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

ConQUIZtador
Trenutno vreme je: 22. Avg 2025, 19:55:25
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 ... 18 19 21 22 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71124 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 10/3/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 3 Oct 2006 17:06:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 982-06
FOR RELEASE AT
October 03, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

ARMY

 AM General L.L.C., South Bend, Ind., was awarded on Sept. 29, 2006, an $83,353,215 modification to a firm-fixed-price contract for M1152A1 and M1165A2 Marine Corps high mobility multipurpose wheeled vehicles.Work will be performed in South Bend, Ind., and is expected to be completed by Dec. 31, 2007.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on July 17, 2000.The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

 M.A. Mortenson Co., Minneapolis, Minn., was awarded on Sept. 29, 2006, a $52,854,287 firm-fixed-price contract for design and construction of company operations facilities.Work will be performed at Fort Carson, Colo., and is expected to be completed by April 4, 2008.Contract funds will not expire at the end of the current fiscal year.There were 60 bids solicited on May 12, 2006, and nine bids were received.The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting ac activity (W9128F-06-C-0045).

 GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Sept. 29, 2006, a delivery order amount of $51,402,114 as part of a $4,973,264,821 firm-fixed-price contract for Stryker vehicles.Work will be performed in Sterling Heights, Mich. (60 percent), and London, Ontario, Canada (40 percent), and is expected to be completed by Oct. 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 April 6, 2000, and 17 bids were received.The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-D-M051).

 Northrop Grumman Defense Mission Systems Inc., Reston, Va., was awarded on Sept. 29, 2006, a $50,832,407 firm-fixed-price contract for information technology support services.Work will be performed in Reston, Va. (95 percent), and Arlington, Va. (5 percent), and is expected to be completed by Sept. 28, 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 July 20, 2006, and three bids were received.The Contracting Center for Excellence, Washington, D.C., is the contracting activity (W74V8H-06-C-0068).

 MPRI Inc., Alexandria, Va., was awarded on Sept. 29, 2006, a delivery order amount of $42,812,500 as part of a $52,000,000 firm-fixed-price contract for program development and analytical support.Work will be performed in Arlington, Va., and is expected to be completed by Sept. 28, 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 Contracting Agency, Fort Eustis, Va., is the contracting activity (W911S0-06-F-0006).

 The McCarty Corp., Austin, Texas, was awarded on Sept. 29, 2006, a $42,160,000 increment as part of a $106,339,000 firm-fixed-price contract for construction of battalion headquarters buildings.Work will be performed at Fort Bragg, N.C., and is expected to be completed by Jan. 31, 2010.Contract funds will not expire at the end of the current fiscal year.There were 220 bids solicited on June 12, 2006, and four bids were received.The U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-06-C-0074).

 GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Sept. 29, 2006, a delivery order amount of $25,112,791 as part of a $4,973,264,821 firm-fixed-price contract for stryker vehicles.Work will be performed in Sterling Heights, Mich. (60 percent), and London, Ontario, Canada (40 percent), and is expected to be completed by Oct. 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 April 6, 2000, and 17 bids were received.The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-D-M051).

 Barr Laboratories Inc.*, Pomona, N.Y., was awarded on Sept. 29, 2006, a $20,778,450 increment as part of a $68,907,407 cost-plus-fixed-fee contract for reinstatement of the adenovirus type 4 and 7 vaccine program.Work will be performed in Pomona, N.Y. (30 percent), Silver Spring, Md. (7.5 percent), Chicago, Ill. (32.5 percent), and Columbia, S.C. (30 percent), and is expected to be completed by Sept. 30, 2010.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on March 5, 2001.The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Md., is the contracting activity (DAMD17-01-C-0058).

 Thales Raytheon Systems Co. L.L.C., Fullerton, Calif., was awarded on Sept. 29, 2006, a $17,500,000 modification to a firm-fixed-price contract for the firefinder AN/TPQ-37(V) reliability and maintainability improvement program.Work will be performed in Fullerton, Calif., and is expected to be completed by Feb. 28, 2008.Contract funds will not expire at the end of the current fiscal year.There were an unknown number of bids solicited on July 27, 2006, and one bid was received.The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-M207).

 Banes General Contractors Inc., El Paso, Texas, was awarded on Sept. 29, 2006, a $13,956,300 firm-fixed-price contract for construction of a border patrol station.Work will be performed in El Paso, Texas, and is expected to be completed by April 20, 2008.Contract funds will not expire at the end of the current fiscal year.There were 20 bids solicited on June 22, 2006, and four bids were received.The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-06-C-0023).

 Bryan Construction Inc.*, Colorado Springs, Colo., was awarded on Sept. 29, 2006, a delivery order amount of $13,190,822 as part of a $19,093,480 firm-fixed-price contract for design and construction of a space control facility.Work will be performed at Peterson Air Force Base, Colo., and is expected to be completed by April 3, 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-0019).

 Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Sept. 29, 2006, a $12,970,512 modification to a firm-fixed-price contract for spare parts and sustainment stock parts.Work will be performed in Stratford, Conn., 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 Aug. 24, 2006.The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH23-02-C-0006).

 James Talcott Construction Inc.*, Great Falls, Mont., was awarded on Sept. 29, 2006, a $12,089,000 firm-fixed-price contract for design and construction of a physical fitness center.Work will be performed at Malmstrom Air Force Base, Mont., and is expected to be completed by April 1, 2008.Contract funds will not expire at the end of the current fiscal year.There were an unknown number of bids solicited via the World Wide Web on July 27, 2006, and five bids were received.The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0028).

 Primatech Construction Inc.*, Honolulu, Hawaii, was awarded on Sept. 28, 2006, a $10,809,000 firm-fixed-price contract for construction of a storage warehouse facility.Work will be performed in Oahu, Hawaii, 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 Aug. 8, 2006, and two bids were received.The U.S. Army Engineer District, Honolulu, Hawaii, is the contracting activity (W9128A-06-C-0011).

 Bristol Construction Services L.L.C.*, Anchorage, Alaska, was awarded on Sept. 28, 2006, a $10,161,606 firm-fixed-price contract for a barracks upgrade project.Work will be performed at Fort Lewis, Wash., and is expected to be completed by June 30, 2007.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on Sept. 6, 2006.The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0025).

 Environmental Systems Research Institute Inc., Redlands, Calif., was awarded on Sept. 29, 2006, a delivery order amount of $10,141,024 as part of a $10,141,024 firm-fixed-price contract for enhancement of the Palanterra effort.Work will be performed in Redlands, Calif., 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. 11, 2006.The National Geospatial Intelligence Agency, St. Louis, Mo., is the contracting activity (HM1574-04-D-0001).

 Northrop Grumman Systems Corp., Linthicum Heights, Md., was awarded on Sept. 28, 2006, a $10,000,000 cost-plus-fixed-fee contract for vehicle and dismount exploitation radar development and demonstration program.Work will be performed in Linthicum, Md., and is expected to be completed by April 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 Sept. 19, 2005, and 26 bids were received.The Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-06-C-0144).

 COLSA Corp.*, Huntsville, Ala., was awarded on Sept. 29, 2006, a $10,000,000 increment as part of a $10,000,000 cost-plus-fixed-fee contract for development of an open architecture test bed framework.Work will be performed in Huntsville, Ala., 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 an unknown number of bids solicited via the World Wide Web on Dec. 21, 2005, and three bids were received.The U.S. Army Space and Missile Defense Command, Redstone Arsenal, Ala., is the contracting activity (W9113M-06-C-0201).

 Computer Sciences Corp., Huntsville, Ala., was awarded on Sept. 29, 2006, a $9,900,000 time and materials contract for engineering and management support services.Work will be performed in Kabul, Afghanistan, and is expected to be completed by Sept. 27, 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 Contracting Agency, White Sands Missile Range, N.M., is the contracting activity (W9124Q-06-F-1447).

 Burns &amp; McDonnell Engineering Company Inc., Kansas City, Mo., was awarded on Sept. 29, 2006, a $9,846,866 firm-fixed-price contract for design and construction of a modern corrosion control/painting facility.Work will be performed in Bernalillo, N.M., and is expected to be completed by March 19, 2008.Contract funds will not expire at the end of the current fiscal year.There were 20 bids solicited on July 5, 2006, and three bids were received.The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-06-C-0025).

 New Mexico Technology Group L.L.C., White Sands Missile Range, N.M., was awarded on Sept. 29, 2006, a $9,320,056 increment as part of a $386,350,183 cost-plus-award-fee contract for a two-month extension of test support services.Work will be performed at White Sands Missile Range, N.M., and is expected to be completed by Nov. 30, 2006.Contract funds will not expire at the end of the current fiscal year.This was a sole source contract initiated on May 31, 1996.The U.S. Army Contracting Agency, White Sands Missile Range, N.M., is the contracting activity (DAAD07-97-C-0108).

 General Atomics Aeronautical Systems Inc., San Diego, Calif., was awarded on Sept. 29, 2006, an $8,550,308 firm-fixed-price, cost-plus-fixed-fee, and time and material contract for Lynx I Systems.Work will be performed in San Diego, Calif. (95 percent), and Iraq (5 percent), 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 an unknown number of bids solicited via the World Wide Web on Aug. 29, 2006, and one bid was received.The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-P255).

DEFENSE LOGISTICS AGENCY

 Exxon Mobil Fuels Marketing Co., Fairfax, Va., is being awarded a minimum $66,533,785 fixed price with economic price adjustment contract for diesel fuel, jet fuel, and gasoline for Navy. Other locations of performance are Andros Island, Bahamas, and Guantanamo Bay, Cuba. There were 5 proposals solicited and 4 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is March 31, 2011. Contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-D-1259).

AIR FORCE

 Boeing Wichita Development &amp; Mod Center, Wichita, Kans., is being awarded a $40,000,000 firm-fixed-price, time and material and cost reimbursable contract modification.This modification is to exercise contract option II for FY07.This is the third year of a five-year contractor logistics support contract.This contract was awarded with a 1-year basic (FY05) and 4 one-year options (FY06 thru FY09) to support the VC-25A aircraft.The Special Air Mission aircraft provide air transportation for the President, Vice-resident, Cabinet Members, and other dignitaries on a worldwide basis and are assigned to the 89th AW, Andrews Air Force Base, Md., the VC-25A presently consists of two specially modified Boeing commercial 747-200 aircraft.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-0006/P00043)

NAVY

 Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., was awarded Sept. 30, 2006, $23,243,555 for firm-fixed price Task Order 0003under previously awarded indefinite-delivery/indefinite-quantity design-build multiple award construction contract (N62467-03-D-0090) for repairs to 138 housing units impacted by Hurricane Wilma at Naval Air Station Key West.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 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 proposals solicited, seven offers 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.

 Shaw Infrastructure, Inc., San Diego, Calif., was awarded Sept. 30, 2006, $12,812,976 for modification P00010 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N68711-03-D-4302) to exercise option 2 for environmental services including compliance effort for consulting, professional services, project management and technical support services, for Navy and Marine Corps installations throughout southern California.The current total contract amount after exercise of this option will be $34,523,445.Work will be performed in southern California, 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 57 proposals solicited, two offers received and award made on Jan. 12, 2005. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

 Kira, Inc.*, Miami, Fla., was awarded Sept. 30, 2006, $11,883,045 under a combination firm-fixed price, indefinite-quantity regional base operating support (BOS) contract (N69272-03-D-1010) for the exercise of Option 2 for BOS services at Naval Air Station Jacksonville.The work to be performed under the option provides for janitorial, pest control, refuse/recycling, grounds, heating, ventilation and air conditioning, and fire alarm system maintenance for the Jacksonville region and reserve centers.The award of this option brings the total contract value to $33,441,391.Work will be performed in Jacksonville, Fla. and surrounding Southeast region, 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 HUBZone Small Business Set-Aside and competitively procured via the Naval Facilities Engineering Command e-solicitation website with five proposals received, and award made on Dec. 5, 2003.The
Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

 Healy Tibbitts Builders, Inc., Aiea, Hawaii, was awarded Sept. 30, 2006, $11,495,600 for firm-fixed price Task Order 0014 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62742-04-D-1300) for repair of Wharf A-7 at Naval Station, Pearl Harbor.Work will be performed in Pearl Harbor, Hawaii, 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 11 proposals solicited, seven offers received and award made on June 10, 2004.The total contract amount is not to exceed $250,000,000 (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, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

 The Whiting-Turner Contracting Co., Baltimore, Md., was awarded Sept. 30, 2006, $10,400,000 for firm-fixed price Task Order 0007 under previously awarded indefinite-quantity multiple award construction contract (N62477-04-D-0032) for renovations to Building 58 at the Washington Navy Yard.Work will be performed in Washington, D.C., 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 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, D.C., is the contracting
activity.

 BAE Systems, Ground Systems Division, York, Pa., is being awarded an $8,331,206 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum ordering quantity of 150 Mine Roller Systems and associated manuals, spares and interface kits.The initial delivery order is for 150 out of the 150 Mine Roller Systems available on the contract.Work will be performed in Colchester, Ill., and work is expected to be complete by February 2007.Contract funds will not expire by the end of the current fiscal year.This contract is a sole source award to BAE Systems, Ground Systems Division as they are the sole manufacturer of the Mine Roller System.The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-D-5173).

 John C. Grimberg Co., Inc., Rockville, Md., was awarded Sept. 30, 2006, $7,160,000 for firm-fixed price Task Order 0015 under previously awarded indefinite-quantity multiple award construction contract for repair of air handling units in Building 9 at the National Naval Medical Center.Work will be performed in Bethesda, Md., 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 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, D.C., is the contracting activity
(N62477-04-D-0012).

 Hawaiian Dredging Construction Company, Inc., Honolulu, Hawaii, was awarded Sept. 30, 2006, $6,695,000 for firm-fixed price Task Order 0004 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62742-04-D-1302) for repair of Bravo Docks 10-11, Phase 1, at Naval Station, Pearl Harbor.Work will be performed in Pearl Harbor, Hawaii, 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 11 proposals solicited, seven offers received and award made on June 10, 2004.The total contract amount is not to exceed $250,000,000 (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, Hawaii, Pearl Harbor, Hawaii, is the contracting
activity.

 Innovative Productivity Inc., Louisville, Ky., was awarded Sept., 29, 2006, $6,122,618 for cost-plus-fixed-fee modification to previously awarded contract (N63394-05-C-4001) for a twelve-month extension to operate the McConnell Technology &amp; Training Center (MTTC).MTTC assists the Navy in solving shipboard problems through the insertion of innovative products and technologies and to operate a technology transfer program to help acquire, use and find applications for new technologies.Work will be performed in Louisville, Ky., and is expected to be completed by September 2007.Contract funds in the amount of $3,945,606 will expire at the end of the current fiscal year.The Naval Surface Warfare Center Port Hueneme Division Louisville Detachment, Louisville, Ky., 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 10/4/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 4 Oct 2006 17:02:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 991-06
FOR RELEASE AT
October 04, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

ARMY

 AM General L.L.C., South Bend, Ind., was awarded on Sept. 29, 2006, a $98,721,988 modification to a firm-fixed-price contract for M1151A1 with B2 and M1152A1 High Mobility Multipurpose Wheeled Vehicles. Work will be performed in South Bend, Ind., and is expected to be completed by Dec. 31, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 17, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

 Texas Engineering, College Station, Texas, was awarded on Sept. 29, 2006, a $7,697,663 modification to a cost-plus-fixed-fee contract for development of a controllable active material. Work will be performed in College Station, Texas, 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 Feb. 4, 2004. The U.S. Army Aviation Applied Technology Directorate, Fort Eustis, Va., is the contracting ac activity (W911W6-05-C-0015).

 AM General L.L.C., South Bend, Ind., was awarded on Sept. 29, 2006, a $6,862,206 modification to a firm-fixed-price contract for Air Force vehicles consisting of M1116 chassis for the High Mobility Multipurpose Wheeled Vehicle. 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).

 J&amp;J Contractors Inc., Lowell, Mass., was awarded on Sept. 29, 2006, a delivery order amount of $6,347,000 as part of a $6,347,000 firm-fixed-price contract for construction of a weapons maintenance and load crew training facility. Work will be performed in Westfield, Mass., and is expected to be completed by Oct. 5, 2007. Contract funds will not expire at the end of the current fiscal year. There were 11 bids solicited on Aug. 31, 2006, and five bids were received. The U.S. Property and Fiscal Office, Westfield, Mass., is the contracting activity (W912SV-05-D-0006).

 Nan Inc., Honolulu, Hawaii, was awarded on Sept. 28, 2006, a $6,345,840 firm-fixed-price contract for construction of a consolidated training facility. Work will be performed at Hickam Air Force Base, Hawaii, 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 ten bids solicited on Aug. 3, 2006, and five bids were received. The U.S. Army Engineer District, Honolulu, Hawaii, is the contracting activity (W9128A-06-C-0010).

 Basic Marine Inc.*, Escanaba, Mich., was awarded on Sept. 29, 2006, a $6,137,228 firm-fixed-price contract for design, construction, testing, and delivery of a deck barge. Work will be performed in Escanaba, Mich., 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 ten bids solicited on July 14, 2006, and two bids were received. The U.S. Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-06-C-0028).

Day &amp; Zimmerman Inc., Philadelphia, Pa., was awarded on Sept. 29, 2006, a delivery order amount of $6,100,000 as part of a $6,100,000 firm-fixed-price contract for ammunition storage. Work will be performed in Hawthorne, Nev., and is expected to be completed by Sept. 28, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Feb. 11, 1999. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-99-D-0022).

 Idaho Technology Inc.*, Salt Lake City, Utah, was awarded on Sept. 29, 2006, a $5,984,324 modification to a firm-fixed-price contract for associated support items of equipment for the Joint Biological Agent Identification Diagnostic System. Work will be performed in Salt Lake City, Utah, and is expected to be completed by July 31, 2007. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on Jan. 17, 2003, and two bids were received. The U.S. Army Space and Missile Defense Command, Frederick, Md., is the contracting activity (DASG60-03-C-0094).

 Bryan Construction Inc.*, Colorado Springs, Colo., was awarded on Sept. 29, 2006, a delivery order amount of $5,902,658 as part of a $5,902,658 firm-fixed-price contract for design and construction of repair medical clinic. Work will be performed at Peterson Air Force Base, Colo., and is expected to be completed by April 3, 2008. Contract funds will not expire at the end of the current fiscal year. There were four bids solicited on Aug. 28, 2006, and one bid was received. The U.S. Army Corps of Engineers Omaha, Neb., is the contracting activity (W9128F-06-D-0019).

 Whitesell-Green Inc., Pensacola, Fla., was awarded on Sept. 29, 2006, a $5,864,000 firm-fixed-price contract for repair of a hangar complex. Work will be performed at Fort Rucker, Ala., and is expected to be completed by Oct. 30, 2009. Contract funds will not expire at the end of the current fiscal year. There were 590 bids solicited on July 18, 2006, and two bids were received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-06-C-0046).

 McDonnell Douglas Helicopter, Mesa, Ariz., was awarded on Sept. 29, 2006, a delivery order amount of $5,300,000 as part of a $5,300,000 firm-fixed-price contract for AN/APX-123 common transponder integration and installation into the AH-64D helicopters. Work will be performed in Mesa, Ariz., and is expected to be completed by Dec. 31, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source bid solicited on July 7, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-G-0005).

 NAVY

 IAP-Hill, LLC (a joint venture), Cape Canaveral, Fla., was awarded Sept. 30, 2006, $55,458,533 under previously awarded combination firm-fixed-price award fee, indefinite-quantity regional base operating support (BOS) contract (N62467-00-D-2451) to exercise Option 6 for BOS services at Naval Air Station Jacksonville. The award of this option brings the total contract value to $391,491,403. Work will be performed in Jacksonville, Fla., 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 75 proposals solicited, three offers received, and award made on June 28, 2000. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

 Bath Iron Works, Bath, Maine, is being awarded a $13,730,538 modification to previously awarded contract (N00024-06-C-2307) for accomplishment of lead yard services for the DDG 51 Class Destroyer Program. The purpose of the DDG 51 Class Lead Yard services is to maintain necessary lead yard engineering and technical support for DDG 51 Class lead and follow ships class configurations which includes maintenance of the class design drawings; screening, preparation and scoping of class engineering change proposals; development of class flight upgrade design; support for defining configuration of drawings warranted to the follow-shipbuilder and the resolution of problems or questions submitted by the follow-shipbuilder through the liaison inquiry process. Work will be performed in Bath, Maine, and is expected to be completed by November 2006. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting
activity.

 IAP-Hill, LLC (a joint venture), Cape Canaveral, Fla., was awarded Sept. 30, 2006, $12,048,540 for firm-fixed-price Task Order 0751 under previously awarded combination firm-fixed-price award fee, indefinite-quantity regional base operating support (BOS) contract (N62467-00-D-2451) for service calls in support of the BOS contract at Naval Air Station Jacksonville. Work will be performed in Jacksonville, Fla., 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 75 proposals solicited, three offers received, and award made on June 28, 2000. The Engineering Field Activity Southeast, Naval Facilities Engineering Command, Jacksonville, Fla., is the contracting activity.

 Krempp Lumber Company*, Jasper, Ind.; Wight Construction Company, Darien, Ill.; Weddle Brothers Construction Co., Bloomington, Ind.; and Korte Construction Company dba The Korte Co., Highland, Ill., were each awarded Sept. 30, 2006, a guaranteed minimum design-build multiple award construction contract for design, construction, and renovation of government facilities in Illinois, Indiana, and Tennessee. The total amount for all contracts combined is not to exceed $200,000,000 (base period and four option years). Krempp Lumber Company is being awarded $7,005,000 (including the minimum guarantee) for the initial task order for design and construction of the new Special Weapons Facility at Naval Surface Warfare Center, Crane, Ind. Work for this task order is expected to be completed by March 2008. The remaining three contractors are being awarded the minimum guarantee of $25,000. Work will be performed at government facilities in Indiana (60 percent); Illinois (30 percent);
and Tennessee (10 percent), and is expected to be completed September 2007 (September 2011 with options). 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 11 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity (N40083-06-D-4018/4019/4020/4021).

 AIR FORCE

 Boeing Co., St Louis, Mo., is being awarded a $9,000,000 indefinite delivery/indefinite quantity, cost-plus-fixed-fee contract modification. This contract will design and test a large penetrating munition, to demonstrate the weapon's lethality against multi-story building with hardened bunkers and tunnel facilities, and to reduce technology risk for future development. This program is funded by Defense Threat Reduction Agency. At this time, no funds have been obligated. This work will be complete October 2009. Air Force Research Laboratory, Eglin Air Force Base, Fla., is the contracting activity (FA8651-04-D-0427/P00002).

 Lockheed Martin Space Systems Co., Space and Missiles, Sunnyvale, Calif., is being awarded a $7,639,325 cost-plus-award fee contract modification. This contract modification incorporates software and hardware changes to the Advanced Extremely High Frequency (AEHF) satellite system. The changes are necessary to develop and maintain backward compatibility with the predecessor Milstar communications satellite system. The changes made in this modification are part of a series of modifications necessary for backward compatibility. Backward compatibility will allows the AEHF system to work with this Milstar system and better service the joint warfighter. At this time, $263,922 has been obligated. This work will be complete January 2009. Headquarters Military Satellite Communications Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-02-C-0002/A00013).

 Civil Air Patrol Inc., Maxwell Air Force Base, Ala., is being awarded a $6,243,000 cooperative agreement contract modification. This modification will increase funding for FY 2007 Civil Air Patrol operation and maintenance and counter-drug activities, drug demand reduction program, residual support for CAP-USAF State Directors and the AFROTC/CAP Flying Orientation Program is authorized by 10 U.S.C. 9442(b) and 10 U.S.C. 9444(a) and (b). At this time, total funds have been obligated. This work will be complete September 2007. 42d Air Base Wing, Maxwell Air Force Base, Ala., is the contracting activity (F41689-00-2-0001/A00108).
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 10/5/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 5 Oct 2006 17:10:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1000-06
FOR RELEASE AT
October 05, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 ARMY

 Enterprise Information Management Inc.*, Arlington, Va., was awarded on Sept. 30, 2006, a delivery order amount of $49,054,332 as part of a $49,054,332 firm-fixed-price contract for forms content management program. Work will be performed in Arlington, Va., and is expected to be completed by Sept. 29, 2011. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited on Aug. 25, 2006, and two bids were received. The Contracting Center of Excellence, Arlington, Va., is the contracting activity (W74V8H-06-D-0022).

 AAI Corp., Hunt Valley, Md., was awarded on Sept. 30, 2006, a $32,630,010 modification to a cost-plus-fixed-fee and firm-fixed-price contract for production of the SHADOW unmanned aerial vehicle systems and associated support equipment. Work will be performed in Hunt Valley, Md., 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 Jan. 11, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0292).

 Alutiiq-Mele L.L.C.*, Honolulu, Hawaii, was awarded on Sept. 30, 2006, a $19,273,183 firm-fixed-price contract for Design and Construction for the site preparation, purchase, and installation of modular buildings and arms vaults. Work will be performed at Fort Shafter, Hawaii, and is expected to be completed by Oct. 15, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 29, 2006. The U.S. Army Engineer District, Honolulu, Hawaii, is the contracting activity (W9128A-06-C-0013).

 Great Lakes Dredge &amp; Dock Company L.L.C., Oak Brook, Ill., was awarded on Sept. 29, 2006, a $14,816,245 firm-fixed-price contract for maintenance dredging. Work will be performed in Newark, N.J., and is expected to be completed by Nov. 30, 2006. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on April 5, 2006, and four bids were received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-06-C-0018).

 General Atomics Aeronautical System, San Diego, Calif., was awarded on Sept. 29, 2006, a $14,536,421 modification to a cost-plus-fixed-fee contract for contractor logistics support for IGNAT unmanned aerial vehicle operations. Work will be performed in San Diego, Calif. (75 percent), Adelanto, Calif. (5 percent), Palmdale, Calif. (5 percent), and Salt Lake City, Utah (15 percent), and is expected to be completed by Nov. 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 6, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (DAAH01-03-C-0124).

 Granite Construction Co., Watsonville, Calif., was awarded on Sept. 28, 2006, a $13,270,245 firm-fixed-price contract for Amedee Army Airfield Improvements. Work will be performed at Sierra Army Depot, Calif., and is expected to be completed by March 25, 2008. Contract funds will not expire at the end of the current fiscal year. There were 14 bids solicited on July 10, 2006, and one bid was received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-06-C-0036).

 AAI Corp., Hunt Valley, Md., was awarded on Sept. 30, 2006, a $13,216,384 modification to a firm-fixed-price contract for engine modification kits and associated spares for the Shadow 200 unmanned aircraft system. Work will be performed in Hunt Valley, Md., 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 9, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0292).

 Pine Bluff Sand &amp; Gravel Co.*, Pine Bluff, Ark., was awarded on Sept. 29, 2006, a $12,603,100 firm-fixed-price contract for construction of foreshore protection. Work will be performed in St. Bernard Parish, La., and is expected to be completed by May 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 Aug. 25, 2006, and four bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0210).

 M.A. Mortenson, Minneapolis, Minn., was awarded on Sept. 29, 2006, an $11,885,583 modification firm-fixed-price contract for construction of a division headquarters. Work will be performed at Fort Riley, Kan., and is expected to be completed by Sept. 23, 2009. 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 Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-06-C-0019).

 Alutiiq Global Solutions L.L.C.*, Anchorage, Alaska, was awarded on Sept. 30, 2006, an $11,701,882 firm-fixed-price contract for a chemical battalion &amp; logistics center modularity project. Work will be performed at Fort Lewis, Wash., and is expected to be completed by June 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 8, 2006. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0026).

 DMC Construction Inc.*, Pacific Grove, Calif., was awarded on Sept. 30, 2006, an $11,598,085 firm-fixed-price contract for upgrade of barracks buildings. Work will be performed in Monterey, Calif., and is expected to be completed by Sept. 16, 2008. Contract funds will not expire at the end of the current fiscal year. There were 15 bids solicited on June 15, 2006, and three bids were received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-06-C-0017).

 Raytheon Co., Andover, Mass., was awarded on Oct. 3, 2006, an $11,552,393 increment as part of a $23,104,787 cost-plus-fixed-fee contract for the Rapid Aerostat Initial Deployment (RAID) system and RAID Eagle Eye systems. Work will be performed in Andover, Mass., and is expected to be completed by Aug. 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 25, 2006. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-07-C-0002).

 AAI Corp., Hunt Valley, Md., was awarded on Sept. 30, 2006, an $11,449,800 modification to a cost-plus-fixed-fee contract for special unit training support preparations for the SHADOW unmanned aerial vehicle system. Work will be performed in Hunt Valley, Md., 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 Sept. 26, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0256).

 Chugach Industries Inc.*, Anchorage, Alaska, was awarded on Sept. 30, 2006, an $11,237,842 firm-fixed-price contract for design and placement of overhead electrical distribution systems underground. Work will be performed at Columbus Air Force, Base, Miss., and is expected to be completed by April 18, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 13, 2006. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-06-C-0057).

 Illinois Constructors Corp.*, Saint Charles, Ill., was awarded on Sept. 29, 2006, an $11,127,588 firm-fixed-price contract for construction of deteriorated step stone reventment in support of the Chicago Shoreline Storm Damage Reduction Project. Work will be performed in Chicago, Ill., and is expected to be completed by November 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 Aug. 4, 2006, and three bids were received. The U.S. Army Corps of Engineer, Chicago, Ill., is the contracting activity (W912P6-06-C-0011).

 M.E.S. Inc.*, Brooklyn, N.Y., was awarded on Sept. 29, 2006, a $10,628,832 increment as part of a $13,250,546 firm-fixed-price contract for construction of a pyrotechnics research and technology facility. Work will be performed at Picatinny Arsenal, N.J., and is expected to be completed by March 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were ten bids solicited on Aug. 11, 2006, and three bids were received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-06-C-0023).

 Sebesta Blomberg and Associates, Roseville, Minn., was awarded on Oct. 1, 2006, a delivery order amount of $6,582,326 as part of a $32,599,711 firm-fixed-price contract for commissions services on construction projects. Work will be performed in Arlington, Va., 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 March 8, 2004. The Washington Headquarters Services, Arlington, Va., is the contracting activity (HQ0095-05-D-0001).

 Conti Enterprises Inc.*, South Plainfield, N.J., was awarded on Sept. 30, 2006, a delivery order amount of $8,050,762 as part of a $20,332,487 cost-plus-incentive-fee contract for range clearance and solid waste management unit investigation remediation. Work will be performed at Fort Belvoir, Va., and is expected to be completed by Sept. 29, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 19, 2001. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (DACA31-02-D-0015).

 Innovative Concepts Inc., McLean, Va., was awarded on Sept. 29, 2006, a $6,879,183 modification to a cost-plus-fixed-fee contract for engineering services to perform computer software modifications. Work will be performed in McLean, Va., and is expected to be completed by May 1, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 19, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0153).

 Sebesta Blomberg and Associates, Roseville, Minn., was awarded on Oct. 1, 2006, a delivery order amount of $6,582,326 as part of a $32,599,711 firm-fixed-price contract for commissions services on construction projects. Work will be performed in Arlington, Va., 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 March 8, 2004. The Washington Headquarters Services, Arlington, Va., is the contracting activity (HQ0095-05-D-0001).

 NCI Information Systems Inc.*, Reston, Va., was awarded on Sept. 29, 2006, a delivery order amount of $6,571,113 as part of a $13,085,178 firm-fixed-price contract for continuity of information technology services. Work will be performed in Warren, Mich. (98 percent), and Selfridge Air National Guard Base, Mich. (2 percent), 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 five bids solicited on May 16, 2005, and four bids were received. The U.S. Army Tank0-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W91QUZ-04-D-0001).

 Pine Bluff Sand &amp; Gravel Co.*, Pine Bluff, Ark., was awarded on Sept. 29, 2006, a delivery order amount of $6,325,001 as part of a $6,325,001 firm-fixed-price contract for jetty repair. Work will be performed in Plaquemines Parish, La., and is expected to be completed by July 6, 2007. Contract funds will not expire at the end of the current fiscal year. There were four bids solicited on Sept. 20, 2006 and two bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-06-D-0107).

 Subsystem Technologies Inc.*, Rosslyn, Va., was awarded on Sept. 30, 2006, a $6,301,500 firm-fixed-price contract for consulting and training for strategic and operational level support. Work will be performed in Rosslyn, Va., and is expected to be completed by Sept. 29, 2007. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited on Sept. 14, 2006, and two bids were received. The Contracting Center of Excellence, Washington, D.C., is the contracting activity (W74V8H-06-F-0402).

 Speegle Construction Inc.*, Niceville, Fla., was awarded on Sept. 29, 2006, a $6,072,000 firm-fixed-price contract for removal and upgrade of the main gate. Work will be performed at Hurlburt Field Air Force Base, Fla., and is expected to be completed by Feb. 2, 2008. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on July 24, 2006, and two bids were received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-06-C-0056).

 Reeves Electrical Services*, Pierre Part, La., was awarded on Sept. 28, 2006, a $6,049,000 firm-fixed-price contract for design and construction of a Venice, LA, sub-office replacement building. Work will be performed in Plaquemines Parish, La., and is expected to be completed by June 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 May 16, 2006, and four bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0207).

 Solis Constructors Inc.*, Austin, Texas, was awarded on Sept. 29, 2006, a $5,317,700 firm-fixed-price contract for construction of a warehouse. Work will be performed at Fort Hood, Texas, and is expected to be completed by Sept. 24, 2007. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on Aug. 21, 2006, and eight bids were received. The U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-06-C-0052).

 Viking Contractors Inc.*, Silver Spring, Md., was awarded on Sept. 30, 2006, a $5,122,414 firm-fixed-price contract for renovation of training barracks. Work will be performed at Aberdeen Proving Ground, Md., and is expected to be completed by Oct. 10, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 29, 2006. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-06-C-0057).

 AIR FORCE

 Northrop Grumman Space and Mission Systems, Clearfield, Utah, is being awarded a $24,261,000 firm-price-incentive-firm and cost-plus-award fee contract modification. This award is to definitize and finish funding an undefinitized contract action to upgrade the Environmental Control System for the Minuteman III Intercontinental ballistic missile system. This includes production, deployment, and interim contractor support for launch facilities and missile alert facilities at the Missile Wings. The replacement system provides filtered, temperature and humidity-controlled, circulating air to the electronic equipment as well as to the missile combat crews located in the launch control centers. At this time, $5,520,000 has been obligated. This work will be complete October 2007. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001/at this time, no mod # has been assigned).

 McDonnell Douglas Corp., Long Beach, Calif., is being awarded an $8,550,000 cost-plus-incentive fee, fixed-price-award fee and time and materials contract modification. This contract modification is an undefinitized contract action for foreign military sales requirement for FY07 portion of the Royal Australian Air Force C-17 Globemaster III sustainment partnership program. The RAAF has procured four C-17 aircraft (via a separate contracting action). This action will provide the sustainment of these aircraft over the course of FY07 to include aircraft maintenance, upgrade, and sustainment. At this time, $3,825,000 has been obligated. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004/P00129).

 NAVY

 BAE Systems Technical Services, Inc., Fort Walton Beach, Fla., is being awarded an $8,916,040 firm-fixed-price, cost reimbursable line items contract for operation and maintenance support for facilities operating under Naval Computer and Telecommunications Station (NCTS) Guam. This contract consists of one base year and four one-year options, which if exercised, bring the total estimated value of the contract to $45,386,608. Work will be performed in Guam, and work is expected to be completed by September 2011. Contract funds will expire by the end of the current fiscal year. This contract was competitively procured through Navy Electronic Commerce Online and Federal Business Opportunities websites, with three offers received. The Fleet and Industrial Supply Center Pearl Harbor, Hawaii is the contracting activity (N00604-06-C-0024).

 Data Link Solutions, Cedar Rapids, Iowa, is being awarded a $6,249,855 firm-fixed-price delivery order for multifunctional information distribution system-low volume terminals (MIDS-LVTs). The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for Navy, Air Force and Army platforms. This contract is for the government of Greece (100 percent) under the Foreign Military Sales Program. Work will be performed in Wayne, N.J. (50 percent), and Cedar Rapids, Iowa (50 percent), and is expected to be completed by April 2009. Contract funds will not expire at the end of the current fiscal year. This delivery order was competitively procured with three offers received via the Space and Naval Warfare Systems E-commerce web site. The synopsis was released via the Federal Business Opportunities web site. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-00-D-2100).
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 10/6/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 6 Oct 2006 17:06:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1003-06
FOR RELEASE AT
October 06, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 ARMY

 Manson/Dutra (Joint Venture), Seattle, Wash., was awarded on Oct. 5, 2006, a $43,108,000 firm-fixed-price contract for dredging services. Work will be performed in Alameda, Calif. (45 percent), Marin, Calif. (45 percent), and San Francisco, Calif. (10 percent), and is expected to be completed by Dec. 9, 2008. Contract funds will not expire at the end of the current fiscal year. There were 75 bids solicited on March 2, 2006, and three bids were received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W912P7-07-C-0001).

 HRU Inc.*, Lansing, Mich., was awarded on Sept. 29, 2006, a delivery order amount of $25,000,000 as part of a $25,000,000 firm-fixed-price contract for engineering and manufacturing support services in support of the M119 Howitzer and other weapon systems and components. Work will be performed in Rock Island, Ill., and is expected to be completed by Sept. 25, 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 Aug. 11, 2006, and six bids were received. The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-06-D-5007).

 Lockheed Martin, Orlando, Fla., was awarded on Sept. 30, 2006, an $18,181,688 modification to a firm-fixed-price contract for target acquisition designation sight electronic display and control for the Apache aircraft. Work will be performed in Orlando, Fla., and is expected to be completed by Dec. 31, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on March 17, 2005. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0024).

    AIR FORCE

 Lockheed Martin Mission Systems, Colorado Springs, Colo., is being awarded a $21,299,383 cost-plus-award fee contract modification. This undefinitized contract action awards the continuing mission critical operations, maintenance, and support for the Combatant Commands Integrated Command and Control Systems, Shared Early Warning System and the Mobile Consolidated Communication Center program under the Integrated Space Command and Control. At this time, $14,917,014 has been obligated. This work will be complete December 2006. Electronic Systems Center, Detachment 5, Peterson Air Force Base, Colo., is the contracting activity. (F19628-00-C-0019/P00095)

     NAVY

 Talley Defense Systems, Inc., Mesa, Ariz., is being awarded a $14,121,599 firm-fixed-price contract for the manufacture and delivery of 3000 Mk80 shoulder-launched multipurpose assault weapon - novel explosive encased assault rockets. Work will be performed in Columbus, Miss. (75 percent) and Mesa, Ariz. (25 percent), and is expected to be completed by January 2008. Contract funds will not expire at the end of the current fiscal year. This contract was a sole source. The Marine Corps Systems Command, Program Manager for Ammunition, Quantico, Va., is the contracting activity.

  DEFENSE COMMISSARY AGENCY

 Tyson Fresh Meats, Incorporated, 800 Stevens Port Drive, Dakota Dunes, SD 57049 is being awarded an indefinite delivery, requirements type contract on October 6, 2006, to provide fresh and frozen beef products for resale to 93 commissary stores located throughout Maine, Pennsylvania, Virginia, Florida, Georgia, New York, New Jersey, North and South Carolina, Alabama, Louisiana, Mississippi, Tennessee, South Dakota, Wyoming, Colorado, Kansas, North and South Dakota, Kentucky, Illinois, Ohio, Missouri and New Hampshire. The estimated award amount is $157,144,334. The contractor will deliver beef to the store locations as needed. The contract is for a base period beginning Oct.6, 2006, through Oct. 31, 2007. Two one-year option periods are available. If both option periods are exercised, the contract will be completed October 31, 2009. Contract funds will not expire at the end of the current fiscal year. Forty-one firms were solicited and three offers were received. The
contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Services Support Branch, 1300 E Avenue, Fort Lee, VA 23801-1800. (HDEC02-07-D-0001)

 National Beef Packing Company, LLC, 12200 North Ambassador Drive, Kansas City, MO 64163-1244 is being awarded an indefinite delivery, requirements type contract on October 6, 2006, to provide fresh and frozen beef products for resale to 32 commissary stores located throughout Texas, Oklahoma, New Mexico, and Kansas. The estimated award amount is $33,938,458. The contractor will deliver beef to the store locations as needed. The contract is for a base period beginning Oct. 6, 2006, through Oct. 31, 2007. Two one-year option periods are available. If both option periods are exercised, the contract will be completed October 31, 2009. Contract funds will not expire at the end of the current fiscal year. Forty-one firms were solicited and three offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Services Support Branch, 1300 E Avenue, Fort Lee, VA 23801-1800. (HDEC02-07-D-0003)
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Moderator
Poznata licnost


Shit happens, rama rama.

Zodijak
Pol Muškarac
Poruke 4233
Zastava Slovenia
OS
Windows XP
Browser
Mozilla Firefox 2.0
mob
Nokia 
Subject:
Contracts for 10/11/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 11 Oct 2006 17:10:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1015-06
FOR RELEASE AT
October 11, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711


 CONTRACTS

UNITED STATES SPECIAL OPERATIONS COMMAND

 Tyonek Agile Engineering and Manufacturing, LLC (TEAMCOR) of Warner Robbins, Ga., is being awarded a 5-year, indefinite delivery indefinite quantity contract with a ceiling of $260,000,000.00. The Psychological Operations Program Office (PMP) of the United States Special Operations Command (USSOCOM) Intelligence and Information Systems (IIS) Program Executive Office requires engineering and technical support services to build, field and sustain Psychological Operations systems and other designated IIS-PMP projects and programs in accordance with USSOCOM requirements. The places of performance will be Warner Robbins, Ga. The 5-year ordering period will be completed October 2011. The contract number is H92222-06-D-0015.

NAVY

 Electric Boat Corp., Groton, Conn., is being awarded an $18,733,261 cost-plus-fixed-fee, level of effort contract for reactor plant planning yard services for nuclear-powered submarines and support yard services for Navy moored training ships. The contractor will furnish, fabricate, or acquire such materials, supplies and services as may be necessary to perform the functions of the planning yard for reactor plants and associated portions of the propulsion plants for nuclear powered submarines. Work will be performed in Groton, Conn. (95 percent) and Charleston, S.C. (5 percent), and is expected to be completed by September 2007. Contract funds in the amount of $18,733,261, will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (N00024-07-C-2103)

 Newport News Shipbuilding and Dry Dock Co., Newport News Va., is being awarded a $5,694,917 cost-plus-fixed-fee, level of effort contract for planning and design yard functions for standard Navy valves in support of nuclear powered submarines. Work will be performed in Newport News, Va., and is expected to be completed by September 2007. Contract funds in the amount of $5,694,917, will expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (N00024-07-C-2104)

 Texcom, Inc., Portsmouth, Va., is being awarded an estimated $5,507,190 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based contract to provide in-service engineering agent support, system integration support services, including Life Cycle Support, that will be used to define, design, develop, test, integrate, and provide support for C4ISR systems for Navy Communications Programs. The contract includes four one-year option periods which, if exercised, would bring the cumulative value of the contract to an estimated $29,049,428. The work will be performed in Norfolk, Va. and is expected to be completed by October 2007 (October 2011 with options). Contract funds will not expire at the end of the current fiscal year. The contract was a service-disabled-veteran-owned small business competitive procurement, with four offers received. The request for proposal was posted on the Space and Naval Warfare Systems Center E-commerce website, with four offers
 received. The Space and Naval Warfare Systems Center, Charleston, S. C., is the contracting activity (N65236-07-D-8850).
IP sačuvana
social share
Pogledaj profil
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Moderator
Poznata licnost


Shit happens, rama rama.

Zodijak
Pol Muškarac
Poruke 4233
Zastava Slovenia
OS
Windows XP
Browser
Mozilla Firefox 2.0
mob
Nokia 
Subject:
Contracts for 10/12/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 12 Oct 2006 17:02:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1021-06
FOR RELEASE AT
October 12, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 NAVY

 Bechtel Bettis Inc., Bettis Atomic Power Laboratory, West Mifflin, Pa., , is being awarded a $461,100,000 cost-plus-fixed fee modification to previously awarded contract (N00024-98-C-4064) for Naval nuclear propulsion work at the Bettis Atomic Power Laboratory. Work will be performed in West Mifflin, Pa. Contract funds in the amount of $104,727,000, will expire at the end of the current fiscal year. This action represents funding of the contract's seventh year of effort. No completion date or other additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

 Bechtel Plant Machinery Inc., Schenectady, N.Y., is being awarded a $129,941,575 cost-plus-fixed fee contract for Naval nuclear propulsion components. Work will be performed in Schenectady, N.Y. (48 percent) and Pittsburgh, Pa. (52 percent). Contract funds will not expire at the end of the current fiscal year. No work completion date or additional information is provided on Naval nuclear propulsion program contracts. The contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (N00024-07-C-2100)

 KAPL Inc. (Knolls Atomic Power Laboratory), Schenectady, N.Y., is being awarded a $160,400,000 cost-plus-fixed-fee modification to previously awarded contract (N00024-00-C-4011) for Naval nuclear propulsion work at the Knolls Atomic Power Laboratory during fiscal year 2007. Work will be performed in Schenectady, N.Y. Contract funding in the amount of $25,450,000, will expire at the end of the current fiscal year. This action represents funding of the contract's seventh year of performance. No completion date or other additional information is provided for Naval nuclear propulsion program contracts. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-00-C-4011).

 Booz Allen Hamilton, Inc., McLean, Va., is being awarded a $14,458,854 modification to a previously awarded cost-plus-fixed-fee contract (N00421-04-C-0058) to exercise an option for the procurement of technical and engineering support services for communications-electronics advanced technologies, supporting the Special Communications Requirements Division of the Naval Air Warfare Center Aircraft Division, Patuxent River, Md. The estimated level of effort for this option is 118,840 man-hours. Work will be performed in Lexington Park, Md. (80 percent) and St. Inigoes, Md. (20 percent), and is expected to be completed in October 2007. Contract funds will not expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md. is the contracting activity.

 General Dynamics Land Systems, Warren, Mich., is being awarded a $14,357,206 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum ordering quantity of 150 Mine Roller Systems and associated manuals, spares and Interface Kits. Work will be performed in Lima, Ohio, and work is expected to be complete February 2007. Contract funds will not expire by the end of the current fiscal year. This contract is a sole source award to General Dynamics Land Systems as they are the sole manufacturer of the Mine Roller System. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-D-5172).

 Advantage Professionals of Raleigh, LLC d/b/a Autonomic Resources, Cary, N.C.; Compass Solutions Corporation, Alexandria, Va.; DLS Engineering Associates, Inc., Chesapeake, Va.; Exhibit Arts LLC, Wichita, Kan.; Global Solutions Network, Inc., Alexandria, Va.; Henderson Group Unlimited, Inc., Atlanta, Ga.; Intaset Technology Corporation, McHenry, Md.; Symtech Corp., Fort Washington, Md.; and TSI Corp., Las Vegas, Nev., are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for administrative and clerical services in a pilot effort on behalf of the DoD-wide Strategic Sourcing Program. The contract awards encompass one two-year base period plus a single 3-year option period. Advantage Professionals is receiving $49,813,523 and estimated value if options are exercised is $167,999,883. Compass Solutions is receiving $48,519,677 and estimated value if options are exercised is $163,876,248. Symtech Corp. is receiving $48,780,573 and estimated
value if options are exercised is $163,555,624. Global Solutions is receiving $47,519,926 and estimated value if options are exercised is $160,756,351. DLS Engineering is receiving $47,062,974 and estimated value if options are exercised is $159,267,704. Intaset Technology is receiving $47,020,595 and estimated value if options are exercised is $158,858,426. Henderson Group is receiving $45,439,664 and estimated value if options are exercised is $153,483,552. Exhibit Arts is receiving $45,426,838 and estimated value if options are exercised is $153,405,019. TSI Corp. is receiving $44,951,768 and estimated value if options are exercised is $151,838,280. Work will be performed in Norfolk, Va. (53 percent); Washington, D.C. (37 percent); and Philadelphia, Pa. (10 percent), and work is expected to be complete October 2008. Contract funds in the amount of $45,000,000 will expire at the end of the current fiscal year. This requirement was competitively procured and solicited
through Navy Electronic Commerce Online, with 70 offers received.
The Fleet and Industrial Supply Center Norfolk, Contracting Department Philadelphia Office is the contracting activity. (Autonomic Resources: N00140-07-D-0003; Compass Solutions: N00140-07-D-0004; Symtech Corp.: N00140-07-D-0010; Global Solutions: N00140-07-D-0007; DLS Engineering: N00140-07-D-0005; Intaset Technology: N00140-07-D-0009; Henderson Group: N00140-07-D-0008; Exhibit Arts: N00104-07-D-0006; TSI Corp.:
N00104-07-D-0011).
 ARMY

 Achaogen, San Francisco, Calif., was awarded on Oct. 6, 2006, a $24,610,645 cost-reimbursement contract for preclinical development of novel therapeutics that attenuate virulence of, and inhibit resistance in, Class A Bacterial Pathogens. Work will be performed in San Francisco, Calif., and is expected to be completed by Oct. 5, 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-0030).

 Creek Services L.L.C.*, Harvey, La., was awarded on Oct. 6, 2006, a delivery order amount of $5,524,475 as part of a $5,524,475 firm-fixed-price contract for a hurricane protection levee. Work will be performed in Jefferson Parish, La., 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 eight bids solicited on Sept. 11, 2006, and six bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-06-D-0095).

  AIR FORCE

 Boeing Co., Seattle, Wash., is being awarded a $6,917,937 time and material contract modification. This action will establish hourly rates calendar year 2007 option IV, for continued engineering services to maintain and upgrade the air launched cruise missile/conventional air launched cruise missiles. At this time, no funds have been obligated. This work will be complete December 2007. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla, is the contracting activity (F34601-03-C-0042/P00066).

 Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $5,638,573 cost-plus-award fee contract modification. This action provides for twelve months of contractor logistics support services for continuation of the Air Force Quick Reaction Capability Support Center. This is a contractor owned and operated facility that provides total worldwide logistics for approximately 15 electronic warfare systems. At this time, total funds have been obligated. This work will be complete September 2007. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-02-C-0332/P00025).
IP sačuvana
social share
Pogledaj profil
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Moderator
Poznata licnost


Shit happens, rama rama.

Zodijak
Pol Muškarac
Poruke 4233
Zastava Slovenia
OS
Windows XP
Browser
Mozilla Firefox 2.0
mob
Nokia 
Subject:
Contracts for 10/13/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 13 Oct 2006 17:06:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1026-06
FOR RELEASE AT
October 13, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

 NAVY

 Lockheed Martin, Maritime Systems & Sensors, Moorestown, N.J., is being awarded a $50,950,000 cost-plus-award-fee, modification under previously awarded contract (N00024-03-C-5115) to exercise an option for level of effort engineering services in the planning, managing, installation, integration and test of the Aegis Combat System in DDG 93 through DDG 112. Required services are for program management and operation support, quality assurance, configuration management, ship design integration, installation support, firmware maintenance, combat system test and evaluation, Navy furnished material support, special studies for the DDG 51/CG 47 Class ships, and future-ship integration studies. Work will be performed in Moorestown, N.J. (60 percent); Bath, Maine (20 percent); Pascagoula, Miss. (20 percent), and is expected to be completed by February 2008. Contract funds will not expire by the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the
 contracting activity.

 McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $37,521,710 modification to a previously awarded firm-fixed-price contract (N00019-06-C-0027) to exercise an option for 20 tactical Block II airlaunch all-up-round (AUR) missiles, 10 MK607 airlaunch AUR containers, 6 tactical Block II encapsulated AUR missiles, and 6 MK630 canister AUR containers for the government of Korea under the Foreign Military Sales Program. Work will be performed in St. Charles, Mo. (50.46 percent); McKinney, Texas (15.14 percent); Toledo, Ohio (5.93 percent); United Kingdom (5.28 percent); Huntsville, Ala. (3.86 percent); Clearwater, Fla. (3.79 percent); Galena, Kan. (2.33 percent); Elkton, Md. (2.19 percent), Kirwood, Mo. (2.00 percent); Middletown, Conn. (1.83 percent); and other various locations throughout the United States (7.19 percent), and is expected to be completed in November 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.

 General Electric Aircraft Engines, General Electric Co., Lynn, Mass., is being awarded a $30,771,911 modification to a previously awarded firm-fixed-priced contract (N00019-02-C-3021) to exercise an option for the procurement of 58 T58 engine reliability improvement program module kits and 79 titanium nitride retrofit kits for the Marine Corps H-46E helicopters. Work will be performed in Lynn, Mass., and is expected to be completed in April 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.

 Northrop Grumman Systems Corporation, Bethpage, N.Y., is being awarded a $15,467,183 cost-plus-award-fee modification under previously awarded contract (N00024-06-C-6311) to exercise an option to provide integration services for mission packages that will deploy from and integrate with the Littoral Combat Ship (LCS). The Navy's plan is to use spiral development to improve mission capability in identified mission areas. LCS mission packages will be optimized for flexibility in the littorals. Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations including prosecution of small boats. The LCS mission packages are developed and acquired separately from the LCS Sea Frame. Work will be performed in Washington, D.C. (43 percent); Bethpage, N.Y. (32 percent); Panama City, Fla. (19 percent); Hollywood, Md. (2 percent); San Diego, Calif. (2
percent); Dahlgren, Va. (2 percent), and is expected to be completed by January 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

 DEFENSE LOGISTICS AGENCY

Quality Distributors, Tamuning, Guam, ** is being awarded a maximum $30,000,000 firm fixed price contract for prime vendor full line food distribution. Using services are Army, Navy, Air Force, Marine Corps, Federal civilian agencies, and authorized DoD customers. Other locations of performance are Stockton and Richmond, Calif. This is an indefinite quantity type contract with a two-year base period. Proposals were Web-solicited and 2 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Oct. 23, 2008. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-07-D-3210).

Reliant Energy Solutions East, Edison, N.J., was awarded on Oct. 12, 2006, a maximum $14,225,472 firm fixed price contract for electricity for Walter Reed Army Medical Center, Washington, D.C. There were 156 proposals and 13 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Dec. 31, 2008. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-05-G-8037).

Amerada Hess Corporation, Woodbridge, N.J., was awarded on Oct. 12, 2006, a maximum $12,402,721 firm fixed price contract for electricity. Using services are Army, and Air Force. Other locations of performance are Bolling Air Force Base, Fort McNair, and Walter Reed Army Medical Center, Washington, D.C. There were 156 proposals and 13 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Dec. 31, 2008. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-05-G-8030).
IP sačuvana
social share
Pogledaj profil
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Moderator
Poznata licnost


Shit happens, rama rama.

Zodijak
Pol Muškarac
Poruke 4233
Zastava Slovenia
OS
Windows XP
Browser
Mozilla Firefox 2.0
mob
Nokia 
Subject:
Contracts for 10/16/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 16 Oct 2006 17:18:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1034-06
FOR RELEASE AT
October 16, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

DEFENSE LOGISTICS AGENCY

 Constellation New Energy, Houston, Texas, is being awarded a maximum $101,358,389 firm fixed price contract for electricity. Using services are Army, Navy, and Air Force. Other locations of performance are Dyess Air Force Base, Naval Station Ingleside, Fort Hood, Joint Reserve Base Navy Reserves, and Naval Air Station Kingsville, Texas. There were 79 proposals solicited and 12 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 1, 2009. Contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-05-G-8043).

 Gexa Energy, Houston, Texas, is being awarded a maximum $33,045,969 firm fixed price contract for electricity. Using services are Army, Navy, and Federal civilian agencies. Other locations of performance are Army Reserves Naval Air Station Corpus Christi, Air Force Space Command, and Army/Air Force Exchange Service, Texas. There were 79 proposals solicited and 12 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Jan. 1, 2009. Contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-07-D-8000).

 NAVY

 Bechtel Plant Machinery Inc., Schenectady, N.Y., is being awarded a $44,777,000 cost-plus-fixed fee contract, for naval nuclear propulsion components. Work will be performed in Schenectady, N.Y. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. No work completion date or additional information is provided on naval nuclear propulsion program contracts. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-07-C-2102).

 Newport News Shipbuilding, Newport News, Va., is being awarded a $5,731,173 cost-plus-fixed-fee modification under previously awarded contract N00024-06-C-2105, for engineering, technical, trade, and program management support of industrial work performed on behalf of operational, decommissioning, and submarines undergoing availabilities/conversion. This contract combines support of the Navy (99 percent) and the government of the United Kingdom of Great Britain (1 percent) under the Foreign Military Sales Program. Work will be performed in Newport News, Va., and is expected to be completed by September 2007. Contract funds in the amount of $2,521,716 will expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

 AIR FORCE

 Lockheed Martin Corp., Ft Worth, Texas, is being awarded a $22,835,401 firm-fixed-price contract modification. This action provides for an extension to advanced buy period of performance and increases the obligation amount. At this time, total funds have been obligated. This work will be complete October 2009. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-06-C-2899/P00006).
IP sačuvana
social share
Pogledaj profil
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Moderator
Poznata licnost


Shit happens, rama rama.

Zodijak
Pol Muškarac
Poruke 4233
Zastava Slovenia
OS
Windows XP
Browser
Mozilla Firefox 2.0
mob
Nokia 
Subject:
Contracts for 10/17/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 17 Oct 2006 17:02:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1042-06
FOR RELEASE AT
October 17, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

  CONTRACTS

 NAVY

 Bechtel Plant Machinery Inc., Schenectady, N.Y., is being awarded a $267,536,374 cost-plus-fixed fee contract for naval nuclear propulsion components. Work will be performed in Pittsburgh, Pa. (52 percent) and Schenectady, N.Y. (48 percent). Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. No work completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-07-C-2101).

 DEFENSE LOGISTICS AGENCY

 US Food Service Atalanta Division, Fairburn, Ga., is being awarded a maximum $38,750,000 fixed price with economic price adjustment contract for prime vendor full line food distribution. Using services are Army, and Air Force. Proposals were Web-solicited and 3 responded. Contract is exercising option year 2. Contract funds will expire at the end of the current fiscal year. Date of performance completion is Oct. 16, 2007. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-06-D-3105).

 The IJ Co., Valdosta, Ga., is being awarded a maximum $23,701,111 firm fixed price contract for subsistence prime vendor support. Using services are Navy, federal civilian agencies, and Coast Guard. Other locations of performance are Mayport, and Jacksonville, Fla.; Kings Bay, Ga.; and Guantanamo Bay, Cuba. Contract is exercising option year two of 4 one-year options. Proposals were Web-solicited and 3 responded. Contract funds will expire at the end of the current fiscal year. Date of performance completion is Oct. 16, 2007. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-07-D-3096).

  AIR FORCE

 Raytheon Co., El Segundo, Calif., is being awarded a $9,700,000 indefinite delivery/indefinite quantity, cost-plus-fixed-fee contract. This effort will determine the technical feasibility of using radar apertures/systems as a data link to transmit synthetic aperture radar data (and other data types) using a modified common data link waveform (or equivalent) in near real time. The demonstration will occur in three phases. A phased approach will be used to reduce technical, cost and schedule risk by demonstrating technical feasibility prior to awarding any further task orders. At this time, $1,600,000 has been obligated. Solicitations began June 2006 and negotiations were complete October 2006. This work will be complete October 2011. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8F650-07-D-4502).

 Wright Brothers Institute Inc., Dayton, Ohio, is being awarded a $7,221,740 collaborative project order contract. The objective of this project is to stimulate the rapid transition of radio frequency identification (RFID) technologies by developing a rapid transition of radio frequency solutions center. The RFID solutions center shall provide an effective way to collaborate with government end users, contractors, and defense industry suppliers. At this time, $4,606,508 has been obligated. Solicitations began April 2006 and negotiations were complete October 2006. This work will be complete October 2007. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-06-3-9021).
IP sačuvana
social share
Pogledaj profil
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Moderator
Poznata licnost


Shit happens, rama rama.

Zodijak
Pol Muškarac
Poruke 4233
Zastava Slovenia
OS
Windows XP
Browser
Mozilla Firefox 2.0
mob
Nokia 
Subject:
Contracts for 10/18/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 18 Oct 2006 17:10:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1049-06
FOR RELEASE AT
October 18, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 NAVY

 Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $50,434,983 firm-fixed-price contract for the Special Progressive Aircraft Rework Program in support of the VH-3D/VH-60N Presidential helicopter. Work will be performed in Stratford, Conn., and is expected to be completed in September 2007. Contract funds in the amount of $50,434,983 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 (N00019-07-D-0004).

 Argon ST., Inc., Newington, Va., is being awarded a $9,873,809 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide specialized engineering support services for the Ariel, Blackbeard, Badger, Wolverine, AN/URL-21(V)2, and integrated submarine communications receiving systems, providing on site support responses, hardware and software maintenance, and telephone/email technical assists.. This contract combines efforts for the Navy (97 percent) and the government of Norway (3 percent) under the Foreign Military Sales Program. Work will be performed in Newington, Va. (90 percent) and Fairfax, Va. (10 percent) and is expected to be completed by October 2011. Contract funds will not expire at the end of the current fiscal year. This contract is a sole source procurement. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity (N00178-07-D-3017).

 McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $9,847,056 modification to a previously awarded firm-fixed-price contract for non-recurring engineering efforts associated with accurate navigation engineering change Proposal 6201, Step 2, for Lot 30, 31, 32 & 33 production F/A-18E/F and EA-18G aircraft. Work will be performed in Clearwater, Fla. (75 percent), and St. Louis, Mo. (25 percent), and is expected to be completed in June 2007. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 Globecomm Systems, Inc.*, Hauppauge, N.Y., is being awarded a $5,349,392 firm-fixed-price contract for the procurement of 50 satellite terminal equipment and outdoor enclosure (ODU) assemblies and 50 spare ODUs to support the Naval Air Warfare Center Aircraft Division's special communications requirements division for existing teams of the Unified Command Suite Project. Work will be performed in Hauppauge, N.Y., and is expected to be completed in July 2007. Contract funds will in the amount of $5,349,392 will expire at the end of the current fiscal year. This contract was competitively procured and seven offers were received. The Naval Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity (N00421-07-P-0039).

 DEFENSE LOGISTICS AGENCY

 Sysco Food Services of Central Alabama, Calera, Ala., is being awarded a maximum $18,750,000 fixed price with economic price adjustment contract for Southeast Region prime vendor food and beverage support for Alabama and Florida. Using services are Army, Navy, Air Force, and Job Corps. Proposals were Web-solicited and 3 responded. This is an indefinite quantity type contract exercising the second of four 1-year options. Contract funds will expire at the end of the current fiscal year. Date of performance completion is October 16, 2007. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM300-07-D-3104).
IP sačuvana
social share
Pogledaj profil
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Idi gore
Stranice:
1 ... 18 19 21 22 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 22. Avg 2025, 19:55:25
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: 0.106 sec za 13 q. Powered by: SMF. © 2005, Simple Machines LLC.