and operation of the hanger 4B laboratory facilities is required, which is incidental to the research efforts of this program. This contract support includes the operation and maintenance of the laboratory facilities, associated equipment, and any performance upgrades as needed to conduct specific test or research. At this time, no funds have been obligated. Solicitations began February 2006 and negotiations were complete August 2006. This work will be complete September 2016. Air Force Research Laboratory,
Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-06-D-1079).

Engineered Fabrics Corp., Rockmart, Ga., is being awarded a $37,594,477 firm-fixed-price contract. This contract action provides for C/KC-135 fuel cells are used in the center wing, aft, forward and upper desk positions of the C/KC-135 aircraft. The primary function of the fuel cell is to store fuel for use during flight. At this time, no funds have been obligated. This work will be complete May 2009. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8103-06-C-0232).

Today the Air Force is exercising the Fiscal Year 2007 option to the Launch Operations Support Contract (LOSC) to Space Coast Launch Services, Patrick Air Force Base, Fla., for $35,958,831. This contract provides for launch support operations, maintenance and engineering support to critical launch, spacecraft and ordnance facilities and support systems owned by the 45th Space Wing. These facilities and systems are vital to the support of Department of Defense, civil, and commercial space launch processing at Cape Canaveral Air Force Station, Fla. The LOSC contractor is responsible for planning and executing all preventive and corrective maintenance and performing configuration changes to LOSC facilities and systems necessary to achieve the greatest operational availability for mission support. At this time, no funds have been obligated. This work will be complete September 2007. 45th Space Wing, Patrick Air Force Base, Fla., is the contracting activity
(FA2521-05-C-0008/P00027 tentatively).

L3 Communications Vertex Aerospace LLC., Madison, Miss., is being awarded a $10,072,492 firm-fixed-price contract modification. This action provides trainer maintenance at Sheppard Air Force Base, Texas and satellite sites at Naval Air Station Pensacola, Fla. and Fort Eustis, Va. This action is to exercise option period three, Oct. 1, 2006 thru Sept. 30, 2007. At this time, total funds have been obligated. This work will be complete September 2007. Air Education and Training Command, Sheppard Air Force Base, Texas, is the contracting activity (F41689-03-C-0018/Mod # 20).

McDonnell Douglas Corp., St Louis, Mo., is being awarded an $8,225,133 firm-fixed-price contract modification. This action provides for Joint Direct Attack Munition (JDAM), High Data Rate Compact Telemetry Units (HCTMs), a quantity of 287. The JDAM HCTMs are flight test instrumentation hardware, which is used to gather real-time JDAM weapon data during testing. The JDAM weapon system provides the Air Force and the Navy with an improved aerial delivery capability for existing 500, 1000 and 2000-pound bombs. The JDAM is a strap-on kit with inertial navigation system (INS)/Global Positioning System capability. At this time, total funds have been obligated. This work will be complete September 2008. Headquarters 308th Armament Systems Wing, Eglin Air Force Base, Fla., is the contracting activity (FA8681-06-C-0058/P00004).

T Square Logistics Services Corp., Colorado Springs, Colo., is being awarded a $6,305,600 firm-fixed-price contract modification. This action provides for logistics services at Sheppard Air Force Base, Texas, to perform base supply, fuels, and vehicle operations and maintenance services. The current action will exercise option period four, from Oct. 1, 2006 through Sept. 30, 2007. At this time, total funds have been obligated. This work will be complete September 2007. Air Education and Training Command, Sheppard Air Force Base, Texas, is the contracting activity (F41612-03-C-0006/Mod # 42).

General Electric Aircraft Engines, Cincinnati, Ohio, is being awarded a $6,184,171 firm-fixed-price contract. This contract will support the F101 and F102 engine platform. The lower pressure turbine blades are designed to eliminate "creep rupture" which can cause catastrophic damage to the aircraft and loss of life. The government will purchase 10,481 of these blades and begin fleet replacement immediately upon receipt. At this time, total funds have been obligated. Solicitations began March 2006 and negotiations were complete August 2006. This work will be complete January 2007. 448th Combat Sustainment Wing, Tinker Air Force Base, Okla., is the contracting activity (FA8104-05-G-0003-0070).

SRS Technologies, Cape Canaveral, Fla., is being awarded a $5,000,000 cost-plus-fixed-fee contract modification. This action provides for consolidated safety support contract, which provides for safety engineering support services to the 45th Space Wing's Eastern Range. This is option five of nine for the period of Oct. 1, 2005 through Sept. 30, 2006. At this time, no funds have been obligated. This work will be complete September 2007. 45th Space Wing, Patrick Air Force Base, Fla., is the contracting activity (FO8650-02-C-0018/P00100).
NAVY

VT Griffin Services, Atlanta, Ga., is being awarded a maximum $13,188,080 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide all labor, equipment, materials, transportation, and supervision necessary to perform roofing repairs, and incidental related work. This contract contains options, which is exercised, will bring the not to exceed value of the contract to $27,043,770. Work will be performed in San Diego County, with the majority of the work being performed at Marine Corps Base, Camp Pendleton, and Seal Beach Annex, Naval Weapons Station Center, Fallbrook, Calif., and is expected to be completed by September 2007 (September 2009 with options). Contract funds in the amount of $5,000 will expire at the end of the current fiscal year. This contract was competitively procured with three proposals solicited and three offers received. The Regional Office in Charge of Construction, Camp Pendleton, Calif., is the contracting activity
(N62473-06-D-1011).

Ensign-Bickford Aerospace &amp; Defense Co., Simsbury, Conn.*, is being awarded a $12,613,578 indefinite-delivery/indefinite-quantity contract for production, testing, and delivery of the Anti-Personnel Obstacle Breaching System. The base year is for a quantity of 200 first article test units, testing support, technical data, inert models and a maximum of 3000 production units. This contract includes options which, if exercised, would bring the cumulative value of this contract to $150,816,130. Work will be performed in Graham, Ky. (80 percent) and Simsbury, Conn. (20 percent), 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 competitively procured via publication on the Federal Business Opportunities and Navy Electronic Commerce On-line, with 3 offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-D-1021).
ARMY
Wintara-Salihi Group Inc.*, Fort Washington, Md., was awarded on Sept. 4, 2006, a $9,450,176 firm-fixed-price contract for Installation of a remote monitoring system. Work will be performed in Baghdad, Iraq, and is expected to be completed by Jan. 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 May 20, 2006, and four bids were received. The Joint Contracting Command, Baghdad, Iraq, is the contracting activity (W91GXY-06-C-0093).

Great Lakes Dredge &amp; Dock Co., L.L.C., Oak Brook, Ill., was awarded on Sept. 6, 2006, a $6,589,340 firm-fixed-price contract for maintenance dredging. Work will be performed in Philadelphia, Pa., and is expected to be completed by Dec. 31, 2006. Contract funds will not expire at the end of the current fiscal year. There were 29 bids solicited on July 18, 2006, and three bids were received. The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-06-C-0016).

The Ross Group*, Tulsa, Okla., was awarded on Sept. 1, 2006, a delivery order amount of $5,561,388 as part of a $36,435,544 firm-fixed-price contract for design and renovation of barrack buildings. Work will be performed at Fort Riley, Kan., and is expected to be completed by Dec. 15, 2007. Contract funds will not expire at the end of the current fiscal year. There were four bids solicited on May 31, 2006, and two bids were received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-04-D-0003).

Veteran/Pacific (Joint Venture)*, Chicago, Ill., was awarded on Aug. 31, 2006, a $5,037,015 firm-fixed-price contract for the design and construction of the Surface Deployment and Distribution Command Facility. Work will be performed at Scott Air Force Base, Ill., and is expected to be completed by May 10, 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 July 21, 2006, and three bids were received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0049).


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 9/11/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 11 Sep 2006 17:02:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 885-06
FOR RELEASE AT
September 11, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 ARMY

 AM General L.L.C., South Bend, Ind., was awarded on Sept. 7, 2006, an $88,619,583 modification to a firm-fixed-price contract for M1151A1 with Kit B, M1152, and M1165 high mobility multipurpose wheeled vehicles. 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 U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

 REEP Inc., Manchester, N.H., was awarded on Sept. 3, 2006, a delivery order amount of $41,200,000 as part of a $250,000,000 firm-fixed-price contract for bilingual bicultural advisor / subject matter expert services. Performance location will be determined with each delivery order, and is expected to be completed by April 15, 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 Aug. 19, 2006, and three bids were received. The Joint Contracting Command, Baghdad, Iraq, is the contracting activity (W91GER-06-D-0006).

 EAI Corp., Abington, Md., was awarded on Aug. 28, 2006, a delivery order amount of $22,459,000 firm-fixed-price contract for integration and upgrade of analytical laboratory systems assigned to National Guard Units. Work will be performed in Abingdon, Md. (98 percent), and Dallastown, Pa. (2 percent), and is expected to be completed by Aug. 13, 2008. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on June 16, 2006, and two bids were received. The U.S. Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-04-D-0014).

 J.D. Abrams L.L.P., Austin, Texas, was awarded on Aug. 30, 2006, a delivery order amount of $20,144,932 as part of a $78,050,761 firm-fixed-price contract for the materials, equipment, and labor for the construction of the Bridge Combat Team - 2 Infrastructure. Work will be performed at Biggs Airfield, Fort Bliss, Texas, and is expected to be completed by March 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were five bids solicited on Aug. 1, 2006, and four bids were received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-06-D-0030).
 Bean Stuyvesant L.L.C., New Orleans, La., was awarded on Aug. 31, 2006, an $18,370,000 firm-fixed-price contract for maintenance dredging of South Pass. Work will be performed in Plaquemines Parish, La., and is expected to be completed by March 7, 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 May 5, 2006, and four bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0191).
 GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Sept. 7, 2006, a $13,102,756 modification to a cost-plus-fixed-fee contract for repair of Stryker Vehicles returning from Operation Iraqi Freedom. Work will be performed in Doha, Qatar (80 percent), Sterling Heights, Mich. (10 percent), and London, Canada (10 percent), and is expected to be completed by June 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on March 31, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

 DRS Training and Control Systems Inc., Fort Walton Beach, Fla., was awarded on Aug. 30, 2006, a $10,043,974 increment as part of a $56,983,884 firm-fixed-price contract for Driver's Vision Enhancer A-Kits. Work will be performed in Fort Walton Beach, Fla., and is expected to be completed by Aug. 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 May 22, 2006, and four bids were received. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-W006).
 GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Sept. 6, 2006, a $7,271,737 modification to a cost-plus-fixed-fee contract for Repair of Stryker Vehicles Returning from Operation Iraqi Freedom. Work will be performed in Sterling Heights, Mich. (12 percent), and London, Canada (88 percent), 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 March 31, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

 AM General L.L.C., Mishawaka, Ind., was awarded on Sept. 7, 2006, a delivery order amount of $5,241,980 as part of a $48,327,812 firm-fixed-price contract for naturally aspirated engines with containers for the high mobility multipurpose wheeled vehicles. Work will be performed in Franklin, Ohio (68 percent), and Mishawka, Ind. (32 percent), and is expected to be completed by March 30, 2010. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bid solicited via the World Wide Web on Aug. 4, 2005, and one bid was received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-D-0123).

 DEFENSE LOGISTICS AGENCY

Henry Schein, Inc., Melville, N.Y., is being awarded a maximum $24,500,000 fixed price with economic price adjustment for various general dental supplies. Using services are Army, Navy, Air Force, and Federal civilian agencies. This contract is exercising option year 2. There were 50 proposals solicited and 8 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 11, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-05-D-7423).

 NAVY

 Tesoro Corp., Virginia Beach, Va., is being awarded a $9,143,851 firm-fixed price Task Order 0004 under a previously awarded multiple award construction contract (N40085-05-D-5057) for the construction of a Small Arms Range, SATEC Q259, Fort Story, Virginia Beach, Va. The work to be performed includes demolition and removal, site work which includes a precast concrete bridge, provisions for multiple buildings such as pre-engineered buildings, cast-in-place reinforced concrete buildings and reinforced concrete structural buildings with pre-cast concrete wall panels, metal roofing for the pre-engineered building, concrete roof decks, interior finishes, fire protection, plumbing, mechanical, electrical, purchase of wetlands mitigation bank credits, security fencing and incidental related work. Work will be performed in Virginia Beach, Va., and is expected to be completed by March 2008. Contract funds will not expire at the end of the current fiscal year. The basic contract
was competitively procured with seven proposals solicited, six offers received and award made on Sept. 8, 2006. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

 ITT Industries, Gilfillan Division, Van Nuys, Calif., is being awarded an $8,162,489 cost-plus-fixed-fee definitization modification to previously awarded contract (N00024-06-C-5204) for the Radar Obsolescence Availability Recovery Program for the AN/SPS-48E Radar System. The modification provides for procurement of engineering and technical services to design, integrate, and test the AN/SPS-48G(V) Radar System upgrade. The AN/SPS-48 (series) Radar System is the principal three dimensional air surveillance sensor on all Navy aircraft carriers and large deck amphibious ships. Work will be performed in Van Nuys, Calif., and is expected to be completed in 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.

 Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $6,636,939 modification to a previously awarded cost-plus-award-fee contract (N00019-93-C-0006) to provide additional funds for the V-22 Engineering and Manufacturing Development Program. Specifically, this modification provides for the Interactive Electronic Technical Manual, technical data quality assurance requirements and paper technical manuals. Work will be performed in Ridley Park, Pa. (70 percent) and Fort Worth, Texas (30 percent) and is expected to be completed in December 2007. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $5,208,408 delivery order against a previously issued Basic Ordering Agreement (N00019-05-G-0026) for the procurement of Flash removable memory modules (RMMs) for F/A-18E/F Lot 26-28 Retrofit Aircraft and F/A-18E/F and EA-18G Lot 29-30 Production Aircraft. This order is in support of Engineering Change Proposal 06296 (ECP-06296), Solid State RMM Redesign. Work will be performed in St. Louis, Mo., and is expected to be completed in March 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.
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 9/12/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 12 Sep 2006 17:06:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 893-06
FOR RELEASE AT
September 12, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

 AIR FORCE

Lockheed Martin Corp., Lockheed Martin Mission Systems, Colorado Springs, Colo., is being awarded a $589,591,938 firm-fixed-price, indefinite delivery/indefinite quantity, cost-plus-fixed fee, and cost-plus-award fee contract to provide for Air and Space Operations Center Weapon System Integrator to include fielding, sustainment, system engineering, integration, modernization, maintenance, management, and contingency support for Air and Space Operations Center. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although the actual requirements may be less than the amount above. At this time, $3,999,596 has been obligated. This work will be complete August 2010. PA POC is Ms Monica Morales, (781) 377-8543. Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (FA8706-06-D-0003-0001).

Cal-Pac Engineering Co., Inc., Los Angeles, Calif., is being awarded a $6,566,869 firm-fixed-price, indefinite delivery/indefinite quantity contract to provide for construction services to include any support for airfield asphalt and concrete paving. At this time, $50,000 has been obligated. Solicitations began May 2006 and negotiations were complete August 2006. This work will be complete September 2011. Air Education and Training Command, Luke Air Force Base, Ariz., is the contracting activity. (FA4887-06-D-0003)

 ARMY

Esterline Armtec Countermeasures Inc., Coachella, Calif., was awarded on Sept. 8, 2006, a $27,124,592 modification to a firm-fixed-price contract for M206 and MJU-7A/B IR countermeasure flares. Work will be performed in East Camden, Ark., and is expected to be completed by May 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Aug. 4, 2006, and two bids were received. The U.S. Army Field Support Command, Rock Island, Ill., is the contracting activity (W52P1J-04-C-0096).

Kilgore Flares Co., L.L.C., Toone, Tenn., was awarded on Sept. 8, 2006, a $23,345,984 modification to a firm-fixed-price contract for M206 and MJU-7A/B IR countermeasure flares. Work will be performed in Toone, Tenn., and is expected to be completed by May 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Aug. 4, 2006, and two bids were received. The U.S. Army Field Support Command, Rock Island, Ill., is the contracting activity (W52P1J-04-C-0097).

W. Boyd Construction Co. Inc.*, Omaha, Neb., was awarded on Sept. 8, 2006, an $11,408,000 firm-fixed-price contract for construction of a child development center. Work will be performed at Offutt Air Force Base, Neb., and is expected to be completed by March 31, 2008. Contract funds will not expire at the end of the current fiscal year. There were 54 bids solicited on July 28, 2006, and six bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0041).

Sierra Nevada Corp.*, Hagerstown, Md., was awarded on Sept. 8, 2006, a $7,433,300 cost-plus-fixed-fee contract for Airborne Reconnaissance Multi-Sensor Quick Reaction Capability Systems. Work will be performed in Hagerstown, Md., and is expected to be completed by Feb. 26, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 29, 2006. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-M607).

 NAVY

McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., St. Louis, Mo., is being awarded a $16,939,562 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery, indefinite-quantity contract (N68335-05-D-0009) for 10 advanced targeting forward looking infrared intermediate level shop replaceable assembly operational test program sets for use with consolidated automated support systems. Work will be performed in St. Louis, Mo., and is expected to be completed in November 2008. Contract funds in the amount of $16,939,562 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

180s LLC,* Baltimore, Md. is being awarded $10,812,308 for delivery order (0002) under previously awarded indefinite-delivery/indefinite-quantity, firm-fixed-price contract (M67854-05-D-3067) for 76,108 combat desert jackets, which are outer garments used to enhance the Marine's survivability in a high desert and a cold/dry environment. Work will be performed in Tullahoma, Tenn., and is expected to be completed February 2009. Contract funds in the amount of $10,812,308 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Coakley &amp; Williams Construction Inc., Gaithersburg, Md., is being awarded $7,961,000 for firm-fixed-price Task Order 0001 under previously awarded multiple award contract (N62477-04-D-0034) for the repair and rehabilitation of Building 2008 at the U.S. Marine Corps Base, Quantico, Va. The work will be performed at the U.S. Marine Corps Base, Quantico, Va., and is expected to be complete by January 2008. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with 17 proposals received and award made to seven contractors on July 22, 2004. Two proposals were received for this Task Order. Naval Facilities Engineering Command Washington, Washington, D.C., is the contracting activity.
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
Subject:
Contracts for 9/13/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 13 Sep 2006 17:38:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 898-06
FOR RELEASE AT
September 13, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 NAVY

Raytheon Co., Tucson, Ariz. is being awarded a $369,059,572 firm-fixed-price modification under previously awarded contract (N00024-04-C-5460) for Phalanx Close-In Weapons Systems and associated spares for FY06 Navy (51 percent), Army (35 percent), and the Governments of Pakistan (12.8 percent) and Australia (1.2 percent) under the foreign military sales requirements. Phalanx close-in Weapon System (CIWS) is a fast reaction terminal defense against low and high flying, high-speed maneuvering anti-ship missile threats that have penetrated all other ships' defenses. The CIWS is an integral element of the Fleet Defense In-Depth concept and the Ship Self-Defense Program. Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage, and destroy anti-ship missile threats penetrating other defense envelopes. Phalanx CIWS is currently installed on approximately 187 Navy ships and is in use in
20 foreign navies. The Army is deploying a land-based system known as the Land-based Phalanx Weapon System. Work will be performed in Louisville, Ky. and is expected to be completed December 2009. Contract funds in the amount of $7,282,107 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Sytex, Inc., Doylestown, Pa., is being awarded a $28,964,166 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based contract to provide air traffic control operations, airfield management, air to ground communications operations and maintenance, surveillance and precision radar systems operations and maintenance, voice communications systems operations and maintenance, and aviation weather systems operations and maintenance at multiple locations in the U.S. Central Command Air Force area of responsibility. Work will be performed in Southwest Asia, primarily Iraq, and is expected to be completed in March 2007. 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-6865).

Northrop Grumman Corp., Electronic Systems, Naval &amp; Marine Systems Division, Oceanic &amp; Naval Systems, Annapolis, Md., is being awarded a $22,164,618 indefinite-delivery/indefinite-quantity, cost plus fixed-fee contract, to provide engineering and technical services for Airborne Mine Countermeasures Programs. This acquisition is for engineering and technical support through depot level repair and maintenance services for the AN/AQS-14A and AN/AQS-24 Airborne Mine Countermeasures Systems Sonar Systems. Work will be performed in Panama City, Fla., and is expected to be completed by September 2011. Contract funds in the amount of $10,000, will expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Surface Warfare Center, Panama City, Fla., is the contracting activity (N61331-06-D-0044).

Robertson Aviation, LLC*, Tempe, Ariz., is being awarded an $18,927,571 firm-fixed-price contract for the procurement of 53 mission auxiliary tank systems (MATS). MATS is an off-the-shelf fuel tank that provides for extended range of flight for the MV-22 Osprey tiltrotor aircraft. Work will be performed in Tempe, Ariz., and is expected to be completed in February 2008. Contract funds in the amount of $9,938,313 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-06-C-0122).

Techno-Sciences, Inc., Beltsville, Md., is being awarded a $16,196,464 cost-plus-fixed-fee contract to upgrade and integrate the existing Indonesian Integrated Maritime Surveillance System (IMSS) they developed with eight additional Coastal Surveillance Stations (CSS) and two CSS equipment sets to supplement the two existing project sites in Indonesia; improve communications capabilities at the Indonesian Headquarters Command Center; and upgrade X-Band Radars on seven Indonesian ships and Trident Monitoring System. They will also define requirements and preliminary design for a Regional Integrated Maritime Security Information Center (RIMSIC) and develop IMSS Concept of Operations, Training and Exercise Plans. This contract represents purchases by the U.S. Navy for the benefit of the government of Indonesia under the authority of Section 1206 of the National Defense Authorization Act for fiscal year 2006. Work will be performed in Beltsville, Md. (51 percent), and in
Indonesia (49 percent), and is expected to be completed by September 2008. The contract funds will expire at the end of the current fiscal year. This contract was not competitively procured, but was synopsized in the Commerce Business Daily's Federal Business Opportunities website, with no other interested parties responding. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-06-C-0102).

McDonnell Douglas Corp., a wholly owned subsidiary of the Boeing Co., St. Louis, Mo., is being awarded an $11,691,768 ceiling priced delivery order (7176) against previously issued Basic Ordering Agreement (N00383-02-G-001H) for the repair of 36 F/A-18 Outer Wing Panels. Work will be performed in Montreal, Quebec Canada (95 percent) and Mesa, Ariz. (5 percent), and work is expected to be completed by September 2007. Contract funds will not expire by the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received. The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity.


Valley Crest, Orlando, Fla., is being awarded a $10,995,492 firm-fixed price, Design-Build Historical Mitigation and Landscape contract for Naval Air Station (NAS) Pensacola, Fla., for historic mitigation, landscape repairs, and restoration of various nature trails. This contract contains options, which if exercised, would bring the total possible value of this contract to $15,208,256. Work will be performed at NAS Pensacola, Fla. and is expected to be completed by September 2007. Contract funds will expire at the end of the current fiscal year. The solicitation was issued on the NAVFAC e-solicitation website as a two-phase design/build solicitation inviting full and open competition. Two contractors responded to the Phase I solicitation. Two contractors were chosen to proceed to Phase II. The Naval Facilities Engineering Command, Southeast, North Charleston, S.C., is the contracting activity (N62467-06-D-0165).

MPRI Inc., Columbia, Md., is being awarded a $9,592,328 firm-fixed-price, supply contract to provide for a digital deployed training campus for the Army National guard. Work will be performed in Columbia, Md., and is expected to be Dec 2007. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Indian Head Division, Indian Head, Md., is the contracting activity (N00174-06-C-0059).

Concurrent Technologies Corp., Johnstown, Pa., is being awarded a $6,118,546 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based contract to provide engineering and technical support services to dynamically update signature data in a database that was developed and is maintained by Concurrent Technologies Corp. The contract contains options, which if exercised, would bring the cumulative value of the contract to an estimated $9,999,500. Work will be performed in Johnstown, Pa. (85 percent) and Patuxent River, MD (15 percent) and is expected to be completed in September 2007 (September 2008 with options). Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured because it is a sole source acquisition. The Space and Naval Warfare Systems Center Charleston, SC, is the contracting activity (N65236-06-D-6863).

 ARMY

Whitesell-Green Inc., Pensacola, Fla., was awarded on Sept. 8, 2006, a $9,212,000 firm-fixed-price contract for design and construction of the FY06 Air Force Forces Command Headquarters Building. Work will be performed at Tyndall Air Force Base, Fla., 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 21 bids solicited on June 22, 2006, and two bids were received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-06-C-0050).

Capitol Technology Services Inc.*, Washington, D.C., was awarded on Sept. 11, 2006, a $5,089,000 firm-fixed-price contract for renovations to Building 4216. Work will be performed at Fort George G. Meade, Md., and is expected to be completed by Sept. 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were 20 bids solicited on June 27, 2005, and five bids were received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-06-C-0039).

AIR FORCE

Data Research and Analysis Corp., Alexandria, Va., is being awarded a $13,000,000 firm-fixed-price contract to provide for advisory and assistance modeling and simulation services. At this time, $500,000 have been obligated. This work will be complete September 2011. Headquarters Air Force District of Washington, Bolling Air Force Base, DC, is the contracting activity (FA7014-06-D-0020).

Northrop Grumman Systems Corp., Integrated Systems Air Combat Systems, San Diego, Calif., is being awarded a $9,222,478 cost-plus-award fee contract modification. This effort requires the contractor to install the reachback capability into ground segment Air Force Mission Control Element (AFMCE-2), to purchase a new electro-optic/infrared receiver unit and upgrade an Advanced Concept Technology Demonstration (ACTD) signals aperture radar to a production block 20 configuration in support of the global war on terrorism. At this time, total funds have been obligated. Solicitations began June 2006 and negotiations were complete August 2006. This work will be complete by September 2008. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-4600/P00162).

Kovatch Corp., Nesquehoning, Pa., is being awarded a $6,277,643 firm-fixed-price contract modification to exercise an option for thirty-three (33) R-11 aircraft refueling tank trucks. At this time, total funds have been obligated. This work will be complete June 2007. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-03-C-0141/P00011).

Honeywell Inc., Defense and Space Electronics System, Clearwater, Fla., is being awarded a $6,189,050 firm-fixed-price contract modification. This action is to purchase eighty-eight (88) Embedded Global Positional/Inertial Navigation System, production units installs for the MH-47G/TSPI/MH-6/SOA/F-16/AH-64D platforms, one contractor depot repair for the TSPI platform, five integration units (retrofit kits) for the TSPI platform, and four 9.8 inch mounts for the MH-47G platform through the Tri-Services Embedded Global Positioning office at Wright-Patterson Air Force Base, Ohio. At this time, total funds have been obligated. This work will be complete July 2008. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-06-C-2065/P00009).

Northrop Grumman Systems Corp., Integrated System Sector, El Segundo, Calif., is being awarded a $5,024,822 cost-plus-fixed fee contract modification. This program will develop sensor craft technologies, maturing the technologies through major ground and flight test activities. At this time, $692,198 have been obligated. Solicitations began January 2006 and negotiations were complete September 2006. This work will be complete March 2009. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-05-C-3502/P00006).
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 9/14/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 14 Sep 2006 17:36:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 903-06
FOR RELEASE AT
September 14, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 ARMY

 Raytheon Co., McKinney, Texas, was awarded on Sept. 11, 2006, a $285,379,911 firm-fixed-price contract for production of the improved target acquisition system. Work will be performed in McKinney, Texas, and is expected to be completed by Oct. 31, 2012. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Dec. 22, 2005. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0490).

 Hensel Phelps Construction, Greeley, Colo., was awarded on Sept. 13, 2006, a $31,200,000 firm-fixed-price contract for design and construction of brigade and battalion headquarters buildings. Work will be performed at Fort Carson, Colo., and is expected to be completed by Jan. 8, 2007. Contract funds will not expire at the end of the current fiscal year. There were 60 bids solicited on May 12, 2006, and nine bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0042).

 O'Gara-Hess &amp; Eisenhardt Armoring Co., Fairfield, Ohio, was awarded on Sept. 13, 2006, a $19,961,274 modification to an undefinitized contract action for Up-Armored High Mobility Multi-Purpose Wheeled Vehicles. Work will be performed in Fairfield, Ohio, and is expected to be completed by Feb. 28, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 10, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-C-S019).

 Structural Associates Inc.*, Watertown, N.Y., was awarded on Sept. 13, 2006, a $19,488,800 firm-fixed-price contract for the Jet Fuel Storage, Hydrant System, and Parking Apron. Work will be performed in Martinsburg, W.V., and is expected to be completed by Dec. 16, 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 March 17, 2006, and three bids were received. The U.S. Property and Fiscal Office, Buckhannon, W.V., is the contracting activity (W912L8-06-C-0003).

 Barnard and Sons*, Mendenhall, Miss., was awarded on Sept. 13, 2006, a $6,464,091 firm-fixed-price contract for replacement of airfield damage and repair of training site. Work will be performed in Gulfport, Miss., and is expected to be completed by Dec. 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 Dec. 5, 2006, and two bids were received. The U.S. Property and Fiscal Office, Jackson, Miss., is the contracting activity (W9127Q-06-C-0002).

 NAVY

 Roy Anderson Corp, Gulfport, Miss. is being awarded a firm-fixed-price contract for $65,160,000 for work at the Naval Construction Battalion Center, Gulfport, Miss. The work will includes P-817 Auto Vehicle Training Shop - consisting of demolition of 5,000 square feet (SF) and a new 4,047 SF bay addition to the existing SEABEE Equipment Maintenance Facility; P-784 Disaster Recovery Training - consisting of demolition of nine buildings (26,116 SF) and consolidation into one 22,884 SF facility including administrative and instructional spaces; P-826 Armory - consisting of demolition of 11,200 SF of demolition and a new 16006 SF small arms armory; P-783 NCTC Training Complex - consisting of the demolition of nine buildings (42,830 SF), the renovation of 8,869 SF and providing a 43,347 SF facility to consolidate functions into one academic instruction; P-781 Steelworkers Training- consisting of demolition of 13,364 SF and consolidation into a 30,785 SF applied instruction
facility and training material storage area; P-782 Builders Applied Instruction - consisting of demolition of 10 buildings (45,130 SF) and the consolidation into one 45,302 SF applied instruction building; P-810 Tactical Training Facility - consisting of demolition of 13,841 SF and the consolidation into a new 60,601 SF facility; and P-816 Consolidated Professional Development - consisting of demolition of 13,500 SF and the consolidation of personnel into a new 30,300 SF administrative facility. Work will be performed in Gulfport, Miss. and is expected to be completed by May 2009. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website as a Two Phase Design Build with seven contractors proposing in Phase I. Four of the seven contractors were determined to be in the competitive range and proceeded to Phase II. Two proposals were received in Phase II. The
Naval Facilities Engineering Command Southeast, North Charleston,
South Carolina, is the contracting activity
(N62467-06-C-0069)
 Parsons Infrastructure &amp; Technology Group, Inc., Fairfax, Va., is being awarded a not-to-exceed $15,000,000 firm-fixed-price, indefinite-quantity contract for architect engineering services for professional planning and engineering services. Work will be performed in Naval Facilities Engineering Command (NAVFAC) Atlantic's area of responsibility and worldwide. Although the professional planning and engineering services will be worldwide, the majority of the work under this contract is expected to be in the continental U.S. Work is expected to be completed by September 2007. Contract funds will expire at the end of the current fiscal year. This contract was competitively on NAVFAC electronic solicitation website with 13 proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-06-D-7117).

 Global A 1st Flagship Co., Irvine, Calif., is being awarded an $11,019,214 cost-plus-award-fee contract to operate and maintain the Naval Sea Systems Command Inactive Ships On-Site Maintenance Office at Philadelphia, Pa.. These services include the alteration work such as receipt, inspection, survey, maintenance and &amp; disposal of Naval vessels. The contract includes four one-year option periods, which if exercised, would bring the total value of the contract to $ $54,082,054. Work will be performed in Philadelphia, Pa. (85 percent); Norfolk, Va. (7.5 percent); and Newport, R.I. (7.5 percent), and is expected to be completed by September 2007. Contract funds will not expire before the end of the contract ordering period. This contract was competitively procured with eight offers received. The Fleet and Industrial Supply Center Norfolk, Philadelphia Division, is the contracting activity (N00140-07-C-0005).

 Facchina Global Services, LLC*, La Plata, Md., is being awarded a $9,998,682 indefinite-delivery/indefinite-quantity contract for the procurement of secure video teleconferencing systems, components, and software, with associated installation, integration, and training support for various Department of Defense and Federal agencies. Work will be performed in La Plata, Md. (80 percent) and at various locations inside and outside the United States (20 percent), and is expected to be completed in September 2009. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-06-D-0035).

 Douglas E. Barnhart, Inc. San Diego, Calif., is being awarded $8,883,740 for firm-fixed-price Task Order #0006 under previously awarded multiple award construction contract (MACC) (N68711-02-D-8015) for repair of barracks, Building 554, Phase Five, at Marine Corps Recruit Depot, San Diego, Calif. The project also included four options. Option One - all work associated with removing and replacing existing domestic hot water, generators and heating hot water pumps and heat exchangers. Option Two - all work associated with the repair of the drill instructor toilet/shower rooms. Option three - all work associated with the replacement of the Squad Bay electrical panels and related modifications to the panel main feeders within the Squad Bay rooms. Option four- replace all existing smoke detectors, manual pull stations, associated wiring, and fire alarm control panel with a new fully addressable alarm system. Work will be performed in San Diego, Calif., and is expected to be
completed by May 2007. Contract funds will expire at the end of the current fiscal year. The basic contract amount is not to exceed $150,000,000 (base period and four option years). The MACC contractors (4 in number) may compete for task orders under the terms and conditions of the existing contract. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest Division, San Diego, California, is the contracting activity.

 The John C. Grimberg Company, Inc., Rockville, Md., is being awarded $8,495,000 for firm-fixed-price Task Order #0010 for under previously awarded multiple award design/build construction contract (N62477-04-D-0012) for Joint Counter Improvised Explosive Devices Laboratory, Project Number P-187, Stump Neck Annex, Indian Head, Md. This project constructs an addition to and modernizes Building 2015 at the Naval Explosive Ordnance Disposal Technology Division, Stump Neck Annex, Indian Head, Md. The complete facility consists of a high bay area, computing area, office, meeting, and storage spaces. It is designed to handle open storage of classified material and to provide secure connectivity with intelligence agencies and operational elements deployed world-wide. Work will be performed at the Stump Neck Annex, Indian Head, Md. and is expected to be completed by February 2008. Contract funds will expire at the end of the fiscal year. The Naval Facilities Engineering Command
(NAVFAC) Washington multiple award construction contract was competitively procured via the NAVFAC e-solicitation website with award made to six contractors. Two proposals were received for this Task Order. Naval Facilities Engineering Command, Washington, D.C., is the contracting activity.

 BAE Systems Technical Services, Inc., Fort Walton Beach, Fla., is being awarded a $5,831,051 firm-fixed-price requirements contract for ammunition storage handling and management services. The contract contains four one-year option periods, which, if exercised, would bring the total value of the contract to $28,882,684. Work will be performed at Naval Magazine Pearl Harbor, on the island of Oahu, Hawaii, and is expected to be completed by September 2011. Contract funds will expire at the end of the current fiscal year. This contract was awarded competitively through Navy Electronic Commerce Online, with two offers received. The Regional Contracting Department, Fleet and Industrial Supply Center, Pearl Harbor, Hawaii, is the contracting activity (N00604-06-C-0018).

 Goodwill Industries of Southeastern Wisconsin, Milwaukee, Wis., is being awarded a $5,378,827 firm-fixed-price contract for administrative support services for the Training Support Command, Great Lakes, Ill. This contract includes one base year and four one-year options that, if exercised, bring the total estimated value of the contract to $27,326,745. Work will be performed in Great Lakes, Ill., and work is expected to be completed by September 2011. Contract funds will not expire before the end of the current fiscal year. This contract was not awarded competitively. The Fleet and Industrial Supply Center Norfolk Detachment Philadelphia is the contracting activity (N00140-07-C-0004).

 URS Group, Inc., San Diego, Calif., is being awarded a maximum $5,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity architect/engineering contract for architectural and engineering services for the preparation of Navy and Marine Corps planning and environmental documentation and services, with the primary focus on plans, studies, and events such as design charrettes. This contract contains options, which if exercised, will bring the total contact to a not to exceed value of $7,500,000. Work will be performed at various Navy and Marine Corps bases in the western United States including California, Arizona, Nevada, New Mexico, Oregon, Idaho, Alaska, Washington, Montana, and Utah. Work is expected to be completed by September 2011. Contract funds will expire at the end of the fiscal year. The contract was issued as an unrestricted procurement on Naval Facilities Engineering Command's electronic solicitation website with 10 proposals received. The Naval
Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-06-D-1048).

 AIR FORCE

 Computer Sciences Corp., Applied Technologies LLC, Fort Worth, Texas, is being awarded a $61,053,236 cost-plus-incentive fee contract modification to provide for Base Operating Support Services. At this time, $42,727,829 have been obligated. This work will be complete September 2007. 42d Air Base Wing, Maxwell Air Force Base, Ala., is the contracting activity. (F41689-01-C-0006/P00221)

 GKN Aerospace Chem-Tronics Inc., El Cajon, Calif., is being awarded a $23,997,600 firm-fixed-price contract to provide for Chemical Mill Front Fan Duct, 303 each, in support of the F100/200 PW engine. At this time, total funds have been obligated. Solicitations began May 2006 and negotiations were complete September 2006. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. (FA8104-05-C-0248)

 Federal Express, El Segundo, Calif., is being awarded a $17,704,603 fixed-price requirements with economic price adjustment contract to provide for door-to-door services for international cargo movement of perishable items for the Defense Commissary Agency and the Defense Logistics Agency, parent organization of the Defense Supply Center, Philadelphia. An average of 8.5 million pounds of fresh fruits and vegetables for commissaries and restaurants, and frozen foods, milk and dry subsistence for re-stocking Navy ships, which is transported per year from San Francisco to customers in Korea, Japan and Guam plus emergency shipments throughout the Pacific. 80 percent of the shipments are to re-stock the commissaries in the Pacific. At this time, no funds have been obligated. Solicitations began June 2006 and negotiations were complete September 2006. This work will be complete September 2007. Headquarters Air Mobility Command, Scott Air Force Base, Ill., is the contracting
activity (FA4428-06-D-0018).

 Essex Electro Engineers Inc., Schaumburg, Ill., is being awarded a $6,254,480 firm-fixed-price contract. This requirement is to increase and exercise the option quantities for the 72KW diesel generator set. The exercised option requires the delivery of 148 of the diesel generator set. At this time, total funds have been obligated. Solicitations began June 2006 and negotiations were complete August 2006. This work will be complete by September 2008. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8519-04-D-00190004)

 Teradyne Inc., North Reading, Mass., is being awarded a $5,864,198 firm-fixed-price contract to provide for Digital Stimulus/Measurement System and Switching Subsystem components applicable to the Versatile Depot Automatic Test Set. Various quantities of eight various automatic test system components will be ordered. The basic period and three contract options have been established for FY06 through FY09. At this time, total funds have been obligated. Solicitations began August 2006 and negotiations were complete September 2006. This work will be complete September 2010. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (FA8531-06-F-0027)
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 9/15/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 15 Sep 2006 17:04:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 908-05
FOR RELEASE AT
September 15, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

 NAVY

Donley-Kirlin JV*, Rockville, Md.; FEMCO, Inc.*, Washington, D.C.; Grunley/Goel JV*, Landover, Md. and Allen &amp; Shariff/GDI JV*, Bladensburg, Md., will be awarded a firm-fixed price, indefinite-quantity multiple award construction contract for stand alone construction and/or design/build projects at various Navy and federal government installations in the Washington metropolitan area. The total contract amount is not to exceed $250,000,000 (base period and four option years). Work will be performed in Washington D.C. (50 percent); Maryland (25 percent) and Virginia (25 percent), and work is expected to be completed September 2011. The initial task order is awarded to Grunley/Goel JV for window replacement in buildings 2 and 5, Chesapeake Bay Detachment, Naval Research Laboratory. Work will be performed in Chesapeake Beach, Md., and work is expected to be completed by February 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was
competitively procured via the Naval Facilities Engineering Command e-solicitation website with 30 offers received. The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract. The Naval Facilities Engineering Command Washington, Washington, D.C., is the contracting activity (N40080-06-D-0004).

Northrop Grumman Newport News Corp., Newport News, Va., is being awarded a $142,812,292 fixed-price-incentive delivery order modification to previously awarded indefinite-delivery/indefinite-quantity contract (N00024-04-D-4409) for accomplishment of the Depot Modernization Period (DMP) for USS Toledo (SSN 769). The DMP allows necessary maintenance and equipment upgrades to enable SSN 769 to continue to be mission capable. Work will be performed in Newport News, Va., and is expected to be completed by February 2008. Contract funds in the amount of $124,017,029, will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Va., is the contracting activity.

General Dynamics Advanced Information Systems, Suffolk, Va., is being awarded $98,690,289 modification under previously awarded cost plus fixed fee provisions contract (N00140-04-D-0195) to provide services in support of the U.S. Joint Forces Command's Joint Experimentation Program and Joint Futures Lab. Work will be performed in Suffolk, Va., and is expected to be completed July 2008. Contract funds will not expire by the end of the current fiscal year. The contract was competitively procured with an estimated 30 proposals solicited, with one offers received. The Fleet and Industrial Supply Center, Norfolk, Contracting Department, Philadelphia Office is the contracting activity.

Archer Western Contractor, Ltd., Atlanta, Ga., is being awarded a $39,499,000 firm-fixed price, construction contract to design/build market style apartments, Naval Station, Norfolk, Va. The project will provide design and construction for Market Style Apartments that provide the Navy with a safe, energy efficient, durable/low maintenance facility with amenities and features that provides a functional environment for the bachelor enlisted sailors. Related work includes remote parking, site development, landscaping, demolition of existing facilities, on-site and off-site storm drainage and incidental related work. Work will be performed in Norfolk, Va., and is expected to be completed by September 2008. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured with 52 proposals solicited and eight offers received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity
(N40085-06-D-6055).

BAE Systems Land &amp; Armaments, L.P., Armament Systems Division, Minneapolis, Minn., is being awarded a $15,628,033 fixed-price, award-fee modification to previously awarded contract (N00024-04-C-5454) for procurement of FY 06 MK 13 MOD 0 Canisters for FY06 Navy, Foreign Military Sales, and Memorandum of Understanding with Foreign Government requirements, including packaging, handling, storage, and transportation equipment, and FY 06 Reconfigurable Coding Plug Assemblies. MK 13 canisters for the MK 41 Vertical Launching System store, transport in safety, and enable loading of Tomahawk missiles into the MK 41 Vertical Launching Systems aboard DDG-51 Class and CG-47 Class ships. Work will be performed in Aberdeen, S.D., and is expected to be completed by January 2008. Contract funds will not expire at the end of the current fiscal year. This modification supports requirements for the Navy (16 percent) the Governments of Japan (30 percent) and South Korea (25 percent) under
the Foreign Military Sales program and the Governments of Germany (20 percent) and The Netherlands (9 percent) under the Memorandum of Understanding. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $10,590,866 cost-plus-fixed-fee contract for development of multi-mode sensor technology and designs capable of operating on an unmanned air vehicle asset or missile. Work will be performed in Tucson, Ariz., and is expected to be completed in January 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under a Broad Agency Announcement, with one offer received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-06-C-0082).

DTC Engineers and Constructors, LLC*, North Haven, Conn.; R. N. Rouse &amp; Co., Inc., Cary, N.C; Virtexco Corporation, Norfolk, Va.; and Tesoro Corporation, Virginia Beach, Va., are being awarded an indefinite-quantity design build multiple award construction contract (MACC) for new construction, renovation, alteration, and repairs for construction projects in the North Carolina area. DTC Engineers &amp; Construction, LLC* is being awarded the initial firm-fixed-price task order in the amount of $7,190,048 (including the minimum guarantee) for Ammunition Supply Point Upgrade (Ph2) at the Marine Corps Base, Camp Lejeune, N.C. Work will include labor, materials, and equipment necessary to design and construct two reinforced concrete, above ground, small arms magazines and four reinforced concrete earth covered magazines (ECMs) with earthen barricades and pallet and equipment staging areas. Work for this task order is expected to be completed by September 2007 and will be
performed at Camp Lejeune, N.C. The remaining three contractors are being awarded the minimum guarantee of $5,000. The total contract amount, including options, is not to exceed $100,000,000, with a guaranteed minimum of $5,000 per contractor, for the full term of the contract. Work will be performed in the North Carolina area including Marine Corps Base, Camp Lejeune; Marine Corps Air Station, New River; and Marine Corps Air Station, Cherry Point. The base period work is expected to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. The MACC contract was competitively procured with 119 offers solicited, 19 proposals received, and award made to four contractors. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-06-D-4008 through N40085-06-D-4011).

Bell-Boeing Joint Program Office, Amarillo, Texas, is being awarded a $6,782,491 modification to a previously awarded cost-plus-incentive-fee contract (N00019-03-C-0067) to stand up an additional site at Hurlburt Air Force Base for developmental and operational testing of the CV-22 aircraft. In addition, this modification provides for sustainment support for five additional CV-22 aircraft. Work will be performed at Hurlburt Air Force Base, Fort Walton Beach, Fla., and is expected to be completed in December 2006. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 AIR FORCE

Raytheon Co., Tucson, Ariz., is being awarded a $112,878,214 firm-fixed-price contract modification to provide for 12 AIM-120D AMRAAM Air Vehicles Instrumented (AAVIs), 50 AIM-120D Captive Air Training Missile, 104 AIM-120C7 AMRAAM Air Vehicles, 112 Non-Developmental Item, Airborne Instrumentation Units (NDI-AIUs), proposal preparation, L3 Communications Pulse Code Modulation, Encoder Qualification Non-Recurring Expense, NDI-AIU Test Equipment Upgrade and option for AIM-120 D production transition. At this time, total funds have been obligated. Headquarters Medium Range Missile Systems Group, Eglin Air Force Base, Fla., is the contracting activity (FA8675-06-C-0003/P00003).

CSC Applied Technologies, LLC, Fort Worth, Texas, is being awarded a $52,635,579 firm-fixed-price award fee contract modification to provide for operation and maintenance for Vance Air Force Base, Okla., in support of T-37/T-38/T-1A/T-38C/T-6 undergraduate pilot training for the sixth and final option year, 1 Oct., 2006 through 30 Sept., 2007. At this time, $13,158,896 have been obligated. This work will be complete September 2007. Air Education and Training Command, Randolph Air Force Base, Texas, is the contracting activity (F41689-00-C-0503/P00066).

ARTEC Alaska, Elmendorf Air Force Base, Alaska, is being awarded a $33,245,887 firm-fixed-price award fee with cost reimbursement line items contract modification. This action provides for operation and maintenance of the Alaska Radar System consisting of 17 remote radar sites for a 12-month period. At this time, total funds have been obligated. This work will be complete by September 2007. Pacific Air Forces, Elmendorf Air Force Base, Alaska, is the contracting activity (FA5000-04-C-0011).

Lear Siegler Service Inc., Austin, Texas, is being awarded a $29,432,950 fixed-price-incentive firm-target with award fee contract modification to provide for Aircraft maintenance and related services in support of Euro-NATO Joint Jet Pilot Training; maintaining T-37, T-38A, and T-38C aircraft at Sheppard Air Force Base, Wichita Falls, Texas. At this time, total funds have been obligated. This work will be complete September 2007. Air Education and Training Command, Sheppard Air Force Base, Texas, is the contracting activity (F41689-01-C-0029/P00103).

Westest Engineering Corp., Farmington, Utah, is being awarded a $27,000,000 indefinite delivery/indefinite quantity firm-fixed-price contract to provide for the development of a new and re-hosting of existing test program sets and interface test adapters, orientation and material including but not limited to, labor, expertise management, and facilities as required to perform tasks in accordance with specific task orders for the digital automatic test station for several weapon systems test sets. At this time, no funds have been obligated. Solicitations began January 2006 and negotiations were complete September 2006. This work will be complete June 2011. 75th Contracting Squadron, Hill Air Force Base, Utah, is the contracting activity (FA8201-06-D-0009).

Lockheed Martin Integrated Technology, Wakefield, Mass., is being awarded a $12,028,749 firm-fixed price contract to provide for counter terrorism and force protection. At this time, total funds have been obligated. This work will be complete September 2007. 6th Air Mobility Wing, Macdill Air Force Base, Fla., is the contracting activity [(F08602-02-A-0023 (BPA)/FA4814-06-F-A379 (DO)].

General Dynamics Ordnance and Tactics Systems, Marion, Ill., is being awarded a $9,274,144 firm-fixed-price contract. This is a performance based hybrid services contract which requires the contractor to provide assembling services and procure ammunition links, clips and the necessary packaging material to re-package 30mm high explosive incendiary ammunition, from the current A-10 packaging configuration into linked and clipped configurations in support of the Air Force Special Operations Command, AC-130/U Gun Ship 30mm modification. At this time, total funds have been obligated. Solicitations began July 2006 and negotiations were complete August 2006. This work will be complete August 2007. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. (FA8213-06-C-0105)

The NORDAM Group, Tulsa, Okla., is being awarded a $10,253,236 firm-fixed-price, indefinite delivery/indefinite quantity contract to provide for canted frame assembly in support of the B52H aircraft. At this time, $2,181,255 have been obligated. Solicitations began April 2006 and negotiations were complete August 2006. This work will be complete July 2010. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (F34601-06-D-0032).

AA Food Services Inc., Corinth, Miss., is being awarded a $7,940,298 firm-fixed-price contract modification to provide for full food service at Keesler Air Force Base, Miss. At this time, total funds have been obligated. Solicitations began January 2006 and negotiations were complete September 2006. This work will be complete September 2007. Air Education and Training Command, Keesler Air Force Base, Miss., is the contracting activity (F22600-03-D-0003/P00064).

GKN Aerospace Chem-Tronics Inc., El Cajon, Calif., is being awarded a $6,007,500 firm-fixed-price contract to provide for chem. Mill front fan duct, 135 each in support of the F100/200/220E PW engine. At this time, total funds have been obligated. Solicitations began April 2006 and negotiations were complete June 2006. This work will be complete 15 month, 12 months after receipt of contract. Delivery will continue ata rate of 15 ea per month until completion. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8103-06-C-0240).

 DEFENSE LOGISTICS AGENCY

Georgia Power Co., Atlanta, Ga., is being awarded a maximum $70,843,235 firm fixed price contract for ownership, operation, and maintenance of the electrical distribution system at Fort Gordon for Army. This contract has a 50-year contract period. There were 70 proposals solicited and 2 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is 2057. Contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-C-8250).

 ARMY

Hensel Phelps Construction, Greeley, Colo., was awarded on Sept. 13, 2006, a $31,200,000 firm-fixed-price contract for design and construction of brigade and battalion headquarters buildings. Work will be performed at Fort Carson, Colo., and is expected to be completed by Jan. 8, 2007. Contract funds will not expire at the end of the current fiscal year. There were 60 bids solicited on May 12, 2006, and nine bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0042).

O'Gara-Hess &amp; Eisenhardt Armoring Co., Fairfield, Ohio, was awarded on Sept. 13, 2006, a $19,961,274 modification to an undefinitized contract action for up-armored high mobility multi-purpose wheeled vehicles. Work will be performed in Fairfield, Ohio, and is expected to be completed by Feb. 28, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 10, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-C-S019).

Structural Associates Inc.*, Watertown, N.Y., was awarded on Sept. 13, 2006, a $19,488,800 firm-fixed-price contract for the jet fuel storage, hydrant system, and parking apron. Work will be performed in Martinsburg, W.V., and is expected to be completed by Dec. 16, 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 March 17, 2006, and three bids were received. The U.S. Property and Fiscal Office, Buckhannon, W.V., is the contracting activity (W912L8-06-C-0003).

Barnard and Sons*, Mendenhall, Miss., was awarded on Sept. 13, 2006, a $6,464,091 firm-fixed-price contract for replacement of airfield damage and repair of training site. Work will be performed in Gulfport, Miss., and is expected to be completed by Dec. 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 Dec. 5, 2006, and two bids were received. The U.S. Property and Fiscal Office, Jackson, Miss., is the contracting activity (W9127Q-06-C-0002).

DEFENSE INFORMATION SYSTEMS AGENCY

MCI Telecommunications Corp, Vienna, VA, a large business, was awarded a contract modification for $5.7 million on 14 Sept., 2006. The modification incorporates a settlement agreement for the delay and disruption claim submitted under the Defense Switched Bandwidth Manager - CONUS contract (DCA200-96-D-0096). Funds used for this settlement will be used for Defense Working Capital Funds. The contracting activity is The Defense Information Technology Contracting Organization, Contracting Division, Transport and Satellite Branch, Procurement Section, Scott Air Force Base, Ill. Point of contact is June P. Tharp, Contracting Officer, (618) 229-9723.
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 9/18/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 18 Sep 2006 17:04:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 914-06
FOR RELEASE AT
September 18, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711


 CONTRACTS

AIR FORCE

Alliance Contractor Team (ACT), Sterling, Va., is being awarded a $1,080,690,079 indefinite delivery/indefinite quantity, firm-fixed-price contract. This action provides for International Airlift Services. The Air Force can issue delivery orders totaling up to maximum amount indicated above, though actual requirements may necessitate less than the amount above. At this time, $142,912,451 have been obligated. Negotiations began in March 2006 and negotiations were complete September 2006. This work will be complete September 2007. Headquarters Air Mobility Command, Scott Air Force Base, Ill., is the contracting activity (FA4428-06-D-0005).

Federal Express Charter Programs Teaming Arrangement, Memphis, Tenn., is being awarded a $1,020,170,748 indefinite delivery/indefinite quantity, firm-fixed-price contract. This action provides for International Airlift Services. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than the amount above. At this time, $185,862,128 have been obligated. Negotiations began in March 2006 and negotiations were complete September 2006. This work will be complete September 2007. Headquarters Air Mobility Command, Scott Air Force Base, Ill., is the contracting activity (FA4428-06-D-0006).

United Parcel Service Contractor Team, Louisville, Ky., is being awarded a $119,101,003 indefinite delivery/indefinite quantity, firm-fixed-price contract. This action provides for International Airlift Services. The Air Force can issue delivery orders totaling up to maximum amount indicated above, though actual requirements may necessitate less than the amount above. At this time, $13,038,595 have been obligated. Negotiations began in March 2006 and negotiations were complete September 2006. This work will be complete September 2007. Headquarters Air Mobility Command, Scott Air Force Base, Ill., is the contracting activity (FA4428-06-D-0007).

AAR Mobility Systems, Cadillac, Mich., is being awarded a $68,443,300 firm-fixed-price contract. This action is an order against a requirements contract for a quantity of 53,231 new 463L Pallets the Air Force acquired by the Support Equipment and Vehicle Management Directorate at Robins Air Fore Base, Ga. At this time, total funds have been obligated. This work will be complete February 2008. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8519-05-D-0007-0014).

Lynden Air Cargo, LLC., Anchorage, Alaska, is being awarded a $45,781,345 indefinite delivery/indefinite quantity, firm-fixed-price contract. This action provides for International Airlift Services. At this time, $42,778,485 have been obligated. Negotiations began in March 2006 and negotiations were complete September 2006. This work will be complete September 2007. Headquarters Air Mobility Command, Scott Air Force Base, Ill., is the contracting activity (FA4428-06-D-0013).

Miami Air Team, Miami, Fla., is being awarded a $43,182,736 indefinite delivery/indefinite quantity, firm-fixed-price contract. This action provides for International Airlift Services. The Air Force can issue delivery orders totaling up to maximum amount indicated above, though actual requirements may necessitate less than the amount above. At this time, $142,912,451 have been obligated. Negotiations began in March 2006 and negotiations were complete September 2006. This work will be complete September 2007. Headquarters Air Mobility Command, Scott Air Force Base, Ill., is the contracting activity (FA4428-06-D-0008).

Boeing Co., Anaheim, Calif., is being awarded a $13,986,045 firm-fixed-price contract modification. The combat survivor evader locator full rate production FY06 effort includes procurement of the following: radio sets, 1,666; radio set spares, 167; radio set adapters, 240; radio set adapter spares 17; prime radio set batteries, 3,357 rechargeable radio set batteries, 418; rechargeable radio set battery adapters, 1,667. At this time, total funds have been obligated. This work will be complete March 2007. Headquarters 653d Electronic Systems Wing, Hanscom Air Force Base, Mass., is the contracting activity (FA8807-05-C-0004/P00009).

Continental Airlines, Houston, Texas, is being awarded a $10,101,700 indefinite delivery/indefinite quantity, firm-fixed-price contract. This action provides for International Airlift Services. The Air Force can issue delivery orders totaling up to maximum amount indicated above, though actual requirements may necessitate less than the amount above. At this time, $1,700 have been obligated. Negotiations began in March 2006 and negotiations were complete September 2006. This work will be complete September 2007. Headquarters Air Mobility Command, Scott Air Force Base, Ill., is the contracting activity (FA4428-06-D-0009).

 NAVY

L-3 Communications Cincinnati Electronics, Mason, Ohio, is being awarded a $35,647,000 firm-fixed price contract for the testing, evaluation, integration and production of an Upgraded M36E3 Thermal Sight System and option Contract Line Items Numbers for associated technical and engineering support. This contract is awarded as a result of a full and open competitive solicitation. Work will be performed in Mason, Ohio, and is expected to be completed September 2008. $34,904,572 of the contract funds will expire by the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-C-6022).

Ultra Electronics Ocean Systems, Braintree, Mass., is being awarded a $19,138,073 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to fabricate 50 TR-317 first article transducers, drawings, repair manuals, a Vulcanized Head Mass Assembly, and production units. Work will be performed in Braintree, Mass., and is expected to be completed by September 2011. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured and advertised on the Internet, with three offers received. The Naval Undersea Warfare Center, Newport Division, Newport, R.I., is the contracting activity (N66604-06-D-0867).

Lockheed Martin Corp., Naval Electronics &amp; Surveillance Division, Eagan, Minn., is being awarded $6,194,996 for firm fixed price delivery order #1333 under previously awarded contract (N00024-98-D-5202) for logistics support of the AN/UYQ-70 advance display system. Work will be performed in Eagan, Minn., is work is expected to be completed by March 2007. Contract funds will not expire before the end of the contract ordering period. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity.

DEFENSE LOGISTICS AGENCY

NSTAR Electric &amp; Gas Corp., Westwood, Mass., is being awarded a maximum $8,226,499 regulated tariff rate contract to rebuild the electrical distribution system at the Soldier System Center, Natick, Mass., for Army. This is a sole source contract. Contract funds will expire at the end of the current fiscal year. Date of performance completion is 2016. Contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-F-8267).


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 ... 16 17 19 20 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 07. Sep 2025, 21:19:53
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: 0.107 sec za 13 q. Powered by: SMF. © 2005, Simple Machines LLC.