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

ConQUIZtador
Trenutno vreme je: 18. Avg 2025, 07:04:21
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 ... 17 18 20 21 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71038 puta)
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
Subject:
Contracts for 9/19/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 19 Sep 2006 17:02:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 922-06
FOR RELEASE AT
September 19, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 DEFENSE LOGISTICS AGENCY

Science Applications International Corp., Fairfield, N.J., is being awarded a maximum of $1,050,000,000 fixed price with economic price adjustment contract for maintenance, repair, and operations (MRO) supplies for Southeast Region, zone 1. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. This is an indefinite delivery/quantity type contract exercising 2nd option. Proposals were Web-solicited and 11 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Sept. 17, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM500-02-D-0121).

SupplyCore, Inc., Rockford, Ill., is being awarded a maximum 525,000,000 fixed price with economic price adjustment contract for maintenance, repair, and operations supplies for Southeast Region, zone 2. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. This is an indefinite delivery/quantity type contract exercising 2nd option. Proposals were Web-solicited and 11 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Sept. 17, 2007. Contracting activity is DSCP, Philadelphia, Pa. (SPM500-02-D-0122).

Graybar Electric Company, St. Louis, Mo., is being awarded a maximum 175,000,000 fixed price with economic price adjustment contract for maintenance, repair, and operations (MRO) supplies for Southeast Region, Zone 3. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. This is an indefinite delivery/quantity type contract exercising 2nd option. Proposals were Web-solicited and 11 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 17, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM500-02-D-0123).

BP West Coast Products LLC, La Palma, Calif., is being awarded a maximum of $573,304.743 fixed price with economic price adjustment contract for JP-8 turbine fuel and F-76 naval distillate fuel for Defense Energy Support Center (DESC). This is a 12 month, indefinite delivery/ 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-0502).

Shell Oil Products U.S., Houston, Texas, is being awarded a maximum of $254,184,476 fixed price with economic price adjustment contract for JP8 turbine fuel for DESC. This is a 12 - month, indefinite delivery/ 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 October 30, 2007. Contracting activity is DESC, Fort Belvoir, Va. (SP0600-06-D-0518).

US Foods International, Gardens, Calif.,* is being awarded a maximum $62,000,000 firm fixed price contract for indefinite quantity for prime vendor full line food distribution for the Republic of Korea. Using services are Army, Navy, Air Force, Marine Corps, and Child Development Center. There were 15 proposals and 2 responses. Date of performance completion is Sept. 22, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa (SPM300-06-D-3084).

Marathon Alaska Natural Gas Co., Anchorage, Alaska, is being awarded a $51,197,278 fixed price with economic price adjustment contract for natural gas. Using services are Army, Air Force, and federal civilian agencies. There were 4 proposals and 1 response. Date of performance completion is Sept. 30, 2010. Contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SPo600-06-D-7505).

 AIR FORCE

Lockheed Martin Corp., Orlando, Fla., is being awarded a $25,949,120 cost-plus-fixed fee contract modification. This modification is awarded to add three award term years to the basic contract. This action provides for operation and maintenance and development efforts for currency upgrades and integration for the Distributed Mission Operations Center. The Distributed Mission Operations Center is the Air Force's warfighter-in-the-loop simulation facility operated at Kirtland Air Force Base, N.M. The contract supports Distributed Mission Operations Center mission which is to provide advanced distributed simulation to the warfighter for improving established theater air and space warfare systems and concepts of operation, training, and development of new systems and CONOPS. At this time, $721,500 have been obligated. This work will be complete August 2009. Air Force Research Laboratory, Kirtland Air Force Base, N.M., is the contracting activity. (F29601-01-C-0242/P00069)

GKN Aerospace Chem-Tronics Inc., El Cajon, Calif., is being awarded a $18,553,600 firm-fixed-price contract. This action provides for 223 chemical mill front fan ducts, in support of the F100/200/220E PW engine. At this time, total funds have been obligated. Negotiations began in July 2006 and negotiations were complete August 2006. This work will be complete August 2007. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. (FA8104-06-C-0240)

HNC Software LLC, Advanced Technologies Group, San Diego, Calif., is being awarded a $6,462,270 cost-plus-fixed fee contract. This effort will develop, test, demonstrate and deliver key software components of a vision for machine cognition technology capable of autonomously organization and reasoning about data of any modality, including text, images and video. This technology is to be integrated into the Collaboration and Analyst/System Effectiveness system to thoroughly capture tacit knowledge in an usable form for data integration, collaboration support, and geospatial reasoning, and to provide dramatically improved capabilities for hypothesis generation and tracking. Deliverable include software, hardware, installation and demonstration. At this time, $471,148 have been obligated. Solicitations began October 2005 and negotiations were complete August 2006. This work will be complete by December 2010. Air Force Research Laboratory, Rome, N.Y., is the contracting
activity. (FA8750-06-C-0200)

  NAVY

Harper Construction Company, Inc., San Diego, Calif.; Stronghold Engineering, Inc., Riverside, Calif.; Solpac, Inc. dba Soltek Pacific, San Diego, Calif.; Douglas E. Barnhart, Inc., San Diego, Calif.; RQ Construction, Inc., Bonsall, Calif., are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation/revitalization/alteration, and repair by design-build or design-bid-build of various bachelor enlisted quarters, bachelor officer quarters (BEQ), and lodges of various roofing systems at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The total amount per contract is not to exceed $100,000,000 (base period and four option years) with a guaranteed minimum of $25,000, bringing the cumulative total for all five contracts to $500,000,000. Harper Construction Company, Inc. is being awarded the $19,897,265 initial task order
for the design and construction of a BEQ at Horno 53 Area at the Marine Corps Base, Camp Pendleton, Oceanside, Calif. Work for this task order is expected to be completed by July 2008. The remaining four contractors are being awarded the minimum guarantee of $25,000. Work will be performed at various federal sites within the NAVFAC Southwest AOR including, but not limited to, California (87 percent), Arizona (5 percent), Nevada (1 percent), New Mexico (1 percent), Oregon (1 percent), Idaho (1 percent), Montana (1 percent), Utah (1 percent), Washington (1 percent), and Alaska (1 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2007 (September 2011 with options). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website with 10 offers received. These five contractors may compete for task orders under the terms and conditions of
the awarded contract. The Naval Facilities Engineering Command
Southwest, San Diego, Calif., is the contracting activity (contract numbers
N62473-06-D-1056/1057/1058/1059/1060).
Anteon Corp., Fairfax, Va., is being awarded a $12,142,481 modification to a previously awarded cost-plus-award-fee indefinite-delivery/indefinite-quantity contract (N00421-00-D-0328) to exercise an option for maintenance planning and design interface technical/management support services for the Naval Air Depot, Jacksonville, Fla. These services include evaluating initial designs, evaluating proposed design changes, maintenance planning and sustaining maintenance plans. Work will be performed in Jacksonville, Fla. (90 percent), and Oklahoma City, Okla. (10 percent), and is expected to be completed in September 2007. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $10,008,000 modification to a previously awarded firm-fixed-price contract (N00019-05-C-0045) to provide persistent intelligence, surveillance, reconnaissance unmanned aerial vehicle services in support of Operation Iraqi Freedom and the Global War on Terror. Work will be performed in St. Louis, Mo., and is expected to be completed in September 2007. Contract funds will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Harris Corp., RF Communications Division, Rochester, N.Y.; is being awarded a $9,879,676 General Services Administration Delivery Order under previously awarded contract (M67854-06-A-7033) for spares specific to the Multi-Band Multi-Mission Radio (MBMMR), part number 10513-0010-01 (also known as the AN/PRC-117F) and the MBMMR vehicular adaptor/power amplifier, part number AN/VRC-103(V)1. Work will be performed in Rochester, N.Y., and is expected to be completed September 2007. Contract funds will expire during the current fiscal year. This contract is a sole source and was synopsized on Navy Electronic Commerce On-line. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Harris Corp., RF Communications Division, Rochester, N.Y.; is being awarded an $8,207,563 General Services Administration Delivery Order under previously awarded contract (M67854-06-A-7034) for spares specific to the High Frequency Manpack Radio (HFMR), part number 10540-0100-01 (also known as the AN/PRC-150C), the HFMR 150W vehicular adaptor/power amplifier, part number (10540-7010-01) also known as the AN/VRC-104(V)3 and the HFMR Transit Case System part number (10540-0810-01) also known as the AN/TRC-209. Work will be performed in Rochester, N.Y., and is expected to be completed September 2007. Contract funds will expire at the end of the current fiscal year. This contract is a sole source and was synopsized on Navy Electronic Commerce On-line. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

BAE Systems Technical Services, Inc., Fort Walton Beach, Fla., is being awarded a firm fixed price with cost reimbursable line items contract in the amount of $7,391,630 for operation and maintenance support for facilities operating under Naval computer and telecommunications area Master Station Pacific, Hawaii. This contract includes one 11-month base period and four option periods, which if exercised, bring the total estimated value of the contract to $37,979,285.
Work will be performed in Oahu, Hawaii, and is expected to be completed by September 2011. Contract funds will not expire by the end of the current fiscal year. This contract was awarded competitively through Navy Commerce Online and the Federal Business Opportunity Web sites, with three offers received. The Fleet and Industrial Supply Center Pearl Harbor, Hawaii, is the contracting activity (N00604-06-C-0014).

Lockheed Martin Missiles and Space Co., Sunnyvale, Calif., is being awarded a $7,075,600 cost-plus-fixed-fee contract to provide program management, administration, engineering, contracting, configuration and process control to the subcontractor (Honeywell) for the production of a small re-entry inertia measurement unit (SRIMU) which meets all system performance objectives, including cost, electrical and mechanical interface control documents intended for high accuracy instrumentation applications as called out in the SRIMU specification document. Work will be performed in Sunnyvale, Calif., and is expected to be completed by April 2008. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Navy's Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-06-C-0009).

EDO Reconnaissance and Surveillance Systems (RSS), Morgan Hill, Calif., is being awarded a $6,159,638 firm-fixed-priced delivery order against a previously issued basic ordering agreement (N68335-06-G-0016) for the manufacture and delivery of the 31 R-4100 chassis radio frequency (RF) tuners (with internal TN-500 digital RF tuner and automatic identification system capability) for the domestic P-3 aircraft. Work will be performed in Morgan Hills, Calif., and is expected to be completed in February 2008. Contract funds in the amount of $4,984,000 will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

MagCanica, Inc.*, San Diego, Calif., is being awarded a not-to-exceed $5,000,000 Phase III Small Business Innovative Research (SBIR) Program contract for Topic N01-024 entitled "Innovative Gas Turbine Engine Propulsion." The contractor will provide services and materials for engineering tasks, including research and development, prototype development and fabrication, demonstration/validation, product development services, product application studies and modeling, fabrication/production of hardware, software design, software development and fabrication, retrofitting developed products into existing air and sea-based platforms and in-service engineering pertaining to non-contacting torque sensing technology. Work will be performed in San Diego, Calif., and is expected to be completed in September 2011. Contract funds will not expire at the end of the current fiscal year. The Phase I effort was competitively procured using SBIR Program Solicitation under Topic N01-024; 30
offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-06-D-0016).

 MISSILE DEFENSE AGENCY

General Dynamics C4 Systems, Inc. of Gilbert, Ariz., 85233-1000, is being awarded a Cost-Plus-Award/Fixed Fee contract modification to equitably adjust the contract for the Government caused delay to the near field infrared experiment launch delay effort. The total estimated value of the contract modification is $11,121,161. The work will be performed in Gilbert, Ariz., and is expected to be complete by August 2008. $3,500,000 of the funds will expire at the end of the fiscal year. The Missile Defense Agency, Washington, D.C. is the contracting activity (HQ0006-02-C-0050).
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 9/20/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 20 Sep 2006 17:10:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 927-06
FOR RELEASE AT
September 20, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 DEFENSE LOGISTICS AGENCY

Tesoro Refining and Marketing Co., San Antonio, Texas, is being awarded a maximum of $253,455,069 fixed price with economic price adjustment contract for JP-8 jet fuel for Defense Energy Support Center (DESC). Other location of performance is Kapolei, Hawaii. This is a 12 month, indefinite delivery/ quantity type contract. Proposals were Web-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-0511).

Petro Star, Inc., Anchorage, Alaska,* is being awarded a maximum of $152,321,965 fixed price with economic price adjustment contract for JP-8 and JP-5 turbine fuel. Using services are Army and Air Force. This is a 12 month, indefinite delivery/ quantity type contract. Other locations of performance are Valdez and North Pole, Alaska. 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-0516).

U.S. Oil and Refining, Tacoma, Wash., is being awarded a maximum of $99,860,388 fixed price with economic price adjustment contract for JP-8 turbine fuel for DESC. This is a 12 month, indefinite delivery/ quantity type contract. There 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-0517).

Navajo Refining Co., Dallas, Texas,* is being awarded a maximum of $96,934,913.59 fixed price with economic price adjustment contract for JP-8 jet fuel for DESC. This is a 12 month, indefinite delivery/quantity type contract. Other locations of performance are: El Paso, Texas; and Roswell and Moriarty, New Mexico. 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-0519).

Paramount Petroleum Corp., Paramount, Calif., is being awarded a maximum of $84,920,265 fixed price with economic price adjustment contract for JP-8 jet fuel for DESC. This is a 12 month, indefinite delivery/quantity type contract. The other location of performance is Long Beach, Calif. Proposals were Web-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-0510).

Western Refining Co., L.P., El Paso, Texas,* is being awarded a maximum of $84,613,184 fixed price with economic price adjustment contract for JP-8 turbine fuel for DESC. This is a 12 month, indefinite delivery/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-0505).

 ARMY

Pease Construction Inc.*, Lakewood, Wash., was awarded on Sept. 14, 2006, a $26,544,602 firm-fixed-price contract for construction of a special operation forces aviation battalion complex. Work will be performed at Fort Lewis, Wash., and is expected to be completed by March 18, 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 11, 2006, and three bids were received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0022).

Raytheon Missile Systems, Tucson, Ariz., was awarded on Sept. 15, 2006, an $18,653,000 firm-fixed-price contract for TOW 2B Aero and TOW 2B Aero Gen 2 Missiles. Work will be performed in Tucson, Ariz., and is expected to be completed by June 30, 2012. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Oct. 11, 2005. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0466).

Mike Hooks Inc.*, Westlake, La., was awarded on Sept. 14, 2006, a $14,162,500 firm-fixed-price contract for maintenance dredging. Work will be performed in Calcasieu, and Cameron Parishes, La., and is expected to be completed by July 10, 2007. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited on Aug. 4, 2006, and three bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0192).

The Purdy Corp.*, Manchester, Conn., was awarded on Sept. 15, 2006, a delivery order amount of $14,130,670 as part of a $37,761,639 firm-fixed-price contract for Mechan Transmissions. Work will be performed in Manchester, Conn., and is expected to be completed by Sept. 30, 2009. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Feb. 9, 2006, and two bids were received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-D-0368).

Lord Corp., Erie, Pa., was awarded on Sept. 15, 2006, a delivery order amount of $11,389,500 as part of an $11,389,500 firm-fixed-price contract for rod end bearing for the UH-60 Black Hawk. Work will be performed in Dayton, Ohio, and is expected to be completed by Sept. 30, 2011. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Feb. 27, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-D-0268).

Hensel Phelps Construction, Austin, Texas, was awarded on Sept. 15, 2006, a delivery order amount of $10,000,000 as part of a $58,707,000 firm-fixed-price contract for Design and Construction of a Company Operations Facilities. Work will be performed at 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 12 bids solicited on March 2, 2006, and 12 bids were received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-06-D-0020).

Norfolk Dredging Co., Chesapeake, Va., was awarded on Sept. 18, 2006, an $8,205,724 firm-fixed-price contract for beach renourishment. Work will be performed in Carolina, N.C. (37 percent), Kure Beach, N.C. (36 percent), and Ocean Isle Beach, N.C. (27 percent), and is expected to be completed by March 1, 2007. Contract funds will not expire at the end of the current fiscal year. There were nine bids solicited on July 27, 2006, and three bids were received. The U.S. Army Corps of Engineers, Wilmington, N.C., is the contracting activity (W912HN-06-C-0069).

SGS L.L.C.*, Oklahoma City, Okla., was awarded on Sept. 15, 2006, a delivery order amount of $6,853,903 as part of a $51,190,000 firm-fixed-price contract for design and construction of a Brigade combat team complex and enlisted personnel dining facility. Work will be performed at Fort Bliss, Texas, and is expected to be completed by Aug. 1, 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 Feb. 17, 2006, and eight bids were received. The U.S. Army Engineer District, Little Rock, Ariz., is the contracting activity (W9127S-06-D-6000).

GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Sept. 15, 2006, a delivery order amount of $6,778,033 as part of a $4,870,851,071 cost-plus-fixed-fee contract for stryker reactive armor tile surrogate kits. Work will be performed in Santa Clara, Calif., and is expected to be completed by May 31, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Nov. 15, 2005. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-D-M051).

OCCI Inc., Fulton, Mo., was awarded on Sept. 18, 2006, a $5,309,510 firm-fixed-price contract for replacement of the existing hydraulic system with a modern high pressure system. Work will be performed in Keokuk, Iowa, and is expected to be completed by May 11, 2008. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on June 29, 2006, and two bids were received. The U.S. Army Corps of Engineers, Rock Island, Ill., is the contracting activity (W912EK-06-C-0064).

 AIR FORCE

Science Applications International Corp., (SAIC), San Diego, Calif., was awarded on 18 Sept. 2006, a $23,158,046 cost-plus-award fee contract The overall objective of the work effort under this contract as defined in SAIC's statement of work dated 13 Sept. 2006 is to investigate and demonstrate, via hardware test and evaluation, the viability of a full-earth sharing sensor assembly to meet threshold missile warning, missile defense objective of the Defense Satellite Program/Space Based Infrared Surveillance (DSP/SBIRS) High Systems and to provide performance data that can be used by the government to assess the risk of this approach for future alternative infrared satellite system engineering and manufacturing design program. SAIC shall build, integrate, and test enough of the hardware and software elements of the functional/signal path to demonstrate basic integrated sensor assembly capability against requirements goals derived from the Defense Satellite program/Space
Based Infrared Surveillance High Missile Warning/Missile Defense requirements. At this time, $342,562 has been obligated. Solicitations began May 2006 and negotiations were complete September 2006. This work will be complete 28 months for technical completion plus three months for receipt of final report (contract completion). Air Force Research Laboratory, Kirtland Air Force Base, N.M., is the contracting activity (FA9453-06-C-0378).

Northrop Grumman Corp., Electronics Sensors Systems Section, Linthicum Heights, Md., is being awarded a $11,299,011 firm-fixed-price contract to provide for eighty-one (81) receiver subassemblies, in support of B-1B aircraft. At this time, no funds have been obligated. Solicitations began January 2006 and negotiations were complete September 2006. This work will be complete April 2009. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. (FA8103-06-C-0240)

NAVY

Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., is being awarded $11,715,601 for firm-fixed-price Task Order KB01 under a previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract (N62467-03-D-0090) for Hurricane Wilma repairs at Naval Research Laboratory, Key West. This task order contains two additional options at $653,800 for the installation of additional sheet piling that may be exercised by written notice no later than 30 Sept. 2006, bringing the total amount of the task order to $12,369,401. Work will be performed in Key West, Fla., and is expected to be completed by April 2008. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 28 offers solicited, seven proposals received and award made on Sept. 22, 2003. The total contract amount is not to exceed $200,000,000, which includes the base period and four option years. The multiple contractors (four
 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, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

R. A. Burch Construction Co., Inc.*, Ramona, Calif., is being awarded $9,490,928 for firm-fixed price Task Order 0004 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract for construction of an Aerospace Ground Equipment Facility at Travis Air Force Base. Work will be performed in Fairfield, Calif., 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 via the Naval Facilities Engineering Command e-solicitation website with 20 proposals received and award made on July 12, 2002. The total contract amount is not to exceed $150,000,000 (base period and four option years). The multiple contractors (six in number) may compete for task orders under the terms and conditions of the existing contract. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is
the contracting activity (N68711-02-D-8065).

Accuracy International of North America, Oak Ridge Tenn., is being awarded a potential $8,505,280 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum 8,000 (ea) MK 13 Sniper Rifle Stock Systems (SRSS) and 64,000 (ea) 300 WinMag Magazines. The Mk13 Sniper Rifle is a 7.62mm weapon system used in support of the United States Special Operations Command. The SRSS and 300 WinMag Magazines will be utilized with the family of Mk13 Sniper Rifles. Work will be performed in Oak Ridge, Tenn. (70 percent) and Portsmouth, Great Britain (30 percent), 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 one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-06-D-4892).

T N &amp; Associates, Inc.*, Milwaukee, Wis., is being awarded $7,715,121 for firm-fixed-price Task Order 0017 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract for design and construction of shoreline repair improvements at Naval Air Station, Key West. Work will be performed in Key West, Fla., and is expected to be completed by October 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured and award made on Sept. 18, 2002. The total contract amount is not to exceed $20,000,000, which includes the base period and four option years. The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N62467-02-D-0483).

Jacobs Sverdrup, Fort Walton Beach, Fla., is being awarded a $7,713,710 task order #0010 under previously awarded contract (M67854-02-A-9017) for engineering and scientific support for product group information systems and infrastructure for Marine Corps network and infrastructure services. The contractor will be required to coordinate schedules, assist with data collection for assets not currently being refreshed, user requirements management; application inventory; and related actions necessary to effect transition activities after decision meeting 3 build out submissions and seat cutover, technical refresh schedules and activities and life-cycle sustainment in the Navy Marine Corps Internet environment (e. g. SRM data collection, asset reconciliation and tracking). The scope of this task shall be structured to reflect support for Headquarters Marine Corps and Major Commands across the Marine Corps sites. Work will be performed in Dumfries, Va., and is expected to be
completed in September 2007. Contract funds will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., 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 9/21/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 21 Sep 2006 17:02:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 932-06
FOR RELEASE AT
September 21, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711


 CONTRACTS

 AIR FORCE

United Technologies Corp., Hartford, Conn., is being awarded a $455,103,253 firm-fixed-price &amp; cost-plus-fixed fee contract modification. This action provides for F-22/F119 engine (48) Lot 6 production and CY06 field support and training. At this time, $53,610,547 have been obligated. Solicitations began July 2005 and negotiations were complete September 2006. This work will be complete December 2006. PA POC is Capt. Everdeen, (937) 255-1256. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-05-C-2851/P00010).

Northrop Grumman Information Technology Inc., Azusa, Calif is being awarded a $39,192,043 cost-plus-award fee contract modification to provide for a one-year extension (1 Oct. 2006 to 30 Sept. 2007) to the defense support program (DSP), sensor post production support contract. The requirement consists of the following: storage and storage support of the DSP satellites in accordance with satellite environmental requirements, annual testing of stored satellites, trend analysis, integration returns (repair and return failed/obsolete components), perform safety analysis, load analysis, maintain all launch site safety requirements, perform multiple readiness reviews and rehearsals, test and prepare satellites for launch site, perform launch vehicle integration, perform multiple integrated systems test, sustaining engineering of the on-orbit satellites (multiple block build), early on orbit testing support for newly launched satellites, anomaly resolution and flight operations
support for DSP constellation, operational performance analysis for performance assessment, mission performance improvement, including recommendation for retrofitting satellites in storage. 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 (F04701-96-C-0031/P00180).

NAVY

Phoenix International, Inc., Landover, Md., is being awarded a potential $125,000,000 indefinite-delivery/indefinite-quantity, cost-plus-award fee contract, for engineering and technical services, equipment, material, ships/vessels and/or systems to assist the director of Ocean Engineering, supervisor of Salvage and Diving, in the conduct of worldwide rapid response undersea search, salvage, recovery and rescue operations. The primary purpose of this contract is to provide for the operation and maintenance of Navy-owned undersea search and recovery equipment. Work will be performed in Landover, Md., and is expected to be completed by September 2011. Contract funds in the amount of $50,000, will expire at the end of the current fiscal year. The contract was competitively procured and advertised on the Internet, with one proposal received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-D-4104).

McDonnell Douglas, St. Louis, Mo., is being awarded $76,014,153 for three firm-fixed-price, indefinite-delivery/indefinite-quantity orders (#7001, #7002, #7003) under a basic ordering agreement contract (N00383-06-D-004H-7000) for procurement of newly manufactured spares in support of the F/A-18 C/D flight surfaces system. Work will be performed in St. Louis, Mo., and is expected to be completed by July 2011. Contract funds will not expire by the end of the current fiscal year. The Naval Inventory Control Point is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $49,303,908 modification to a previously awarded indefinite-delivery requirements contract (N00019-04-D-0131) to exercise an option for contractor logistics support services for T-2, T-39, and H-3 aircraft. Work will be performed in Pensacola, Fla. (99 percent) and Corpus Christi, Texas (1 percent), and is expected to be completed in September 2007. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Roy Anderson Corp., Gulfport, Miss., is being awarded a $42,540,000 firm-fixed price two-phased design-build construction contract for the design and construction of the Ocean Science Laboratory Complex at Stennis Space Center. Work will be performed in Bay St. Louis, Miss., and is expected to be completed by September 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a two-phase design build via the Naval Facilities Engineering Command e-solicitation website with six offers received in Phase I, five selected to proceed to Phase II, and three offerors submitted Phase II proposals. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N62467-06-C-0092).

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $37,704,693 modification to a previously awarded indefinite-delivery requirements contract (N00019-05-D-0023) to exercise an option for logistics support for TH-57B/TH-57C aircraft. Work will be performed in Whiting Field, Fla. (99 percent) and Patuxent River, Md. (1 percent), and is expected to be completed in September 2007. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Watts Constructors, LLC, Honolulu, Hawaii, , is being awarded a $35,900,000 firm-fixed-price contract to replace typhoon damaged homes at North Tipalao, Phases I and II, Commander, Naval Marianas, Marianas Islands, Guam. The contract contains one option, which if exercised, would bring the total cumulative value to $78,580,000. Work will be performed in Guam and is expected to be completed by September 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 12 proposals solicited and two offers received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-06-C-1308).

Trandes Corp.,* Lanham, Md., is being awarded a $29,435,757 indefinite-delivery/ indefinite-quantity, cost-plus-fixed-fee contract for technical and engineering services and materials that are essential to the performance of the in-service engineering agent and cognizant field activity responsibilities for a range of command and control, communications, computers and intelligence (C4I) systems, guided-missile weapons systems, airspace systems and combat weapons systems, associated components and peripherals. This contract includes two, one-year options which, if exercised, would bring the potential cumulative value of this contract to $49,685,634. Work will be performed at Space and Naval Warfare Systems Center San Diego facilities and selected outlying sites (90 percent), and at the contractor's facilities in Lanham, Md. (10 percent), and is expected to be completed September 2009. Contract funds will not expire at the end of the current fiscal year. This contract was
competitively procured with 18 proposals solicited and two offers received via the Commerce Business Daily's Federal Business Opportunities Website, and the SPAWAR e-Commerce Central Website. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-06-D-0024).

W. M. Schlosser Co., Inc., Hyattsville, Md., is being awarded a $20,695,000 firm-fixed price contract for construction of a V-22 Osprey aircraft gearbox repair and test facility and a prop rotor blade repair facility at Naval Aviation Depot, Cherry Point. The contract contains four options which if exercised, would bring the total cumulative value of the contract to $23,760,000. Work will be performed in Cherry Point, N.C., and is expected to be completed by October 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with one offer received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-06-C-4042).

Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $15,153,708 delivery order against a previously issued basic ordering agreement (N68335-04-G-0006) for 156 operational test program sets (OTPS) for Lot I (96), Lot II (42), and OTPS 14 (18) to support the V-22 aircraft. This includes manufacturing, testing, acceptance testing, technical evaluation, and on-site verfication (OSV) to result in the successful site standup at a total of six different sites. Work will be performed in Philadelphia, Pa. (60 percent) and Ft. Worth, Texas (40 percent), and is expected to be completed in September 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

EDAW, Inc., Alexandria, 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 at various naval installations within the Naval Facilities Engineering Command (NAVFAC), Atlantic 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 September 2007. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website with 13 offers received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-06-D-7118).

Bell Helicopter Textron Inc., Fort Worth, Texas, was awarded September 15, 2006, $13,127,800 for ceiling priced order #0199 under previously awarded contract (N00383-03-G-001B) for spare components for the V-22 aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed by December 2008. Contract funds will not expire by the end of the current fiscal year. This contract was not awarded competitively. The Naval Inventory Control Point is the contracting activity.

Kellogg Brown &amp; Root Services, Arlington, Va., is being awarded $13,060,000 for firm-fixed price Task Order 0027 under a previously awarded cost reimbursement, indefinite-delivery/ indefinite-quantity emergency construction capabilities contract (N62470-04-D-4017) for design and construction of modular child development centers at Naval Air Station, Joint Reserve Base Fort Worth; Naval Technical Training Center, Corry Station; and Construction Battalion Center, Gulfport. Work will be performed in Fort Worth, Texas (40 percent); Pensacola, Fla. (30 percent); and Gulfport, Miss. (30 percent); and is expected to be completed by April 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 59 proposals solicited, three offers received and award made on July 26, 2004. The total contract amount is not to exceed $500,000,000, which includes the base period and four option years. The Naval Facilities Engineering
 Command, Southeast, Jacksonville, Fla., is the contracting activity.

Raytheon Co. Space and Airborne Systems, El Segundo, Calif., is being awarded a $10,996,206 delivery order against a previously issued basic ordering agreement (N00019-05-G-0008) for system test equipment (STE) for the AN/APG-79 active electronically scanned array (AESA) radar for the F/A-18E/F and EA-18G aircraft. The STE will be used to test radar modules returned for repair to determine root cause of failures and to return the radars to the Fleet in a ready for issue status. Work will be performed in El Segundo, Calif., and is expected to be completed in September 2009. Contract funds in the amount of $6,453,182 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Logis-Tech, Inc.*, Manassas, Va., is being awarded a not-to-exceed $10,000,000 indefinite-delivery/indefinite-quantity contract for a phase III Small Business Innovative Research (SBIR) Program contract for Topic N90-085 entitled "Aircraft and Engine Preservation Techniques." The contract provides for all plant, labor, equipment, materials and incidental construction necessary to provide turn-key controlled humidity preservation program application to include a total package fielding hand-off and contractor logistics support. Work will be performed at various Navy and Marine Corps installations (99.8 percent) and the Marine Corps Logistics Base, Albany, Ga. (.2 percent), and is expected to be completed in September 2008. Contract funds in the amount of $20,592 will expire at the end of the current fiscal year. The Phase I effort was competitively procured using SBIR Program Solicitation under Topic N90-085 and 340 offers were received. The Naval Air Warfare Center Aircraft
Division, Lakehurst, N.J., is the contracting activity (N68335-06-D-0021).

DRS Radian Inc., Alexandria, Va., was awarded on September 15, 2006, a $6,003,200 firm-fixed-priced, definite-delivery/definite-quantity contract for the manufacture of 512 field deployable environmental control units, which are used to cool various in-theater Navy structures. Work will be performed by Keco Industries, Inc., Florence, Ky., and is expected to be completed in December 2007. Contract funds will not expire before the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in response to the solicitation. The Naval Inventory Control Point in Mechanicsburg, Pa., is the contracting activity (N00104-06-F-CA34).

Peter Vander Werff Construction, Inc.*, El Cajon, Calif., is being awarded $5,952,800 for firm-fixed-price Task Order 0017 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-02-D-8058) for replacement of the heating, ventilation and air conditioning (HVAC) system, Building 7515, at Marine Corps Air Station, Miramar. Work will be performed in San Diego, Calif., and is expected to be completed by July 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 10 proposals received and award made on June 28, 2002. The total contract amount is not to exceed $150,000,000, which includes the base period and four option years. The multiple contractors (six in number) may compete for task orders under the terms and conditions of the existing contract. Four proposals were received for this
task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

KOO Construction, Inc.*, Sacramento, Calif., is being awarded $5,400,000 for firm-fixed-price Task Order 0002 under an indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-03-D-7036) for construction and repair of administration areas and restrooms in Warehouses at Yermo Annex, Marine Corps Logistics Base, Barstow. Work will be performed in Barstow, Calif., and is expected to be completed by October 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured as a 100 percent 8(a) set aside via the Naval Facilities Engineering Command e-solicitation website with 35 proposals received and award made on July 1, 2003. The total contract amount is not to exceed $30,000,000 (base period and four option years). The multiple contractors (nine 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, San Diego, Calif., is the contracting activity.

 ARMY

Functional Genetics Inc.*, Rockville, Md., was awarded on Aug. 16, 2006, a $28,041,647 cost-plus-fixed-fee contract for generation of novel broad spectrum anti-viral compounds against hemorrhagic fever viruses. Work will be performed in Rockville, Md. (75 percent), Frederick, Md. (8 percent), and Evolva, Switzerland (17 percent), and is expected to be completed by Aug. 15, 2010. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on Oct. 31, 2005, and 130 bids were received. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-06-C-0035).

United Construction, Reno, Nev., was awarded on Sept. 16, 2006, a $14,232,204 firm-fixed-price contract for design and construction of an Air Intelligence Facility. Work will be performed in Reno, Nev., 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 an unknown number of bids solicited via the World Wide Web on Jan. 25, 2006, and four bids were received. The National Guard Bureau, Carson City, Nev., is the contracting activity (W9124X-06-C-0003).

Functional Genetics Inc.*, Rockville, Md., was awarded on Aug. 16, 2006, a $12,953,396 cost-plus-fixed-fee contract for development of broad spectrum host oriented therapeutic antibodies for hemorrhagic fever viruses. Work will be performed in Rockville, Md. (98 percent), and Frederick, Md. (2 percent), and is expected to be completed by Aug. 15, 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 Oct. 31, 2005, and 130 bids were received. The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-06-C-0034).

General Dynamics C4 Systems, Scottsdale, Ariz., was awarded on Sept. 19, 2006, a $12,167,947 increment as part of a $76,401,035 cost-plus-incentive-fee contract for a research and development engineering change proposal for the Prophet Block III Spiral 2 Electronic Support. Work will be performed in Scottsdale, Ariz., and is expected to be completed by Aug. 31, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 31, 2006. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-03-C-L426).

Bear Brothers Inc.*, Montgomery, Ala., was awarded on Sept. 19, 2006, a $10,186,500 firm-fixed-price contract for construction of a composite operations and training facility. Work will be performed in Montgomery, Ala., and is expected to be completed by May 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 19, 2006, and four bids were received. The U.S. Property Fiscal Office, Montgomery, Ala., is the contracting activity (W912JA-06-C-0003).

Alliant Ammunition and Powder Co. L.L.C., Radford, Va., was awarded on Sept. 18, 2006, a $9,000,000 modification to a firm-fixed-price contract for a modernization effort at Radford Army Ammunition Plant. Work will be performed in Radford, Va., and is expected to be completed by June 30, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 30, 2004. The U.S. Army Field Support Command, Rock Island, Ill., is the contracting activity (DAAA09-03-E-0001).

Raytheon Co., Andover, Mass., was awarded on Sept. 19, 2006, an $8,156,664 modification to a cost-plus-fixed-fee contract for FY06 PATRIOT Engineering Services. Work will be performed in Burlington, Mass. (3.4 percent), Huntsville, Ala. (8.79 percent), Andover, Mass. (9.65 percent), Tewksbury, Mass. (76.64 percent), El Paso, Texas (1.47 percent), and Norfolk, Va. (0.04 percent), and is expected to be completed by Jan. 9, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 26, 2003. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-04-C-0020).

BAE Systems/Ordnance Systems Inc., Kingsport, Tenn., was awarded on Sept. 18, 2006, a delivery order amount of $7,020,214 as part of a $49,068,265 firm-fixed-price contract for production and supply of Composition C-4, Class 3 (Tagged) Explosives to support the M112 Demo Block Program and the M183 Charge Assembly Demolition Program. Work will be performed in Kingsport, Tenn., 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 20, 2006. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-03-D-0007).

Weeks Marine Inc., Covington, La., was awarded on Sept. 19, 2006, a $6,933,000 firm-fixed-price contract for new deep draft pipeline dredging at Barbours Cut, hydraulic placement of material along the inside of the existing levee at Spillman Island, and new levee construction. Work will be performed in Harris, Texas, and is expected to be completed by Dec. 31, 2006. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited on Jun 27, 2006, and two bids were received. The U.S. Army Engineer District, Galveston, Texas, is the contracting activity (W912HY-06-C-0041).

Weeks Marine Inc., Covington, La., was awarded on Sept. 18, 2006, a $5,799,645 firm-fixed-price contract for Beachfill. Work will be performed in Long Beach Island, Surf City, Ship Bottom, and Harvey Cedars, N.J., and is expected to be completed by May 31, 2007. Contract funds will not expire at the end of the current fiscal year. There were 31 bids solicited on July 21, 2006, and two bids were received. The U.S. Army Engineer District, Philadelphia, Pa., is the contracting activity (W912BU-06-C-0018).

American Engineering and Manufacturing Inc.*, Lorain, Ohio, was awarded on Sept. 19, 2006, a $5,000,000 cost-plus-fixed-fee contract for fabrication, installation, and testing pilot process development systems support using advanced titanium processing methods. Work will be performed in Lorain, Ohio, and is expected to be completed by Sept. 18, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 7, 2006. The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0217).
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 9/22/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 22 Sep 2006 17:06:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 938-06
FOR RELEASE AT
September 22, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

NAVY

 BAE Systems, Information &amp; Electronic Systems Integration, Incorporated, Nashua, N.H., is being awarded a $79,537,169 firm-fixed-price, incentive fee contract for production and support of up to 3,874 Dismounted Counter Radio-Controlled Improvised Explosive Device (RCIED) Electronic Warfare (CREW) systems to meet urgent Department of Defense requirements in support of Operation Iraqi Freedom and Operation Enduring Freedom.Dismounted CREW systems are one element of the DoD's Joint Counter RCIED Electronic Warfare program.Dismounted CREW systems are wearable electronic jammers designed to prevent the initiation of Radio-Controlled Improvised Explosive Devices.This contract is for the urgent procurement and support of CREW systems, to be used by forces in each of the military services of the Central Command Area of Responsibility (AOR).The Navy manages the joint CREW program for Office of the Secretary of Defense's Joint IED Defeat Organization (JIEDDO).Work will be
performed in Christchurch, Dorset, United Kingdom (69 percent); Lansdale, Penn., (28 percent); Nashua, N.H. (3 percent); and is expected to be completed by October 2008.Contract funds will not expire at the end of the current fiscal year.This contract was competitively procured and based upon a limited competition from five offerors under Unusual and Compelling urgency provisions.The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-C-6353).

ARMY

 General Dynamics C4 Systems, Taunton, Mass., was awarded on Sept. 21, 2006, a $79,403,375 firm-fixed-price contract for joint network and battalion command post nodes, baseband trucks, associated spare parts, training, maintenance, system configuration and network management set-up, field service representative support, and contractor depot level repair support.Work will be performed in Taunton, Mass., and is expected to be completed by Dec. 30, 2007.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on Aug. 30, 2006.The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-G409).

 General Dynamics C4 Systems, Taunton, Mass., was awarded on Sept. 21, 2006, a $32,398,000 firm-fixed-price contract for the Integrated Theater Signal Battalion.Work will be performed in Taunton, Mass., and is expected to be completed by Aug. 31, 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-J003).

 GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Sept. 21, 2006, a delivery order amount of $23,651,408 as part of an $88,978,681 cost-plus-fixed-fee contract for Stryker new equipment training and fielding support for the Stryker family of vehicles.Work will be performed in Fort Indiantown Gap, Pa. (45 percent), Fort Wainwright, Alaska (5 percent), Schofield Barracks, Hawaii (35 percent), Vilseck, Germany (10 percent), and Sterling Heights, Mich. (5 percent), and is expected to be completed by Dec. 31, 2007.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on March 14, 2006.The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-D-M051).

 Fort Mifflin Reclamation Associates Inc.*, Kingston, Pa., was awarded on Sept. 20, 2006, a $21,000,000 firm-fixed-price contract for excavation and off-site disposal of dredging material.Work will be performed in Philadelphia, Pa., and is expected to be completed by Dec. 30, 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 25, 2006, and four bids were received.The U.S. Army Engineer District, Philadelphia, Pa., is the contracting activity (W912BU-06-C-0024).

 Remington Arms Company Inc.*, Ilion, N.Y., was awarded on Sept. 20, 2006, an $11,262,275 firm-fixed-price contract for M24 sniper rifles, spare parts, and modular access rail systems.Work will be performed in Ilion, N.Y., 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 May 18, 2006.The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-06-C-0152).

 PCL Construction Services Inc.*, Denver, Colo., was awarded on Sept. 21, 2006, a delivery order amount of $10,238,800 as part of a $10,238,800 firm-fixed-price contract for design and construction of the West Gate Force Protection/Access.Work will be performed at Peterson Air Force Base, Colo., and is expected to be completed by Jan. 9, 2008.Contract funds will not expire at the end of the current fiscal year.There were four bids solicited on Aug. 3, 2006, and three bids were received.The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-D-0017).

AIR FORCE

 General Atomics-Aeronautical Systems Inc., San Diego, Calif., is being awarded a $38,363,450 firm-fixed-price contract.This effort will definitize delivery order 0009, which included 7 MQ-1 Block 15 aircraft and the necessary non-recurring engineering to productionize the block 15 configuration.This effort will also procure 15 MQ-1 Block 15 aircraft and spares.At this time, $49,587,121 has been obligated.This work will be complete January 2010.Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.(FA8620-05-G-3028 000901)

 General Atomics-Aeronautical Systems Inc., San Diego, Calif., is being awarded a $27,565,122 cost-plus-fixed fee contract modification.This effort will procure four field compatible aircraft maintenance test station, 2 MD-1A mobile ground control station, 2 MD-1A fixed ground control station, 5 MD-1B dual control mobile ground control station, and non-recurring engineering per FY 06 Predator MQ-1 and Reaper MQ-9 requirements.At this time, $20,673,841 has been obligated.Solicitations began in June 2006 and negotiations were complete September 2006.This work will be complete September 2008.Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.(FA8620-05-G-3028 Delivery Order 0022)

 University of Southern California, Department of Contracts and Grants, Los Angeles, Calif., is being awarded a $13,800,000 cost-plus-fixed fee contract. This effort is to investigate and develop novel capabilities for intelligent analysis involving cross-organization query answering by assembling software and distributed data into end-to-end analysis processes and by prioritizing and managing their timely executed in distributed environments to deliver intelligence value and reasonable response to large numbers of analysts while self-configuring to accept new components such as algorithms, data, and hardware.At this time, $800,000 has been obligated.This work will be complete September 2010.Air Force Research Laboratory, Rome, N.Y., is the contracting activity.(FA8750-06-C-0210)

 General Atomics-Aeronautical Systems Inc., San Diego, Calif., is being awarded a $15,795,532 firm-fixed-price contract modification.This effort will procure 18 ground data terminal, 1 ground support equipment, 2 remote split operation kits, 1 replenishment spares package kits, 1 initial spares packages, and 2 primary predator sitcom link modem assembly per FY06 predator MQ-1 and reaper MQ-9 requirements. At this time, $11,846,649 has been obligated.Solicitations began in June 2006 and negotiations were complete September 2006.This work will be complete June 2010.Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.(FA8620-05-G-3028 Delivery Order 0010)

 Boeing Co., St Louis, Mo., is being awarded a $11,350,492 firm-fixed-price contract.This action provides for E-3 wing flaps, which are used on the main flap section of the aircraft with three rigidly installed fore-flaps, flour flaps carriage assemblies and two actuator screw nuts support fitting.The flap assembly and its installed carriage assemblies constitute a matched set.It assists in take-off and landings. At this time, no funds have been obligated.This work will be complete February 2009.Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity.(FA8103-06-C-0284)

 Rini Technologies, Oviedo, Fla., is being awarded a $9,900,000 indefinite delivery/indefinite quantity, cost-plus-fixed fee contract. This research effort will focus on maturing innovative two-phase thermal management technologies to support high heat flux sources for directed energy and power electronics applications.For these applications, several technical challenges must be addressed including acquiring large heat loads from high flux sources, reliable system operation in rigorous aerospace environments, minimizing temperature gradients on the cooled surface, developing control systems to maintain isothermality, and heat rejection in an environment where the availability of traditional heat sinks is limited.The overarching goal of this program is to develop, demonstrate, and mature efficient two-phase thermal management systems to a point where they can be transitioned into Air Force weapon systems.At this time, $979,630 has been obligated.Solicitations began in June
2006 and negotiations were complete September 2006.This work will be complete September 2013.Air Force Research Laboratories, Wright-Patterson Air Force Base, Ohio, is the contracting activity.(FA8650-06-D-2620)

 L3 Communications Vertex Aerospace, Madison, Miss., is being awarded a $9,314,884 firm-fixed-price &amp; contract reimbursable contract modification.This action provides electronic flight instrument systems production installation for five C-12 C/D aircraft.At this time, total funds have been obligated.This work will be complete June 2008.Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity.(F34601-00-C-0111/P00287)

 Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $5,734,995 cost-plus-fixed fee contract modification. The contractor shall provide and deliver seven Guardian Pointer Tracker Assembly (GPTA) units to support installations on the C-40 in January 2008.The undefinitized contract action (P00005) was placed on contract on 20 June 2006 to have GPTAs available to support installations on the C-40 in May 2007 and the chief of staff test tanker two test aircraft by (P00005) UCA is also being relied upon for this supplemental UCA and included option pricing to acquire up to eight additional Guardian Laser Tractor System (GLTS) as necessary to support other contemplated installations.Due to the continued delays in GLTA qualification testing, procurement of seven more GLTS is required to meet the C-40 installation schedule for eh second and third C-40B.At this time, $2,867,497 has been obligated.This work will be complete December 2008.Headquarters
Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.(FA8625-05-6459/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 9/25/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 25 Sep 2006 17:02:02 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 945-06
FOR RELEASE AT
September 25, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

DEFENSE LOGISTICS AGENCY

 Dominion Virginia Power, Portsmouth, Va., is being awarded a maximum $214,076,898 firm fixed price contract with re-determination for ownership, operation and maintenance of the electrical distribution system at Fort Belvoir, Va., for Army. Contract has a 50-year contract period. There were 250 proposals solicited and 1 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 (DESC), Fort Belvoir, Va. (SP0600-06-C-8252).

 Dominion Virginia Power, Portsmouth, Va., is being awarded a maximum $73,283,703 firm fixed price contract with re-determination for ownership, operation and maintenance of the electrical distribution system at Fort Myer, Va., for Army. Location of performance is Fort McNair, Washington, D.C. Contract has a 50-year contract period. There were 250 proposals solicited and 1 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 (DESC), Fort Belvoir, Va. (SP0600-06-C-8251).

NAVY

 Sikorsky Support Services, Inc., Pensacola, Fla., is being awarded a $119,169,702 modification to a previously awarded firm-fixed-priced, cost-reimbursable indefinite-delivery requirements contract (N00019-06-D-0017) to exercise an option for contractor logistics support services for the T-34, T-44, and T-6 aircraft.Work will be performed at the Naval Air Station (NAS) Corpus Christi, Texas (40.42 percent); NAS Whiting Field, Fla. (39.37 percent); NAS Pensacola, Fla. (12.07 percent); NAS Lemoore, Calif. (1.84 percent); NAS Oceana, Va. (1.57 percent); Marine Corps Air Station, Miramar, Calif. (.79 percent); Naval Air Warfare Center Aircraft Division, Patuxent River, Md. (.79 percent); Aviation Technical Test Center , Fort Rucker, Ala. (.79 percent); Naval Air Facility, El Centro, Calif. (.52 percent); Pope Air Force Base, Fayetteville, N.C. (.52 percent); NAS Jacksonville, Fla. (.52 percent); National Aeronautics and Space Administration (NASA), Edwards Air Force Base,
Calif. (.26 percent); NASA Cleveland, Ohio (.26 percent); and Fort Eustis, Va. (.26 percent), and is expected to be completed in September 2006.Contract funds will not expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

 Protective Products International, Sunrise, Fla., is being awarded a $33,647,022 firm-fixed-price contract for 60,000 Modular Tactical Vests (MTVs) with associated training. Work will be performed in Sunrise, Fla. (60 percent); Fenton, Mo. (25 percent); and, Lares, Puerto Rico (15 percent), and is expected to be completed December 2007.Contract funds in the amount of $33,647,022 will expire at the end of the current fiscal year.This award results from a limited competition with three proposals solicited.The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-C-3044).

 Nico-Pyrotechnik Hanns-Jurgen Diederichs GmbH &amp; Co, Trittau, Germany, is being awarded a $29,218,021 indefinite-delivery/indefinite-quantity contract for the production, testing, and delivery of 40mm MK281 Mod 0 and Mod 1 Training Cartridges.The base year is for a maximum quantity of 1,200,000 training cartridges, first article testing, technical data support, and inert models.This contract includes options which, if exercised, would bring the cumulative value of this contract to $65,000,000.Work will be performed in Trittau, Germany (21 percent) and West Springfield, Mass. (20 percent); East Camden, Ariz. (17 percent); Windham, Maine (15 percent); Verona, Va. (15 percent), Clinton, Mass. (7 percent); and Stafford, Va. (5 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 a sole-source follow-on procurement via publication on the Federal Business Opportunities and Navy
Electronic Commerce On-line, with one offer received.The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-D-1027).

 ALION Science and Technology Corp., Chicago, Ill., is being awarded a $27,098,793 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 for Army ground vehicle systems.Services to be provided include research, engineering analysis, technical evaluations, program planning, logistical assessments, operational best practices, and risk/benefit analysis.Work will be performed in Warren, Mich., (46 percent); Ft. Lee, Va., (38 percent); Rock Island, Ill., (8 percent); Alexandria, Va. (6 percent); and Ft. Lewis, Wash., (2 percent) and is expected to be completed in May 2009.Contract funds in the amount of $76,951 will expire at the end of the fiscal year.The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.

 Simula Aerospace &amp; Defense Group, Inc., Phoenix, Arizona, is being awarded a $23,923,625 firm-fixed price, indefinite-delivery/indefinite-quantity contract for enhanced small arms protective inserts used as personal armor by Marines and the ballistic carriers used to attach the plates to other protective equipment worn.The contract includes options which, if exercised, would bring the cumulative value of this contract to $34,472,105.Work will be performed in Phoenix, Ariz., and is expected to be completed in November 2007.Contract funds in the amount of $20,650,719 will expire at the end of the current fiscal year.This contract is awarded as a result of a full and open competitive solicitation and is for the unrestricted portion of the solicitation.The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-D-3031).

 Boeing Aerospace Operations, Midwest City, Okla., is being awarded a $20,876,578 modification to a previously awarded firm-fixed-priced contract (N00019-01-C-0110) to exercise an option for the procurement of organizational, intermediate, and limited depot-level aircraft maintenance, management, logistics support services and other services as specified for approximately 16 F/A-18A/B/C/D, 2 SH-60F, 2 HH-60H helicopters and 14 F-16A/B aircraft based at the Naval Strike and Air Warfare Center, Fallon, Nev.This effort includes maintaining associated support equipment, power plants, airframes, aviation life support systems, electronics and electrical instruments, armament radar/fire control and flight line services in order to meet the flying program and its daily mission requirements.Work will be performed in Fallon, Nev. and is expected to be completed in September 2007.Contract funds will not expire at the end of the current fiscal year.The Naval Air Systems Command,
Patuxent River, Md. is the contracting activity.

 Armorworks, Inc., Tempe, Arizona, is being awarded a $19,967,360 firm-fixed price, indefinite-delivery/indefinite-quantity contract for enhanced small arms protective inserts used as personal armor by Marines and the ballistic carriers used to attach the plates to other protective equipment worn.The contract includes options which, if exercised, would bring the cumulative value of this contract to $28,872,246.Work will be performed in Tempe, Arizona, and is expected to be completed in May 2007.Contract funds in the amount of $13,309,483 will expire at the end of the current fiscal year.This contract is awarded as a result of a full and open competitive solicitation and is for the unrestricted portion of the solicitation.The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-D-3071).

 Bath Iron Works, Bath, Maine, is being awarded a $17,897,742 cost plus award fee contract for accomplishment of the post shakedown availability for the USS Farragut (DDG 99).Work will be performed in Mayport, Fla. (98 percent) and Bath, Maine (2 percent), and is expected to be completed by June 2007.Contract funds will not expire at the end of the current fiscal year.The contract was competitively procured and advertised on the Internet, with two offers received.The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-C-2310).

 Armorworks, Inc., Tempe, Arizona, is being awarded a $13,348,432 firm-fixed price, indefinite-delivery/indefinite-quantity contract for enhanced small arms protective inserts used as personal armor by Marines and the ballistic carriers used to attach the plates to other protective equipment worn.The contract includes options which, if exercised, would bring the cumulative value of this contract to $19,393,328.Work will be performed in Tempe, Arizona, and is expected to be completed in May 2007.Contract funds in the amount of $9,024,991 will expire at the end of the current fiscal year.This contract is awarded as a result of a full and open competitive solicitation and is for the small business set-aside portion of the solicitation.The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-D-3072).

 PRI-DELJEN, Naval Air Station (NAS) Whiting Field, Fla., AJV (A Joint Venture)*,San Diego, Calif., is being awarded $11,307,925 firm-fixed price, indefinite-delivery/indefinite-quantity contract for multi-function facilities support services at NAS, Whiting Field.The work to be performed provides for labor, management, supervision, materials, supplies, tools and vehicles to perform public works administration, facilities management, facilities investment, facility maintenance services - pest control, utility plant and distribution operations and maintenance, chiller, electrical, gas, wastewater, steam and water, environmental services, centrally managed safety services, and base support vehicles and equipment.This contract contains options, which if exercised would bring the total cumulative value of the contract to $109,598,318. Work will be performed at NAS Whiting Field, Fla., and outlying sites, and the expected completion date is September 2007 (September 2016 with
options).Contract funds will expire at the end of the current fiscal year.This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with four offers received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N62467-06-D-0076).

 Hedgecock Electric, Inc.*, Pensacola, Fla., was awarded September 22, 2006 a $10,733,000 firm-fixed-price contract for repairs and upgrades to airfield lighting system at Naval Air Station, Key West.Work will be performed in Key West, Fla., and is expected to be completed by June 2008.Contract funds will expire at the end of the current fiscal year.This contract was competitively procured as a Two-Phase Design Build via the NAVFAC e-solicitation website with nine offers received in Phase I, six selected to proceed to Phase II, and three offerors submitted Phase II proposals.The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (contract number N69272-06-C-0015).

 NAVMAR Applied Sciences Corp.*, Chester, Pa., is being awarded a $9,783,919 cost-plus-fixed-fee delivery order against a previously awarded indefinite-delivery/indefinite-quantity contract (N68335-05-D-0020) for a Phase III Small Business Innovative Research (SBIR) Program under Topic N92-170 entitled "LADAR (Laser Radar) Identification Demonstration" and Topic N94-178 entitled "Air Deployable Expendable Multi-Parameter Environmental Probe."The contract is to develop and produce new and improved sensors and communication systems to improve surveillance, detection, classification, and targeting capabilities for manned and unmanned air and sea vehicles.Work will be performed in Chester, Pa., and is expected to be completed in September 2008.Contract funds will not expire at the end of the current fiscal year.The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

 Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $9,499,926 modification to a previously awarded contract (N00019-04-C-0001) for the Fiscal Year 2006 acquisition logistics support for the Lot III and IV Low Rate Initial Production H-1 aircraft.Support to be provided includes systems engineering and program management, development of logistics management information data for technical publications, post production support plans, and detailed functional description documentation packages for H-1 peculiar support equipment.This modification also includes options for Fiscal Year 2007 acquisition logistics support.Work will be performed in Hurst, Texas, 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.

 Olin Corp., Winchester Ammunition, East Alton, Ill., is being awarded a potential $6,165,723 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum 10,750 cases of 9MM Frangible Ammunition.9MM Frangible Ammunition will be used in support of the United States Air Force.This ammunition will be used for training purposes.Work will be performed in East Alton, Ill., and is expected to be completed by September 2011.Contract funds in the amount of $842,835, will expire at the end of the current fiscal year.This contract was competitively procured and publicized on the world-wide web, with three offers received.The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-06-D-4884).

 Guam Industrial Services Inc., dba Guam Shipyard, is being awarded a $6,000,000 firm-fixed-price contract for the USS Frank Cable (AS-40) phased maintenance availability.Work will be performed in Guam, (South Pacific) USA, and is expected to be completed by April 2007.Contract funds in the amount of $6,000,000, will expire at the end of the current fiscal year.The contract was not competitively procured.The Pearl Harbor Naval Shipyard and Intermediary Maintenance Facility, Honolulu, Hawaii, is the contracting activity. (N32253-06-C-0022)

 Solipsys Corp., Laurel, Md., is being awarded a $5,214,850 cost-plus-fixed-fee modification to previously awarded contract (N00024-05-5115) for design and development of Pacific fleet Tactical Component Network (PAC TCN) efforts.These efforts shall support the evaluation of TCN technology against Network-Centric Warfare requirements and the Navy's Open Architecture objectives for future combatant application.Work will be performed in Laurel, Md., and is expected to be completed by March 2008.Contract funds will not expire at the end of the current fiscal year.The Naval Sea Systems Command, Washington, D.C., is contracting activity (N00024-05-C-5115).

 Berger/ABAM Engineers, Inc., Federal Way, Wash., is being awarded a not-to-exceed $5,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer contract for marine/waterfront projects to support the Naval Facilities Engineering Command (NAVFAC), Northwest.Work will be performed at various installations within the NAVFAC Northwest area of responsibility including, but not limited to, Washington (92 percent; Alaska (2 percent); Oregon (2 percent); Idaho (2 percent); and Montana (2 percent), and is expected to be complete September 2007.Contract funds will not expire at the end of the current fiscal year.This contract was competitively procured via the NAVFAC e-solicitation website with four proposals received.The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-06-D-1104).

AIR FORCE

 Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $22,163,441 cost-plus-fixed fee contract modification.This effort is for the operation of the Global Hawk System in a forward theater of operation for a classified length of time, which includes personnel, equipment, logistics and communication support.At this time, total funds have been obligated.This work will be complete January 2007.303 Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.(F33657-03-G-4306/P0038)

 Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $20,554,834 firm-fixed-price contract modification.This action provides for initial spares for RQ-4A and RQ-4B Global hawk Air Vehicles.At this time, total funds have been obligated.Solicitations began February 2006 and negotiations were complete September 2006.This work will be complete February 2008.303 Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.(F33657-03-C-4310/P00024)

 Lockheed Martin Integrated Technology, Wakefield, Mass., is being awarded a $12,028,749 firm-fixed price contract.This effort provides for consolidated intelligence.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.(FA4814-04-A-0048 (BPA)/FA4814-06-F-A382 (DO))

 Raytheon Missile Systems, Tucson, Ariz., is being awarded a $9,850,000 cost-plus-fixed fee, firm-fixed-price, time and materials, indefinite delivery/indefinite quantity contract.This action provides for engineering services for the Raytheon specific PAVEWAY weapons systems.This is a five-year ordering period from the date of award through September 2011.At this time, $435,500 have been obligated.This work will be complete September 2012.784th Combat Sustainment Group, Hill Air Force Base, Utah, is the contracting activity.(FA8213-06-D-0003)

 BOOZ Allen Hamilton Inc., McLean, Va., is being awarded a $6,613,354 cost-plus-fixed fee contract.This contract is associated with the "TANGRAM," a fully automated, continuously operating, and intelligence analysis support system.The purpose of this effort is to provide information understanding for better and faster access to quality intelligence information through systematic performance evaluations to ascertain the value of the TANGRAM system under development.This demonstration will occur four times during the course of these effort and monthly status and final technical reports will be delivered.The contractor performing this effort will cooperate with other contractors in this program in order to share information and improve the overall output of the program.At this time, $377,172 have been obligated.Solicitations began in September 2005 and negotiations were complete September 2006.This work will be complete September 2010.Air Force Research Laboratory, Rome, N.Y.,
 is the contracting activity.(FA8750-06-C-0208)
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 9/26/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 26 Sep 2006 17:04:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 958-06
FOR RELEASE AT
September 26, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

AIR FORCE

 McDonnell Douglas Corp., Long Beach, Calif., is being awarded a $268,883,577 firm-fixed-price and cost-plus-incentive fee contract modification.This action exercises the FY07 options for the continued performance of the Globemaster III sustainment partnership.These options will be funded by separate funding actions as the FY07 funds are received.The C-17 fleet sustainment and product support will be managed through a long term performance-based partnership between Boeing and the Air Force, which places performance risk on the contractor to provide sustainment support at continuously raised benchmarked levels.At this time, no funds have been obligated.This work will be complete September 2007.Headquarter Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.(FA8614-04-C-2004/P00127)

 DOSS Aviation Inc., Colorado Springs, Colo., is being awarded a $12,293,765 firm-fixed-price contract.This action provides for flight screening for Air Force pilot candidates.At this time, total funds have been obligated.This work will be complete September 2007.Air Education and Training Command, Randolph Air Force Base, Texas, is the contracting activity.(FA3002-06-D-0010)

 Northrop Grumman Mission Systems, Clearfield, Utah, is being awarded a $6,584,511 cost-plus-award fee contract modification.This action will redesign the missile guidance set test set, and the missile guidance set test set software program, computer software configuration, in support of the Intercontinental Ballistic Missiles, Minuteman III.At this time, total funds have been obligated.Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity.(F42610-98-C-0001/ no modification number at this time)

 Regent Manufacturing Inc., Downey, Calif., is being awarded a $5,357,787 firm-fixed-price definitive contract.This action provides for fourteen (14) each, 15 ton and ninety-four (94) each, 26 ton pneumatic Lifting Bags utilized with various aircraft.The pneumatic bag is a device that lifts crippled aircraft from terrain where it is impractical or impossible to use standard aircraft jacks.At this time, total funds have been obligated.Solicitations began June 2006 and negotiations were complete September 2006.This work will be complete October 2007.Headquarters 542d Combat Sustainment Wing, Robins Air Force Base, Ga., is the contracting activity.(FA8532-06-C-0047)

NAVY

 VT Halter Marine, Inc., Pascagoula, Miss., is being awarded a $199,173,420 firm-fixed price modification to previously awarded contract N00024-06-C-2215, for Phase II detail design and construction of the T-AGM(R) Cobra Judy Replacement Ship.Work will be performed in Pascagoula, Miss., and is expected to completed by June 2010.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.

 Vertex Aerospace LLC, Madison, Miss., is being awarded a $54,493,801 estimated value modification to a previously awarded firm-fixed-price, cost-reimbursable requirements contract (N00019-00-D-0272) to exercise an option for the aircraft maintenance and logistics life cycle support for 54 Navy and 11 Marine Corps C-12 aircraft.Work will be performed at the Naval Air Station (NAS), Corpus Christi, Texas (40 percent); NAS North Island, Calif. (7 percent); Naval Air Warfare Center Aircraft Division, Patuxent River, Md. (6 percent); Naval Support Activity, Bahrain (5 percent); NAS Norfolk, Va. (5 percent); NAF Atsugi, Japan (5 percent); Naval Air Facility (NAF) Andrews, Md. (3 percent); NAS Gitmo Bay, Cuba (3 percent); NAF Kadena, Japan (3 percent); Marine Corps Air Station (MCAS) New River, N.C. (3 percent); MCAS Yuma, Ariz. (3 percent); NAS New Orleans, La. (3 percent); MCAS Futenma, Japan (3 percent); MCAS Iwakuni, Japan (3 percent); NAS Willow Grove, Pa. (3 percent); NAS
Dallas, Texas (1 percent); NAS Atlanta, Ga. (1 percent); NAS Miramar, Calif. (1 percent); NAF Misawa, Japan (1 percent); and MCAS Beaufort, S.C. (1 percent), and is expected to be completed in September 2007.Contract funds will not expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

 Raytheon Systems Company, McKinney, Texas, is being awarded a $27,100,290 firm-fixed-price order under previously awarded Basic Ordering Agreement (N00164-06-G-8555) for Multi-spectral Targeting System (MTS) "A" configuration, including 27 (ea) Turret Units and associated line items In support of the Predator Unmanned Aerial Vehicle (UAV) program. The MTS is a forward looking infrared system for the Predator UAV's. The MTS provides real-time imagery selectable between infrared and night vision camera, as well as a laser designation capability.Work will be performed in McKinney, Texas, and is expected to be complete by February 2008.Contract funds in the amount to 12,780,868, will expire at the end of the current fiscal year.The Naval Surface Warfare Center Crane, Crane, Ind., is the contracting activity.

 Litton Systems, Laser Systems, Inc., a subsidiary of Northrop Grumman, Apopka, Fla., is being awarded a maximum $23,878,202 indefinite-quantity/indefinite-delivery contract for a minimum 2 (ea)/maximum 300 (ea) Special Operations Forces Laser Marker (SOFLAM) AN/PEQ-1Bs units and associated items.The SOFLAM AN/PEQ-1B is a lightweight, man-portable, laser rangefinder and target designator/marker used to determine the distance to a target and to mark targets for laser-guided ordnance, respectively.Work will be performed in Orlando, Fla., and is expected to be completed by September 2009.The contract was competitively procured and advertised on the Internet, with one offer received.Contract funds in the amount of $3,262,720, will expire at the end of the current fiscal year.The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-06-D-8587).

 BAE Systems Applied Technologies, Inc., Rockville, Md., is being awarded a $14,000,000 cost-plus-award-fee, indefinite delivery, indefinite quantity contract for the manufacture of Emergency Rate Initial Production quantities of end item component parts, including engineering and analytical support for the Aging Aircraft Program.Work will be performed in Rockville, Md., and is expected to be completed in September 2007.Contract funds in the amount of $100,000 will expire at the end of the current fiscal year.This contract was competitively procured by electronic solicitation with eight offers received.The Naval Air Warfare Center Aircraft Division, Patuxent River, Md. is the contracting activity (N00421-06-D-0038).

 Northrop Grumman Corp., One Hornet Way, El Segundo, Calif., is being awarded $12,820,860 for delivery order #5045 under previously awarded ceiling priced, definite-delivery/definite-quantity contract (N00383-06-G-032D) for aircraft rudder spare parts in support of the F-18 aircraft.Work will be performed in El Segundo, Calif., and work is expected to be completed December 2010.Contract funds will not expire before the end of the current fiscal year.This contract was not awarded competitively.The Naval Inventory Control Point is the contracting activity.

 Sikorsky Aircraft Corp., Stratford, Conn., is being awarded $12,543,482 for delivery order #2458 against a previously issued Basic Ordering Agreement (N00383-06-G-006F) for purchase of spares (Sleeve and Spindles) used on the main rotor head for the CH-53E helicopter.Work will be performed in Stratford, Conn., and is expected to be completed by January 2010.Contract funds will not expire before the end of the current fiscal year.This contract was not competitively procured.The Naval Inventory Control Point in Philadelphia, Pa., is the contracting activity.

 Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., is being awarded $12,357,820 for firm-fixed price Task Order 0008 under previously awarded indefinite-quantity multiple award construction contract (N62467-01-D-0297) to repair Transportation Command Dock and Wharf Alpha at Naval Weapons Station Charleston.Work will be performed in Charleston, S.C., and is expected to be completed by July 2008.Contract funds will expire at the end of the current fiscal year.The basic contract was competitively procured with 32 proposals solicited, six offers received, and award made on May 30, 2002.The total contract amount is not to exceed $200,000,000 (base period and four option years).The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract.One proposal was received for this task order.The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

 Colt Defense LLC, Hartford, Conn., is being awarded a maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for M4A1 machine guns.The M4A1 Carbine and variants will be utilized with the family of carbines that are currently in the U.S. Military arsenal.The M4A1 Carbine will come in four basic versions, which consist of longer and shorter versions of the M4A1 Carbine.Work will be performed in Hartford, Conn., and is expected to be completed by September 2011.Contract funds in the amount of $278,300, will expire at the end of the current fiscal year. This contract was not competitively procured.The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-06-D-4805).

 Eldec Corp., DBA Crane Aerospace &amp; Electronics, Lynnwood, Wash., is being awarded a $6,688,507 cost-plus-fixed-fee contract for non-recurring engineering and production of three installation kits for a C-130 Real-Time Weight and Balance System to improve aircraft safety and speed of dispatch and to reduce costs associated with man-hours and delays.Work will be performed in Lynnwood, Wash., and is expected to be completed in July 2008.Contract funds in the amount of $1,918,000 will expire at the end of the current fiscal year.This contract was not competitively procured.The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-06-C-0093).

 Jacobs Sverdrup, Fort Walton Beach, Fla., is being awarded $6,190,114 for award term task order #0011, to previously awarded contract (M67854-02-A-9017) (task orders 0005 and 0007) for engineering and scientific support for Product Group Information Systems and Infrastructure for Marine Corps Network and Infrastructure Services (MCNIS).Funding in the amount of $6,000,000 is being applied at the time of award.The Contractor is responsible for cohesive management of the existing Marine Corps Enterprise Network and infrastructure, as well as transition to the objective Navy Marine Corps Internet enterprise.The scope includes all aspects of program management with emphasis on information technology project management (e.g., planning, acquisition, and risk management (cost, schedule, and performance)).Other facets of support will focus on technical product assessments, financial and contract administration, logistics (e.g., warranty, commercial support agreements), customer
relations/communications, and business operations supporting the Program Manager MCNIS enterprise infrastructure sustainment and transition management.Work will be performed in Dumfries, Va., and is expected to be completed in September 2007.Contract funds will expire at the end of the current fiscal year.The Marine Corps System Command, Quantico, Va., is the contracting activity.

 Todd Pacific Shipyards Corp., Seattle Division, Seattle Wash., is being awarded a $5,247,214 modification under previously awarded contract (N00024-04-C-4152) to exercise an option for performance of the dry docking ship planned incremental availability of the USS Abraham Lincoln (CVN-72).The aim of this contract is to provide year-around maintenance so as to maximize vessel readiness.The exercise of this option will authorize the second major industrial dry docking availability of the contract, and entails modification and repair of shipboard equipment, hull and ship's systems.Work will be performed in Bremerton, Wash., and is expected to be completed by March 2007.Contract funds will expire at the end of the current fiscal year.The Puget Sound Naval Shipyard &amp; Intermediate Maintenance Facility, Bremerton, Wash., is the contracting activity.

 Joyce and Associates Construction, Inc.*, Newport, N.C., is being awarded $5,245,909 for firm-fixed price Task Order #0061 under an indefinite-delivery/indefinite-quantity multiple award construction contract for repair of Runway 5/23 at Oak Grove Auxiliary Landing Field, Marine Corps Base, Camp Lejeune.The work to be performed provides for demolition of two existing septic holding tanks, abandonment of two septic drainage fields, construction of necessary sediment and erosion control devices, installation of storm drainage piping and structures, demolition and replacement of Runway 5/23, and related grading and incidental related work.Disturbed area for this project is approximately 89 acres.Work will be performed in Jacksonville, N.C., and is expected to be completed by December 2007.Contract funds will expire at the end of the current fiscal year.The basic contract was competitively procured via the NAVFAC e-solicitation website with 19 proposals received and award made
 on Dec. 12, 2002.The total contract amount is not to exceed $320,000,000 (base period and three option years).The multiple contractors (eight in number) may compete for task orders under the terms and conditions of the existing contract.Six proposals were received for this task order.The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N62470-02-D-3497).

ARMY

 Datapath Inc.*, Duluth, Ga., was awarded on Sept. 21, 2006, an $181,163,653 firm-fixed-price contract for hub satellite communications trucks, satellite transportable terminals, associated spare parts, maintenance, and contractor field service representative support.Work will be performed in Duluth, Ga., and is expected to be completed by Dec. 30, 2007.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on Aug. 15, 2006.The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-G410).

 O'Gara-Hess &amp; Eisenhardt Armoring Co., Fairfield, Ohio, was awarded on Sept. 22, 2006, a $137,397,656 modification to a firm-fixed-price contract for Frag Kit #5 Field Kits.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).

 General Dynamics, Burlington, Vt., was awarded on Sept. 22, 2006, a $44,519,583 firm-fixed-price contract for MK19 Grenade Machine Guns.Work will be performed in Saco, Maine, and is expected to be completed by Dec. 31, 2009.Contract funds will not expire at the end of the current fiscal year.There were an unknown number of bids solicited via the World Wide Web on June 16, 2005, and one bid was received.The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-05-C-0621).

 Recon Optical Inc., Barrington, Ill., was awarded on Sept. 22, 2006, a $37,647,120 modification to a firm-fixed-price contract for units of the common remotely operated weapon station.Work will be performed in Barrington, Ill., and is expected to be completed by June 1, 2007.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on March 29, 2006.The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0152).

 FLIR Systems Inc., Wilsonville, Ore., was awarded on Sept. 22, 2006, a delivery order amount of $25,520,958 as part of a $25,520,958 firm-fixed-price contract for StarSAFIRE Sensors for the Rapid Aerostat Initial Deployment System.Work will be performed in Wilsonville, Ore., and is expected to be completed by March 31, 2007.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on Sept. 19, 2006.The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-05-D-0002).

 PTC Therapeutics, South Plainfield, N.J., was awarded on Sept. 22, 2006, a $17,152,272 cost-plus-fixed-fee contract for development of Pth inhibitors as broad-spectrum antibacterial agents.Work will be performed in South Plainfield, N.J., and is expected to be completed by Sept. 21, 2009.Contract funds will not expire at the end of the current fiscal year.There were an unknown number of bids solicited via the World Wide Web on Oct. 31, 2005, and 130 bids were received.The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-06-C-0041).

 Litton Systems Inc., Orlando, Fla., was awarded on Sept. 22, 2006, a delivery order amount of $14,866,213 as part of a $336,391,740 firm-fixed-price contract for the pre-planned product improvement of lightweight laser designator rangefinder components.Work will be performed in Orlando, Fla., and is expected to be completed by Jan. 31, 2009.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on April 14, 2005.The U.S. Army Research, Development and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-05-D-0033).

 International Enterprises Inc., Talladega, Ala., was awarded on Sept. 22, 2006, a delivery order amount of $10,000,000 as part of a $38,400,000 firm-fixed-price contract for maintenance and overhaul of the Apache Integrated Helmet and Display Sighting System helmet and spares.Work will be performed in Warner Robins, Ga., 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 Oct. 15, 2002.The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (DAAE20-03-D-0142).

 General Dynamics and Tactical Systems, St. Petersburg, Fla., was awarded on Sept. 22, 2006, a $9,330,345 firm-fixed-price contract for manufacture and delivery of 120mm M1002 Cartridges.Work will be performed in Middletown, Iowa (40 percent), St. Petersburg, Fla. (20 percent), and Red Lion, Pa. (40 percent), and is expected to be completed by Sept. 22, 2010.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on March 5, 2004.The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0210).

 O'Gara-Hess / Armor Holdings, Fairfield, Ohio, was awarded on Sept. 22, 2006, a $9,228,825 firm-fixed-price contract for ballistic windows without defrosters for the 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 Aug. 30, 2006.The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-0758).

 McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Sept. 22, 2006, a $9,215,035 firm-fixed-price and cost-plus-fixed-fee contract for post production system support for the Royal Netherlands Air Force Apache Helicopter Program.Work will be performed in Mesa, Ariz., and is expected to be completed by Dec. 31, 2008.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on Nov. 23, 2005.The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0234).

 Luhr Brothers Inc., Columbia, Ill., was awarded on Sept. 22, 2006, a $9,209,949 firm-fixed-price contract for repair of eroded shoreline with the placement of stone protection, excavation, and backfill.Work will be performed in Taunton, Mass., 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 an unknown number of bids solicited via the World Wide Web on July 31, 2006, and one bid was received.The U.S. Army Engineer District, Galveston, Texas, is the contracting activity (W912HY-06-C-0044).

 CUBRC*, Buffalo, N.Y., was awarded on Aug. 16, 2006, an $8,300,922 cost-plus-fixed-fee contract for development of a Broad-Spectrum Therapeutic Blockade of Hemorrhagic Fever Virus Capsid Assembly.Work will be performed in Buffalo, N.Y. (42.1 percent), San Francisco, Calif. (38.4 percent), Fort Detrick, Md. (9.3 percent), Seattle, Wash. (3.7 percent), Buffalo, N.Y. (3.4 percent), and Iowa City, Iowa (3.1 percent) and is expected to be completed by Aug. 16, 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 Oct. 31, 2005, and 130 bids were received.The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-06-C-0028).

 Anthony &amp; Gordon Construction Co. Inc.*, Knoxville, Tenn., was awarded on Sept. 22, 2006, an $8,300,000 firm-fixed-price contract for construction of an administrative facility.Work will be performed in Amarillo, Texas, and is expected to be completed by March 6, 2008.Contract funds will not expire at the end of the current fiscal year.There were 22 bids solicited on May 24, 2006, and two bids were received.The U.S. Army Engineer District, Tulsa, Okla., is the contracting activity (W912BV-06-C-2012).

 CONTI Environment and Infrastructure Inc., South Plainfield, N.J., was awarded on Sept. 22, 2006, a $7,355,863 firm-fixed-price contract for renovation of the Wilkes-Barre Phase 2C Riverfront.Work will be performed in Wilkes-Barre, Pa., and is expected to be completed by Dec. 30, 2009.Contract funds will not expire at the end of the current fiscal year.There were two bids solicited on July 14, 2006, and two bids were received.The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-06-C-0048).

 Stanford University, Stanford, Calif., was awarded on Aug. 25, 2006, a $7,104,131 cost contract for development and validation of targets for broad-spectrum host-oriented countermeasures against pathogens and toxins.Work will be performed in Stanford, Calif. (81.78 percent), New York, N.Y. (15.14 percent), and Albuquerque, N.M. (3.08 percent), and is expected to be completed by Aug. 24, 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 Oct. 31, 2005, and 130 bids were received.The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-06-C-0039).

 Templeton Construction Co.*, San Angelo, Texas, was awarded on Sept. 22, 2006, a $6,981,187 firm-fixed-price contract for design and construction of aircraft operations maintenance complex facility.Work will be performed at Laughlin Air Force Base, Texas, and is expected to be completed by June 30, 2008.Contract funds will not expire at the end of the current fiscal year.There were 277 bids solicited on March 21, 2006, and five bids were received.The U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-06-C-0045).

 Tesoro Corp.*, Virginia Beach, Va., was awarded on Sept. 22, 2006, a $5,160,593 firm-fixed-price contract for modernization of existing facilities.Work will be performed at Langley Air Force Base, Va., and is expected to be completed by Nov. 1, 2006.Contract funds will not expire at the end of the current fiscal year.There were 16 bids solicited on July 27, 2006, and four bids were received.The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-06-C-0066).

 Microbiotix*, Worcester, Mass., was awarded on Aug. 2, 2006, a $5,064,555 cost-plus-fixed-fee contract for development of a novel broad-spectrum anti-bacterials for intracellular biological warfare threats.Work will be performed in Worcester, Mass. (44.3 percent), Fort Detrick, Md. (44.1 percent), and Alberta, Canada (11.6 percent), and is expected to be completed by Aug. 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 Oct. 31, 2005, and 130 bids were received.The Defense Threat Reduction Agency, Fort Belvoir, Va., is the contracting activity (HDTRA1-06-C-0042).

DEFENSE LOGISTICS AGENCY

 Public Works Commission of the City of Fayetteville (PWC), Fayetteville, N.C., is being awarded a maximum $90,765,000 firm, fixed price, non-regulated tariff contract to design, construct, own, operation and maintain the facilities necessary to connect the government's water distribution system to the contractor's system to meet the government's full water service requirements at Fort Bragg, N.C. for Army. Competition is sole source with 1 solicited and 1 responded for a 40-year contract period. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is 2045. Contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-06-C-8253).

 County of Harnett, Lillington, N.C., is being awarded a maximum $64,561,000 firm fixed price, non-regulated tariff contract to design, construct, own, operation and maintain the facilities necessary to connect the government's wastewater service requirements at Fort Bragg, N.C. for Army. Competition is sole source with 1 solicited and 1 responded for a 40-year contract period. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is 2045. Contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-06-C-8254).
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 9/27/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 27 Sep 2006 17:18:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 963-06
FOR RELEASE AT
September 27, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

AIR FORCE

 Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $98,900,000 firm-fixed-price contract modification.This undefinitized contract action increase is not-to-exceed, F-22A Lot 6 long lead and funding through Oct. 31, 2006.At this time, $74,081,250 has been obligated.This work will be complete February 2010.Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.(FA8611-05-C-2850/P0003)

 M7 Aerospace, San Antonio, Texas, is being awarded a $66,726,000 firm-fixed with economic-price adjustment contract modification.This action will exercise option III, for fiscal-year 2007, C-20 contractor logistics support.At this time, no funds have been obligated.This work will be complete September 2007.Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity.(FA8106-04-C-0003/P00105)

 Lockheed Martin Corp., Owego, N.Y., is being awarded a $49,000,000 firm-fixed-price, cost-plus-incentive fee and time and material contract.The contractor shall provide total systems performance responsibility for A-10 aircraft integration by managing all system problems to a final solution.Interfaces are maintained between the performance work systems primary areas of modifications, system test/evaluation, project management, system engineering, and facilities.At this time, $1,300,000 have been obligated.This work will be complete September 2010.Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity.(FA8202-06-D-0001)

 Rocky Mountain Materials and Asphalt, Colorado Springs, Colo., is being awarded a $30,000,000 indefinite delivery/indefinite quantity contract.The contractor shall provide work including, but not limited to paving maintenance, repair, design, and construction service at the USAF Academy.Farish Recreation Area, and Bullseye Auxiliary Field in accordance with the specification, drawings, schedule B, and other applicable contract documents for the base year and each of the four option years.At this time, $200,000 has been obligated.This work will be complete June 2011.10th Mission Support Group, United States Air Force Academy, Colo., is the contracting activity.(FA7000-06-D-0012)

 Northrop Grumman Space and Mission Systems, San Diego, Calif., is being awarded a $26,000,000 cost-plus-incentive fee contract modification.This requirement is for engineering services for the AN/ALQ-161A preprocessor avionics control unit replace preprocessor flight software migration.The contractor work will result in the translation and enhancement of the existing preprocessor flight software from JOVIAL J3B2 to a more modern high order language.The contractor's effort will include planning, analysis and recommendations to establish a government organic software sustainment support posture that will allow efficient, timely and cost effective routine block cycle software updates. At this time, $700,000 has been obligated.Solicitations began in May 2006 and negotiations were complete September 2006.This work will be complete January 2011.Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity.(F09503-03-D-0002/P0099)

 Northrop Grumman Systems Corp., Norwalk, Conn., is being awarded a $24,934,255 firm-fixed-price contract.This requirement is for two line items in support of the AN/APN 241 low power color radar in support of the C-130 aircraft.Line item 0001 is for 49 group B sets and line item 0002 is for one each pilots display control panel (replacement part).At this time, total funds have been obligated.Solicitations began June 2006 and negotiations were complete September 2006.This work will be complete November 2008.Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity.(FA8504-06-D-0014)

 Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $17,866,729 firm-fixed-price contract modification. This action provides for production support systems in support of F-22A Lot 6 production.At this time, total funds have been obligated.This work will be complete February 2010.Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.(FA8611-05-C-2850/P00029)

 EDO Corp., Marine and Aircraft Systems, North Amityville, N.Y., is being awarded a $10,234,565 cost-plus-fixed fee contract.This requirement is for the repair of six different line replaceable units in support of the AN/ALQ-161A system and includes two one-year option periods.At this time, total funds have been obligated.Solicitations began July 2006 and negotiations were complete August 2006.This work will be complete December 2006.Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity. (FA8523-06-D-0009)

 Boeing Co., Seattle, WA., is being awarded a $10,001,116 firm-fixed-price requirements contract.This action provides for 66 hatches, in support of the B-52 aircraft.At this time, no funds have been obligated.Solicitations began December 2005 and negotiations were complete September 2006.This work will be complete July 2008.Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity.(FA8103-06-D-0089)

 General Electric Aircraft Engines, Cincinnati, Ohio, is being awarded an $8,862,085 firm-fixed-price contract.This procurement is to support the F-110-100/129 engine platform.The augmentor nozzle flap is an assembly consisting of a structural backbone; connection lugs at both ends and a base sheet the full length oft the backbone.The primary flap is an essential part of the exhaust nozzle assembly.The government will purchase 4,385 of these flaps.Solicitations began April 2006 and negotiations were complete September 2006.This work will be complete August 2008.448th Combat Sustainment Wing, Tinker Air Force Base, Okla., is the contracting activity.(FA8104-05-G-0003-0075)

 Lockheed Martin Mission Systems, Colorado Springs, Colo., is being awarded an $8,095,267 cost-plus-award fee contract modification.The contractor shall continue the development of software and any Theater Battle Management Core Systems applications required for Spiral 1.1.4 related effort.Software support includes all software development activities in accordance with TTD-05-10C extension and the statement of work.At this time, $2,784,604 has been obligated.Solicitations began July 2006 and negotiations were complete August 2006.This work will be complete January 2007.350th Electronic Systems Wing, Hanscom Air Force Base, Mass., is the contracting activity.(F19628-95-C-0143/no mod # at this time)

 Atlantic Diving Supply Inc., Virginia Beach, Va., is being awarded a $7,072,925 firm-fixed-price contract.This requirement is for the Air Force in support of the Global War on Terrorism and consists of 100,000 size 6 skydex kits and 22,624 size 8 skydex kits.At this time, no funds have been obligated.This work will be complete December 2006.20th Contracting Squadron, Shaw Air Force Base, S.C., is the contracting activity.(FA4803-06-F-0133)

 Lockheed Martin Mission Systems, Colorado Springs, Colo., is being awarded a $6,628,980 cost-plus-award fee contract modification.This modification provides for a continuation of the software development, integration and system engineering activities related to Theater Battle Management Core System. The estimate covers the re-host of the higher headquarters management system application global contract support system infrastructure along with changes to the application in support of Spiral 9.0 functionality.It includes all hours in support of this tasking including tier I, II, III engineering and support, helpdesk, training, kitting and distribution, program management office and travel. At this time, $3,287,132 has been obligated.This work will be complete August 2007.Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity.(F19628-95-C-0143/P00474)

NAVY

 Rolls-Royce Defense Services, Inc., Indianapolis, Ind., is being awarded a $65,321,352 fixed-price modification to a previously awarded requirements contract (N00019-03-D-0012) to exercise an option for power-by-the-hour logistics support for approximately 188 T-45 F405-RR-401 engines.Work will be performed at the Naval Air Station (NAS) Meridian, Miss. (50 percent); NAS Kingsville, Texas (48.94 percent); and NAS Patuxent River, Md. (1.06 percent), and is expected to be completed in September 2007.Contract funds will not expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md., is the contracting activity

 Electric Boat Corporation, Groton, Conn., is being awarded a $61,543,489 cost-plus-fixed-fee/performance incentive modification under previously awarded contract (N00024-05-C-2103) to exercise options for continued performance of engineering efforts as lead construction yard for Virginia Class submarines.The contract provides lead construction yard engineering support that will maintain, update and support the Virginia Class design and related drawings and data for each Virginia Class submarine, including technology insertion throughout its construction and post shakedown availability period. The contractor will also provide all engineering necessary for direct maintenance and support of Virginia Class ship specifications.work will be performed in Groton, Conn. (94 percent); Quonset R.I. (5 percent) and Newport, R.I. (1 percent), and is expected to be completed by September 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.

 ITT Systems, A Division of ITT Industries, Inc., Pacific Missile Range Facility (PMRF), Barking Sands Project, Kekaha, Hawaii, is being awarded a $41,870,638 modification under previously awarded cost-plus-incentive/award-fee, fixed-price incentive award fee contract (N00604-98-C-0031) for base operation support and range operation support services for PMRF Barking Sands, Kekaha, Hawaii.Work will be performed in Kekaha, Hawaii, 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 competitively, with 83 proposals solicited and four offers received.The Fleet and Industrial Supply Center, Pearl Harbor, Hawaii is the contracting activity.

 Lockheed Martin Maritime Systems and Sensors (MS2) Electronics Park, a division of Lockheed Martin Corporation, Syracuse, N.Y., is being awarded a not-to-exceed $34,000,000 firm-fixed-price modification under previously awarded letter contract (N00024-05-C-6237) to exercise an option for production of four low rate initial production Remote Minehunting Vehicles (RMVs).The AN/WLD-1(V)1 RMV consists of a high-endurance, remotely controlled, off-board, low-observable, semi-submersible vehicle that will be used for mine reconnaissance.The goal of the RMV is to provide fleet combatants with the capability to detect and classify bottom and moored contacts.The RMV will be incorporated into DDG 91 through DDG96 Class ships and Littoral Combat Ship Class.Work will be performed in Riviera Beach, Fla. (99 percent), Syracuse, N.Y. (1 percent), and is expected to be completed in October 2008.Contract funds will not expire at the end of the current fiscal year.The Naval Sea Systems
Command, Washington, D.C., is the contracting activity.

 Progeny Systems, Manassas, Va., is being awarded a $29,637,795 cost-plus-fixed-fee contract for engineering and technical services in support of continued development of a Test Instrumentation Package (TIP) that collects Non-Propulsion Electronic Systems and in-service Command, Control, Communication and Intelligence system data. This contract is a Phase III effort to an initial Small Business Innovative Research procurement.The contractor will tailor the TIP to the needs of individual test events, provide TIP installation/removal services and operational support for test events, establish and manage a TIP test database, provide configuration management of TIP variants.Work will be performed in Manassas, Va., and is expected to be completed by September 2011.Contract funds in the amount of $1,994,000, will expire at the end of the current fiscal year.The contract was not competitively procured.The Naval Undersea Warfare Center, Newport Division, Newport, R.I., is the
contracting activity (N66604-06-D-1884).

 The Walsh Group (doing business as) Archer Western Contractors, Chicago, Ill., is being awarded $29,022,000 for firm-fixed-price Task Order 0005 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62470-01-D-1138) for the design and construction of an Administrative Complex at Naval Support Activity, Norfolk.Work will be performed in Norfolk, Va., and is expected to be completed by October 2008.Contract funds will not expire at the end of the current fiscal year.The basic contract was competitively procured with 116 proposals solicited, 10 offers received and award made on April 26, 2002.The total contract amount is not to exceed $150,000,000 annually (base year with four option years) with a maximum of $750,000,000 worth of projects to be placed on all multiple contracts over the five-year term.The multiple contractors (six 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, Mid-Atlantic, Norfolk, Va., is the contracting activity.

 Harry Pepper &amp; Associates, Inc.*, Jacksonville, Fla., is being awarded $23,689,617 for firm-fixed price Task Order KB01 under previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract (N62467-03-D-0089) for Hurricane Wilma repairs at Base Operations Facilities, Boca Chica.Work will be performed in Key West, Fla., and is expected to be completed by May 2008.Contract funds will expire at the end of the current fiscal year.The basic contract was competitively procured with 28 offers solicited, seven proposals received and award made on Sept. 22, 2003.The total contract amount is not to exceed $200,000,000, which includes the base period and four option years.The multiple contractors (four 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, Pacific, Pearl Harbor, Hawaii, is the contracting
activity.

 TJC Engineering, Inc.*, Louisville, Ky., is being awarded $19,267,234 for firm-fixed-price Task Order 0001 under previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N62467-05-D-0182) for Hurricane Katrina repairs at Naval Air Station, Meridian.The work to be performed provides for repair of rooftop heating, ventilation and air conditioning, renovate all bathrooms, replace all drywall, replace all carpet, replace all windows, replace water piping, pipe downspouts to storm sewer, replace sewer mains, replace exterior doors, replace deteriorated cold-formed steel and associated bracing in kind for the buildings.Work will be performed in Meridian, Miss., and is expected to be completed by October 2011.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 34 proposals received and award made to multiple contractors on
 August 29, 2005.The total contract amount is not to exceed $350,000,000 (base period and four option years).The multiple contractors (eight in number) may compete for task orders under the terms and conditions of the existing contract.Three proposals were received for this task order.The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

 Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., is being awarded $18,993,018 for firm-fixed-price Task Order KB02 under previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract (N62467-03-D-0090) for Hurricane Wilma repairs at Marine Operations Facilities, Key West.The work to be performed provides for all design, repair and incidental related work to correct damage caused by the hurricane.The primary facilities located at Trumbo Annex, Key West, consist of two major buildings, one pier and three finger piers.Work will be performed in Key West, Fla., and is expected to be completed by April 2008.Contract funds will expire at the end of the current fiscal year.The basic contract was competitively procured with 28 offers solicited, seven proposals received and award made on Sept. 22, 2003.The total contract amount is not to exceed $200,000,000, which includes the base period and four option years.The multiple
contractors (four 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, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

 Scientific Research Corp., Atlanta, Ga. is being awarded a $16,999,858 modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed feecontract (N65236-03-D-5853) for systems engineering and technical services in support of C4ISR systems, including but not limited to Naval Modular Automated Communications System/Single Messaging Solution, Defense Message System, Joint Tactical Radio System, Digital Modular Radio and Fleet Submarine Broadcast System.Work will be performed in Charleston, S.C., and is expected to be completed by December 2006.Contract funds will not expire at the end of the current fiscal year.This contract was competitively procured through the e-Commerce Central web site, with two offers received.The Space and Naval Warfare Systems Center, Charleston, S.C., is the contracting activity.

 Federal Cartridge Company, Anoka, Minn., is being awarded a potential $16,991,600 firm-fixed-price, indefinite delivery/indefinite quantity contract, for a maximum 30,000,000 rounds of 40 caliber jacketed hollow point and 30,000,000 of 40 caliber ball ammunition.The 40 caliber ammunition will be used in support of the United States Air Force and will be used for training purposes.Work will be performed in Anoka, Minn., and is expected to be completed by September 2011.Contract funds in the amount of $2,000,000, will expire at the end of the current fiscal year. This contract was competitively procured and advertised on the Internet, with three offers received.The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity. (N00164-06-D-4877)

 Walton Construction Company L.L.C., Harahan, La., is being awarded $12,856,000 for firm-fixed price Task Order 0004 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62467-05-D-0184) for repairs to harden Hangars 3 and 4 at the Naval Air Station, Joint Reserve Base, New Orleans.The work shall include window replacement, exterior personnel door upgrades, electrical upgrades to exterior lighting, fire alarm and fire suppression system repair, mechanical component upgrades, roof deck and roofing replacement, exterior wall panel upgrades, hanger door replacement, repairs to pavement around the buildings, and related work. Work will be performed in New Orleans, La., and is expected to be completed by November 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 34 proposals received and
award made to multiple contractors on August 29, 2005.The total contract amount is not to exceed $350,000,000 (base period and four option years).The multiple contractors (eight 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, Southeast, Jacksonville, Fla., is the contracting activity.

 Lockheed Martin Systems Integration-Owego, Owego, N.Y., is being awarded a $10,317,277 firm-fixed-price, cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-03-G-0014) for the manufacture and delivery of one AN/ALQ-217A electronic support measure hot bench, including associated AN/ALQ-217A hardware, software, training and documentation.Work will be performed in Owego, N.Y., and is expected to be completed in March 2009.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.

 Vectronix Inc., Leesburg, Va., is being awarded a $9,988,326 firm-fixed-price, indefinite-delivery/indefinite quantity contract for delivery of a minimum of 50 (each) and a maximum of 1420 pocket laser range finders (PLRF).PLRFs are small, handheld, button operated laser range finders with an internal sighting optic, range display, and digital magnetic compass. PLRFs are capable of determining range to targets at five meters or greater and are carried and used by Naval Special Warfare personnel.Work will be performed in Leesburg, Va. (60 percent), and Heerbrugg, Switzerland (40 percent), and is expected to be completed by September 2011.Contract funds in the amount of $747,865 will expire at end of the current fiscal year.This contract was competitively procured with proposals solicited via Federal Business Opportunities and the Naval Surface Warfare Center Crane e-commerce site with one offer received.Naval Surface Warfare Systems Crane Division, Crane Ind., is the
contracting activity (N00164-06-D-8595).

 DynCorp International LLC, Fort Worth, Texas, is being awarded a $9,643,087 estimated value modification to a previously awarded firm-fixed-price, cost-reimbursable contract (N00019-01-C-0019) to exercise an option for aircraft maintenance and logistical life cycle support for 12 Navy and Marine Corps UC-35 aircraft.Work will be performed at the Marine Corps Air Station (MCAS) Futenma, Japan (24 percent); Andrews Air Force Base, Andrews, Md. (24 percent); MCAS Cherry Point, NC (16 percent); MCAS Miramar, Calif. (16 percent); the Naval Air Station (NAS) New Orleans, La. (16 percent); and various Navy and Marine Corps air stations within the United States (4%), and is expected to be completed in September 2007.Contract funds will not expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

 Stronghold Engineering, Inc., Riverside, Calif., is being awarded $9,217,000 for firm-fixed-price Task Order 0003 under previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N68711-05-D-4012) for airfield lighting system repair at Marine Corps Air Station, Miramar.The work to be performed provides for upgrade of the distribution system of new electrical pull boxes and lighting cables from thetrench in the airfield electrical vaults to the various lighting connection points; update runway edge lighting, centerline lighting and end-of runway/threshold lighting to current Naval Air Systems Command standards for runways 24R-6L, 24L-6R and 10-28.Work will be performed in San Diego, Calif., and is expected to be completed by September 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 14 proposals received and
award made to multiple contractors on March 31, 2005.The total contract amount is not to exceed $100,000,000 (base period and four option years).The multiple contractors (three in number) may compete for task orders under the terms and conditions of the existing contract.Three proposals were received for this task order.The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

 Goodrich Corporation, Aircraft Interior Products, Propulsion Systems, Phoenix, Ariz., is being awarded a $7,760,623 firm-fixed-price contract for digital recovery sequencers in support of the Cartridge Actuated Devices/Propellant Actuated Devices Joint Program Office, Naval Warfare Center, Indian Head, MD.This contract combines purchases for the Air Force (60 percent), and the governments of Greece (16 percent); Egypt (15 percent); Jordan (2 percent); Korea (2.5 percent); Bahrain (1 percent); Turkey, Pakistan, Portugal, Italy, Netherlands, Taiwan, and Thailand (less than 1 percent each) under the Foreign Military Sales Program.Work will be performed in Northridge, Calif. (47 percent); Glasgow, Scotland (17 percent); and Phoenix, Ariz. (36 percent), and work is expected to be completed by November 2007.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 (N00104-06-C-K095).

 Northrop Grumman Defense Mission Systems, Inc, Stafford, Va., is being awarded a $5,597,324 award term task order #0062 to previously awarded contract (M67854-02-A-9016) (task order #0046) for engineering and scientific support for product group information systems and infrastructure for Global Combat Support System-Marine Corps (GCSS-MC).Funding in the amount of $5,229,054 is being applied at the time of award.The contractor is responsible for providing recommendations to the program manager GCSS-MC regarding pertinent courses of action selection and related technical matters, managing the update of program documentation and helping to ensure Clinger-Cohen Act compliance across the portfolio.Provide responsive, flexible and effective management visibility of cross-functional, cross-service and multi-echelon activities; e.g. logistics, manpower and finance, that support operational mission accomplishment by the commander.Work will be performed in Stafford, Va., and is
expected to be completed in October 2007.Contract funds will not expire at the end of the current fiscal year.The Marine Corps System Command, Quantico, Va., is the contracting activity.

 Booz Allen Hamilton, Inc., Mclean, Va., is being awarded a $5,117,291 modification to a previously awarded cost-plus-fixed-fee contract (N00421-05-C-0002) to exercise an option for systems engineering and analysis and technical management services for the Identification Systems Division.The estimated level of effort for this option is 92,120 man-hours.Work will be performed in St. Inigoes, Md., and is expected to be completed in September 2007.Contract funds will not expire at the end of the current fiscal year.The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.

 General Dynamics Amphibious Systems, Woodbridge, Va., is being awarded a $5,063,905 firm-fixed price contract for two MK46 Mod 2 weapon systems.The MK46 Mod 2 Weapon System is an accurate and lethal system available in both land and naval variants.The lightweight and compact size makes it an ideal candidate for numerous applications.Work will be performed in Woodbridge, Va. (93.9 percent) and Westminster, Md. (6.1 percent), and is expected to be completed by March 2008.Contract funds will expire at the end of the current fiscal year.This contract was not competitively procured.The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-06-C-1012).

ARMY

 BAE Systems Inc., Nashua, N.H., was awarded on Sept. 26, 2006, a $35,190,408 modification to a firm-fixed-price contract for acceleration of delivery of thermal weapon sights.Work will be performed in Lexington, Mass., and is expected to be completed by Oct. 31, 2008.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on May 1, 2006.The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-04-C-A204).

 FN Manufacturing L.L.C., Columbia, S.C., was awarded on Sept. 26, 2006, a $34,177,482 modification to a firm-fixed-price contract for Procurement of M240B machine guns.Work will be performed in Columbia, S.C., and is expected to be completed by Jan. 27, 2008.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on Aug. 1, 2005.The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-05-C-0283).

 Stewart &amp; Stevenson Tactical Vehicle Systems L.P., Sealy, Texas, was awarded on Sept. 26, 2006, a delivery order amount of $24,791,268 as part of a firm-fixed-price contract for refurbishment of Family of Medium Tactical Vehicles.Work will be performed in Texarkana, Texas, and is expected to be completed by Sept. 30, 2008.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on June 27, 2006.The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-D-0345).

 J&amp;J Contractors Inc.*, Lowell, Mass., was awarded on Sept. 25, 2006, a $12,573,650 firm-fixed-price contract for construction of an aerial port facility, combined security forces/telecommunications facility, and an entry control point.Work will be performed in North Kingstown, R.I., and is expected to be completed by Feb. 17, 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. 24, 2006, and four bids were received.The National Guard Bureau, North Kingstown, R.I., is the contracting activity (W912LD-06-C-0036).

 General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Fla., was awarded on Sept. 26, 2006, a $9,357,586 firm-fixed-price contract for various types of non-standard ammunition.Work will be performed in Afghanistan, and is expected to be completed by Dec. 30, 2006.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on Aug. 30, 2006.The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (W52P1J-06-C-0044).

 Coakley &amp; Williams Construction Inc., Gaithersburg, Md., was awarded on Sept. 22, 2006, a $9,308,000 firm-fixed-price contract for construction of a physical fitness center.Work will be performed at Fort McNair, Washington, D.C., and is expected to be completed by Sept. 20, 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 20, 2006, and four bids were received.The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-06-C-0046).

 SLR Contracting &amp; Service Company Inc.*, Buffalo, N.Y., was awarded on Sept. 26, 2006, a $7,870,000 firm-fixed-price contract for Construction of a fire and crash rescue station.Work will be performed at Niagara Falls Air Reserve Station, N.Y., and is expected to be completed by April 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 July 17, 2006, and four bids were received.The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0051).

 Weeks Marine Inc., Covington, La., was awarded on Sept. 25, 2006, a $7,266,500 firm-fixed-price contract for maintenance dredging.Work will be performed in Vermillion Parish, La. (55 percent), and Cameron Parish, La. (45 percent), and is expected to be completed by Feb. 12, 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. 1, 2006, and two bids were received.The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0201).

 Petticoat Construction*, Cropwell, Ala., was awarded on Sept. 25, 2006, a delivery order amount of $5,705,000 as part of a $5,705,000 firm-fixed-price contract for construction of a child development center.Work will be performed at Redstone Arsenal, Ala., and is expected to be completed by April 15, 2008.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on June 8, 2005.The U.S. Army Engineer District, Mobile, Ala., is the contracting activity (W91278-05-D-0032).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 General Atomics, San Diego, Calif., was awarded on September 18, 2006, a $2,000,000 increment of a $32,715,505 modification to a previously awarded cost-plus-fixed-fee contract for phase 3B of the High Energy Liquid Laser Area Defense System (HELLADS).Work will be performed in San Diego, Calif. (78 percent), Sunnyvale, Calif. (20 percent), and Somerville, Mass. (2 percent) and is expected to be completed January 2008.Funds will not expire at the end of the current fiscal year.This is a sole source award.The contracting activity is the Defense Advanced Research Projects Agency, Arlington, VA (HR0011-03-C-0024).

DEFENSE LOGISTICS AGENCY

 AmeriQual Group, LLC, Evansville, Indiana,* is being awarded a maximum 82,340,253 firm, fixed price, indefinite delivery, indefinite quantity contract for unitized group ration. This is option "A" on first option year. Using services are Army, Navy, Air Force, and Marine Corps. There were 3 proposals solicited with 3 responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 30, 2008. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-04-D-Z214).

 Labatt Food Company, San Antonio, Texas,* is being awarded a maximum 42,352,337 firm fixed price, indefinite delivery, indefinite quantity contract for unitized group ration. This is option "A" on first option year. Using services are Army, Navy, Air Force, and Marine Corps. There were 3 proposals solicited with 3 responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 30, 2008. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-04-D-Z216).

 The Wornick Company, Cincinnati, Ohio, is being awarded a maximum 120,596,043 firm fixed price, indefinite delivery, indefinite quantity contract for unitized group ration. Other locations of performance are McAllen, Texas. This is option "A" on first option year. Using services are Army, Navy, Air Force, and Marine Corps. There were 3 proposals solicited with 3 responses. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 30, 2008. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-04-D-Z216)
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 9/28/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 28 Sep 2006 17:10:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 968-06
FOR RELEASE AT
September 28, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

AIR FORCE

 Lockheed Martin Corp., Palmdale, Calif., is being awarded a $1,400,000,000 indefinite delivery/indefinite quantity contract with cost-plus-incentive fee as the predominant contract type.However cost-plus-fixed fee, firm-fixed-price, and time and materials may also be used on individual delivery orders as appropriate for the specific effort.This contract is for the Total System Support Partnership (TSSP) II effort which provides continued sustainment support for the F-117 weapon system.Individual delivery orders may also be issued for aircraft modification induction, change proposal activities, supplemental sustainment support, tailored depot work packages, and aircraft disposition. At this time, no funds have been obligated.Solicitations began December 2005 and negotiations were complete September 2006.This work will be complete September 2012.PA POC, Capt Everdeen, (937) 255-2725.Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the
contracting activity.(FA8627-06-D-2160)

 Shaw Environmental Inc., Knoxville, Tenn., Innovative Technical Solutions Inc., Denver, Colo., Kemron Environmental Services Inc., Atlanta, Ga., CH2M Hill Corp., Herndon, Va., Tetra Tech Inc., Oak Ridge, Tenn., URS Group Inc., Omaha, Neb., CAPE, San Antonio, Texas and Environmental Chemical Corp., Burlingame, Calif., are being awarded a $500,000,000 indefinite delivery/indefinite quantity withfirm-fixed-price, cost-reimbursable, fixed-price-incentive, time and materials/labor hours and cost-plus-fixed fee types of task orders.The contracts are being awarded under a shared program ceiling of $500,000,000.This action provides for restoration; performance-based remediation; horizontal and vertical construction, repair and maintenance; demolition; force protection; homeland security; and a full range of operations and services and tasks that support environmental requirements on government installation.The Air Force can issue delivery orders totaling up to the maximum amount
indicated above, although requirements may necessitate less than the amount above.At this time, $80,000 has been obligated.Solicitations began September 2005 and negotiations were complete September 2006.This work will be complete September 2016.PA POC is Maj Tingley, (757) 764-5007.Headquarters Air Combat Command, Langley Air Force Base, Va., is the contracting activity.(FA4890-06-D-0004 thru FA4890-06-D-0011)

 Boeing Co., C3 Networks, Anaheim, Calif., is being awarded a $465,906,887 cost-plus award fee contract modification.This contract will incorporate Engineering Change Proposal 0020 replan into the Family of Advanced Beyond-Line of Sight Terminals (FAB-T) increment 1 program.The ECP 0020 replan addresses changes necessary to implement an executable program within cost and schedule objectives that will support the Advanced Extremely High Frequency (AEHF) communications requirements.Specifically, the replan addresses the following:program overruns, requirements deferrals and accelerations, requirements deletions, pending requirements changes that will enable FAB-T to meet external requirements from concurrently evolving systems e.g., the AEHF payloads, and the INFOSEC module for FAB-1 and include option to support government interoperability testing.At this time, $1,761,770 have been obligated.This work will be complete December 2011.PA POC is Lt Fox, (781)
377-7901.Headquarters 653d Electronic Systems Wing, Hanscom Air Force Base, Mass., is the contracting activity.(F19628-02-C-0048/P00095)

 Teledyne Wireless Inc., Rancho Cordova, Calif., is being awarded a $370,000,000 firm-fixed-price, time and materials and cost-reimbursable without fee contract.This action provides for spare (nine items), remanufacture/modernization/repairs/repairs (57 output items), associated Engineering Services, and Logistics Sustainment/Modicfication Services and Data which are sole source to Teledyne within the authority of the approved SAF/AQ Class J&amp;A #06-JA-013 (11 July 2006).The Class J&amp;A covered supplies and services supporting Communications and Electronics items for the ALQ-131, ALQ-161, ALQ-135, ALQ-172 and the Joint Helmet Mounted Cuing Systems.At this time, no funds have been obligated.This work will be complete October 2017.For more information call (478) 327-8734.Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity.(FA8536-06-D-0002)

 McDonnell Douglas Corp., San Antonio, Texas, is being awarded a $306,512,243 firm-fixed-price with economic price adjustment contract modification.The Air Force is exercising an option VIII and option H, for fiscal year 2007, in support of KC-10 and KDC-10 Contractor Logistics Support.At this time, no funds have been obligated.This work will be complete September 2007.For more information call (405) 739-9183.Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity.(F34601-98-C-0125/P00214)

 L3 Communications, Integrated Systems, Greenville, Texas, is being awarded a $13,610,000 time and material, cost reimbursable and firm-fixed price contract modification.This action is for one-year effort in support of Mission Communication System encompassing United States Air Force unique communication systems, which allows for ground and airborne, secure and non-secure communications between aircraft and ground stations installed on designated executive versions of the C-9, C-20 and VC-25A aircraft stationed at Andrews Air Force Base Maryland and in Europe.This contract provides for a 24-hour contact for in-flight emergencies, emergency inquiries, on-site support and operation of the benches located at Andrews Air Force Base including requests for software, firmware, and hardware changes including development and test; engineering feasibility studies, analyses and investigations of material deficiency reports and mishaps; and requirements for technical offers,
preliminary engineering change proposal, minor modification, upgrades and enhancements including design, testing, integration and kit purchases.At this time, no funds have been obligated.This work will be complete September 2007.Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity.(FA8106-04-C-0002/P00041)

 Northrop Grumman Systems Corp., El Segundo, Calif., is being awarded an $11,976,924 cost-plus-fixed fee contract.This action provides for Air Force Information Warfare Center, Information Operations Concepts and Integration Program.At this time, $533,050 have been obligated.This work will be complete December 2011.Air Intelligence Agency, San Antonio, Texas, is the contracting activity.(FA7037-06-D-0001)

 Insight Technology Inc., Londonderry, N.H., is being awarded a $9,735,590 firm-fixed price contract modification.This contract action is required to assemble and deliver 145 Block I Panoramic Night Vision Goggles, 1,112 snap-on diaper assemblies, and 16 ANV-126-210 adapter kits.At this time, $7,301,693 have been obligated.This work will be complete April 2008.Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.(FA8607-04-C-2752/P00011)

 Celtech Corp., Carlsbad, N.M., is being awarded a $7,810,376 firm-fixed-price contract.This action provides for refurbishment and upgraded of a maximum quantity of 7 A/M37T-21 Engine Test Stands, 12 A/M37T-20 Engine Test Stands, and 7 A/M99T-2 Calibration Trailers.These support equipment items are used for organizational level testing of uninstalled aircraft engines.With the appropriate adapter kit, the engine test stands are capable of testing all jet and turboprop engines in U.S. Military.The items maintained by the Support Equipment and Vehicle Management Directorates at Robins Air Force Base, Ga.At this time, no funds have been obligated.Solicitations began August 2006 and negotiations were complete September 2006.This work will be complete December 2007.Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity.(FA8519-06-D-0018)

 JGB Enterprise Inc., Liverpool, N.Y., is being awarded a $7,135,895 firm-fixed-price contract.This action provides for basic expeditionary airfield resources, water systems and related components.This action is an order for the following:18 diesel pumps, 5 source run subsystem, 8 each, 550 initials, 8 each 550 follow on, each industrial operations and flight line extension, 4 each 600 reverse osmosis water purifier units and 6 each 1500 reserve osmosis water purifier units.At this time, total funds have been obligated.This work will be complete March 2007.Headquarters 542d Combat Sustainment Wing, Robins Air Force Base, Ga., is the contracting activity.(FA8519-04-D-0017-0004)

 Northrop Grumman Mission Systems, Clearfield, Utah, is being awarded a $6,180,731 firm-fixed-price contract modification.The action provides for necessary labor, materials, and facilities to procure, fabricate, test and deliver FY05 and FY06 initial provisioning items for the Minuteman III Guidance Replacement Program Full Rate Production.At this time, total funds have been obligated.Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity.(F42610-98-C-0001/no mod # at this time)

NAVY

 L3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded $94,064,580 estimated value modification to a previously awarded fixed-price, cost-reimbursable, time and materials requirements contract (N00019-03-D-0010) to exercise an option for contractor logistics support for the T-45 Training System.Work will be performed at the Naval Air Station (NAS) Kingsville, Texas (51 percent) and NAS Meridian, Miss. (49 percent), and is expected to be completed in September 2007.Contract funds will not expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 Alliance Compliance Group JV (joint venture)*, San Diego, Calif., is being awarded a not to exceed $40,000,000firm-fixed price, indefinite-delivery/indefinite-quantity contract for architect-engineering services to provide multi-media environmental compliance support.Work will be performed at various Navy and Marine Corps installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (80 percent), Arizona (4 percent), Nevada (2 percent), New Mexico (2 percent), and Utah (2 percent), and is expected to be completed September 2007.Contract funds will not expire at the end of the current fiscal year.This contract was issued as a 100% Small Business Set Aside on the NAVFAC e-solicitation website with 14 proposals received and five firms slated for interview.The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-06-D-2206).

 DME Corp., Orlando, Fla., is being awarded $33,564,976 for delivery order #0004 under previously awarded indefinite-delivery/indefinite-quantity contract (M67854-05-D-3011) for
Virtual Instrument Portal Equipment/Tester (VIPER/T) Third Echelon Test Set (TETS) and related equipment.TETS is a weapon system field portable, automated, diagnostic fault isolation mechanism.TETS has 3 variants; Radio Frequency (RF), Electro-Optical (EO), and RF/EO.The order is specifically for quantity 30 RF/EO variants, quantity 33 Stand Alone Instrument Fixtures (SAIF), quantity 10 Calibration Interface Devices, quantity 152 Functional Modification 1 Kits, and quantity 90 Functional Modification 2 Kits.Work will be performed in Orlando, Fla. (70 percent) and Santa Barbara, Calif. (30%), and is expected to be completed January 2010.Contract funds will not expire at the end of the current fiscal year.This contract was competitively awarded through full and open competition with 2 proposals having been received.The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

 McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $24,351,219 delivery order against a previously issued Basic Ordering Agreement (N00019-05-G-0026) for implementation of Engineering Change Proposal 583R2C2, an avionics upgrade for the F/A-18A+ Program for the U.S. Marine Corps, including non-recurring engineering, a validation/verification kit, one spare set of displays and 12 retrofit kits.Work will be performed in St. Louis, Mo. (50 percent) and Toronto, Canada (50 percent), and is expected to be completed in April 2009.Contract funds in the amount of $2,326,939 will expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

 Raytheon Systems Co., McKinney, Texas, , is being awarded a $24,232,820 firm fixed price order under previously awarded Basic Ordering Agreement N00164-06-G-8555, for Multi-spectral Targeting Systems (MTS), including 21 Turret Units and associated items in support of MH-60 Romeo and Sierra Multi-Mission Combat Helicopters.The MTS is a forward-looking infrared system used on Predator Unmanned Aerial Vehicles.The MTS provides real-time imagery selectable between infrared and night vision camera, as well as a laser designation capability.Work will be performed in McKinney, Texas, and is expected to be completed by May 2008.Contract funds will not expire at the end of the current fiscal year.The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

 BAE Systems Applied Technologies, Inc., Rockville, Md., is being awarded a $20,664,953 cost-plus-fixed-fee term, level of effort, contract for maintenance, logistics, and life cycle services in support of communication-electronic equipment/systems and subsystems for various Navy, Army, Air Force, Special Operations Forces and other Federal Agencies in support of the Special Communications Requirements Division of the Naval Air Warfare Center Aircraft Division.Work will be performed in California, Md. (62 percent); Fayetteville, N.C. 12 percent); Chesapeake, Va. (8 percent); San Diego, Calif. (7 percent); Fort Bliss, Texas (4 percent); Ft. Walton Beach, Fla. (2 percent); Panzer Kaserne, Germany (2 percent); Homestead, Fla. (2 percent); and Tampa, Fla. (1 percent), and is expected to be completed in September 2007.Contract funds will not expire at the end of the current fiscal year.This contract was competitively procured via an electronic request for proposals; 11 firms
were solicited and one offer was received.The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity N00421-06-C-0085).

 Lockheed Martin Corp., Maritime Systems and Sensors (LM MS2), 9500 Godwin Drive, Manassas, Va., was awarded Sept. 27, 2006, a $19,000,000 firm-fixed-price, time and material letter contract, for production and delivery of up to 208 (ea) Symphony Improvised Explosive Device (IED) Jammer Systems; including field test sets, operator reference cards, antenna elevation kits, uploader software, user guides, tool kits, theater support, field service engineering, and system documentation for a 52 week period to meet urgent Department of Defense (DoD) requirements in support of Operation Iraqi Freedom and Operation Enduring Freedom.The Symphony IED Jammer System is a programmable, radio-frequency IED defeat system that is vehicle mounted.Vehicle mounted systems are one element of the DoD's Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) program.Work will be performed in Manassas, Va., and is expected to be completed by September 2007.Contract
funds in the amount of $19,000,000 will expire at the end of the current fiscal year.The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-C-6363).

 John C. Grimberg Co., Inc., Rockville, Md., is being awarded $16,576,000 for firm-fixed price Task Order 0011 under previously awarded indefinite-quantity multiple award construction contract (N62477-04-D-0012) for construction of the Air Sovereignty Alert (ASA) Fighter Alert Complex and ASA Support Facilities at Andrews Air Force Base.Work will be performed in Camp Springs, Md., 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 via the Naval Facilities Engineering Command e-solicitation website with 17 proposals received and award made on July 22, 2004.The total contract amount is not to exceed $500,000,000, which includes the base period and four option years.The multiple contractors (seven in number) may compete for task orders under the terms and conditions of the existing contract.Three proposals were received for this task order.The Naval Facilities
Engineering Command, Washington, Wash., D.C., is the contracting activity.

 Chugach Industries, Inc.*, Anchorage, Alaska, is being awarded $14,847,866 under a previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity base operating support(BOS) contract (N44255-05-D-7100)to exercise Option 1 for BOS services at Navy Region Northwest, North Sound area.The current total contract amount after exercise of this option will be $54,240,355.Work will be performed at Naval Air Station Whidbey Island, Oak Harbor, Wash. (94 percent); Naval Station Everett, Everett, Wash. (5 percent); and outlying facilities (1 percent), and is expected to be completed September 2007.Contract funds will expire at the end of the current fiscal year.The basic contract was competitively procured as an 8(a) small business set-aside under the Small Business Administration via the Naval Facilities Engineering Command e-solicitation website with two proposals received and award made on Sept. 29, 2005. The Naval Facilities Engineering Command, Northwest,
Silverdale, Wash., is the contracting activity.

 Northrop Grumman Mission Systems, Defense Mission Systems Division, Dahlgren, Va., is being awarded an $11,977,731 modification under previously awarded contract (N00178-04-C-2020) to exercise an option for continued training tools integration, development, maintenance, documentation, and operation for the Aegis Training and Readiness Center/Center for Surface Combat Systems.Work will be performed in Dahlgren, Va. (55 percent); Norfolk, Va. (22 percent); San Diego, Calif. (12 percent); Pearl Harbor, Hawaii (8 percent); Mayport, Fla. (2 percent); and Everett, Wash. (1 percent), and is expected to be completed by September 2007.Contract funds will not expire at the end of the current fiscal year.This modification combines support of the U.S. Navy (90 percent) and the governments of Japan (3 percent), Norway (3 percent), South Korea (3 percent), and Spain (1 percent) under the Foreign Military Sales program.The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va.,
is the contracting activity.

 FLIR Systems Inc, North Billerica, Mass., is being awarded an $11,837,038 firm-fixed-price, indefinite-delivery/indefinite quantity contract, for delivery of a minimum 4 (ea), maximum 250 (ea) hand-held Long Range Infrared Imaging Systems.The Long Range Infrared Imaging System is used during special operations missions for target acquisition in a maritime environment with high temperatures and high humidity.The system provides the end user the capability to detect and identify targets from long range, in a lightweight man-portable package.
Work will be performed in North Billerica, Mass., and is expected to be completed by December 2011.Contract funds in the amount of $560,163, will expire by the end of the current fiscal year.The contract was competitively procured and advertised via the Internet, with four proposals received.The Naval Surface Warfare Center, Crane Division, Crane Ind., is the contracting activity (N00164-06-D-8597).

 John C. Grimberg Co., Inc., Rockville, Md., is being awarded $9,897,000 for firm-fixed price Task Order 0012 under previously awarded indefinite-quantity multiple award construction contract (N62477-04-D-0012) for construction of the Electromagnetic Research/Engineering Test Facilities at Naval Support Activity, South Potomac.Work will be performed in Dahlgren, Va., and is expected to be completed by December 2007.Contract funds will not 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 on July 22, 2004.The total contract amount is not to exceed $500,000,000, which includes the base period and four option years.The multiple contractors (seven in number) may compete for task orders under the terms and conditions of the existing contract.Three proposals were received for this task order.The Naval Facilities Engineering
Command, Washington, Wash., D.C., is the contracting activity.

 John C. Grimberg Co., Inc., Rockville, Md., is being awarded $7,495,000 for firm-fixed price Task Order 0013 under previously awarded indefinite-quantity multiple award construction contract (N62477-04-D-0012)for construction of the Joint Explosive Ordnance Disposal Technical Support Facility, Phase 2, at Stump Neck Annex, Indian Head.The work to be performed provides for the design and construction of a two-story addition to Building 2172 and will connect to both the existing original construction and the Phase 1 addition.The addition will include a raised floor server room, two Sensitive Areas, offices for the four Service Detachments, a Visual Imaging Lab, an Advanced Concepts Lab, along with various administrative and support offices.The entire building will be a secure facility.Work will be performed in Indian Head, Md., and is expected to be completed by April 2008.Contract funds will not expire at the end of the current fiscal year.The basic contract was
competitively procured via the NAVFAC e-solicitation website with 17 proposals received and award made on July 22, 2004.The total contract amount is not to exceed $500,000,000, which includes the base period and four option years.The multiple contractors (seven in number) may compete for task orders under the terms and conditions of the existing contract.Three proposals were received for this task order.The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity.

 Lockheed Martin Systems Integration-Owego, Owego, N.Y., is being awarded a $6,979,116 modification to a previously awarded cost-plus-incentive-fee contract (N00019-05-C-0076) for non-recurring design efforts associated with Link 16/P3I Phase II of the MH-60R/S Block I Upgrade.Work will be performed in Owego, N.Y., and is expected to be completed in May 2008.Contract funds will not expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 Anteon Corp., Fairfax, Va., is being awarded a $6,565,715 award term task order #0017 under a previously awarded contract (M67854-02-A-9014) (task order #0015), forengineering &amp; scientific support, program manager Radars Annual Support for the Marine Air Ground Task Force Command and Control (MAGTF C2) Weapons and Sensors Development and Integration (MC2I) Office.Funding in the amount of $6,431,168.00 is being applied at the time of award.The Contractor will provide on-going technical, managerial and logistics support for PG-11Work will be performed in Stafford, Va., and is expected to be completed in October 2007.Contract funds will not expire at the end of the current fiscal year.The Marine Corps System Command, Quantico, Va., is the contracting activity. , Marine Air Ground Task Force Command and Control (MAGTF C2) weapons and sensors development and integration, Program Manager Radars principal programs and emerging requirements.

 Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., is being awarded $6,413,400 for firm-fixed price Task Order 0009under previously awarded indefinite-quantity multiple award construction contract (N62467-01-D-0297) for renovations to existing Marine Corps Reserve Center Administration Building and Vehicle Maintenance Facility.Work will be performed in Eastover, S.C., and is expected to be completed by March 2008.Contract funds will expire at the end of the current fiscal year.The basic contract was competitively procured with 32 offers solicited, six proposals received, and award made on May 30, 2002.The total contract amount is not to exceed $200,000,000 (base period and four option years).The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract.One proposal was received for this task order.The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

 Communication &amp; Power Industries, Microwave Power Products Division, Palo Alto, Calif., is being awarded a maximum $6,199,440 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for performance-based engineering services to support for the Continuous Wave Illuminator Traveling Wave Tube (TWT) and Simplified Driver TWT used in the Aegis AN/SPY-Radar Systems.The services will include efforts to increase reliability, improve performance, reduce acquisition costs or transition engineering efforts into production of existing TWT designs. The contract combines support for the U.S. Navy (20 percent) and the governments of Korea (20 percent), Spain (20 percent), Australia, (20 percent), and Japan (20 percent) under the Foreign Military Sales Program. Work will be performed in Palo Alto, Calif., 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 non-competitively procured in
 accordance with Federal Acquisition Regulation 6.302-1.The procurement was synopsized on Federal Business Opportunities website, the Naval Surface Warfare Center (NSWC) Crane Acquisition Division website, and the Request For Proposal was posted on the NSWC Crane Acquisition Division website with one offer received.The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-06-D-8958).

 J&amp;E Associates, Inc., Silver Spring, Md., is being awarded a $5,454,224 time &amp; materials contract for the New Parent Support Program, to assist Marines and their families as they prepare to integrate a child into the home.The contract includes three option years, which, if exercised, would bring the cumulative value of this contract to $22,059,633.Work will be performed at Quantico, Va.(20 percent); Camp Lejune, N.C. (20 percent); MCAS Cherry Point, N.C. (20 percent); Camp Pendleton, Calif. (20 percent); Twenty Nine Palms, Calif. (10 percent); and Kaneohe Bay, Hawaii (10 percent), and is expected to be completed September 2010.Contract funds will not expire at the end of the current fiscal year.This contract was competitively procured through Navy Electronic Commerce On-line site, with three offers received.The Regional Contracting Office Northeast, Marine Corps Base, Quantico, Va., is the contracting activity (M000264-06-C-0014).

 General Dynamics - Ordnance and Tactical Systems, St. Petersburg, Fla., is being awarded a $5,286,000 not-to-exceed contract for the procurement of spare parts for the Pakistani Army's MI-17 helicopters under the Foreign Military Sales Program.The MI-17 aircraft parts are required to meet the operational requirements for the Pakistan Army in support of the Global War on Terrorism.Work will be performed in St. Petersburg, Fla., and is expected to be completed in October 2007.Contract funds in the amount of $5,286,000 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-0125).
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 9/29/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 29 Sep 2006 17:44:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 973-06
FOR RELEASE AT
September 29, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

AIR FORCE
 The Aerospace Corp., El Segundo, Calif., is being awarded an $807,996,200 cost-plus-fixed fee contract modification. This contract is option 3 of the current contract is being exercised, which will extend the contract for one year to provide Scientific, Engineering and Technical effort in support of the Space and Missile Systems Center. 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. (FA8802-04-C-0001/P00049)

 Boeing Co., Huntington Beach, Calif., is being awarded a $225,789,454 cost-plus-award fee contract modification. This modification extends the Delta II contract through FY07 and adds two option years: FY08 and FY09. No funds are being obligated with this contract action. The contractor shall furnish all necessary supplies and services to launch the remaining Delta II boosters with global positioning satellite payloads into orbit. The supplies and services included launch operations, post-production, maintenance, and storage. The extension year will be incrementally funded with FY07/3020 funds; the option years will also be incrementally funded if and when they are exercised. 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. (F04701-93-C-0004/P00339)

 Northrop Grumman Mission Systems, Clearfield, Utah, is being awarded a $123,947,556 cost-plus award fee contract modification. This action is to exercise option IX for FY07 for the prime integrated contract to support the minuteman weapon system. At this time, no funds have been obligated. This work will be complete September 2007. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. (F42610-98-C-0001/no mod # at this time)

 Raytheon Co., Tucson, Ariz., is being awarded a $65,772,806 firm-fixed-price contract modification. This action will exercise an option to purchase 123 Advanced Medium Range Air-to-Air Missile (AMRAAMM) Air Vehicles (AAVs) Air Intercept Missile (AIM)-120C-5 missiles among them: 9 for the USAF and 114 FMS; 51 warranties and foreign military service software configuration management. This effort supports foreign military sales to Singapore and Saudi Arabia. At this time, total funds have been obligated. This work will be complete November 2008. Headquarters Medium Range Missile Systems Group, Eglin Air Force Base, Fla., is the contracting activity. (FA8675-05-C-0070/P00026)

 Rockwell Collins Government Systems, Cedar Rapids, Iowa, is being awarded a $45,000,000 indefinite delivery/indefinite quantity with cost-plus-fixed fee contract. This action provides for Advanced Tactical Targeting network Technology Development. The objective of this program is to develop robust indoor geo-location concepts that exploit multi-path radio frequency time of arrival phenomena specifically, this program will analyze, improve, and evaluate the performance of algorithms through modeling, simulation, and field test experiments in support of indoor geo-location via multi-path phenomena. At this time, $900,000 have been obligated. This work will be complete September 2013. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8650-06-D-7636 task orders 0001 and 0002)

 Northrop Grumman Space and Mission Systems Corp., Redondo Beach, Calif., is being awarded a $41,793,644 cost-plus-award fee contract modification. The Defense Support Program will extend the current spacecraft post-production support contract with Northrop Grumman Space Technology from 30 September 2006 thru 30 September 2007, due to a 1-year launch slip. 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. (F04701-96-C-0030/P00145)

 DRS Technologies, EW &amp; Network Systems, Buffalo, N.Y., is being awarded an $27,500,000 cost-plus-incentive-fee, cost-plus-fixed-fee and firm-fixed-price contract. This action provides unmanned threat emitters upgrade program to continue production and integration of unmanned threat emitter hardware at the Nellis Range, Nev. At this time, no funds have been obligated. Solicitations began April 2006 and negotiations were complete September 2006. This work will be complete September 2010. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. (FA8217-06-D-0004)

 McDonnell Douglas Corp., Long Beach, Calif., is being awarded a $26,589,502 fixed-price-award fee, and cost-plus-incentive-fee contract modification. This action provides the FY06 Flying Hour/Engine Cycle Adjustment in accordance with special contract requirement H-012 "Flying Hour Profile" (September 2003). At this time, total funds have been obligated. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8614-04-C-2004/P00137)

 Northrop Grumman Space and Mission Systems, Clearfield, Utah, is being awarded a $25,037,792 cost-plus-award fee contract modification. This action provides for system engineering support for Headquarters Air Force Space Command to include planning, analyses, trade studies, problem resolution and associated systems engineering support tasks necessary to develop. Produce, deploy, test, and evaluate missile, command control communications, basing, reentry, and launch vehicle systems and technology. At this time, no funds have been obligated. This work will be complete September 2007. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. (F42610-98-C-0001/no mod# at this time)

 Hamilton Sundstrand Aerospace, Rockford, Ill., is being awarded a $24,900,000 indefinite delivery/indefinite quantity with cost-reimbursement task orders contract. This action provides for the Power and Thermal Technologies for Air and Space Integrated Power and Aircraft Technologies Program shall sponsor scientific research and early development of various technologies in the following three major research areas in which problems frequently arise which require unique and innovative solutions: Power Generation, power Management and Distribution, and Subsystem Integration. The research will utilize the scientific community to either solve or to develop an approach to the solution of such research problem. At this time, $1,185,509 have been obligated. This work will be complete September 2013. Air Force Research Laboratories, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8650-06-D-2621)

 Goodrich Landing Gear, Cleveland, Ohio, is being awarded a $16,007,139 firm-fixed-price with economic price adjustment. This action provides for 42 landing gear bogie beams in support of the C-5. At this time, total funds have been obligated. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. (FA8203-06-C-0246)

 Northrop Grumman Mission Systems, Clearfield, Utah, is being awarded a $13,986,532 cost-plus-award-fee contract modification. This action will provide system engineering support for Headquarters Air Force Space Command to include planning, analyses, trade studies, problem resolution and associated systems engineering support tasks necessary to develop, produce, deploy, test, and evaluate missile, command control communication, basing, reentry, and launch vehicle systems and technology. At this time, total funds have been obligated. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity. (F42610-98-C-0001/no mod # at this time)

 Vision Systems International, San Jose, Calif., is being awarded a $9,980,928 firm-fixed-price contract. This action provides for replenishment spare parts and organic depot stand-up equipment applicable to the Joint Helmet Mounted Cueing System (JHMCS). Specific components and pricing are set forth by attachment hereto. The JHMCS provides the war fighter and ejection-compatible, helmet-mounted display with the capability to cue and verify high off-axis sensors and weapons on USAF/USN single and dual seat fighter aircraft. The system is currently populated on the USAF F-15 models C/D, USAF F-16 models C/D, and Navy F/A-18 models A-G. At this time, total funds have been obligated. Headquarters 542nd Combat Sustainment Wing, Robins Air Force Base, Ga., is the contracting activity. (FA8522-06-C-0029)

 EDO Technical Services Operations, Lancaster, Calif., is being awarded a $9,800,000 indefinite delivery/indefinite quantity/firm-fixed-price with time and material/cost-reimbursable contract. This action provides for sustaining engineering support for B-1 REWST facility. At this time, $10,000 have been obligated. This work will be complete September 2011. Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity. (FA9200-06-D-0067)

 Woodward Governor, Rockton, Ill., is being awarded an $8,111,600 indefinite delivery/indefinite quantity, firm-fixed-price contract. This action provides for kits solenoid valve mod, in support of F-100-GE100, 129, F-16 Aircraft. At this time, $1,868,520 have been obligated. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. (FA8104-06-D-0039)

 Data Link Solutions LLC, Cedar Rapids, Iowa, is being awarded a $7,500,000 firm-fixed-price contract. This action will replenish spare parts applicable to the Fighter Data Link. Specific components and pricing are set forth by attachment hereto. Fighter Data Link is a communications, navigation, and identification system intended to exchange surveillance and command and control (C2) information among various C2 platforms and weapons platforms to enhance various missions of each of the services. It provides multiple access, high capacity, jam resistant, digital data, and secure voice communication, navigation and identification information to a variety of platforms. At this time, total funds have been obligated. This work will be complete July 2007. Headquarters 542d Combat Sustainment Wing, Robins Air Force Base, Ga., is the contracting activity. (FA8539-06-C-0016)

 Boeing Co., Seattle, Wa., is being awarded a $7,140,107 firm-fixed-price contract. This action provides for KC-135 crew doors, main entrance and exit point for the crew. The left forward side of the aircraft door is hinged at the forward edge with two hinges. At this time, no funds have been obligated. This work will be complete February 2008. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity. (FA8103-05-G-0002-0057)

 Harris Corp, Government Communications Systems Division, Palm Bay, Fla., is being awarded a $6,207,864 cost-plus-fixed fee contract. The objective of the Affordable Weapons Data Links Insertion program is to develop, demonstrate and implement advanced manufacturing process and practices that markedly reduce cost and accelerated technology insertion associated with the transition of emerging weapons data links systems into munitions programs. Focus will be towards the pursuit of aggressive product and process technologies that can dramatically reduce acquisition costs from their current baseline. At this time, $150,000 have been obligated. This work will be complete October 2009. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8650-06-C-5505)

 United Technologies Corp., East Hartford, Conn., is being awarded a $6,000,000 cost-plus-fixed fee contract modification. This action provides for F119 engines Lot 4 Life Cycle Reduction Program. At this time, total funds have been obligated. This work will be complete August 2009. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (F33657-03-C-2011)

 Boeing Co., Huntington Beach, Calif., is being awarded a $5,667,518 cost-plus-award fee contract modification. The Navstar Global Positioning System Block IIF contract will provide the next generation of advanced GPS satellites with enhanced navigation support for both military and civilian users. This modification consists of the funding of calendar year 2006 sustainment action for the following efforts: high power amplifier/black shelter equipment upgrade test capability, ground antenna/monitor station simulation, remote site data flow simulation, second strip sustainment. At this time, total funds have been obligated. This work will be complete December 2007. Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity. (F04701-96-C-0025/P00437)

 Boeing Co., Anaheim, Calif., is being awarded a $5,290,000 firm-fixed price contract modification. This development activity will design, develop, test and evaluate a modification to the Combat Survivor Evader Locator hand held Radio (HHR). This modification will enhance the HHR by providing a Distance Measurement Equipment beacon. This will expand the search function in selected environments. At this time, total funds have been obligated. This work will be complete April 2007. Headquarters 653 Electronic Systems Wing, Hanscom Air Force Base, Mass., is the contracting activity. (F04701-96-C-0020/P00179)

 Boeing Co., Anaheim, Calif., is being awarded a $5,263,000 firm-fixed-price contract modification. This development activity will design, develop, test and evaluate new hand held device to be used by rescue forces. The device may be mounted in an aircraft or used as a hand held device. It will be used to transmit and receive secure test messages from the Combat Survivor Evader Locator (CSEL) Hand held Radio (HHR). This device will allow this communications while in line of sight of each other. At this time, no funds have been obligated. This work will be complete August 2007. Headquarters 653d Electronic Systems Wing, Hanscom Air Force Base, Mass., is the contracting activity. (F04701-96-C-0020/P00183)
ARMY
 Raytheon Co., West Andover, Mass., was awarded on Sept. 27, 2006, a delivery order amount of $223,552,127 as part of a $600,292,657 firm-fixed-price contract for procurement of new spares for the Patriot Missile System. Work will be performed in West 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).

 Alloy Surfaces Co. Inc., Chester Township, Pa., was awarded on Sept. 27, 2006, a delivery order amount of $57,037,603 as part of an $181,210,427 firm-fixed-price contract for M211 Infrared Countermeasure Decoys. Work will be performed in Chester Township, Pa., and is expected to be completed by April 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Jan. 24, 2003. The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-04-D-1002).

 Northrop Grumman Mission Systems, Huntsville, Ala., was awarded on Sept. 27, 2006, a delivery order amount of $28,629,440 as part of a $69,986,505 firm-fixed-price and cost-plus-fixed-fee contract for Forward Air Defense Command and Control/Counter-Rocket Artillery and Mortar Systems Integration. Work will be performed in Huntsville, Ala., and is expected to be completed by Sept. 28, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 4, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-D-0029).

 GM GDLS Defense Group L.L.C., Sterling Heights, Mich., was awarded on Sept. 27, 2006, a $27,579,331 modification to a cost-plus-fixed-fee contract for procurement of repair parts in support of the reset effort which involves maintenance and repair of desert damaged vehicles. Work will be performed in Sterling Heights, Mich. (20 percent), and London, Ontario, Canada (80 percent), and is expected to be completed by Sept. 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 28, 2006. The Stryker Brigade Combat Team, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

 Systems Research and Applications Corp., Fairfax, Va., was awarded on Sept. 26, 2006, a delivery order amount of $21,099,399 as part of a $174,789,384 firm-fixed-price contract for Operation and Maintenance of the Enterprise Operations and Security Services. Work will be performed in Fairfax, Va., and is expected to be completed by Sept. 30, 2011. Contract funds will not expire at the end of the current fiscal year. There were 24 bids solicited on March 17, 2006, and one bid was received. The National Guard Bureau, Arlington, Va., is the contracting activity (W9133L-06-F-1000).

 SGS L.L.C.*, Oklahoma City, Okla., was awarded on Sept. 26, 2006, an $18,163,966 firm-fixed-price contract for Construction of an Armed Forces Reserve Center. Work will be performed at Fort Chaffee, Ark., 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 20 bids solicited on July 27, 2006, and one bid was received. The U.S. Army Engineer District, Little Rock, Ark., is the contracting activity (W9127S-06-C-6005).

 Syracuse Research Corp., North Syracuse, N.Y., was awarded on Sept. 26, 2006, a delivery order amount of $17,813,882 as part of a $77,696,035 firm-fixed-price contract for Procurement of Retrofit Kits, Production Cut-Ins, and Non-Recurring Engineering Line Items for the Warlock DUKE Band B. Work will be performed in North Syracuse, N.Y., and is expected to be completed by Oct. 12, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 24, 2006. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-05-D-S205).

 Glen C. Barber &amp; Associates Inc.*, Rapid City, S.D., was awarded on Sept. 27, 2006, a $13,311,908 firm-fixed-price contract for design and replacement of family housing. Work will be performed at Ellsworth Air Force Base, S.D., and is expected to be completed by Sept. 30, 2008. Contract funds will not expire at the end of the current fiscal year. There were 58 bids solicited on July 27, 2006, and three bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0047).

 Great Lakes Dredge &amp; Dock Co. L.L.C., Oak Brook, Ill., was awarded on Sept. 26, 2006, a $12,204,200 firm-fixed-price contract for Channel Maintenance Dredging. Work will be performed in St. Mary Parish, La., and is expected to be completed by July 27, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 8, 2005. The U.S. Army Engineer District, New Orleans, La., is the contracting activity (W912P8-06-C-0203).

 DRS Sustainment Systems Inc., St. Louis, Mo., was awarded on Sept. 26, 2006, a $12,200,748 firm-fixed-price contract for M707 Armored KNIGHT Vehicles and Their Associated Stock List Spares. Work will be performed in St. Louis, Mo., and is expected to be completed by Dec. 31, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 14, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-0523).

 Global Strategies Group (USA) L.L.C., Washington, D.C., was awarded on Sept. 26, 2006, a delivery order amount of $12,032,541 as part of a $90,000,000 firm-fixed-price contract for Internal Security for the Victory Base Complex. Work will be performed in Baghdad, Iraq, 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 June 19, 2006, and 11 bids were received. The Joint Contracting Command - Iraq and Afghanistan, Baghdad, Iraq, is the contracting activity (W91GER-06-D-0010).

 Lockheed Martin Corp., Syracuse, N.Y., was awarded on Sept. 26, 2006, an $11,000,000 increment as part of an $119,545,338 cost-plus-incentive-fee contract for Procurement of Non-Recurring Engineering Enhanced AN/TPQ-36 (EQ-36) Counter Fire Radar Systems. Work will be performed in Syracuse, N.Y., and is expected to be completed by Sept. 25, 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 April 28, 2006, and three bids were received. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-T004).

 Heil Trailer International, Athens, Tenn., was awarded on Sept. 27, 2006, a delivery order amount of $10,937,882 as part of a $128,509,666 firm-fixed-price contract for M969A3 5,000 Gallon Semi-Trailer Fuel Tankers. Work will be performed in Athens, Tenn., and is expected to be completed by July 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 3, 2001. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-D-S002).

 Rosemount Aerospace*, Burnsville, Minn., was awarded on Sept. 27, 2006, a delivery order amount of $9,500,000 as part of a $9,500,000 firm-fixed-price contract for FG-40-50001-5 Gyroscopes. Work will be performed at Burnsville, Minn., 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 Aug. 3, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-D-0034).

 Great Lakes Dredge &amp; Dock Co. L.L.C., Oak Brook, Ill., was awarded on Sept. 27, 2006, an $8,997,214 firm-fixed-price contract for Maintenance Dredging. Work will be performed in Martin County, Fla., and is expected to be completed by April 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were nine bids solicited on June 6, 2006, and one bid was received. The U.S. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-06-C-0018).

 Hensel Phelps Construction Co., Chantilly, Va., was awarded on Sept. 26, 2006, an $8,411,679 modification to a fixed-price-incentive with award-fee contract to Incorporate In-Scope Changes to the Pentagon Renovation. Work will be performed in Arlington, Va., and is expected to be completed by Dec. 30, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Jan. 19, 2001. The Pentagon Renovation and Construction Program Office, Arlington, Va., is the contracting activity (MDA947-01-C-2001).

 Goodrich Corp.*, Diamond Bar, Calif., was awarded on Sept. 26, 2006, a delivery order amount of $7,420,000 as part of a $29,420,980 firm-fixed-price contract for an Aircraft Mount Winch for the Ch-47. Work will be performed in Diamond Bar, Calif., and is expected to be completed by Sept. 30, 2011. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 13, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-D-0365).

 General Dynamics Land Systems Inc., Sterling Heights, Mich., was awarded on Sept. 27, 2006, a $6,728,722 modification to a cost-plus-fixed-fee contract for Systems Technical Support for the Abrams Tank Program. Work will be performed in Sterling Heights, Mich., and is expected to be completed by Dec. 31, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Nov. 23, 2001. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-N075).

 Lockheed Martin Corp., Grand Prairie, Texas, was awarded on Sept. 27, 2006, a $6,281,536 modification to a firm-fixed-price contract for upgrade kits for the United Kingdom M270 Launcher. Work will be performed in Grand Prairie, Texas (90 percent), and East Camden, Ark. (10 percent), and is expected to be completed by April 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 18, 2005. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-05-C-0278).

 Emerson Construction Co. Inc., Temple, Texas, was awarded on Sept. 27, 2006, a $6,089,500 firm-fixed-price contract for construction of a qualification training range. Work will be performed at Fort Hood, Texas, and is expected to be completed by March 16, 2008. Contract funds will not expire at the end of the current fiscal year. There were 100 bids solicited on July 21, 2006, and four bids were received. The U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-06-C-0047).

 John C. Grimberg Co. Inc., Rockville, Md., was awarded on Sept. 26, 2006, a $6,000,000 firm-fixed-price contract for Renovation of Building 120. Work will be performed at Aberdeen Proving Ground, Md., and is expected to be completed by Oct. 6, 2007. Contract funds will not expire at the end of the current fiscal year. There were ten bids solicited on July 27, 2006, and two bids were received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-06-C-0043).

 Smoky Hill*, Salina, Kan., was awarded on Sept. 27, 2006, a $5,480,350 firm-fixed-price contract for Design and Construction of Deployment Facilities and Ramp Expansion. Work will be performed in Manhattan, Kan., 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 an unknown number of bids solicited via the World Wide Web on Aug. 1, 2006, and one bid was received. The U.S. Army Engineer District, Kansas City, Mo., is the contracting activity (W912DQ-06-C-0050).

 GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Sept. 27, 2006, a $5,303,450 modification to a cost-plus-fixed-fee contract for OPTEMPO Miles for Pre-Deployment Support of the Stryker Brigade Combat Team. Work will be performed in Sterling Heights, Mich. (15 percent), and London, Ontario, Canada (85 percent), and is expected to be completed by February 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 26, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

 Hydrogeologic Inc.*, Herndon, Va., was awarded on Sept. 27, 2006, a delivery order amount of $5,131,958 as part of a $7,563,988 firm-fixed-price contract for Environmental Remediation Services. Work will be performed at Andrews Air Force Base, Md., and is expected to be completed by Sept. 30, 2010. Contract funds will not expire at the end of the current fiscal year. There were four bids solicited on July 20, 2006, and three bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-04-D-0005).

 Tremco Inc., Beachwood, Ohio, was awarded on Sept. 27, 2006, a $5,109,921 modification to a firm-fixed-price contract for Construction Repairs to Building 299. Work will be performed at Rock Island Arsenal, Ill., 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 April 6, 2006. The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-06-F-5101).

 The Clement Group L.L.C.*, Montgomery, Ala., was awarded on Sept. 26, 2006, a delivery order amount of $5,109,288 as part of a $5,109,288 firm-fixed-price contract for Renovations of Barracks and Latrines. Work will be performed at Fort Stewart, Ga., and is expected to be completed by Sept. 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 20, 2006. The U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-04-D-0002).
NAVY
 Sodexho Management, Inc., Gaithersburg, Md., is receiving a $71,784,384 modification (P00034) which provides funding and authorizes performance of Contract Year 5 (FY07 requirements) to previously awarded fixed-price-incentive contract (M00027-02-C-0001) to provide food services to the Marine Corps and manage and operate their mess halls in the eastern region of the United States. This modification is only for the purpose of placing the required funding on this contract. This modification does not include any funding for work that is outside the scope of the original contract. Work will be performed in Jacksonville, N.C. (40 percent); Parris Island, S.C. (20 percent); Quantico, Va. (15 percent); Norfolk, Va. (5 percent); Havelock, N.C. (5 percent); Washington D.C. (5 percent); Arlington, Va. (5 percent); and Beaufort, S.C. (5 percent), and is expected to be completed by September 2010. Contract funds will expire at the end of the current fiscal year. Contract years 1, 2,
3, 4 and 5 (out of the five year base period) total $354,243,245. The Regional Contracting Office (Southeast), Marine Corps Base Camp Lejeune, N.C., is the contracting activity.

 Weeks Marine, Inc., Cranford, N.J., is being awarded a $71,079,080 firm-fixe-price construction contract for Pier 3 Replacement and Gosport 35KV Electrical Distribution System to Piers at Norfolk Naval Shipyard. Contract will be incrementally funded. FY06 funds allotted at the time of contract award are in the amount of $42,460,000. FY07 funds in the amount of $27,884,080 will be provided no later than 31 December 2007. The contract contains two additional options totaling $7,983,895, which may be exercised within 120 calendar days, bringing the total contract amount to $79,062,975. Work will be performed in Norfolk, Va., and is expected to be completed by June 2009. FY06 contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with 35 offers solicited and two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-06-C-6023).

 Sodexho Management, Inc., Gaithersburg, Md., is receiving a $67,730,238 modification (P00049) for the call up of Contract Year 5 (FY07 requirements) to previously awarded fixed-price-incentive contract (M00027-02-C-0002) to provide food services to the Marine Corps and manage and operate their mess halls in the Western Region of the United States. This modification is only for the purpose of placing the required funding on this contract. This modification does not include any funding for work that is outside the scope of the original contract. Work will be performed in Oceanside, Calif. (60 percent); Twentynine Palms, Calif. (10 percent); San Diego, Calif. (10 percent); Yuma, Ariz. (10 percent); Miramar, Calif. (5 percent); and Bridgeport, Calif. (5 percent); and is expected to be completed by September 2010. Contract funds will expire at the end of the current fiscal year. The total funded dollars for contract years 1, 2, 3, 4 and 5 (out of the five multiyear base period)
 totals $323,535,533. The United States Marine Corps Regional Contracting Office Southwest, Marine Corps Installations West, Marine Corps Base Camp Pendleton, Calif., is the contracting activity.

 M. A. Mortenson Co., Minneapolis, Minn., is being awarded $65,922,000 for firm-fixed price Task Order JM01 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62472-01-D-0077) for the design and construction of a new Type II Hangar and Aircraft Parking Apron at Naval Air Station, Jacksonville. This project is a result of the BRAC action to close NAS Brunswick, Maine and relocate six aircraft squadrons to NAS Jacksonville. The contract contains one option which may be exercised, would bring the total contract value to $124,517,000. Work will be performed in Jacksonville, Fla., and is expected to be completed by January 2009. Contract funds will not 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 on June 21, 2002. The total contract amount is not to exceed $700,000,000,
which includes the base period and four option years. The multiple contractors (five 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, Southeast, Jacksonville, Fla., is the contracting activity.

 EJB Facilities Services (a joint venture), Arlington, Va., is being awarded $33,802,655 under previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity base operating support (BOS) contract (N44255-05-D-5103) to exercise Option 1 for BOS services at Navy Region Northwest, West Sound area. The work to be performed provides for all management and administration, public safety, supply, housing, facilities support (excluding grounds and janitorial services), utilities, base support vehicles and equipment, and environmental services to provide base operations and support services. The option funds are issued in anticipation of the enactment of the FY07 Department of Defense Appropriation Act or passage of the FY07 Continuing Resolution Authority. The current total contract amount after exercise of this option will be $99,843,689. Work will be performed at Naval Base Kitsap, Silverdale, Wash. (75 percent); Naval Hospital Bremerton, Bremerton, Wash. (7
percent); Puget Sound Naval Shipyard, Bremerton, Wash. (1 percent); Navy Undersea Warfare Center, Keyport, Wash. (6 percent); Naval Magazine Indian Island, Port Hadlock, Wash. (7 percent); Navy Marine Corps Reserve Center Tacoma, Tacoma, Wash. (.5 percent) and their outlying facilities and tenant activities (3.5 percent), and work is expected to be completed September 2007. Contract funds in the amount of $26,420,790 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 four proposals received and award made on Jan. 31, 2006. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

 Lockheed Martin Missile and Fire Control, Archbald, Pa., is being awarded a $29,246,000 modification to a previously awarded firm-fixed-price indefinite-delivery/indefinite-quantity contract (N00019-05-D-0020) to exercise an option for the procurement of 11,365 Laser Guided Training Rounds, 2,000 wooden containers and associated support equipment. Work will be performed in Archbald, Pa., and is expected to be completed in January 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 Raytheon Co., San Diego, Calif., is being awarded a $26,701,792 cost-plus award fee modification under previously awarded contract (N00024-06-C-2207) to exercise an option for Life Cycle Engineering and Support (LCE&amp;S) services on select electronic systems for the LPD 17 Class Amphibious Transport Dock Ship Program as ships are delivered and commissioned. Work will be performed in San Diego, Calif., and is expected to be completed by September 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.

 General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $22,701,313 cost-plus-fixed-fee modification under previously awarded contract (N00024-06-C-4003) to exercise an option for services required to staff and operate the Nuclear Regional Maintenance Department (NRMD) at Submarine Base, New London, Conn. The NRMD is responsible for project management, engineering and planning, training, inspection and nuclear services to accomplish intermediate-level nuclear submarine maintenance, modernization and repairs in support of operational nuclear submarines including maintaining and modernizing facilities and equipment. Work will be performed in Groton, Conn., and is expected to be completed by September 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.

 Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., is being awarded $21,039,988 for firm-fixed price Task Order 0002 under previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract (N62467-03-D-0090) for repairs to 158 Housing Units impacted by Hurricane Wilma at Naval Air Station, Key West. Work will be performed in Key West, Fla., and is expected to be completed by June 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 28 offers solicited, seven proposals received and award made on Sept. 22, 2003. The total contract amount is not to exceed $200,000,000, which includes the base period and four option years. The multiple contractors (four 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, Southeast, Jacksonville,
Fla., is the contracting activity.

 Coakley &amp; Williams Construction, Inc., Gaithersburg, Md., is being awarded a $19,688,000 firm-fixed price design/build contract for construction of an Aircraft Research Support Facility at Naval Air Station, Patuxent River. The work to be performed provides for the construction of a three-story, masonry office building on a concrete foundation. The building includes force protection features such as structural enhancements to avoid progressive collapse, laminated glazing, controlled access and landscaping that includes passive vehicle barriers, in addition to information systems, an elevator and an emergency management control system. An existing storm water management pond will be reconfigured to accommodate the new facility. An additional deck will be added to an existing parking garage, Facility 2273, in order to accommodate the occupants of the new facility and to replace parking spaces lost due to the location of the new building which includes the required stand
off distances. Work will be performed in Patuxent River, Md., and is expected to be completed by February 2009. Contract funds will not expire at the end of the current fiscal year. Phase I of the contract was competed via the Naval Facilities Engineering Command e-solicitation website with seven proposals received, and based on the results of the technical evaluation, three of the firms who submitted Phase I proposals were invited to participate in the Phase II competitive negotiation process. The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity (N40080-06-C-0162).

 Contact Corp., Winchester, Va.,is being awarded a $17,975,582 firm-fixed-priced, indefinite-delivery/indefinite-quantity, cost with time and materials provisions contract for Tactical Antenna Mast System (TEAMS), and associated items. The TEAMS is an independent antenna mast system, designed to be 34-36 meters tall, that will support various Line-of-Sight (LOS) antenna systems and can be transported on any M-1123 High Mobility Multi-purposed Wheeled Vehicle, and/or AN/MRC-142A. Work will be performed in Winchester, Va., (80 percent) and Iraq (20 percent), and work is expected to be completed September 2011. Contract funds will not expire at the end of the current fiscal year. This contract was set-aside 100% for small businesses, andcompetitively procured utilizing the Navy Electronic Commerce/Federal Business Opportunities websites, with four offers received. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-D-7031).

 L. C. Gaskins Construction Co.*, Jacksonville, Fla., is being awarded $17,952,700 for firm-fixed-price Task Order 0005 under previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract (N69272-03-D-0004) for design and construction of a Bachelor Enlisted Quarters at Naval Station, Mayport. The work to be performed provides for design and construction of 78 apartments consisting of two bedrooms, two baths, a full kitchen, full-size washer/dryer laundry room and living/dining area. Also includes public visitors' space, public vending area, public toilets, janitor closet, storage closet, and building manager's office. Related work includes parking, paving, site development, landscaping, utilities, antiterrorism force protection features, site improvements, and other incidental work. Work will be performed in Mayport, Fla., 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 via the Naval Facilities Engineering Command e-solicitation website with 32 proposals received and award made on Sept. 11, 2003. The total contract amount is not to exceed $200,000,000 (base period and four option years). The multiple contractors (four in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

 Northrop Grumman Ship Systems, New Orleans, La., is being awarded a $13,320,180 cost-plus award fee modification under previously awarded contract (N00024-05-C-2217) to exercise an option for continued Life Cycle Engineering and Support (LCE&amp;S) services on the LPD 17 Class Amphibious Transport Dock Ship Program. . Services include: post delivery planning and engineering, homeport technical support, Class Integrated Product Data Environment (IPDE), data maintenance and equipment management, systems integration and engineering support, research engineering, obsolescence management, material readiness team operations, emergent repair provisions (including warranty enforcement), training and logistics support. Support services include: Fleet Modernization Program planning, ship alteration development and installation, material management, operating cycle integration, availability planning, configuration data management, research engineering, logistics documentation, and
other logistics and executing activity coordination, and management of all related data within the Class IPDE. LPD 17 Class Engineering: engineering, logistics, and technical studies of shipbuilding requirements and design change development. Work will be performed in New Orleans, La., and is expected to be completed by September 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.

 Kellogg Brown &amp; Root Services, Arlington, Va., is being awarded $12,325,000 for firm-fixed price Task Order 0028 under previously awarded cost reimbursement, indefinite-delivery/indefinite-quantity emergency construction capabilities contract (N62470-04-D-4017) for recovery efforts in support of response to the immediate aftermath of Tropical Depression Ernesto at Naval Air Station Patuxent River. The work to be performed provides for immediate recovery response including hangar roof repair, atrium ceiling repairs, shoreline restoration, and other miscellaneous facility repairs. Work will be performed in Patuxent River, Md., and is expected to be completed by September 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured with 59 proposals solicited, three offers received and award made on July 26, 2004. The total contract amount is not to exceed $500,000,000, which includes the base period and four option
 years. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

 John C. Grimberg Co., Inc., Rockville, Md., is being awarded $10,929,000 for firm-fixed-price Task Order 0015 under previously awarded indefinite-quantity multiple award construction contract (N62477-04-D-0012)for the upgrade of air handling units in Building 70A at the National Naval Medical. The work to be performed provides for the replacement of air handling units located at the Uniformed Services University of Health Sciences Building at the National Naval Medical Center. The work includes replacement of associated exhaust fans, controls, piping, ductwork, and concrete pads, which serve offices, lecture halls, teaching and research laboratories throughout Building 70A. Work will be performed in Bethesda, Md., and is expected to be completed by August 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 on July 22, 2004. The total contract amount is not to exceed $500,000,000, which includes the base period and four option years. The multiple contractors (seven in number) may compete for task orders under the terms and conditions of the existing contract. Two proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity.

 Cole Technology Corp.,* Fort Worth, Texas, is being awarded a $10,682,750 firm-fixed-price contract to provide professional, administrative and technical services required to satisfy the overall objectives of the Commander, Navy Recruiting Command. Work will be performed in Millington, Tenn.(15 percent); Chicago, Ill.(5 percent); New Orleans, La.(4 percent); San Antonio, Texas (4 percent); Los Angeles, Calif.(3 percent); San Francisco, Calif.(3 percent); Seattle, Wash.(3 percent); New York City, N.Y.(3 percent); Raleigh, N.C.(3 percent); Jacksonville, Fla.(3 percent); Denver, Colo.(3 percent); Phoenix, Ariz.(3 percent); Portland, Ore.(3 percent); San Diego, Calif.(3 percent); Dallas, Texas (3 percent); Houston, Texas (3 percent); Boston, Mass.(3 percent); Nashville, Tenn.(3 percent); Columbus, Ohio (3 percent); Detroit, Mich.(3 percent); St. Louis, Mo.(3 percent); Philadelphia, Pa.(3 percent); Pittsburg, Pa.(3 percent); Richmond, Va.(3 percent); Atlanta, Ga.(3 percent);
Miami, Fla.(3 percent); Arlington, Va.(3 percent) Minneapolis, Minn. (2 percent); and Pensacola, Fla.(1 percent), and is expected to be completed in September 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured by electronic solicitation; 491 firms were solicited and four offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61339-06-F-0208).

 L-3 Communications, Titan Corp., Advanced Systems Division, San Diego, Calif., is being awarded a $9,982,282 modification to previously awarded contract (N00024-04-C-6301) for engineering services to continue support of the Program Executive Office Littoral Mine Warfare development of the Affordable Weapon System (AWS) Spiral 1, Increment 1 Preliminary Design Review. AWS is launched by a rocket booster and powered in flight by a turbojet engine. The weapon is designed to carry a 200-pound payload to a target several hundred miles away. Equipped with both line-of sight and beyond line-of-sight satellite data links, the weapon can fly directly to its target guided by the Global Positioning System. Alternatively, the AWS missile can fly to an area and loiter for several hours, until a forward observer directs it to a target. Work will be performed in San Diego, Calif., and is expected to be completed by January 2007. Contract funds will not expire at the end of the current
fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

 CH2M Hill/VT Griffin Joint Venture, Pensacola, Fla., is being awarded $9,646,918 under a combination firm-fixed-price, indefinite-quantity contract to exercise Option 5 for facilities/environmental maintenance services at the Pensacola Naval Regional Complex. After exercise of this option, the total cumulative contract value will be $94,485,957. This contract has three additional months remaining on the base period, which if exercised, will bring the total contract value to a not to exceed amount of $99,703,254. Work will be performed primarily at Naval Air Station, Pensacola, Fla. (96 percent); Naval Hospital Pensacola, Pensacola, Fla. (3 percent); and Naval Station Pascagoula, Pascagoula, Miss. (1 percent), and work is expected to be completed March 2007 (through June 2007 with options). Contract funds will expire at the end of the current fiscal year. This contract was competitively negotiated with 62 offers solicited, three proposals received and award made on March
19, 2002. The Naval Facilities Engineering Command, Southeast, Navy Public Works Department, Pensacola, Fla., is the contracting activity (N62467-99-D-1006).

 EDO Corp., Panama City, Fla., is being awarded a $9,505,211 indefinite-delivery/indefinite-quantity contract for engineering and support services to modify a government-furnished neutralizer, integrate it onto a small craft, and develop a portable control console. This effort will support Test and Evaluation, Requirements Development, and Tactics Development for a Very Shallow Water Mine Neutralization (VSW-MN) capability. The intent of this effort is to validate the capability of small fiber-optically tethered torpedo systems to prosecute mines successfully in the dynamic, underwater VSW environment. Work will be performed in Panama City, Fla., and is expected to be completed by September 2011. Contract funds in the amount of $459,210, 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-0056).

 M. A. Mortenson Co., Minneapolis, Minn., is being awarded $9,180,000 for firm-fixed-price Task Order 0014 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62472-02-D-0802) for renovation of Building 370 at Naval Station Newport. The work to be performed provides for roof replacement, exterior masonry repairs, window replacement, installation of a new heating, ventilation, and air conditioning system with individual room controls utilizing a geothermal loop system, complete interior replacement of wallboard, ceiling, floor tiles, fixtures, and built-in equipment; and installation of new data and voice cabling and connections in each room. Work will be performed in Newport, R.I., and is expected to be completed by October 2007. Contract funds in the amount of $2,060,000 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 23 proposals received and award made on 1Sept. 18, 2002. The total contract amount is not to exceed $250,000,000 (five-year performance period). The multiple contractors (five 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, Mid-Atlantic, Norfolk, Va., is the contracting activity.

 R. A. Burch Construction Co., Inc.*, Ramona, Calif., is being awarded $6,372,020 for firm-fixed price Task Order 0005 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-02-D-8065) for design and construction of an addition to Glasgow Hall, Naval Post Graduate School. Work will be performed in Monterey, Calif., and is expected to be completed by April 2008. Contract funds will not 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 20 proposals received and award made on July 12, 2002. The total contract amount for each contractor is not to exceed $150,000,000 (base period and four option years) bringing the cumulative total for all six contracts to $900,000,000. The multiple contractors (six in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals
were received for this task order. The Naval Facilities Engineering Command, Southwest Division, San Diego, Calif., is the contracting activity.

 Phoenix International, Inc., Landover, Md., is being awarded a $6,206,105 cost-plus-award-fee Level-of-Effort (LOE) contract for engineering and technical services required to operate and maintain the Submarine Rescue Diving and Recompression System (SRDRS). The SRDRS is a highly portable and mobile submarine rescue and recompression system capable of transferring personnel from a disabled submarine under pressure from depths up to 2,000 feet. Work will be performed in San Diego, Calif., and is expected to be completed by September 2011. Contract funds in the amount of $5,152,868, will expire at the end of the current fiscal year. This contract was competitively procured and advertised via the Internet, with two proposals received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-C-4204).

 Science Applications International Corp. (SAIC), Tucson, Ariz., is being awarded a $6,490,702 cost-plus-fixed-fee contract for the development of an integration testbed that will be implemented at the Pacific Missile Range Facility (PMRF) Base, Protection Laboratory (BPL). SAIC, and its subcontractors will deliver to the Government a base protection laboratory that simultaneously serves as a testbed for further incubation of base protection technologies and as a functional prototype security system that extracts threats and anomalous behavior from a background of normal activities using SAIC's Automated Behavioral Analysis application. The initial prototype will include: (a) a computational infrastructure (b) wired and wireless networks (c) behavioral analysis and tracking algorithms, and (4) selected sensor systems. Work will be performed in Kanuai, Hawaii (85 percent) and Tucson, Ariz. (15 percent), and is expected to be completed by March 2008. Contract funds will
expire at the end of current fiscal year. This contract was competitively procured under an Office of Naval Research Broad Agency Announcement (06-025), with seven offers received. The Office of Naval Research, Arlington, Va., is the contracting activity (N00014-06-C-0718).
DEFENSE LOGISTICS AGENCY
 COHR, Inc., dba Masterplan, Chatsworth, Calif., is being awarded a maximum $44,000,000 firm, fixed price contract for maintenance of imaging equipment. Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies. There were 128 proposals solicited and 5 responded. This is an indefinite quantity contract exercising the 4th year option. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 28, 2007. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0200-02-D-8338).

 General Electric Medical Systems, Inc., Waukesha, Wis., is being awarded a maximum $44,000,000 firm, fixed price contract for maintenance of imaging equipment. Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies. There were 128 proposals solicited and 5 responded. This is an indefinite quantity contract exercising the 4th year option. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 28, 2007. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0200-02-D-8336).

 Toshiba America Medical Systems, Inc., Arlington, Texas, is being awarded a maximum $44,000,000 firm, fixed price contract for maintenance of imaging equipment. Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies. There were 128 proposals solicited and 5 responded. This is an indefinite quantity contract exercising the 4th year option. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 28, 2007. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0200-02-D-8340).

 Philips Medical System North America, Bothell, Wash., is being awarded a maximum $44,000,000 firm, fixed price contract for maintenance of imaging equipment. Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies. There were 128 proposals solicited and 5 responded. This is an indefinite quantity contract exercising the 4th year option. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 28, 2007. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0200-02-D-8337).

 Siemens Medical Solutions USA, Inc., Malvern, Pa., is being awarded a maximum $44,000,000 firm, fixed price contract for maintenance of imaging equipment. Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies. There were 128 proposals solicited and 5 responded. This is an indefinite quantity contract exercising the 4th year option. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 28, 2007. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0200-02-D-8339).
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 10/2/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 2 Oct 2006 17:40:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 978-06
FOR RELEASE AT
October 02, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 AIR FORCE

MITRE Corp., Bedford, Mass., is being awarded a $311,985,973 cost-plus-fixed fee contract. This action is for systems engineering and integration support for Air Force ceiling programs and Air Force non-ceiling programs for FY 2007. Support level is estimated at 926 direct staff years for the Air Force ceiling programs and 131 direct staff years for the Air Force non-ceiling program. MITRE is a federally Funded Research and Development Center (FFRDC). This effort supports foreign military sales with Saudi Arabia, France, United Kingdom, and Japan. At this time, $8,279,138 have been obligated. This work will be complete October 2007. Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-07-C-0001).

McDonnell Douglas Corp., St Louis, Mo., is being awarded a $47,202,314 cost-plus-fixed fee, firm-fixed-price, time and materials, cost reimbursable without fee contract. This action provides for remanufacturing, engineering services and associated data determined to be sole source to the Boeing Co., within the authority of the Class J &amp; A for multiple platforms, F-15 and avionics items in support of the E-3 and the B-52. At this time, no funds have been obligated. This work will be complete September 2016. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8537-06-D-0001).

Kolin Construction Tourism Industry and Trading Co., Ankara, Turkey, is being awarded a $17,841,086 performance-price trade off contract. The Improve Family Housing Phantom project will provide phased delivery of whole neighborhood improvements to 235 dwelling units the Phantom housing area of Incirlik Air Base. Improvements will include general interior and exterior modernization, renovation, and conversion of some 2 bedroom units to 3 and 4 bedroom units through re-partitioning and increasing the interior spaces of the individual dwelling units. At this time, total funds have been obligated. Solicitations began April 2006 and negotiations were complete September 2006. This work will be complete January 2009. 39th Air Base Wing, Incirlik Air Base, Turkey, is the contracting activity (FA5685-06-C-0029).

McDonnell Douglas Training Systems, St Louis, Mo., is being awarded a $15,971,610 firm-fixed-price contract. This action is FY07 T-38C avionics upgrade program contractor logistics support flying house program for Columbus Air Force Base, Edwards Air Force Base, Laughlin Air Force Base, Moody Air Force Base, Randolph Air Force Base, Sheppard Air Force Base, Vance Air Force Base and Patuxent River Naval Station. Flight hours consist of all post acceptance flight hours, including transfer flights for all T-38C flying programs. At this time, no funds have been obligated. This work will be complete September 2007. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F41608-96-D-0700-0080).

L3 Communications/Vertex Aerospace, LLC, is being awarded a $13,400,908 indefinite delivery/indefinite quantity, time and materials pricing arrangement contract. This action provides for temporary personnel for depot level maintenance for aircraft and weapons systems. This service will be provided in Aircraft Organization at OO-ALC. At this time, no funds have been obligated. This work will be complete September 2007. 75th Contracting Squadron, Hill Air Force Base, Utah, is the contracting activity (F34601-97-D-0425/R246).

Alutiiq Global Solutions, LLC, Anchorage, Alaska, is being awarded a $9,840,416 firm-fixed-price, cost reimbursable contract. This objective of this contract is to provide asset management for Medical Treatment Facility Real Property Installed Equipment (RPIE) and biomedical equipment repair and maintenance. It's intended to address the RPIE and Bio-Medical Equipment sustainment needs of government medical treatment facility of varying sizes and mission orientation through the implementation of a full spectrum maintenance and repair program. At this time, total funds have been obligated. Solicitations began July 2006 and negotiations were complete September 2006. This work will be complete September 2007. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-06-C-7013).

 NAVY

V.T. Griffin Services, Inc., Atlanta, Ga., was awarded on Sept. 30, 2006, $66,000,000 under previously awarded firm-fixed-price award fee, indefinite-quantity base operating support (BOS) contract (N69272-00-D-3170) to exercise Option 5 for BOS services at Naval Base, Kings Bay. The work to be performed provides for full range of base operations and maintenance to include security, fire protection janitorial, refuse disposal, grounds maintenance, emergency medical services, family housing maintenance, utilities and telephones operation and maintenance, facility maintenance, vehicle maintenance, crane maintenance, equipment maintenance, social services counseling, hazardous material tracking and hazardous waste collection and disposal. The award of this option brings the total contract value to $318,000,000. Work will be performed in Kings Bay, Ga., and is expected to be completed September 2007. Contract funds will expire at the end of the current fiscal year. The basic
contract was competitively procured with 201 proposals solicited, three offers received, and award made to J.A. Jones Management Services (purchased by V.T. Griffin Services, Inc.) on Aug. 10, 2001. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

BAE Systems Land &amp; Armaments L.P., Santa Clara, Calif., was awarded Sept. 29, 2006, a $40,700,001 firm-fixed-price contract for the production of Marine Corps Transparent Armor Gun Shields (MC TAGS). Work will be performed in York, Pa. (35 percent); Louisville, Ky. (30 percent); Anniston, Ala. (30 percent); and Santa Clara, Calif. (5 percent); and is expected to be completed July 2007. Contract funds will not expire by the end of the current fiscal year. This contract is awarded as a result of sole source negotiations with BAE Systems pursuant to 10 U.S.C. 2304(c)(1) and (2). The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-C-6023).

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $34,781,976 cost-plus-fixed-fee contract for non-nuclear maintenance and repair support for operational nuclear submarines, floating dry-docks, support &amp; service craft and other platforms and equipment at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn. Work will be performed in the New London, Conn., and is expected to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-07-C-4005).

BREMCOR (a joint venture), Arlington, Va., was awarded on Sept. 30, 2006, a $13,161,940 firm-fixed-price, indefinite-quantity award option contract for Base Operating Support (BOS) services at U.S. Naval Station, Guantanamo Bay. This contract contains options which, if exercised, would bring the total contract to a value not to exceed $128,052,773. Contract funds in the amount of $8,463,651 will expire at the end of the current fiscal year. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed November 2007 (November 2016 with options). This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with five proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-06-D-4611).

Pacific Eagle International Security, Inc.*, Los Alamitos, Calif., was awarded on Sept. 30, 2006, a $13,099,128 Modification P00021 under previously awarded firm-fixed-price contract (N68711-03-C-3613) to exercise Option 4 for armed security guard services for Navy installations in the San Diego, Calif. area. The current total contract amount after exercise of this option will be $32,691,100. Work will be performed at Naval Base Point Loma, Calif. (39 percent); Naval Base San Diego, Calif. (32 percent); Naval Base Coronado, Calif. (26 percent); and Naval Air Field El Centro, Calif. (3 percent), and is expected to be completed September 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was a sole source negotiated procurement under the U.S. Small Business Administration's 8(a) program and award was made on May 29, 2003. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Flintco Construction Solutions, Memphis, Tenn., was awarded Sept. 30, 2006, $11,520,413 for firm-fixed price Task Order 0003 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62467-03-D-0290) for relocation and consolidation of Enlisted Placement Management Center (EPMAC) and Naval Reserve Personnel Command (NRPC) into Navy Personnel Command (NPC) at Naval Support Activity Mid-South. The work to be performed provides for the design, renovation and construction of existing facilities. This project will convert Building 453 to administrative offices to support the relocation and consolidation. NPC/Bureau of Naval Personnel will be relocated among Buildings 453, 457, 768 and 791 to facilitate EPMAC and NRPC consolidating into NPC. This project will include interior and exterior alterations to bachelor quarters (BQ) Building 454 to facilitate the consolidation for all BQ tenants into one building, making Building 453
available for conversion from BQ to Administrative Office. Work will be performed in Millington, Tenn., and is expected to be completed by December 2007. Contract funds will not 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 14 proposals received and award made on Sept. 1, 2004. The total contract amount is not to exceed $30,000,000, which includes the base period and four option years. The multiple contractors (four 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, Midwest, Great Lakes, Ill., is the contracting activity.

Islands Mechanical Contractor, Inc.*, Jacksonville, Fla., was awarded Sept. 30, 2006, a $9,539,000 firm-fixed price contract for base wide wastewater treatment system repairs at Naval Station Guantanomo Bay. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. Work will be performed in Guantanomo Bay, Cuba, and is expected to be completed by October 2007. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69272-06-C-0012).

Weeks Marine, Inc., Cranford, N.J., was awarded on Sept. 30, 2006, $7,983,895 under previously awarded firm-fixed-price contract (N40085-06-C-6023) to exercise Options 4 and 6 to provide various repairs to Berth 2 and Pier No. 6 Substations 1 and 2 at the Norfolk Naval Shipyard. Work will be performed in Portsmouth, Va., and is expected to be completed by September 2007. The entire period of performance including all options will be through June 2009. After exercise of this option, the total cumulative contract amount will be $79,062,975. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with 35 offers solicited and two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Litton Systems, Inc., Navigation Systems Div., Woodland Hills, Calif., is being awarded a $6,690,000 modification to a previously awarded firm-fixed-price contract (N00019-05-C-0074) for the procurement of one AN/UPX-24(V) Interrogator set, 9 control indicators, and 14 retrofit kits for the U.S. Navy. The AN/UPX-24(V) Interrogator Set is one of two major subsystems that provide a centralized identification system for Fleet tactical ships. Work will be performed in San Diego, Calif. (90 percent) and Woodland Hills, Calif. (10 percent), and is expected to be completed in August 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity

P&amp;L General Contractors, Inc.*, Oak Harbor, Wash., was awarded Sept. 30, 2006, $5,590,952 for firm-fixed-price Task Order X026 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N44255-04-D-9124) for the repair and overhaul of main dewatering pumps and replacement of suction sluice gates at Drydock #6 at Puget Sound Naval Shipyard/Intermediate Maintenance Facility, Naval Base Kitsup. Work will be performed in Bremerton, Wash., and is expected to be completed by October 2008. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured through the Small Business Administration's 8(a) Program via the Naval Facilities Engineering Command e-solicitation website with 12 proposals received and award made on Sept. 29, 2004. The total contract amount is not to exceed $99,000,000, which includes the base period and two option years. The multiple contractors (four in number) may
 compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

ARMY

HUNT Building Co. Ltd., El Paso, Texas, was awarded on Sept. 27, 2006, a $50,859,470 firm-fixed-price contract for design and construction of military family housing. Work will be performed at Mountain Hope Air Force Base, Idaho, and is expected to be completed by Oct. 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 June 14, 2006, and two bids were received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0023).

B.L. Harbert International, Birmingham, Ala., was awarded on Sept. 28, 2006, a $42,842,916 firm-fixed-price contract for design and construction of Infantry Brigade Combat Team Company operations facilities. Work will be performed at Fort Knox, Ky., and is expected to be completed by Dec. 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 July 24, 2006, and one bid was received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting ac activity (W912QR-06-C-0054).
McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Sept. 28, 2006, a delivery order amount of $37,000,000 as part of a $37,000,000 firm-fixed-price contract for integration of the aircraft survivability equipment system onto the Extended Block II AH64D Apache Longbow Attack Helicopter Aircraft. Work will be performed in Mesa, Ariz., and is expected to be completed by May 10, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 12, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-G-0005).

John C. Grimberg Co. Inc., Rockville, Md., was awarded on Sept. 28, 2006, a $27,049,000 firm-fixed-price contract for construction of a chemical, biological, radiological sample receipt facility. Work will be performed at Aberdeen Proving Ground, Md., and is expected to be completed by March 30, 2008. Contract funds will not expire at the end of the current fiscal year. There were 95 bids solicited on Feb. 24, 2006, and four bids were received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-06-C-0054).

McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Sept. 28, 2006, a delivery order amount of $26,127,000 as part of a $26,127,000 firm-fixed-price contract for integration of the latest improved data modem and elimination of all Army software blocking test limitations on the AH-64D Apache Extended Block II Aircraft. Work will be performed in Mesa, Ariz., and is expected to be completed by Oct. 31, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 15, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-G-0005).

Anteon Corp., Fairfax, Va., was awarded on Sept. 28, 2006, a $15,126,543 cost-plus-fixed-fee contract for augmentation personnel to support the 160th Signal Brigade. Work will be performed in Southwest Asia, Central Asia, and Africa, and is expected to be completed by Dec. 31, 2011. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on March 20, 2006, and four bids were received. The U.S. Army Contracting Agency, Fort Huachuca, Ariz., is the contracting activity (W91RUS-06-C-0041).

MPRI Inc., Alexandria, Va., was awarded on Sept. 27, 2006, a $15,000,000 cost-plus-fixed-fee contract for law enforcement personnel embedded with units deploying to Iraq and Afghanistan. Work will be performed in Washington, D.C. (13 percent), Iraq and Afghanistan (87 percent), and is expected to be completed by Sept. 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 31, 2006. The U.S. Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-06-C-0040).

International Consulting and Contracting Services Ltd.*, Lansing, Mich., was awarded on Sept. 28, 2006, a $14,511,659 firm-fixed-price contract to provide and install furniture, furnishings, and equipment for various buildings and facilities. Work will be performed at Al Udeid Air Base, Qatar, and is expected to be completed by Dec. 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were 35 bids solicited on July 27, 2006, and six bids were received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-06-C-0022).

Day &amp; Zimmerman Inc.*, Philadelphia, Pa., was awarded on Sept. 27, 2006, a delivery order amount of $14,290,810 as part of a $14,290,810 firm-fixed-price contract for M82 Primers. Work will be performed in Texarkana, Texas, and is expected to be completed by Dec. 31, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on May 18, 2006. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (W52P1J-04-G-0008).

Urban Associates L.P.*, El Paso, Texas, was awarded on Sept. 28, 2006, a $13,841,693 firm-fixed-price contract for construction of crash fire rescue stations. Work will be performed at Holloman Air Force Base, N.M., and is expected to be completed by April 12, 2008. Contract funds will not expire at the end of the current fiscal year. There were 45 bids solicited on Aug. 1, 2006, and six bids were received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-06-C-0022).

TECOM Inc., Selfridge Air National Guard Base, Mich., was awarded on Sept. 28, 2006, a $13,127,133 increment as part of a $43,359,964 firm-fixed-price, time and materials, and cost contract for base operations and maintenance services. Work will be performed in Warren, Mich. (45 percent), and Harrison Township, Mich. (55 percent), 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 an unknown number of bids solicited via the World Wide Web on June 17, 2003, and seven bids were received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W912CH-04-C-A507).

SM Wilson &amp; Co., St. Louis, Mo., was awarded on Sept. 27, 2006, a $12,958,459 firm-fixed-price contract for construction of permanent party barracks. Work will be performed at Fort Leonard Wood, Mo., and is expected to be completed by Sept. 29, 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 21, 2006, and four bids were received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-06-C-0052).

ECI Construction Inc.*, Stillwell, Kan., was awarded on Sept. 28, 2006, a $12,354,739 firm-fixed-price contract for force protection enhancements. Work will be performed at Vance Air Force Base, Okla., and is expected to be completed by March 10, 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 25, 2006, and three bids were received. The U.S. Army Engineer District, Tulsa, Okla., is the contracting activity (W912BV-06-C-2013).

Forrester Construction Co., Rockville, Md., was awarded on Sept. 28, 2006, a delivery order amount of $12,072,000 as part of a $12,072,000 firm-fixed-price contract for design, construction, and renovation of Buildings 2257 and 4217. Work will be performed at Fort Meade, Md., 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 four bids solicited on March 3, 2006, and one bid was received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (DACA31-03-D-0003).

Day &amp; Zimmerman Inc.*, Philadelphia, Pa., was awarded on Sept. 27, 2006, a delivery order amount of $11,159,938 as part of an $11,159,938 firm-fixed-price contract for modular crowd control munitions. Work will be performed in Texarkana, Texas, and is expected to be completed by Dec. 31, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 27, 2006. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (W52P1J-04-G-0009).

PCL Construction Services Inc., Denver, Colo., was awarded on Sept. 28, 2006, a $10,854,500 firm-fixed-price contract for additions and alterations to a communications center. Work will be performed at Buckley Air Force Base, Colo., and is expected to be completed by Jan. 9, 2008. Contract funds will not expire at the end of the current fiscal year. There were 27 bids solicited on Jan. 10, 2006, and four bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0006).

W.G. Yates &amp; Sons Construction Co., Philadelphia, Miss., was awarded on Sept. 28, 2006, a $9,782,000 firm-fixed-price contract for design and construction of a replacement squad/wing operations facility. Work will be performed in Gulfport, Miss., and is expected to be completed by Feb. 25, 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 24, 2006, and two bids were received. The U.S. Property and Fiscal Office, Jackson, Miss., is the contracting activity (W9127Q-06-C-0006).

Sheehy Construction Co., St. Paul, Minn., was awarded on Sept. 28, 2006, an $8,852,800 firm-fixed-price contract for construction of an administrative/office space and general-purpose shop. Work will be performed in Minneapolis, Minn., and is expected to be completed by April 15, 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 10, 2006, and three bids were received. The National Guard Bureau, Little Falls, Minn., is the contracting activity (W912LM-06-C-0002).

Barlovento L.L.C.*, Dothan, Ala., was awarded on Sept. 27, 2006, an $8,489,459 firm-fixed-price contract for replacement of a Hurricane Katrina-damaged civil engineering complex. Work will be performed in Gulfport, Miss., 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 an unknown number of bids solicited via the World Wide Web on May 25, 2006, and one bid was received. The U.S. Property and Fiscal Office, Jackson, Miss., is the contracting activity (W9127Q-06-C-0005).

Sauer Inc., Jacksonville, Fla., was awarded on Sept. 28, 2006, an $8,384,284 modification to a firm-fixed-price contract for renovations and repairs to Buildings 3105 and 3335. Work will be performed at Fort Benning, Ga., and is expected to be completed by Nov. 24, 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 5, 2006, and one bid was received. The U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-06-C-0047).

BAE Systems Land and Armaments, York, Pa., was awarded on Sept. 28, 2006, a delivery order amount of $8,359,001 as part of an $8,359,001 cost-reimbursable contract for long lead materials to support the reset and repair of desert-damaged vehicles. Work will be performed in York, Pa. (83 percent), Aiken, S.C. (5 percent), San Jose, Calif. (8 percent), and Fayette, Pa. (4 percent), and is expected to be completed by April 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 20, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).

American Mechanical Inc.*, Fairbanks, Alaska, was awarded on Sept. 28, 2006, a delivery order amount of $7,710,769 as part of a $17,195,658 firm-fixed-price contract for design and construction of utilidors, Phase VII. Work will be performed at Eielson Air Force Base, Alaska, and is expected to be completed by Nov. 27, 2007. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Aug. 11, 2006, and two bids were received. The U.S. Army Engineer District, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-05-D-0012).

Sierra Nevada Corp.*, Sparks, Nev., was awarded on Sept. 28, 2006, a delivery order amount of $6,923,607 as part of a $6,923,607 firm-fixed-price, cost-plus-fixed-fee, and time and materials contract for procurement of modified commercial-off-the-shelf handheld digital devices and vehicle mounted components, and ancillary equipment. Work will be performed in Sparks, Nev., and is expected to be completed by June 20, 2011. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on April 6, 2006, and one bid was received. The Vicksburg Consolidated Contract Office, Alexandria, Va., is the contracting activity (W9132V-06-D-0003).

AM General L.L.C., South Bend, Ind., was awarded on Sept. 28, 2006, a $6,441,000 modification to a firm-fixed-price contract for incorporation of RICO spare tire carrier and emergency rescue wrench onto the M115A1 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).

NDG Constructors*, Golden, Colo., was awarded on Sept. 28, 2006, a $5,954,660 firm-fixed-price contract for design and construction of a leadership development facility. Work will be performed at Buckley Air Force Base, Colo., and is expected to be completed by Dec. 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were 238 bids solicited on Jan. 4, 2006, and five bids were received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0048).

BKJ Solutions*, Perkins, Okla., was awarded on Sept. 27, 2006, a $5,711,422 firm-fixed-price contract for historic renovation of Building 403. Work will be performed at Fort Riley, Kan., and is expected to be completed by Sept. 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 22, 2006. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-06-C-0051).

Weston Solutions Inc., Manchester, N.H., was awarded on Sept. 28, 2006, a delivery order amount of $5,177,391 as part of a $10,952,340 cost-plus-fixed-fee contract for Phase II remedial action, Atlas Corporation Superfund Site. Work will be performed in Fairhaven, Mass., and is expected to be completed by Feb. 28, 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. 18, 2006, and three bids were received. The U.S. Army Corps of Engineers, Concord, Mass., is the contracting activity (W912WJ-05-D-0009).

Neanna Ventures*, Fairbanks, Alaska, was awarded on Sept. 27, 2006, a $5,010,000 firm-fixed-price contract for design and construction of an information systems facility. Work will be performed at Fort Wainwright, Alaska, and is expected to be completed by December 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 11, 2006, and three bids were received. The U.S. Army Engineer District, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-06-C-0026).

 DEFENSE LOGISTICS AGENCY

Science Applications International Corporation, Reston, Va., is being awarded a maximum $15,240,365 fixed price with economic price adjustment contract to perform environmental document updates at DoD fuel terminals storing Defense Energy Support Center (DESC) capitalized product world wide for a five-year period for DESC. Proposals were Web-solicited and 7 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 30, 2011. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-06-D-5608).

Tesoro Refining and Marketing Co., San Antonio, Texas, is being awarded a minimum $5,617,037 fixed price with economic price adjustment contract for jet fuel for Navy. Other location of performance is Kekaha, Hawaii. There were 10 proposals solicited and 6 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is December 31, 2009. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-06-D-1267).
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 ... 17 18 20 21 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 18. Avg 2025, 07:04:21
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: 0.161 sec za 13 q. Powered by: SMF. © 2005, Simple Machines LLC.