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

ConQUIZtador
Trenutno vreme je: 02. Avg 2025, 13:53:10
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 2 4 5 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 70754 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
CONTRACTS from the United States Department of Defense

No. 045-06
FOR RELEASE AT
Jan 18, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

                                      CONTRACTS



                                         ARMY



            Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Jan. 13,
2006, a $341,302,911 modification to a firm-fixed-price contract for UH-60L
and UH-60M Blackhawk Helicopters.  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 Oct. 4, 2000.  The U.S. Army Aviation and Missile Command,
Redstone Arsenal, Ala., is the contracting activity (DAAH23-02-C-0006).



            Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Jan. 13,
2006, a $37,025,000 modification to a firm-fixed-price contract for UH-60L and
HH-60M Blackhawk Helicopters.  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 Oct. 4, 2000.  The U.S. Army Aviation and Missile Command,
Redstone Arsenal, Ala., is the contracting activity (DAAH23-02-C-0006).



            Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Jan. 13,
2006, a $33,300,000 modification to a firm-fixed-price contract for MH-60S
Navy Knight Hawks.  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 Oct. 4, 2000.  The U.S. Army Aviation and Missile Command, Redstone
Arsenal, Ala., is the contracting activity (DAAH23-02-C-0006).



            Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Jan. 13,
2006, a $17,847,284 firm-fixed-price contract for Rotor Hub Assemblies for the
UH-60 Utility Blackhawk Helicopters.  Work will be performed in Stratford,
Conn., and is expected to be completed by Jan. 31, 2008.  Contract funds will
not expire at the end of the current fiscal year.  There were two bids
solicited on March 25, 2005, and two bids were received.  The U.S. Army
Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting
activity (W58RGZ-06-C-0069).





            EOD Technology Inc., Lenoir City, Tenn., was awarded on Jan. 13,
2006, a $5,458,522 firm-fixed-price contract for Internal Security Operations.
  Work will be performed at Victory Base Complex, Iraq, and is expected to be
completed by Aug. 27, 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 Nov. 20, 2005, and seven bids were received.  The Joint
Contracting Command, Iraq, is the contracting activity (W91GER-06-C-0001).



                              DEFENSE LOGISTICS AGENCY



            La Forgia Fuel Oil, Co. Inc., Brooklyn, N.Y., is being awarded a
minimum $22,100,791 fixed price with economic price adjustment for ground
fuels.  The using services are Army and federal civilian agencies.  Other
locations of performance are Bronx, Manhattan, and Jamaica, N.Y.  There were
225 proposals solicited and 45 responded.  Contract funds will expire at the
end of the current fiscal year.  Date of performance completion is Dec. 31,
2010.  The contracting activity is the Defense Energy Support Center, Fort
Belvoir, Va. (SP0600-06-D-8527)



            Ashland Distribution Co., Dublin, Ohio is being awarded a minimum
$14,436,446 fixed price with economic price adjustment for fuel system icing
inhibitor.  The using service is the Defense Energy Support Center (DESC).
Other locations of performance are Baltimore, Md., Birmingham, Ala., Chandler,
Ariz., Fairfield, Calif., Long Beach, Calif., Houston, Texas, Willow Springs,
Ill., and Portland, Ore.  Proposals were solicited on Fed Biz Ops and two
responded.  Contract funds will expire at the end of the current fiscal year.
Date of performance completion is January 2007.  The contracting activity is
the Defense Energy Support Center, Bulk Fuels Contracting, Fort Belvoir, Va.
(SP0600-06-D-8527)





_MISSILE DEFENSE AGENCY_



            Raytheon Missile Systems, Tucson, Ariz., is being awarded a
cost-only contract modification for the procurement of long lead material to
build special tooling and test equipment for Standard Missile-3 (SM-3) Block
IA Missiles for the Aegis Ballistic Missile Defense program.  The total
estimated value of the contract is $21,657,073.  The work will be performed in
Tucson, Ariz. and Camden, Ark. and is expected to be complete by April 2006.
None of the funds will expire at the end of the fiscal year.  This contract
was not competitively awarded.  The Naval Sea Systems Command, Washington,
D.C. is the contracting activity (N00024-03-C-6111).
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
CONTRACTS from the United States Department of Defense



No. 050-06

FOR RELEASE AT

Jan 19, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



                                      CONTRACTS







                                        NAVY







            Raytheon Co., El Segundo, Calif., is being awarded a $91,808,700

modification to a previously awarded contract firm-fixed-price contract

(N00019-06-C-0310) to exercise an option for the procurement of 50 Full Rate

Production Lot 4 Advanced Targeting Forward Looking Infrared (ATFLIR) pods for

the F/A-18C/D aircraft.  Work will be performed in McKinney, Texas (76

percent) and El Segundo, Calif. (24 percent), and is expected to be completed

in November 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.







            Navigant Consulting Inc., Chicago, Ill., is being awarded a

firm-fixed-price, indefinite-delivery/ indefinite-quantity contract for

professional architect-engineering services.  The total contract amount is not

to exceed $25,000,000 (base period and four option years) with a guaranteed

minimum of $125,000.  Work will be performed at various naval installations

within the Naval Facilities Engineering Command (NAVFAC), Atlantic area of

responsibility.  Work is expected to be complete by January 2011 (January 2007

for the base year).  Contract funds will expire at the end of the current

fiscal year.  This contract was competitively procured via the NAVFAC

e-solicitation website with eight proposals received.  The Naval Facilities

Engineering Command, Atlantic, Norfolk, Va., is the contracting activity

(N62470-06-D-7201).







            Lockheed Martin Integrated Systems and Solutions, Philadelphia,

Pa., is being awarded a $12,608,650 cost-plus-fixed-fee contract for the

maintenance, upgrade and development of Tactical Tomahawk Weapons Control

System software.  This contract combines purchases for the U.S. Navy

($11,846,638; 99.94%) and the Government of the United Kingdom ($762,012;

..06%) under the Foreign Military Sales Program.  Work will be performed in

Valley Forge, Pa., and is expected to be completed in January 2007.  Contract

funds in the amount of $3,832,632 will expire at the end of the current fiscal

year.  This contract was not competitively procured.  The Naval Air Systems

Command, Patuxent River, Md. is the contracting activity (N00019-06-C-0300).







            Macro-Z-Technology*, Santa Ana, Calif., is being awarded

$5,756,760 for firm-fixed price Task Order 0004 under a firm-fixed-price,

indefinite-delivery/indefinite-quantity multiple award construction contract

(N44255-04-D-9122) for demolition of existing exterior insulating finish

system and complete remediation of all mold affected building materials of

Building 1000, Bachelor Enlisted Quarters at Naval Base Kitsap.  The work to

be performed provides for replacement of the building's exterior with a new

exterior that utilizes pressure equalized rain screen design.  In addition,

the project consists of upgrading the fire alarm system, replacement of the

elevator operating equipment, and painting and recarpeting the facility.  Work

will be performed in Bremerton, Wash., and is expected to be completed by

February 2007.  Contract funds will expire at the end of the current fiscal

year.  The basic contract was competitively procured through the Small

Business Administration's 8(a) Program via the NAVFAC e-solicitation website

with 12 proposals received and award made on Sept. 29, 2004._ _ The total

contract amount for each contractor is not to exceed $24,750,000 (base period

and two option years), bringing the cumulative total for all four contracts to

$99,000,000.  The multiple contractors 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, Northwest,

Poulsbo, Wash., is the contracting activity.







                                     AIR FORCE







_           _ Lockheed Martin Co., Marietta, Ga., is being awarded a

$33,267,307 firm fixed price contract modification.  This action provides for

C-5 AMP Production Lot IV Kits, Support, Spares and Maintenance Training

Device Spares.  This work will be complete in June 2008.  At this time, total

funds have been obligated.  Negotiations were complete in December 2005.  The

Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base,

Ohio, is the contracting activity.  (F33657-98-C-0006/P00161).







            ITT Industries, System Division, Colorado Springs, Colo., is being

awarded a $7,559,843 cost plus award fee contract modification.  This action

provides for System Engineering and Sustainment Integrator (SENSOR) contract

is to integrate system engineering and sustainment of ground-based missile

warning, missile defense, and space surveillance sensors.  The SENSOR systems

currently include ground-based radars and optical systems controlled and

operated by the United States Strategic Command and Air Force Space Command

(AFSPC).  The mission of the Space Control Sensors Division and the Missile

Warning and Defense Sensors Division are to acquire and sustain a worldwide,

ground-based network of dedicated, collateral and contributing missile

warning, space surveillance, and intelligence data collection sensors.  These

systems represent a major portion of the United States Space Command

Integrated Tactical Warning/Attack Assessment System and the Space

Surveillance Network.  This work will be complete in May 2006.  At this time,

$6,749,860 has been obligated.  Negotiations were complete in December 2005.

The Headquarters Electronic Systems Center, Peterson Air Force Base, Colo., is

the contracting activity.  (F19628-02-C-0010/P00092).



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
CONTRACTS from the United States Department of Defense



No. 057-06

FOR RELEASE AT

Jan 20, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_AIR FORCE







            Textron Systems Corp., Wilmington, Mass., is being awarded a

$108,127,420 firm fixed price contract modification.  This action provides for

a quantity of 332 Sensor Fuzed Weapons (SFW) Full Rate Production (FRP), in

support of the F-16 aircraft, Lot 11.  At this time, total funds have been

obligated.  This work will be complete by March 2008.  The Headquarters Air

Armament Center, Eglin Air Force Base, Fla., is the contracting activity.

(FA8677-06-C-0010).  There is no contract modification number at this time.







            Lockheed Martin Corp., Sunnyvale, Calif., is being awarded a

$48,700,000 cost plus award fee contract modification.  This action provides

for re-baseline for the Spacecraft Integration and Test, contract for Defense

Meteorological Satellite Program F17, F18, F19, and F20 launches as a result

of the Current Launch Schedule Review Board direction dated Dec. 8, 2005.  The

launch schedule for F17, F19, and F20, included in Special Contract

Requirement SMC-H004, will change as a result of the re-baseline.  The launch

dates are revised as follows:  F17, July 8, 2006, F18, March 28, 2008, F19,

March 28, 2010, and F20, March 28, 2012.  At this time, no funds have been

obligated.  This work will be complete by December 2012.  The Headquarters

Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the

contracting activity.  (FO4701-02-C-0003/P00057).



_ARMY







            Ceradyne Inc., Costa Mesa, Calif., was awarded on Jan. 11, 2006, a

$70,000,000 firm-fixed-price contract for Enhanced Side Ballistics Inserts and

Carriers.  Work will be performed in Costa Mesa, Calif., and is expected to be

completed by June 30, 2006.  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 Army Research, Development, and Engineering Command, Aberdeen

Proving Ground, Md., is the contracting activity (W91CRB-06-C-0002).







            Slurry Systems Inc.*, Gary, Ind., was awarded on Jan. 18, 2006, a

$7,000,000 increment as part of a $9,297,757 firm-fixed-price contract for

Construction of a Soil-Bentonite Cutoff Wall at the CUP McCook Reservoir Site.

  Work will be performed in Chicago, Ill., and is expected to be completed by

Jan. 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 Sept. 30, 2005, and three bids were received.  The Army Corps of

Engineers, Chicago, Ill., is the contracting activity (W912P6-06-C-0001).







            Chamberlain Manufacturing Corp., Scranton, Pa., was awarded on

Jan. 18, 2006, a $6,659,528 modification to a firm-fixed-price contract for

M107 Projectile Metal Parts in Support of the 155MM M107 Projectile.  Work

will be performed in Scranton, Pa., and is expected to be completed by Feb.

28, 2007.  Contract funds will not expire at the end of the current fiscal

year.  This was a sole source contract initiated on April 15, 2004.  The Army

Field Support Command, Rock Island, Ill., is the contracting activity

(W52P1J-04-C-0066).







_NAVY







            BAE Systems Applied Technologies Inc., Rockville, Md., is being

awarded a $19,898,130 modification to a previously awarded cost-plus-fixed-fee

contract (N00421-04-C-0069) to exercise an option for engineering and

technical services for Communication-Electronic (C-E) Platform systems and

subsystems in support of the Naval Air Warfare Center Aircraft Division's

Special Communications Requirements Division.  The estimated level of effort

for this option is 281,220 man-hours.  Work will be performed in St. Inigoes,

Md. (54 percent); Chesapeake, Va. (35 percent); San Diego, Calif. (4 percent);

Fayetteville, N.C. (2 percent); Ft. Walton Beach, Fla. (2 percent); Tampa,

Fla. (1 percent); Pierre, S.D. (1 percent); and Panzer Kaserne, Germany (1

percent), and is expected to be completed in January 2007.  Contract funds

will not expire at the end of the current fiscal year.  The Naval Air Warfare

Center Aircraft Division, St. Inigoes, Md., is the contracting activity.
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
CONTRACTS from the United States Department of Defense



No. 060-06

FOR RELEASE AT

Jan 23, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_NAVY







            Science Applications International Corp., San Diego, Calif., is

being awarded a $32,986,671 indefinite-delivery/indefinite-quantity contract

with a cost-plus-fixed-fee pricing arrangement for program configuration

management, technical services, systems engineering, algorithm development,

hardware and software development, material analysis, data processing,

testing, repair, installation, deployment, recovery, and analysis in support

of maritime and littoral area surveillance technologies.  Work will be

performed in San Diego, Calif., and is expected to be completed by January

2011*.*  Contract funds will not expire at the end of the current fiscal year.

  This contract was competitively procured via the SPAWAR e-commerce central

website with one proposal received.  The Space and Naval Warfare Systems

Center San Diego, Calif., is the contracting activity (N66001-06-D-5021).







            Lockheed Martin, Maritime Systems & Sensors, Moorestown, N.J., is

being awarded a $9,943,258 cost-plus-award-fee modification to previously

awarded contract (N00178-01-C-2005) for continued AEGIS Training, Maintenance

& Logistics Services, Training Systems and International Program Support.

Work will be performed in Dahlgren, Va. (80 percent); Wallops Island, Va. (10

percent); Moorestown, N.J. (5 percent); Cherry Hill, N.J. (4 percent); Crystal

City, Va. (1 percent), and is expected to be completed by May 2006.  Contract

funds in the amount of $11,032, will expire at the end of the current fiscal

year.  This modification combines support of the U.S. Navy (49 percent) with

the Governments of Japan (27 percent); South Korea (10 percent); Spain (7

percent); Norway (6 percent); and Australia (1 percent) under the Foreign

Military Sales Program.  The Naval Surface Warfare Center, Dahlgren Division,

Dahlgren, Va., is the contracting activity.







_DEFENSE LOGISTICS AGENCY







            Peoples Energy Services Corp., Chicago, Ill., is being awarded a

maximum $30,198,255 firm fixed price contract for electricity for the

Department of Energy's Fermi National Accelerator Laboratory.  Other location

of performance is Batavia, Ill.  There were 49 proposals solicited and five

responded.  Contract funds will not expire at the end of the current fiscal

year.  The date of performance completion is December 2007.  The contracting

activity is the Defense Energy Support Center, Fort Belvoir, Va.

(SP0600-06-D-8003)



_AIR FORCE







            GS 21, LLC, Philadelphia, Pa., is being awarded a $5,197,559 firm

fixed price contract.  This action provides for Supply and Transportation

Services.  At this time, total funds have been obligated.  Solicitations began

June 2005 and negotiations were complete in October 2005.  This work will be

complete by September 2006.  The Headquarters 36th Air Expeditionary Wing,

Anderson Air Force Base, Guam, is the contracting activity.  (FA5240-06-C-004).
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
CONTRACTS from the United States Department of Defense



No. 063-06

FOR RELEASE AT

Jan 24, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_ARMY



            Honeywell International Inc., Phoenix, Ariz., was awarded on Dec.

16, 2005, a $69,412,433 firm-fixed-price and cost-plus-fixed-fee contract for

the Total InteGrated Engine Revitalization Program.  Work will be performed in

Anniston, Ala. (13 percent), Phoenix, Ariz. (66 percent), Greer, S.C. (19

percent), and Rocky Mount, N.C. (2 percent), 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 Nov. 4, 2005.  The

Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting

activity (W56HZV-06-C-0173).







            MAC International, Dubai, U.A.E., was awarded on Dec. 16, 2005, a

delivery order amount of $67,210,440 as part of a $171,582,910

firm-fixed-price contract for Police Trucks.  Work will be performed in

Detroit, Mich., and is expected to be completed by June 30, 2009.  Contract

funds will not expire at the end of the current fiscal year.  There were an

unknown number of bids solicited via the World Wide Web on Sept. 22, 2005, and

12 bids were received.  The Army Tank-Automotive and Armaments Command,

Warren, Mich., is the contracting activity (W56HZV-06-D-D044).







            Oshkosh Truck Corp., Oshkosh, Wis., was awarded on Dec. 16, 2005,

a delivery order amount of $44,241,881 as part of a $44,241,881

firm-fixed-price contract for Rebuild of the M1070 Heavy Equipment Transporter

Trucks, M1074 and M1075 Palletized Loading System Trucks, Fuel Tank Assemblies

and M1076 Palletized Loading System Trailers.  Work will be performed in

Oshkosh, Wis., 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 Sept. 23, 2004.  The Army Tank-Automotive and

Armaments Command, Warren, Mich., is the contracting activity

(W56HZV-04-D-0322).







            GM GDLS Defense Group L.L.C., Sterling Heights, Mich., was awarded

on Dec. 19, 2005, a $24,466,112 modification to a cost-plus-fixed-fee contract

for Parts to Support the Stryker Mobile Gun System and the Stryker Nuclear,

Biological Reconnaissance Vehicles.  Work will be performed in Sterling

Heights, Mich. (73 percent), London Ontario, Canada (15 percent), Tallahassee,

Fla. (10 percent), and Scranton, Pa. (2 percent), and is expected to be

completed by July 31, 2007.  Contract funds will not expire at the end of the

current fiscal year.  This was a sole source contract initiated on Dec. 9,

2003.  The Army Tank-Automotive and Armaments Command, Warren, Mich., is the

contracting activity (DAAE07-02-C-B001).







            DMJM/3DI, Arlington, Va., was awarded on Dec. 19, 2005, a delivery

order amount of $8,668,870 as part of an $82,650,929 cost-plus-fixed-fee

contract for Project and Technical Construction Management Services.  Work

will be performed in Arlington, Va., and is expected to be completed by Nov.

28, 2006.  Contract funds will not expire at the end of the current fiscal

year.  There were four bids solicited on Aug. 1, 2000, and four bids were

received.  The Department of Defense, Washington Headquarters Services,

Arlington, Va., is the contracting activity (MDA947-01-D-0001).







            McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Dec.

19, 2005, an $8,582,437 modification to a firm-fixed-price contract for the

Peace Vanguard II Phase 3 Spares, Peace Vanguard II Aviation Ground Power Unit

3, and the PV II Floatation Study. Work will be performed in Mesa, Ariz., and

is expected to be completed by Dec. 30, 2007.  Contract funds will not expire

at the end of the current fiscal year.  This was a sole source contract

initiated on Jan. 4, 2005.  The Army Aviation and Missile Command, Redstone

Arsenal, Ala., is the contracting activity (DAAH23-99-C-0111).



_NAVY



            L-3 Vertex Aerospace LLC, Madison, Miss., is being awarded a

$27,041,814 indefinite-delivery/indefinite-quantity for logistics services in

support of the E-6B fleet.  Work will be performed at Tinker Air Force Base

(AFB), Okla. (70 percent); Naval Air Station, Patuxent River, Md. (10

percent); Travis AFB, Calif. (10 percent); and Offutt AFB, Neb. (10 percent),

and is expected to be completed in October 2006.  Contract funds in the amount

of $7,601,964 will expire at the end of the current fiscal year.  This

contract was competitively procured via an electronic request for proposals;

one offer was received.  The Naval Air Systems Command, Patuxent River, Md. is

the contracting activity (N00019-06-D-0011).







            McDonnell Douglas Corp., St. Louis, Mo., is being awarded a

$19,750,000 firm-fixed-price delivery order (0037) under previously awarded

basic ordering agreement contract (N00383-02-G-001H) for avionics repair

facility support, which provides for repair of various F/A 1 and AV-8B

components.  This announcement does include a foreign military sale for

Malaysia, Spain and Kuwait (less than 1 percent of the total effort).  Work

will be performed in Lemoore, Calif. (54 percent); Cecil Field, Fla. (43

percent); and Philadelphia, Pa. (3 percent), and is expected to be completed

by September 2006.  Contract funds will not expire at the end of the current

fiscal year.  This contract was not competitively procured.   The Naval

Inventory Control Point is the contracting activity.







            Douglas E. Barnhart Inc., San Diego, Calif., is being awarded an

$8,455,869 for firm-fixed-price Task Order 0004 under a previously awarded

indefinite-delivery/indefinite-quantity multiple award construction contract

(N68711-02-D-8015) for barracks repair, Phase Two, Building 584 at Marine

Corps Recruit Depot, San Diego.  Work will be performed in San Diego, Calif.,

and is expected to be completed by August 2006.  Contract funds will expire at

the end of the current fiscal year.  The basic contract was competitively

procured via the NAVFAC e-solicitation website with 11 offers received and

award made on March 29, 2002._  The total contract amount for each contractor

is not to exceed $150,000,000 (base period and four option years) bringing the

cumulative total for all four contracts to $600,000,000.  The multiple

contractors may compete for task orders under the terms and conditions of the

existing contract.  Two proposals were received for this task order.  The

Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the

contracting activity.



_DEFENSE INFORMATION SYSTEMS AGENCY



            AT&T Government Solutions, is being awarded a firm-fixed price

Indefinite Delivery/Indefinite Quantity (ID/IQ) contract.  This award is made

on the behalf of Defense Information Technology Contracting Organization.  The

contract has a base year plus two one- year option cycles.  The initial award

contract is $3,000,000.  The estimated life-cycle value of $95,397,395 to

provide transition of circuits from expiring contracts to this contract for

transmission and bandwidth manager services for the Defense Information

Systems Network, until the follow-on DISA Access Transport Services contract

is awarded and circuits can be transitioned to that contract.  The requirement

was solicited on an other than full and open competition basis.  Only one

proposal was received.  The Defense Information Technology Contracting

Organization, Scott AFB, Ill. is the contracting activity (HC1013-06-D-2006).
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
CONTRACTS from the United States Department of Defense



No. 069-06

FOR RELEASE AT

Jan 25, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



AIR FORCE







            Core6 Solutions LLT, San Antonio, Texas, is being awarded a

$99,000,000 indefinite delivery/indefinite quantity with firm fixed price,

time and material and cost plus fixed fee contract.  This action provides for

advisory and assistance services which includes management and professional

studies, analyses and evaluations, and engineering and technical support to

supplement government organic resources of the Human Systems Group and 311,

Human Systems Wing at Brooks City-Base, Texas.  The Air Force can issue

delivery orders totaling to the maximum amount indicated above, although

actual requirements may be less than the amount above.  At this time, $5,000

has been obligated.  Solicitations began August 2005 and negotiations were

complete in January 2006.  This work will be complete by January 2012.  The

Headquarters Human Systems Group, Brooks City-Base, Texas, is the contracting

activity.  (FA8902-06-D-1000, FA8902-06-D-1002).







            United Technologies Corp., Pratt and Whitney Aircraft Group,

Hartford, Conn., is being awarded a $56,709,462 firm fixed price and cost plus

fixed fee contract modification.  This undefinitized contractual action will

support the F119 Engine Lot 6.  At this time, $42,532,095 has been obligated.

This work will be complete by March 2006.  The Headquarters Aeronautical

Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting

activity.  (FA8611-05-C-2851/P00003).







            General Atomics-Aeronautical Systems Inc., San Diego, Calif., is

being awarded a $41,403,571 fixed price incentive firm contract.  This effort

is for the manufacture, test, and delivery of five Predator B MQ-9 Unmanned

Aerial Vehicles and associated equipment to include Initial Spares, Ground

Support Equipment, pack-up kits, and Ku SATCOM antennas.  At this time, total

funds have been obligated.  Solicitations began November 2004 and negotiations

were complete in December 2005.  This work will be complete by March 2008.

The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base,

Ohio, is the contracting activity.  (FA8620-05-G-3028 Order 0004).







            McDonnell Douglas Corp., Long Beach, Calif., is being awarded a

$5,801,034 fixed price with economic price adjustment contract modification.

This is a modification to the C-17 production contract change 28 each

Multi-Mode Receivers from government furnished property to contractor acquired

property for aircraft P167 to P180.  At this time, no funds have been

obligated.  This work will be complete by July 2008.  The Headquarters

Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the

contracting activity.  (F33657-02-C-2001/P00043).







_ARMY







            Longbow L.L.C., Orlando, Fla., was awarded on Jan. 20, 2006, a

$76,000,000 increment as part of a $100,000,000 cost-plus-incentive-fee

contract for Apache Block III Radar Electronics Units.  Work will be performed

in Baltimore, Md. (50 percent), and Orlando, Fla. (50 percent), and is

expected to be completed by Dec. 30, 2008.  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 Army Aviation and Missile Command, Redstone Arsenal,

Ala., is the contracting activity (W58RGZ-05-C-0239).







            Point Blank Body Armor Inc., Pompano Beach, Fla., was awarded on

Jan. 19, 2006, an $18,877,200 firm-fixed-price contract for Enhanced Side

Ballistic Insert Carriers.  Work will be performed in Pompano Beach, Fla., and

is expected to be completed by April 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 Jan. 12, 2006, and one bid was received.

The Army Research, Development, and Engineering Command, Aberdeen Proving

Ground, Md., is the contracting activity (W91CRB-06-F-0098).







            Contrack International Inc., Arlington, Va., was awarded on Jan.

19, 2006, an $11,638,699 firm-fixed-price contract for Design and Construction

of a C-130 Maintenance Hangar.  Work will be performed in Egypt, and is

expected to be completed by May 9, 2008.  Contract funds will not expire at

the end of the current fiscal year.  There were 16 bids solicited on Aug. 29,

2005, and four bids were received.  The Army Corps of Engineers, Winchester,

Va., is the contracting activity (W912ER-06-C-0003).







            Raytheon Network Centric Systems, Marlborough, Mass., was awarded

on Jan. 20, 2006, a $16,527,599 modification to a cost-plus-fixed-fee contract

for Development of Advanced Extremely High Frequency International Partner

Varient Capability for the Secure, Mobile, Anti-Jam, Reliable, Tactical

Terminal.  Work will be performed in Marlborough, Mass., and is expected to be

completed by July 31, 2007.  Contract funds will not expire at the end of the

current fiscal year.  This was a sole source contract initiated on Aug. 30,

2005.  The Army Communications-Electronics Command, Fort Monmouth, N.J., is

the contracting activity (DAAB07-96-C-A757).







_DEFENSE LOGISTICS AGENCY







            Amerada Hess Corp., Woodbridge, N.J., is being awarded a maximum

$11,209,197 fixed price with economic price adjustment for direct supply

natural gas for Army.  Other location of performance is Fort Bragg, N.C.

There were four proposals solicited and three responded.  Contract funds will

expire at the end of the current fiscal year.  Date of performance completion

is Sept. 30, 2006.  The contracting activity is the Defense Energy Support

Center, Fort Belvoir, Va. (SP0600-05-D-7530)







            Tennier Industries, Pomona, N.Y., is being awarded a maximum

$8,400,921 firm fixed price contract for parka and trousers, all purpose

environmental clothing system for Marine Corps.  Other location of performance

is Huntsville, Tenn.  Proposals were web-solicited and five responded.  This

is an indefinite delivery/quantity type contract.  Contract funds will expire

at the end of the current fiscal year.  Date of performance completion is July

30, 2007.  The contracting activity is the Defense Supply Center Philadelphia,

Philadelphia, Pa. (SP0100-06-D-4062)



-== ==-



NAVY







            L-3 Henschel, Newburyport, Mass., is being awarded a $7,648,000

firm-fixed-price contract for Data Acquisition Unit shipsets, training and

testing site sets together, with engineering services and provisioned items.

This contract is in support of the CG 47 Class Cruiser Integrated Ship

Controls (ISC) Program.  The ISC Program integrates all ship control functions

by utilizing commercially available technology.  Installation involves

removing old analog control consoles and replacing them with modern digital

workstations.  The new workstations generally take up less space, are more

trouble free, and are easier to use.  Work will be performed in Newburyport,

Mass., and is expected to be completed by October 2006.  Contract funds will

not expire at the end of the current fiscal year.  The contract was

competitively procured and advertised on the Internet, with one offer

received.  The Naval Sea Systems Command, Washington, D.C., is the contracting

activity. (N00024-06-C-4200)

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
CONTRACTS from the United States Department of Defense



No. 073-06

FOR RELEASE AT

Jan 26, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_NAVY







            Lockheed Martin Corp., Mitchel Field, N.Y., is being awarded

$42,984,163 cost-plus-incentive-fee completion, cost-plus-incentive-fee level

of effort, cost-plus-fixed-fee completion contract to provide the fiscal 2006

U.S. and U.K. TRIDENT II (D5) Navigation Subsystem Engineering Support

Services requirements.  Specific efforts include U.S. and U.K. fleet support,

Strategic Weapon System Shipboard Integration support, D5 Backfit Shipyard

Installation, U.S. and U.K. Trainer Systems Support, Engineering Refueling

Overhaul Planning and Shipyard Start-up Support, and Navigation Sonar System

New Technology.  Work will be performed in Mitchel Field, N.Y., and is

expected to be completed September 2008.  Contract funds in the amount of

$27,226,540 will expire at the end of the current fiscal year.  The contract

was not competitively procured.  The Navy's Strategic Systems Programs,

Arlington, Va., is the contracting activity (N00030-06-C-0005).







            TEC Inc., Charlottesville, Va., is being awarded a firm-fixed

price, indefinite-quantity contract for environmental planning and engineering

services for National Environmental Policy Act (NEPA) and Executive Order (EO)

12114, Environmental Effects Abroad of Major Federal Actions.  The total

contract amount is not to exceed $10,000,000 (base period and four options

years) with a guaranteed minimum of $34,866.  Work will be performed

predominantly at, but not limited to, various Naval and Marine Corps

installations in the Naval Facilities Engineering Command Atlantic's area of

responsibility, including the continental United States (including the

adjacent waters of the Atlantic and Pacific Oceans), the Caribbean, Europe and

North Africa; however, task orders may be performed anywhere in the world.

The term of the contract is not to exceed five years with an expected

completion date of January 2007 (January 2011 with the option period).

Contract funds will expire at the end of the current fiscal year.  This

contract was competitively procured via the NAVFAC e-solicitation website with

eight proposals received.  The Naval Facilities Engineering Command, Atlantic,

Norfolk, Va., is the contracting activity (N62470-06-D-7106).







            L3 Communications, Display Systems, Alpharetta, Ga., is being

awarded a $5,937,500 modification to a previously awarded firm-fixed-price

contract (N00019-04-C-0031) to exercise an option for the full rate production

of 125 Horizontal Hover Situation Indicators for the Marine Corps H-46E.  Work

will be performed in Alpharetta, Ga., 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.







AIR FORCE







            United Technologies Corp., East Hartford, Conn., is being awarded

a $25,175,172 fixed price with economic price adjustment contract

modification.  This effort is for fiscal 2004 Final Economic Price Adjustment

(EPA) for 33 F117-PW-100 install engines.  At this time, total funds have been

obligated.  This work will be complete by July 2006.  The Headquarters

Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the

contracting activity (F33657-02-C-0006/P00015).







            Boeing Co., Seattle, Wash., is being awarded a $6,691,581 time and

material contract modification.  This action will establish hourly rates

(calendar 2006 Option III) for continued engineering services to maintain and

upgrade the Air Launched Cruise Missile/Conventional Air Launched Cruise

Missile (ALCM/CALCM).  At this time, no funds have been obligated.  This work

will be complete by December 2006.  The Headquarters Oklahoma City Air

Logistics Center, Tinker Air Force Base, Okla., is the contracting activity

(F34601-03-C-0042/P00057).







_ARMY







            O'Gara-Hess & Eisenhardt Armoring Co., Fairfield, Ohio, was

awarded on Jan. 24, 2006, a $17,178,000 modification to a firm-fixed-price

contract for Pillar & Rocker Armor Overlay Field Kits for the Up-Armored High

Mobility Multipurpose Wheeled Vehicles.  Work will be performed in Fairfield,

Ohio, 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 April 10, 2000.  The Army Tank-Automotive and Armaments

Command, Warren, Mich., is the contracting activity (DAAE07-00-C-S019).







            Fordice Construction Co.*, Vicksburg, Miss., was awarded on Jan.

24, 2006, a $6,673,900 firm-fixed-price contract for Casting Squares of

Articulated Concrete Mattresses.  Work will be performed in St. Francisville,

La., and is expected to be completed by Aug. 31, 2006.  Contract funds will

not expire at the end of the current fiscal year.  There were 22 bids

solicited on Nov. 8, 2005, and two bids were received.  The Army Corps of

Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0075).







DEFENSE LOGISTICS AGENCY







            Food Services Inc., Mount Vernon, Wash., **, is being awarded a

maximum $16,500,000 firm fixed price contract for full line food distribution

for military personnel located in Okinawa, Japan.  Using Services are Army,

Navy, Air Force, and Marine Corps.  This is a definite delivery, indefinite

quantity contract exercising option year two.   There were 15 proposals

solicited and two responded.  Contract funds will not expire at the end of the

current fiscal year.  Date of performance completion is Jan. 31, 2007.  The

contracting activity is the Defense Supply Center Philadelphia, Philadelphia,

Pa. (SPM300-06-D-3076)







            Talley Petroleum Enterprises, Grantville, Pa., * is being awarded

a maximum $14,007,539 fixed price with economic price adjustment contract for

ground fuels requirement for DoD & federal civilian agencies.  Using services

are Army, Navy, Air Force, and federal civilian agencies.  Locations of

performance are Mechanicsburg, Harrisburg, Fort Indiantown Gap, Greencastle,

Middletown, and Annville, Pa.  There were 252 proposals solicited and 45

responded.  Contract funds will expire at the end of the current fiscal year.

Date of performance completion is Dec.31, 2010.  The contracting activity is

the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-D-8519)




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
CONTRACTS from the United States Department of Defense



No. 076-06

FOR RELEASE AT

Jan 27, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_AIR FORCE







            Lockheed Martin Integrated Systems and Solutions, San Jose,

Calif., is being awarded a $2,023,970,194 cost-plus award fee contract.  This

action is for the award of the Transformational Satellite Communications

(TSAT) Mission Operations System (TMOS) contract.  TMOS will provide

operational and network management for the TSAT Space and Ground

communications segments as the space-borne extension of the Global Information

Grid.  As part of the broader network-centric TSAT program, it will facilitate

and enable Communications on the Move and Airborne Intelligence, and

Surveillance and Reconnaissance in support of warfighter needs.  Specifically,

TMOS will provide circuit/packet mission planning and policy management,

external network coordination, network operations and management, key

management, and Situational Awareness-Common Operational Picture in a secure

environment, fully incorporating Information Assurance constructs.  Awarding

TMOS decreases TSAT program risk by providing an integrating construct for

network architecture and design and allows the awarded contractor to begin

work on formal network interface definitions and specifications.  At this

time, $35,716,278 has been obligated.  This work will be completed by

September 2015.  Solicitations began May 2005 and negotiations were complete

in December 2005.  This work will be complete by September 2015.  Public

affairs point of contact is Jo Adail Stephenson, (310) 363-1220, or Peggy

Hodge (310) 363-2581.  The Headquarters Space and Missile Systems Center, Los

Angeles Air Force Base, Calif., is the contracting activity.

(FA8808-06-C-0003)







            Terra Health Inc., San Antonio, Texas, is being awarded a

$99,000,000 indefinite delivery/indefinite quantity with firm fixed price,

time and material and cost plus fixed fee contract.  This action provides for

advisory and assistance services which includes management and professional

studies, analyses and evaluations, and engineering and technical support to

supplement government organic resources of the Human Systems Group and 311,

Human Systems Wing at Brooks City-Base, Texas.  The Air Force can issue

delivery orders totaling to the maximum amount indicated above, although

actual requirements may be less than the amount above.  At this time, $5,000

has been obligated.  Solicitations began August 2005 and negotiations were

complete in January 2006.  This work will be complete by January 2012.  The

Headquarters Human Systems Group, Brooks City-Base, Texas, is the contracting

activity.  (FA8902-06-D-1002).







            Del-Jen Inc., Rolling Hills, Calif., is being awarded a

$28,262,930 cost plus award fee contract.  The contractor shall provide all

personnel, equipment, tools, materials, vehicles, supervision, and other items

and services necessary to perform all civil engineer services, tasks and

functions for Hanscom Air Force Base, Cape Cod Air Station, Fourth Cliff

Family Recreation Center, Sudbury Geophysics Research Annex, Ipswich Antenna

Test Facility, Sagamore Hill Air Weather Services Facility, Dow Pines

Recreation Center, Searsport Defense Fuel Station and other property owned by

the Air Force.  At this time, $1,073,486 has been obligated.  This work will

be complete by January 2007.  The Headquarters 66th Mission Support Group,

Hanscom Air Force Base, Mass., is the contracting activity.

(F19650-02-D-0010).







            University of Dayton Research Institute, Dayton, Ohio, is being

awarded a $24,900,000 cost reimbursement, indefinite delivery/indefinite

quantity contract with task orders.  The objective of this program is to

develop materials for Air Force electronic and optical applications.  Advances

made in the program are expected to lead to improved materials and devices for

digital, microwave, infrared detector, opto-electronic, nonlinear optical,

power generation and control applications.  The range of materials to be

investigated in this program includes bulk compound semiconductor materials,

epitaxially engineered semiconductor materials, optical materials, and

high-temperature superconducting materials.  Research tasks shall be

accomplished primarily on-site using government furnished equipment,

materials, and facilities in a complementary/collaborative mode with other

ongoing government supported in-house research projects.  In certain cases

research may be performed off-site when it clearly represents the most

advantageous method for accomplishing the research task.  At this time,

$100,000 has been obligated.  This work will be complete by January 2010.  The

Headquarters Air Force Research Laboratory, Wright-Patterson Air Force Base,

Ohio, is the contracting activity.  (FA8650-06-D-5401).







            United Technologies Corp., Pratt and Whitney Inc, Hartford, Conn.,

is being awarded a $6,663,505 firm fixed price basic ordering agreement order

contract.  This action provides turbine blade sets, in support of the

F100-PW-200/200/220/220E.  The effort supports foreign military sales to

Belgium.  At this time, no funds have been obligated.  This work will be

complete by September 2006.  Solicitations for this contract began in

September 2005, and negotiations were complete in October 2005.  The

Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla.,

is the contracting activity.  (FS8104-05-G-0009-0002).







_NAVY







            Raytheon Missile Systems, Tucson, Ariz., is being awarded a

$97,735,410 modification to a previously awarded firm-fixed-price contract

(N00019-03-C-0001) to exercise an option for the fiscal 2006 full rate

production of 420 AGM-154C Joint Stand-Off Weapon missiles and 421 containers.

  In addition, this option provides for the procurement of one lot of technical

data, one lot of administrative/financial data, one performance

characterization Test Vehicle-C (PCTV-C), one Performance Characterization

Test, and one lot unique identification nonrecurring engineering.  Work will

be performed in Tucson, Ariz., and is expected to be completed in February

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.







            The Bell-Boeing Joint Program Office, Patuxent River, Md., is

being awarded a $45,808,626 modification to a previously awarded

cost-plus-incentive-fee contract (N00019-03-C-3017) to exercise an option for

administrative and logistics services in support of the MV-22 Total Life Cycle

Logistics Support effort.  Work will be performed in Ridley Park, Pa. (45

percent); Fort Worth, Texas (45 percent); and New River, N.C. (10 percent),

and is expected to be completed in January 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.







            Norfolk Shipbuilding and Drydock Corp., Norfolk, Va., is being

awarded a $6,791,268 cost-plus-award-fee modification under previously awarded

contract (N00024-05-C-2224) to exercise an option for the Post-Shakedown

Availability (PSA) of the Amphibious Transport Dock Ship San Antonio (LPD 17).

  The contract is for services and material for total fitting-out availability

(FOA) and PSA efforts for LPD 17.  Specific efforts include: engineering and

management, labor and procurement of material to correct government

responsible deficiencies and accomplish system upgrades; perform specified

FOA/PSA work items inclusive of tests and post repair sea trials; task

additional manhours and material in order to complete emergent repairs.  Work

will be performed in Norfolk, Va., and is expected to be completed by April

2007.  Contract funds will not expire at the end of the current fiscal year.

The Naval Sea Systems Command, Washington, D.C., is the contracting activity.







            Wyle Laboratories Inc., Huntsville, Ala., is being awarded a

$5,662,603 modification to a previously awarded cost-plus-fixed-fee contract

(N00421-02-C-3017) to exercise an option for technical services in support of

F/A-18, T-45, EA-6B, AV-8B, JSF, and X-31 aircraft located at the Naval Strike

Aircraft Test Squadron located onboard the Naval Air Station, Patuxent River,

Md.  Services will be provided for the Navy ($5,000,776; 88.3 percent) and the

Air Force ($661,827; 11.7 percent).  Services to be provided include test

planning and operation services, functional engineering support, documentation

support, flight operations coordination support and corporate

operations/systems support.  Work will be performed at the Naval Air Station,

Patuxent River, Md., and is expected to be completed in January 2007.

Contract funds will not expire at the end of the current fiscal year.  The

Naval Air Systems Command Aircraft Division, Patuxent River, Md. is the

contracting activity.







            BAE Systems Information and Electronic Systems Inc., Greenlawn,

N.Y., was awarded a $5,078,309 order against a previously issued

firm-fixed-price, indefinite-delivery/ indefinite-quantity contract

(N00019-05-D-0027) for the AN/APX-117(V) and AN/APX-118(V), Common

Identification Friend or Foe Digital Transponders systems and associated

equipment.  This will include the manufacturing, testing, modification, and

delivery of the transponder systems for use on both ships and airborne weapon

system platforms, as well as production engineering services, logistics

support services, documentation updates, and continued support for Mode 5

development and integration.  Work will be performed in Greenlawn, N.Y., 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.







_DEFENSE LOGISTICS AGENCY







            Bominflot Atlantic, LLC, Norfolk, Va., * is being awarded a

maximum $22,181,500 fixed price with economic price adjustment contract for

fuel oil, burner #6 for Navy.  Proposals were Web-solicited and four

responded.  Contract funds will not expire at the end of the current fiscal

year.  The date of performance completion is July 31, 2010.  The contracting

activity is the Defense Energy Support Center, Fort Belvoir, Va.

(SP0600-05-D-4052)
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
CONTRACTS from the United States Department of Defense



No. 081-06

FOR RELEASE AT

Jan 30, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_NAVY



            Electric Boat Corp., Groton, Conn., is being awarded a

$1,108,787,793 modification to previously awarded multiyear contract

(N00024-03-C-2101) providing full funding for fiscal year 2006 Virginia Class

Submarine (SSN 781).  Additionally, the modification provides Advance

Procurement funding in the amount of $167,713,000 for fiscal 2007 submarine

(SSN 782) and Economic Order Quantity (EOQ) funding in the amount of

$40,076,600 for each of the fiscal 2007 and fiscal 2008 submarines (SSN 782 &

783).  Electric Boat Corp. will continue to subcontract with Newport News

Shipbuilding and Dry Dock Co., Newport News, Va.  The majority of work under

this award will be performed in Newport News, Va. (30 percent), Quonset Point,

R.I. (15 percent), Groton, Conn. (15 percent), with other efforts performed at

various sites throughout the United States (40 percent).  Work is expected to

be completed by April 2014.  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.







            National Steel and Shipbuilding Co., San Diego, Calif., is being

awarded a $317,113,310 fixed-price-incentive modification under previously

awarded contract (N00024-02-C-2300) to exercise an option for design and

construction of the ninth ship in the Dry Cargo/Ammunition Ship (T-AKE) Class.

  The T-AKE Class dry cargo/ammunition ship will provide a two product

(ammunition and combat stores  including dry stores, frozen and chilled

products, spare parts and consumables) shuttle ship replacement for the aging

Combat Store (T-AFS) and Ammunition (T-AE) shuttle ships.  T-AKE will provide

logistics lift to station ships and other ships operating with naval forces

from supply sources, such as friendly ports, and at sea from merchant vessels.

  Work will be performed in San Diego, Calif., and is expected to be completed

by May 2009.  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.







            L-3 Communications Integrated Systems, LP, Greenville, Texas, is

being awarded a $104,158,224 ceiling-priced modification to a previously

awarded firm-fixed-price indefinite-delivery/indefinite-quantity multiple

award contract (N00019-05-D-0008) to exercise an option for the P-3C

Sustainment, Modification and Installation Program (SMIP).  Work will be

performed in Greenville, Texas (50 percent); Waco, Texas (25 percent); and

Birmingham, Ala. (25 percent), and is expected to be completed in December

2006.  Contract funds will not expire at the end of the current fiscal year.

The Naval Air Systems Command, Patuxent River, Md., is the contracting

activity.



            Northrop Grumman Newport News Corporation, Newport News, Va., is

being awarded a $34,734,341 fixed-price incentive delivery order under

previously awarded indefinite-delivery/indefinite-quantity contract

(N00024-04-D-4409) for the Depot Maintenance Period of USS Toledo (SSN 769).

Northrop Grumman Newport News will perform advanced planning, design,

documentation, engineering, procurement, fabrication and preliminary shipyard

work to prepare and make ready for the alterations, repairs, maintenance, and

routine work onboard USS Toledo.  Work will be performed in Newport News, Va.,

and is expected to be completed by October 2007.  Contract funds will not

expire at the end of the current fiscal.  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 $21,503,180 cost-plus-fixed-fee order

against a previously issued Basic Ordering Agreement (N00019-03-G-0004) for

supplies and engineering services to support follow-on test and evaluation of

the F/A-18E/F aircraft.  Work will be performed at that Naval Air Station,

Patuxent River, Md., and is expected to be completed in October 2006.

Contract funds will not expire at the end of the fiscal year.  The Naval Air

Systems Command, Patuxent River, Md., is the contracting activity.







            ECOR Solutions*, Richmond, Va.; Tesoro Corp.*, Virginia Beach,

Va.; Universe Technology*, Frederick, Md.; and Cape Environmental*, Exton,

Pa., are each being awarded $5,000,000 to exercise the third option period

under an indefinite-delivery/indefinite-quantity environmental multiple award

contract for remedial action services for environmentally impacted sites and

environmental compliance services at various locations.  The current estimated

total contract amount after exercise of this option will be $20,000,000_.  The

potential total contract amount for each contractor is not to exceed

$25,000,000 (base period and four option years).  Work will be performed at

Department of Navy and Marine Corps installations and other Government

agencies under the Naval Facilities Engineering Command Atlantic's area of

responsibility including, but not limited to, the states of Virginia, North

Carolina, West Virginia, Maryland., the Commonwealth of Puerto Rico,

Washington, D.C., and other locations as required by the Government.  The

expected date of completion is January 2007.  Contract funds will expire at

the end of the current fiscal year.  The basic contract was competitively

procured via the NAVFAC e-solicitation website with 14 proposals received and

award made on January 30, 2003.  These four contractors may compete for task

orders under the terms and conditions of the existing contract.  The Naval

Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting

activity (N62470-02-D-3010, N62470-03-D-9993/9994/9995).







            Raytheon Integrated Defense Systems, Portsmouth, R.I., is being

awarded a $19,141,148 cost-plus-fixed-fee modification to previously awarded

contract (N00024-05-C-6116) in support of the Littoral Warfare Weapon (LWW)

system demonstration.  This contract modification provides for a 23-month

research and development effort including a series of at-sea LWW tests and

demonstrations. The purpose of the LWW demonstration is to develop and

evaluate an LWW system that can successfully prosecute the entire spectrum of

the challenging littoral target set, including Maritime Patrol Aircraft ,

Helicopters, High Speed Patrol Craft and other small boat threats. Work will

be performed in Portsmouth, R.I.  Contract funds will not expire at the end of

this fiscal year. The Naval Sea Systems Command, Washington, D.C., is the

contracting activity.







            Systems Research Applications Corporation, Fairfax, Va., is being

awarded a $16,791,869 one-year requirements contract with fixed price task

orders for technical support services to maintain Military Sealift Command

(MSC) information technology afloat operations.  This contract provides

technology services for more than 125 MSC ships worldwide, including the

operation of an afloat network and back-up network operations center; afloat

operations support; the support of a mobile sealift operations center; IT

training; command, control, communications and computer systems; and

alteration and upgrade support of IT systems.  The contract contains three

one-year options, as well as up to eight performance-based, three-month

award-term periods, which if exercised; the cumulative value would be

$108,496,686.  Work will be performed worldwide at Military Sealift Fleet

Support Command, Norfolk, Va.; aboard more than 125 MSC ships; and at other

U.S. government facilities or operational locations, and is expected to be

completed February 2012 (with options).  Contract funds will expire at the end

of the current fiscal year.  This contract was competitively procured with 13

proposals solicited and four offers received.  Military Sealift Command,

Washington, D.C., is the contracting activity (N00033-06-D-6504).







            Raytheon's Integrated Defense Systems Division, San Diego, Calif.,

is being awarded a $5,400,000 modification to previously awarded contract

(N00024-05-C-5110) for 37,253 hours of design agent engineering in support of

the MK2 Ship Self Defense System (SSDS).  SSDS MK 2 provides improved ship

self defense capabilities against Anti-Ship Cruise Missile (ASCM) attack for

select ships by integrating existing and programmed Anti-Air Warfare (AAW)

stand-alone defensive systems and providing an automated quick response and

multi-target engagement capability emphasizing performance in the littoral

environment.  SSDS also has embedded combat direction system capabilities that

allow automated detection, control and engagement against identified threats.

Battle Group interoperability is provided by interfaces with the Cooperative

Engagement Capability and tactical data information links.  Work will be

performed in San Diego, Calif., and is expected to be completed by September

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.







_ARMY







            Alloy Surfaces Co. Inc., Chester Township, Pa., was awarded on

Jan. 26, 2006, a delivery order amount of $32,499,992 as part of an

$86,140,595 firm-fixed-price contract for M211 Infrared Countermeasure Flares.

  Work will be performed in Chester Township, Pa., and is expected to be

completed by Aug. 17, 2007.  Contract funds will not expire at the end of the

current fiscal year.  This was a sole source contract initiated on Jan. 24,

2006.  The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal,

N.J., is the contracting activity (W15QKN-04-D-1002).







            ATK Thiokol Inc., Corinne, Utah, was awarded on Jan. 26, 2006, a

delivery order amount of $20,390,000 as part of a $50,185,600 firm-fixed-price

contract for M212 Infrared Countermeasure Flares.  Work will be performed in

Corinne, Utah, and is expected to be completed by Dec. 22, 2006.  Contract

funds will not expire at the end of the current fiscal year.  This was a sole

source contract initiated on Jan. 24, 2006.  The U.S. Army Tank-Automotive and

Armaments Command, Picatinny Arsenal, N.J., is the contracting activity

(W15QKN-04-D-1003).







DEFENSE FINANCE AND ACCOUNTING SERVICE



            Lockheed Martin Government Services Inc., Seabrook, Md. was

awarded a fifth year option of $25,830,960 as part of the contract

(MDA220-01-C-0002) for management of the Retired and Annuitant pay service

formerly managed by the Defense Finance and Accounting Service (DFAS), which

was the subject of an A-76 action.  Lockheed has purchased ACS Government

Solutions Group (the original awardee).  The purchase was formalized in the

Spring of 2004.  The aggregate face value of this contract prior to this

procurement action was $346,432,288.  Primary work will be performed at DFAS

Cleveland, Ohio and secondary work which will include document scanning and

primarily imaging will be performed at London, Ky. Under this option work will

be performed between February 1, 2006 through January 31, 2007.  Funding

includes eight months of fiscal 2006 dollars and four months of fiscal 2007

dollars.  The DFAS Contract Services Directorate, Columbus, Ohio, is the

contracting activity (MDA220-01-C-0002).

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
CONTRACTS from the United States Department of Defense



No. 084-06

FOR RELEASE AT

Jan 31, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_AIR FORCE







            Northrop Grumman Systems Corp., Linthicum Heights, Md., is being

awarded a $63,937,000 firm fixed price contract.  This procurement of

government furnished equipment for the Peace Xenia IV (Greece) Program for

F-16 Block 52 aircraft.  The procurement of 33 AN/APG (V) 9 Radar Systems will

be accomplished under the firm fixed price portion of the contract.  At this

time, $31,698,500 has been obligated.  This work will be completed by March

2010.  The Headquarters Aeronautical Systems Center, Wright-Patterson Air

Force Base, Ohio, is the contracting activity (FA8615-06-C-6048).







            Rockwell Collins Government Systems, Cedar Rapids, Iowa, is being

awarded a $49,038,007 firm fixed price contract modification.  This effort

provides for additional KC-135 GATM Lot IV Kits Installations.  At this time,

total funds have been obligated.  This work will be complete by June 2010.

The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base,

Okla., is the contracting activity.  (F33657-98-C-0036/P00066).







            Systems and Electronics Inc., St Louis, Mo., is being awarded an

$8,811,235 fixed price incentive fee firm, cost plus incentive fee firm

contract.  This contract is for material management in support of the 60K

Loader (Tunner").  The material management portion of this ID/IQ contract will

provide parts to the field in a timely manner in order to maintain TSSA

(Tunner System Support Availability.)  The infrastructure portion of the

material management effort will provide the buildings and personnel necessary

to make parts support possible.  At this time, $8,238,378 has been obligated.

This work will be complete by January 2007.  The Headquarters Warner Robins

Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity

(FA8519-04-D-0006-0016).











            Lockheed Martin-Integrated Systems and Solutions, Colorado

Springs, Colo., is being awarded an $8,398,249 cost plus award fee contract

modification.  This action provides a Mobile Contingency Command program that

involves operational and maintenance function for fiscal 2006 overall

sustainment modifications, enhancement, modernization and support of the

program platforms.  At this time, $2,250,000 has been obligated.  This work

will be complete by September 2006.  The Headquarters Electronic Systems

Center, Peterson Air Force Base, Colo., is the contracting activity

(F19628-00-C-0019/P00073).







            Mine Safety Appliances, Murrysville, Pa., is being awarded a

$5,599,184 firm fixed price contract.  This effort is for the design,

extensive testing (including full spectrum agent challenge, protection

fit/factor, hydration capability, salt fox, communication, and NIOSH Duel

Certification), and production of the prototypes of the Self-Contained

Breathing Apparatus (SCBA) units.  These units will provide full respiratory

protection for the military member from chemical, biological, radiological,

and nuclear contaminants.  The four annual option periods provides for the

ordering of SCBA production units.  At this time, no funds have been

obligated.  This work will be complete by January 2011.  The Headquarters

Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the

contracting activity (FA8533-06-D-0002).







_NAVY







            Lockheed Martin Corp., Maritime Systems and Sensors, Manassas,

Va., is being awarded a $28,912,518 cost-plus incentive-fee/award-fee

modification to previously awarded contract (N00024-04-C-6207) for production

of sonar upgrade spares kits and sonar system for SSGN Class and SSN 774 Class

submarines, respectively, under the Acoustic-Rapid Commercial Off-The-Shelf

Insertion (A-RCI) program.  A-RCI is a sonar system upgrade installed on SSN

688, SSN 688I, SSN 21, SSGN and SSBN 726 Class submarines.  Lockheed Martin

will produce two  AN/BQQ-10(V) sonar system spares for SSGN; one AN/BQQ-10(V4)

sonar system and economic order quantity material for two AN/BQQ-10(V4) sonar

systems for SSN 774 Class submarines.  A-RCI integrates and improves towed

array, hull array, sphere array, and other ship sensor processing on SSN 688,

SSN 688I, SSN 21, SSN 774, SSGN, and SSBN 726 Class submarines.  Work will be

performed in Manassas, Va. (44 percent); Portsmouth, R.I. (26 percent);

Clearwater, Fla. (17 percent); Chantilly, Va. (4 percent); Syracuse, N.Y. (3

percent); Chelmsford, Mass. (2 percent); St. Louis, Mo. (2 percent); Houston,

Texas (2 percent), and is expected to be completed by March 2008.  Contract

funds will not expire at the end of the current fiscal year.  The Naval Sea

Systems Command, Washington, D.C., is the contracting activity.











            EJB Facilities Services (a joint venture), Arlington, Va., is

being awarded a $23,558,064 firm-fixed price,

indefinite-delivery/indefinite-quantity contract for base operations and

support services at Navy Region Northwest, West Sound area.  The work to be

performed provides for all management and administration, public safety,

supply, housing, facilities support (excluding grounds and janitorial

services), utilities, base support vehicles and equipment, and environmental

services to provide base operations and support services.  This contract

contains options, which if exercised, will bring the total cumulative value of

this contract to $392,898,919.  Work will be performed at Naval Base Kitsap,

Silverdale, Wash. (75 percent); Naval Hospital Bremerton, Bremerton, Wash. (7

percent); Puget Sound Naval Shipyard, Bremerton, Wash. (1 percent); Navy

Undersea Warfare Center, Keyport, Wash. (6 percent); Naval Magazine Indian

Island, Port Hadlock, Wash. (7 percent); Navy Marine Corps Reserve Center

Tacoma, Tacoma, Wash. (.5 percent) and their outlying facilities and tenant

activities (3.5 percent).  Work is expected to be completed September 2006

(September 2013 with all options exercised).   Contract funds will expire at

the end of the current fiscal year.  This contract was competitively procured

via the NAVFAC e-solicitation website with four proposals received. _ The

Naval Facilities Engineering Command, Northwest, Poulsbo, Wash., is the

contracting activity (contract number N44255-05-D-5103).







            The Boeing Co., St. Louis, Mo., is being awarded a $19,661,219

modification to a previously awarded cost-plus-award-fee contract

(N00019-04-C-0005) for modeling and simulation, design, and development of a

training system for the EA-18G aircraft.  Work will be performed in Arlington,

Texas (50 percent) and St. Louis, Mo. (50 percent), and is expected to be

completed in June 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.







            McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing

Co., St. Louis, Mo., is being awarded an $11,620,095 modification to a

previously awarded firm-fixed-price contract (N00019-04-C-0014) for the

performance of Engineering Change Proposal 6250R1 "EA-18G and F/A-18 E/F Lot

30 and Up Common Hardware Changes-Group 2".  This modification provides for

Common Forward Fit nonrecurring and recurring engineering, including supplies

to incorporate modifications into 67 F/A-18E and 101 F/A-18F aircraft.  Work

will be performed in Melbourne, Fla.(73 percent); and St. Louis, Mo.(27

percent); and is expected to be completed in September 2011.  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.







            Hamilton Sundstrand Corp., a United Technologies Co., Windsor

Locks, Conn., is being awarded a $9,470,300 cost-plus-fixed fee,

indefinite-delivery/indefinite-quantity contract for services to identify and

perform routine hardware and software upgrades to ensure the continued

reliable operation of the Oxygen Generating Plant, Gas Management System,

Electrolytic Chlorine Generator, Integrated Low Pressure Electrolyzer, and

Central Atmospheric Monitoring Systems installed aboard U.S. Navy submarines.

Work will be performed at the contractor's facilities in Windsor Locks, Conn.

(42 percent), and Pomona, Calif. (42 percent), with on-site support services

to be performed aboard inport U.S. Navy submarines (16 percent), and is

expected to be complete by January 2009.  Contract funds will not expire at

the end of the current fiscal year.  The solicitation was synopsized on the

Federal Business Opportunities website and was negotiated on a sole-source

basis.  The Naval Surface Warfare Center, Carderock Division, Ship Systems

Engineering Station, Philadelphia, Penn., is the contracting activity

(N65540-06-D-0002).







            Electric Boat, Groton, Conn., is being awarded a cost plus fixed

fee modification contract in the amount of $9,000,000 for intermediate and

depot level overhaul, repair and modernization services to the Naval Submarine

Support Facility (NSSF) New London, Groton, Conn.  Work will be performed in

Groton, Conn., and is expected to be completed by April 2006.  Contract funds

will not expire at the end of the current fiscal year.  This contract was

awarded on a sole source basis.  The Fleet and Industrial Supply Center

Norfolk, Philadelphia Division is the contracting activity

(N00104-02-C-K009/P00037).







            Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded

a $7,096,531 modification to a previously awarded firm-fixed-price contract

(N00019-04-C-0001) to exercise an option for the logistics support, initial

spares, the build-to-print package, initial operational test and evaluation

period, and helmet support for Fiscal Year 2006 Flight Test Devices for the

AH-1Z and UH-1Y Program.  Work will be performed in Camp Pendleton, Calif. (76

percent); Tulsa, Okla. (13 percent); and Fort Worth, Texas (11 percent), and

is expected to be completed in January 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.







            BAE Systems, Information and Electronic Systems, Manassas, Va., is

being awarded a $5,502,532 modification to a previously awarded

cost-plus-fixed-fee contract (N68936-05-C-0066) to support research and

demonstration of advanced concepts for radio frequency mini-sensors, including

the flight demonstration of proto-flight hardware.  Work will be performed in

Manassas, Va., and is expected to be completed in May 2007.  Contract funds

will not expire at the end of the fiscal year.  The Naval Air Systems Command

is the contracting activity.







_ARMY







            Northrop Grumman Systems Corp., Rolling Meadows, Ill., was awarded

on Jan. 27, 2006, a $13,008,471 firm-fixed-price contract for Maintenance Kits

for the Integrated Family of Test Equipment Missile Weapons Systems.  Work

will be performed in Rolling Meadows, Ill., and is expected to be completed by

Aug. 31, 2008.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on May 12, 2005.  The

Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting

activity (W31P4Q-06-C-0179).







            Jacobs Facilities Inc., Golden, Colo., was awarded on Jan. 26,

2006, a $6,999,802 firm-fixed-price contract for Design of the Regional

Training Institute and Centennial Training Site.    Work will be performed at

Fort Carson, Colo., and is expected to be completed by March 13, 2008.

Contract funds will not expire at the end of the current fiscal year.  This

was a sole source contract initiated on Nov. 29, 2005.  The U.S. Property and

Fiscal Office, Aurora, Colo., is the contracting activity (W912LC-06-C-0001).

IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Idi gore
Stranice:
1 2 4 5 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 02. Avg 2025, 13:53:10
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: 0.075 sec za 13 q. Powered by: SMF. © 2005, Simple Machines LLC.