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

ConQUIZtador
Trenutno vreme je: 08. Avg 2025, 08:06:56
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 1 gost pregledaju ovu temu.
Idi dole
Stranice:
1 ... 19 20 22 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 70962 puta)
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 10/19/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 19 Oct 2006 17:10:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1051-06
FOR RELEASE AT
October 19, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

NAVY

 Gyrocam Camera Systems, Sarasota, Fla., is being awarded an estimated $51,730,000 for firm-fixed-price delivery order under previously awarded contract (M67854-06-D-5034) for 140 camera systems, associated manuals, deployment kits, installation, integration support, fielding support, deployment blocks of repair parts, and associated training. The objective of the camera systems is to assist in performing counter improvised explosive detection missions in Iraq and Afghanistan.Work will be performed in various locations within the countries of Iraq and Afghanistan, and is expected to be completed by October 2007.Contract funds will not expire by the end of the current fiscal year.This delivery order is a sole source award to Gyrocam Systems LLC based on an urgent and compelling need for the Government.The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

 LINXX Security Services*, Virginia Beach, Va., is being awarded a $16,263,957 indefinite-delivery, indefinite-quantity contract for the services of instructors for the non-compliant boarding visit, board, search and seizure (NCB VBSS) and VBSS boarding officer courses on behalf of the Center for Security Forces, Little Creek, Va.Work will be performed in Norfolk, Va. (30 percent); San Diego, Calif. (30 percent); Pearl Harbor, Hawaii (20 percent); and Mayport, Fla. (20 percent), and is expected to be completed in September 2007.Contract funds in the amount of $112,627 will expire at the end of the current fiscal year.This contract was competitively procured as a 100 percent Small Business Set-Aside and 9 offers were received.The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61339-07-D-0003).

 BAE Systems Applied Technologies, Inc., Rockville, Md., is being awarded a $7,518,657 modification to a previously awarded cost-plus-fixed-fee contract (N00421-03-C-0016) to exercise an option for technical and engineering services to support the Naval Air Warfare Center Aircraft Division's Air Traffic Control and Landing Systems.Work will be performed in Great Mills, Md. (51 percent); St. Inigoes, Md. (25 percent); and San Diego, Calif., (24 percent), and is expected to be completed by October 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.

 The Boeing Co., St. Louis, Mo., is being awarded a $5,167,000 modification to a previously awarded firm-fixed-price contract (N00019-05-C-0045) to provide persistent intelligence, surveillance, reconnaissance unmanned aerial vehicle services in support of Operation Iraqi Freedom and the Global War on Terror.Work will be performed in St. Louis, Mo., and is expected to be completed in April 2007.Contract funds in the amount of $5,167,000 will expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

AIR FORCE

 Lockheed Martin Corp., Space Systems Co., Sunnyvale, Calif., is being awarded a $7,677,000 cost-plus-award fee contract modification.This undefinitized contract action will authorize Lockheed Martin to start working the system design and test program changes necessary to create a cross domain solution for the integration of the National Security Agency-developed top secret key translation element into the advanced extremely high frequency system.The modification will develop, test and integrate the required hardware/software in to the advanced extremely high frequency mission control segment.At this time, $4,530,000 have been obligated.This work will be complete June 2019.Headquarters Military Satellite Communications Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-02-C-0002/P00212).

* Small Business
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 10/20/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 20 Oct 2006 17:12:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1058-06
FOR RELEASE AT
October 20, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 DEFENSE LOGISTICS AGENCY

 Amerada Hess Corp., Woodbridge, N.J., is being awarded a maximum $85,893,093 firm fixed price contract for electricity. Using services are Army, federal civilian agencies, and DoD installations. Locations of performance are Army Corps of Engineers, National Institutes of Health, Va.; MC Health Care System, Maryland Procurement Office, and Johns Hopkins University Applied Physics Lab, Md. There were 156 proposals solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is December 31, 2008. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-05-G-8030).

 Reliant Energy Solutions East, Edison, N.J., is being awarded a maximum $17,871,088 firm fixed price contract for electricity for Army. Other location of performance is Fort Detrick, Md. There were 156 proposals solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is December 31, 2008. Contracting activity is the (DESC), Fort Belvoir, Va. (SP0600-05-G-8037).

 Constellation New Energy, Houston, Texas, is being awarded a maximum $15,428,904 firm fixed price contract for electricity for federal civilian agencies. 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, 2008. Contracting activity is the (DESC), Fort Belvoir, Va. (SP0600-05-G-8043).

 Burlington Apparel Fabrics, Greensboro, N.C., is being awarded a maximum $12,518,400 fixed price with economic price adjustment contract for polyester/wool cloth for Army. Locations of performance are Raeford, Cordova, N.C.; and Hurt, Va. There were 65 proposals solicited and 1 responded. Contract funds will expire at the end of the current fiscal year. Date of performance completion is Oct. 18, 2007. Contracting activity is the Philadelphia (DSCP), Philadelphia, Pa. (SPM1C1-07-D-0005).

 AIR FORCE

 InDyne Inc., McLean, Va., is being awarded a $15,511,588 firm-fixed-price, cost-reimbursement no fee contract. This action provides for multimedia technical support contract, to support functions necessary to meet the quantity, and delivery schedules of the Eglin Air Force Base Multimedia Center. At this time, $3,498,086 has been obligated. Solicitations began March 2006 and negotiations were complete September 2006. This work will be complete September 2011. Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity. (FA9200-06-C-0071)

 NAVY

 Lockheed Martin, Naval Electronics and Surveillance Systems, Moorestown, N.J., is being awarded a $13,308,031 cost-plus-award-fee modification under previously awarded contract (N00024-98-C-5197) to exercise an option for performance of AEGIS combat system baseline upgrades and critical experiments. Modification services will include providing material, equipment, supplies and technical engineering required to define, design, develop, integrate, test and deliver AEGIS combat system upgrades. Contractor shall also provide system engineering support to evaluate all problems that affect the AEGIS weapon system, propose solutions to each problem, and identify changes required to all specifications. Work will be performed in Moorestown, N.J., and is expected to be completed by September 2007. Contract funds in the amount of $13,308,031, will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity
(N00024-98-C-5197)

 Lockheed Martin Maritime Systems and Sensors (MS2) Electronics Park, a division of Lockheed Martin Corporation, Syracuse, N.Y., is being awarded a $13,155,945 cost-plus-fixed-fee, firm-fixed-price modification under previously awarded contract (N00024-05-C-6327) for level of effort engineering services in the development, demonstration and integrating of the Remote Mine-hunting Vehicle (RMV), with anti-submarine warfare systems mission module as part of the Littoral Combat Ship Anti-Submarine Warfare mission package, and for production of four installation and checkout kits with supporting equipment for four RMV units. The RMVs will be incorporated into the DDG 91 through DDG 96 and LCS Class ships. Work will be performed in Syracuse, N.Y (80 percent) and Riviera Beach, Fla. (20 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, Washington, D.C., is the
contracting activity.

 Honeywell Technology Solutions, Inc., Columbia, Md., is being awarded an $8,015,944 modification to a previously awarded cost-plus-fixed-fee contract (N00421-05-C-0002) to exercise an option for engineering and logistics services in support of the Light Airborne Multi-purpose System MKIII AN/SRQ-4 data link. The estimated level of effort for this option is 124,000 man-hours. Work will be performed in Lexington Park, Md. (51 percent) and St. Inigoes, Md. (49 percent) and is expected to be completed in October 2007. Contract funds in the amount of $306,115 will 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
 
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 10/23/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 23 Oct 2006 17:14:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1068-06
FOR RELEASE AT
October 23, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 ARMY

 Tompkins Builders Inc., Washington, D.C., was awarded on Oct. 16, 2006, a $57,421,000 firm-fixed-price contract for construction of an addition to the Langley Air Force Base Hospital. Work will be performed at Langley Air Force Base, Va., and is expected to be completed by Nov. 15, 2008. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the world wide web on Jan. 31, 2006, and two bids were received. The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-07-C-0011).

 Rohm & Haas Co., Philadelphia, Pa., was awarded on Oct. 18, 2006, an $8,316,000 firm-fixed-price contract for ion exchange resin. Work will be performed in Philadelphia, Pa., and is expected to be completed by April 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 13, 2006. The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-06-C-0228).

 O'Gara-Hess & Eisenhardt Armoring Co., Fairfield, Ohio, was awarded on Oct. 13, 2006, a $7,465,057 modification to a firm-fixed-price contract for M1116 and M1145 high mobility multipurpose wheeled vehicles, M1114 windshields, and #5 frag field kits. Work will be performed in Fairfield, Ohio, and is expected to be completed by Feb. 28, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 10, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-C-S019).

 AM General Corp., South Bend, Ind., was awarded on Oct. 13, 2006, a $6,125,757 modification to a firm-fixed-price contract for expanded capacity vehicle turbo engines and aggregate kits for the 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).

 Oshkosh Truck Corp., Oshkosh, Wis., was awarded on Oct. 16, 2006, a delivery order amount of $5,420,486 as part of a $5,420,486 firm-fixed-price contract for aircraft rescue and firefighting fire trucks. Work will be performed in Oshkosh, Wis., and is expected to be completed by Sept. 25, 2008. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on May 15, 2006, and four bids were received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-D-G015).

 Packet Digital L.L.C.*, Fargo, N.D., was awarded on Oct. 19, 2006, a $5,324,489 cost-plus-fixed-fee contract for advanced research and development of advanced power management for wireless systems. Work will be performed in Fargo, N.D., and is expected to be completed by April 30, 2008. Contract funds will not expire at the end of the current fiscal year. There were 11 bids solicited on June 23, 2006, and two bids were received. The Defense Microelectronics Activity, McClellan, Calif., is the contracting activity (H94003-07-C-0702).

 NAVY

 McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $17,279,757 firm-fixed-price contract for the procurement of Harpoon Ship Command Launch Control Systems upgrades, modifications and associated equipment and spares for the Governments of Pakistan, Chile, and Turkey. This contract combines purchases for the Governments of Pakistan ($6,101,629 (35 percent); Chile ($5,868,057 (34 percent); and Turkey ($5,310,071; 31 percent) under the Foreign Military Sales Program. Work will be performed in St. Charles, Mo. (74 percent); Lititz, Penn. (8 percent); San Diego, Calif. (6 percent); Baltimore, Md. (5 percent); Cedar Rapids, Iowa (4 percent); Kellyville, Okla. (2 percent); and various locations across the United States (1 percent), and is expected to be completed in July 2008. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command,
Patuxent River, Md., is the contracting activity (N00019-06-C-0090).

 McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $5,562,617 order against a previously issued basic ordering agreement (N00019-05-G-0026) for implementation of engineering change proposal 270-R2 1760 wiring kits to upgrade 30 AV-8B aircraft. Work will be performed in St. Louis, Mo. (70 percent) and Samarate, Italy (30 percent), and is expected to be completed in November 2007. Contract funds in the amount of $882,424 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

  AIR FORCE

 Northrop Grumman Mission Systems, Carson, Calif., is being awarded a $13,017,011 cost-plus-award fee and cost-plus-fixed fee contract modification. This modification incorporates the re-planned program schedule for Space Based Space Surveillance (SBSS) due to budget reduction in FY 03 and FY 04. It also incorporates a program launch slip from June 2007 to December 2008 for SBSS. The award will be made to Northrop Grumman Mission Systems as a contractor modification to an existing contract. At this time, no funds have been obligated. This work will be complete December 2008. Space Superiority Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity. (FA8819-04-C-0002/P00039)

   DEFENSE LOGISTICS AGENCY

Constellation New Energy, Chicago, Ill., is being awarded a maximum $10,473,860 firm fixed price contract for electricity. Using services are Army, Air Force, and Federal civilian agencies. Locations of performance are Scott Air Force Base, Construction Engineering Research Laboratory, Engineer Research and Development Center, Army Corps of Engineers, USDA, and National Center for Agriculture of Utilization Research, Ill. There were 11 proposals solicited and 4 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is May 31, 2008. Contracting activity is the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-07-D-8001).

* Small Business
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 10/24/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 24 Oct 2006 17:02:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1071-06
FOR RELEASE AT
October 24, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

 ARMY

 GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Oct. 20, 2006, a $27,828,812 modification to a cost-plus-fixed-fee contract for depth of parts required to support the Stryker family of vehicles. Work will be performed in Sterling Heights, Mich. (49 percent), and London, Ontario, Canada (51 percent), 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 Dec. 1, 2005. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-B003).

 FLIR Systems Inc., Wilsonville, Ore., was awarded on Oct. 19, 2006, a delivery order amount of $14,242,406 as part of a $74,900,000 firm-fixed-price contract for FLIR Star SAFIRE III sensors and related hardware for the rapid aerostat initial deployment system. Work will be performed in Wilsonville, Ore., and is expected to be completed by May 31, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 21, 2006. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-07-D-0001).

NAVY

 LTM, Inc.*, Havelock, N.C., is being awarded a $17,519,778 modification to a previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (N00421-01-D-0101) to exercise an option for approximately 353,600 hours of maintenance planning and design interface technical/management support services for the Naval Air Depot (NAVAIRDEPOT), Cherry Point, N.C. These services include evaluating initial designs and proposed design changes, maintenance planning, and sustaining maintenance plans. Work will be performed at NAVAIRDEPOT Cherry Point, N.C. (99 percent), and at various locations across the United States (1 percent), and is expected to be completed in October 2007. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

 Systems Application Solutions LLC*, Charleston S.C., is being awarded an $8,634,468 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for systems analysis, engineering, design, development, procurement, integrated logistics, configuration management, systems integration, test, installation, operator/maintenance training and life cycle support for electronic security systems. This contract contains options, which if exercised, will bring the total cumulative value of the contract to $26,069,501. Work will be performed at various locations, and is expected to be completed October 2007 (October 2009 with options). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website and the Space and Naval Warfare Systems e-Commerce Central website, as a small business set aside with an unlimited number of proposals solicited, four offers were received. The Space and Naval
 Warfare Systems Center, Charleston, S.C., is the contracting activity (N65236-07-D-7229).

 AIR FORCE

 Northrop Grumman Mission Systems, Clearfield, Utah, is being awarded a $16,058,848 cost-plus-fixed fee contract modification. This contract action provides for full rate production year 5 attrition hardware procurements and government furnished property repair activities for the Minuteman III PRP. The contractor shall identify and provide for the procurement of government furnished property components that are known to be in short supply and are needed to preclude production shortages for the propulsion replacement program, full rate production 5. At this time, total funds have been obligated. This work will be complete March 2008. Headquarters 526th ICBM Systems Wing, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001/no mod number at this time).

 Northrop Grumman Mission Systems, Clearfield, Utah, is being awarded a $5,140,457 cost-plus-fixed fee contract modification. This action provides for intercontinental ballistic missile propulsion replacement program. This contract action is for the purpose of providing a final equitable adjustment for ammonium perchlorate for the propulsion replacement program full rate production 4 effort. At this time, total funds have been obligated. Headquarters 526th ICBM Systems Wing, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001/no mod number at this time).

* Small Business
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 
CONTRACTS from the United States Department of Defense

No. 1075-06
FOR RELEASE AT
October 25, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Aeronautics Co., Palmdale, Calif., was awarded on Oct. 23, 2006, a $33,223,691 modification to a previously awarded other transaction for prototypes agreement to continue development and demonstration of the hypersonic technology vehicle portion of the Falcon program. Work will be performed in Palmdale (20 percent), Philadelphia, Pa. (73 percent), and Fort Worth, Texas (7 percent), and is expected to be completed in September 2008. This agreement is incrementally funded; no funds are being obligated at this time. This is a sole source award. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va. (HR0011-04-9-0010/P00022).

ARMY

General Dynamics Armament and Technical Products Inc., Burlington, Vt., was awarded on Oct. 23, 2006, an $18,418,400 firm-fixed-price contract for M2 machine guns. Work will be performed in Saco, Maine, 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. 21, 2006. The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-06-C-0223).

General Dynamics Land Systems, Sterling Heights, Mich., was awarded on Oct. 20, 2006, a delivery order amount of $6,374,803 as part of a $28,031,435 cost-reimbursement contract for sheets of AL 6061-T6 Aluminum. Work will be performed in Sterling Heights, Mich., and is expected to be completed by Dec. 23, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Nov. 14, 2003. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-G-0006).

AIR FORCE

ITT Industries, Systems Division, Cape Canaveral, Fla., is being awarded an $18,332,825 cost-plus-award fee contract modification. This contract action will exercise the option for an additional two years of systems engineering under the Spacelift Range System Contract. The effort will provide high-level systems engineering across the eastern and western ranges. The activities in this project insure operational needs and requirements are transformed into an integrated system design. At this time, $4,000,000 have been obligated. This work will be complete October 2008. Headquarters Launch and Range Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-01-C-0001/P00365).
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 10/26/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 26 Oct 2006 17:02:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1083-06
FOR RELEASE AT
October 26, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 NAVY

 Northrup Grumman Newport News Shipbuilding, Newport News, Va., is being awarded a $71,452,262 cost-plus-fixed-fee modification under previously awarded contract (N00024-06-C-2105) for planning yard, design, configuration management and logistics support for new construction, operational, conversion and decommissioning submarines, and modernization support for operational and decommissioning submarines. The contract will provide for engineering, technical and design support, configuration management support, Integrated Logistics Support (ILS), and database management support for new construction. This effort will support SSN 688, Seawolf, Virginia, SSBN, Trident-UK, and SSGN Class submarines. This modification combines support of the U.S. Navy (99 percent) and the United Kingdom (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 $31,438,995 will
 expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

 Lockheed Martin Corporation, Mitchel Field, N.Y., is being awarded the options contained in contract N00030-06-C-0005 in the amount of $38,517,085 for FY07 US/UK TRIDENT II (D5) navigation subsystem engineering support services. Specific efforts include U.S. and U.K. fleet support, SSBN 732 engineering refueling overhaul, U.S. and U.K. trainer systems support, Shipboard Integration Program, and navigation - fire control integration. The work will be performed in Mitchel Field, New York. The FY07 optional items increase the contract value to $83,289,790 and extend performance through 30 September 2009. This contract was awarded based on a sole source acquisition. The Navy's Strategic Systems Programs is the contracting activity (N00030-06-C-0005). The funding profile is as follows: $26,114,799 FY07 O&M, N (67.8%), $2,298,424 FY07 SCN (6.0%), $7,251,254 FY07 OPN (18.8%), and $2,852,608 UK (7.4%).

 L-3 Vertex Aerospace LLC, Madison, Miss., is being awarded a $28,507,463 ceiling-priced modification to a previously awarded indefinite-delivery, indefinite-quantity contract (N00019-06-D-0011) to exercise an option for logistics services in support of the E-6B fleet. Work will be performed at Tinker Air Force Base (AFB), Oklahoma (70 percent); Naval Air Station, Patuxent River, Md. (10 percent); Travis AFB, Calif. (10 percent); and Offutt AFB, Nebraska (10 percent), and is expected to be completed in October 2007. Contract funds in the amount of $17,679,584 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

 L-3 Communications, Link Simulation & Training, Arlington, Texas, is being awarded a $13,675,000 ceiling-priced modification to a previously awarded indefinite-delivery, indefinite-quantity contract (N00019-05-D-0012) to exercise an option for up to 2,000 flight instructor hours on a Boeing 737 Next Generation Aircraft to serve as an E-6B In-Flight Trainer. Work will be performed at Tinker Air Force Base, Oklahoma City, Okla., and is expected to be completed in October 2007. Contract funds in the amount of $13,625,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 Alloy Surfaces Co., Aston, Pa., is being awarded $5,707,553 for delivery order #0004 under previously awarded firm-fixed-price contract (N00104-05-G-0726) for MJU-49/B decoy devices in support of the Airborne Expendable Countermeasures Program. Work will be performed in Aston, Pa., and is expected to be completed by July 2007. Contract funds will not expire at the end of the current fiscal year. This contract was not awarded competitively. The Naval Inventory Control Point is the contracting activity.

 AIR FORCE

 Lockheed Martin Integrated Systems and Solutions, Santa Maria, Calif., is being awarded a $12,741,111 cost-plus-award fee contract modification. This contract will exercise option 2, contract line item number (CLIN) 32I3, entitled Product Support Activity (PSA) interim contractor support maintains the operational effectiveness of the product from the time it is accepted by the government until it is operationally tested and accepted by the end-user. The Integrated Range Information System (IRIS) supports designs, procures and implements hardware, software and communications capabilities to provide electronics data interchange services in support of meeting specified program requirements. The Spacelift Range Systems Integration and Test Support Facility (SITSF) for Spacelift Range are required for product, development, test, and sustainment activities for Spacelift Range. The Interim Support (ISS) supports spares development and delivery for all products being delivered to
the range under the Range Standardization and Automation (RSAIIA) contract. At this time, total funds have been obligated. This work will be complete March 2008. Headquarters Launch and Range Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (F04701-95-C-0029/P00254).

 ARMY

 Manson Gulf L.L.C., Houma, La., was awarded on Oct. 24, 2006, a $16,854,750 firm-fixed-price contract for Levee Enlargement. Work will be performed in New Orleans, La., and is expected to be completed by Nov. 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 Aug. 18, 2006, and seven bids were received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-07-C-0003).

 DEFENSE LOGISTICS AGENCY

 Pepco Energy Services, Arlington, Va., is being awarded a maximum $5,101,316 firm fixed price contract for electricity. Using services are Army, and Department of Energy. Other locations of performance are Fort Dix, N.J., and Bettis Atomic Lab, Pa. There were 156 proposals solicited and 13 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is December 31, 2008. Contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-05-R-0413).
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 10/30/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 30 Oct 2006 17:02:00 -0500
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1094-06
FOR RELEASE AT
October 30, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

UNITED STATES SPECIAL OPERATIONS COMMAND

 Chenega Federal Systems, LLC (CFS) of Lorton Va., 22079-2624, is being awarded a five 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 (PEO) requires engineering and technical support services to build, field and sustain Psychological Operations (PSYOP) systems and other designated IIS-PMP projects and programs in accordance with USSOCOM requirements. The places of performance will be Lorton, Va. and Anchorage, Alaska. The five year ordering period will be completed October 2011. The contract number is H92222-07-D-0017.

 NAVY

 McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $23,174,477 modification to a previously awarded firm-fixed-price contract (N00019-04-C-0014) for the procurement of ancillary mission equipment to support the F/A-18 E/F and E/A-18G aircraft. Work will be performed in St. Louis, Mo., 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.

 BAE Systems Applied Technologies, Inc., Rockville, Md., is being awarded a $5,231,495 modification to a previously awarded cost-plus-fixed-fee contract (N00421-02-C-3058) for engineering and technical services for design, development, integration, test and evaluation, installation, fielding certification, maintenance, and logistic support of Navy Joint National Agency C41 communications electronic equipment and systems. Work will be performed in California, Md., (90 percent) and St. Inigoes, Md., (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 Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.

AIR FORCE

 L3 Communications Vertex Aerospace, Madison, Miss., is being awarded a $12,262,168 firm-fixed-price contract modification. This action is exercising option VII (FY07), 1 Oct. 2006 through 30 Sept. 2007, in support of C-12 contractor logistic support. At this time, total 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 (F34601-00-C-0111/P00299).

 General Atomics-Aeronautical Systems Inc., San Diego, Calif., is being awarded a $7,496,425 cost-plus-fixed-fee contract. This program objective is to investigate, develop and demonstrate high payoff thermal management approaches to the removal of heat from multi-megawatt electric power system and the subsequent elimination of this heat from airborne technologies and components. The output of this trade will quantify technical risk versus potential benefit to the thermal management system. At this time, $1,258,000 has been obligated. Solicitations began July 2006 and negotiations were complete October 2006. This work will be complete February 2012. Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33615-01-D-2109 task order 0009).
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 10/31/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 31 Oct 2006 17:20:01 -0500
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1100-06
FOR RELEASE AT
October 31, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711


 CONTRACTS

NAVY

 ViaSat*, Carlsbad, Calif., was awarded on October 26, 2006, a $36,737,586 firm-fixed-price delivery order under a previously awarded contract (N00039-00-D-2101) 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 delivery order is for the government of Turkey under the Foreign Military Sales (FMS) Program. Work will be performed in Carlsbad, Calif., (30 percent) and various other sites worldwide (70 percent), and is expected to be completed by January 2013. Contract funds will not expire at the end of the current fiscal year. This requirement was a directed sole source procurement under the FMS Program. Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

 Sikorsky Aircraft Corp., Stratford, Conn., is being awarded an $18,625,758 Navy modification to a previously awarded firm-fixed-price Army contract (DAAH23-02-C-0006) for the manufacture and installation of armed helo mission kit fixed provisions into 28 MH-60S aircraft including related logistics support. Work will be performed in Stratford, Conn. (92 percent) and Crestview, Fla. (8 percent) and is expected to be completed in March 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.

 L3 Communications TITAN Corp., San Diego, Calif., is being awarded a $16,848,936 modification to a previously awarded cost-plus-award-fee level of effort contract (N00421-05-C-0009) to exercise an option for engineering and technical support services and supplies to design, develop, procure, prototype, modify, integrate, test and evaluate, install and provide logistics support for telecommunication and related communication-electronic (C-E) systems for the Naval Air Warfare Center Aircraft Division, Special Communications Requirements Division. 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 current fiscal year. The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.

 DEFENSE LOGISTICS AGENCY

 Propper International, Mayaguez, Puerto Rico, is being awarded a maximum $29,766,048 firm fixed price contract for airmen battle uniform, men's coats and women's maternity coats and trouser for Air Force. This is an indefinite delivery/quantity type contract. Other locations of performance are Cabo Rogo, Las Marjas, Lagas, and Lajas, Puerto Rico. Proposals were Web-solicited and 6 responded. Contract funds will not expire at the end of the current fiscal year. date of performance completion is April 30, 2008. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM1C1-07-D-0008).

 American Apparel, Selma, Ala., is being awarded a maximum $21,040,800 firm fixed price contract for men and women airmen battle uniform, coats and trousers for Air Force. Proposals were web-solicited and 12 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 April 30, 2008. Contracting activity is the DSCP, Philadelphia, Pa. (SPM1C1-07-D-0009).

 Propper International, Inc., Mayaguez, Puerto Rico, is being awarded a maximum $11,942,988 firm fixed price contract for improved lightweight bearing equipment system and associated spare and repair parts for Marine Corps. This is a sole source competition with 1 solicited and 1 responded. This is an indefinite quantity type base year contract with 3 one-year option periods. Contract funds will expire at the end of the current fiscal year. Date of performance completion is November 20, 2007. Contracting activity is the DSCP, Philadelphia, Pa. (SPM1C1-07-D-0012).

 ARMY

 JMR Construction Corp.*, Folsom, Calif., was awarded on Oct. 27, 2006, an $8,495,900 firm-fixed-price contract for construction of a California-Army National Guard Readiness Center and two additional buildings. Work will be performed in Roseville, Calif., and is expected to be completed by Dec. 11, 2007. Contract funds will not expire at the end of the current fiscal year. There were 16 bids solicited on Dec. 22, 2005, and four bids were received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-07-C-0001).

 Alliant Lake City Small Caliber Ammunition Company L.L.C., Independence, Mo., was awarded on Oct. 27, 2006, a delivery order amount of $5,200,000 as part of a $102,819,674 firm-fixed-price contract for modernization of a small caliber ammunition plant. Work will be performed in Independence, Mo., and is expected to be completed by Sept. 30, 2012. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 5, 2003. The U.S. Army Field Support Command, Rock Island, Ill., is the contracting activity (DAAA09-99-D-0016).

* Small business.
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 11/1/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 1 Nov 2006 17:04:00 -0500
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1105-06
FOR RELEASE AT
November 01, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 AIR FORCE

 Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $1,233,164,599 firm-fixed-price contract modification. This is a funding modification to the ongoing undefinitized contract action supporting the F-22 Lot 7 Long Lead Procurement. At this time, $403,207,999 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/P00007).

 Tecolote Research Inc., Goleta, Calif., and Quantech Services Inc., Bedford, Mass., is being awarded an $88,000,000 indefinite delivery/indefinite quantity contract. This contract will procure the specialized cost service for Hanscom Air Force Base for the next four years. These services includes but are not limited to cost estimating, earned value computations, what if calculations, etc. The Air Force can issue delivery orders totaling up to the maximum amount indicated above, although actual requirements may necessitate less than the amount above. At this time, $1,242,949 have been obligated. Solicitations began June 2006 and negotiations were complete October 2006. This work will be complete October 2010. Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (FA8721-07-D-0002-0001 and FA8721-07-D-0003-0001).

 ITT Industries, System Division, Canaveral, Fla., is being awarded a $40,205,450 cost-plus-award-fee, cost-reimbursable and firm-fixed-price contract modification. This modification provides for the option exercise and incremental funding of the FY07 contract line item numbers for the space lift range system contract. This action provides for the continued support for the program management, interface management, systems engineering and integration, depot maintenance transition, product acquisitions and modifications, and instrument modernization for operational systems and infrastructure including instrumentations, network, control, and display. At this time, $18,353,907 have been obligated. This work will be complete October 2007. Space and Missile Systems Center Logistics Group, Peterson Air Force Base, Colo., is the contracting activity (F04701-01-C-0001/P00363).

 Lockheed Martin Corp., Simulation Training and Support, Orlando, Fla., is being awarded an $25,583,326 firm-fixed-price, cost-reimbursable no fee and cost-plus-fixed fee contract modification. This action will exercise/fund option for FY2007, in support of the C-130 Aircrew Training Systems. At this time, total funds have been obligated. This work will be complete September 2007. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (F42630-99-C-0195/P00188).

 Northrop Grumman Space and Mission Systems Corp., Redondo Beach, Calif., is being awarded an $8,406,844 cost-plus-fixed-fee contract modification. This contract action will exercise option 1 to the basic contract and activate Phase II of the Enhanced Polar System (EPS) payload study. Phase II will focus on further system definition efforts associated with the payload. The study, along with a separate parallel effort to investigate ground architecture concepts and system integration, will lay the foundation for the future EPS system definition and production efforts. It will also provide information necessary to support the development of an overall EPS acquisition strategy. At this time, $6,000,000 have been obligated. This work will be complete December 2007. Headquarters Military Satellite Communications Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (FA8808-06-C-0005/P00002).

 Boeing Satellite Systems Inc., El Segundo, Calif., is being awarded an $8,399,960 cost-plus-fixed-fee contract modification. This contract action will exercise option 1 to the basic contract and activate Phase II of the EPS payload study. Phase II will focus on further system definition efforts associated with the payload. The study, along with a separate parallel effort to investigate ground architecture concepts and system integration, will lay the foundation for the future EPS system definition and production efforts. It will also provide information necessary to support the development of an overall EPS acquisition strategy. At this time, $6,000,000 have been obligated. This work will be complete December 2007. Headquarters Military Satellite Communications Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (FA8808-06-C-0004/P00002).

 Select Sensors and Airborne Systems Electro-Optics Ltd., Basildon, United Kingdom, is being awarded a $6,632,108 cost-plus-award-fee and cost-plus-fixed-fee contract modification. This action provides for 1 Lot contractor logistics support, 1 Lot over and above, contractor acquired property and contractor furnished material, 1 Lot award fee and 1 Lot data for the all low light television system applicable to the AC-130 Gunship. At this time, total funds have been obligated. This work will be complete October 2007. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F33657-95-C-0072/P00080).

 Gulfstream Aerospace Corp., Savannah, Ga., is being awarded a $5,484,211 firm-fixed-price contract modification. This action will exercise one year option for continue fleet maintenance support on nine Gulfstream aircraft owned by the Eqyptian Government. The modification extends the contract for 12 months. At this time, total funds have been obligated. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8106-04-C-0001/P00013).

 ARMY

 Hensel Phelps Construction Co., Chantilly, Va., was awarded on Oct. 31, 2006, a $301,526,367 modification to a fixed-price incentive with award fee contract for in-scope changes to the Pentagon renovation. Work will be performed in Arlington, Va., and is expected to be completed by Dec. 30, 2010. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Jan. 19, 2001. The Pentagon Renovation & Construction Program Office, Arlington, Va., is the contracting activity (MDA947-01-C-2001).

 EADS North American Defense, Arlington, Va., was awarded on Oct. 31, 2006, a $170,562,621 modification to a firm-fixed-price, and cost-reimbursable contract for MEDEVAC B Kits, Hoist B kits, student pilot and maintainer training, and a procedural training device for the Light Utility Helicopter Aircraft. Work will be performed in Columbus, Miss. (97 percent), Grand Prairie, Texas (1 percent), and Tampa, Fla. (2 percent), and is expected to be completed by June 30, 2016. 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 26, 2005, and five bids were received. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).

 McDonnell Douglas Helicopter Co., Mesa, Ariz., was awarded on Oct. 30, 2006, a $151,963,687 modification to a firm-fixed-price contract for war replacement AH-64D Apache Longbow Aircraft. Work will be performed in Mesa, Ariz., and is expected to be completed by Nov. 30, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 19, 2006. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0274).

 Raytheon Co., West Andover, Mass., was awarded on Oct. 30, 2006, a delivery order amount of $82,861,425 as part of a $683,154,082 firm-fixed-price contract for new spare procurement to support the maintain the patriot missile system. Work will be performed in West Andover, Mass., and is expected to be completed by Sept. 30, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Sept. 3, 2003. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-05-D-0029).

 Kidde Dual Spectrum, Goleta, Calif., was awarded on Oct. 31, 2006, a delivery order amount of $12,289,797 as part of a $52,068,647 firm-fixed-price contract for automatic fire extinguishing system kits and test sets for the M1114 Up-Armored High Mobility Multipurpose Wheeled Vehicles. Work will be performed in Wilson, N.C., and is expected to be completed by Nov. 30, 2007. Contract funds will not expire at the end of the current fiscal year. There were four bids solicited on Dec. 8, 2005, and four bids were received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-D-0116).

 GM GDLS Defense Group L.L.C., Sterling Heights, Mich., was awarded on Oct. 27, 2006, a $16,794,304 modification to a cost-plus-fixed-fee contract for maintenance and repair of desert damaged vehicles. Work will be performed in Sterling Heights, Mich. (90 percent), and London, Ontario, Canada (10 percent), and is expected to be completed by Sept. 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 28, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).

 Urban Associates L.P.*, El Paso, Texas, was awarded on Oct. 30, 2006, an $11,735,664 firm-fixed-price contract for design and construction of a general instructional facility. Work will be performed at Fort Bliss, Texas, 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 168 bids solicited on Sept. 13, 2006, and three bids were received. The U.S. Army Engineer District, Fort Worth, Texas, is the contracting activity (W9126G-07-C-0001).

 Manson Construction Co., Seattle, Wash., was awarded on Oct. 27, 2006, a $5,250,000 firm-fixed-price contract for maintenance dredging of Channel Islands and Port Hueneme Harbor. Work will be performed in Port Hueneme, Calif., and is expected to be completed by Jan. 31, 2007. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the world wide web on July 27, 2006, and one bid was received. The U.S. Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-07-C-0002).

 NAVY

 General Dynamics Advanced Information Systems, Pittsfield, Mass., is being awarded a $56,068,682 cost-plus-incentive-fee contract modification to previously awarded contract (N00030-05-C-0051) to provide for the FY 2006 TRIDENT II fire control omnibus contract, which includes fire control production, operational support, field engineering services, repair and return effort, and development. It also includes SSGN Attack Weapons Control Systems Life Cycle Cost Control and Technology Refresh. This contract contains options which, if exercised, will bring the total cumulative value of this contract to $111,223,072. Work will be performed in Pittsfield, Mass., and the expected completion date is December 2009. This contract was not competitively procured. Contract funds in the amount of $14,133,565 will expire at the end of the current fiscal year. Strategic Systems Programs, Arlington, Va., is the contracting activity (N00030-05-C-0051).

 General Dynamics, Advanced Information Systems, Fairfax, Va., is being awarded a $13,335,632 cost-plus-award-fee modification to previously awarded contract (N00024-03-C-5439) for engineering and technical services in support of the FY 07 system integrator efforts for the Surface Electronic Warfare Improvement Program. Efforts will include program management, systems engineering, software engineering, specialty engineering, integration and test, integrated logistics support, training, and installation support functions required for Block 1A, 1B1 and 1B2. Work will be performed in Fairfax, Va., and is expected to be completed by October 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.

 Computer Science Corp., Falls Church, Va., is being awarded an $11,004,430 award term task order #0037 to a previously awarded task order #0025 under previously awarded firm-fixed-price contract (M67854-02-A-9004) for specialty engineering support, annual technical support to the Operating Forces Marine Corps Tactical Systems Support Activity (MCTSSA). Funding in the amount of $7,947,291 is being applied at the time of award. The Contractor will provide technical support to the Operating Forces (TSOF), a key element of the Marine Corps Systems Command (MARCORSYSCOM), MCTSSA support for fielded tactical C4ISR systems for Marine Corps Operating Forces (OPFORs). Technical support under this effort include on-site/on-call support at the MCTSSA Operating Forces Tactical Systems Support Center (OFTSSC), on-site technical representation at specified Marine Corps Command organizations worldwide, exercise support based upon the operational schedule of the supported units, and
support of contingency operations (e.g., hazardous duty, combat operations, peace-keeping) on a discrete basis. Principal support activities include on-site system administration and troubleshooting for C4ISR local and wide area networks (LAN / WAN), technical guidance to OPFORs on fielded Marine Corps and Joint C4ISR systems and software. Additional support requirements include providing regional on-site technical support for USMC Computing Platforms and Services (CPS) Systems to include Tactical Collaborative Works Suites (TC, Defense Message System (DMS), Marine Corps Common Hardware Suite and Marine Corps Enterprise IT Services throughout the OPFORs, both in CONUS and OCONUS. Support will include system administration, asset tracking/management, installation and troubleshooting, support for exercises, technical consulting, test support and consulting, and on-site software/hardware training on CPS software and hardware. There is an additional requirement to support
information technology technical support services in the area of
Information Assurance, Web Server Administration, and Web Development Support. The goal is to provide continuous and unparalleled C4ISR support. As such, TSOF is designed to accommodate newly fielded C4ISR systems. Work will be performed in San Diego, Calif., and is expected to be completed in October 2007. Contract funds will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting
activity.
 Bell Helicopter Textron, Inc., Fort Worth, Texas, was awarded on October 30, 2006, a $10,620,000 delivery order against a previously awarded basic ordering agreement (N00019-06-G-0001) for 45 painted U.S. Marine Corps Turned Exhaust Kits for the AH-1W. Work will be performed in Hurst, Texas, and is expected to be completed in October 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.

 BAE Systems Land & Armaments, L.P., Armament Systems Division, Minneapolis, Minn., is being awarded an $8,673,627 fixed-price-plus-award-fee modification to previously awarded contract (N00024-04-C-5454) for procurement of MK 25 MOD 0 canisters, packaging, handling, storage, and transportation equipment, reconfigurable coding plug assemblies and explosive bolts for Navy and NATO SeaSparrow Program Office (NSPO) foreign government requirements. MK 25 canisters for the MK 41 Vertical Launching System store, transport in safety, and enable loading of the evolved SeaSparrow Missile into the MK 41 Vertical Launching Systems aboard Navy ships. This modification combines efforts for the Navy (57 percent) and the Governments of Germany (32 percent) and Spain (11 percent) under the foreign military sales program. Work will be performed in Aberdeen, South Dakota, and is expected to be completed by December 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 INFORMATION SYSTEMS AGENCY

 The following companies: Qwest Government Services, Inc. AT&T Corporation, and Arrowhead Global Solutions, Inc. will be awarded on 31 October 06 an Indefinite Delivery/Indefinite Quantity Firm-Fixed Price contracts. The maximum not-to-exceed value for the DATS contract over a 10-year period is $3 Billion, the Government's guaranteed minimum for the three year base period is a total of $5 Million ($1.25 Million per Region). The goal is for some time and material contract line item numbers (CLNS) for the four regions of the Defense Information Systems Network (DISN) Access Transport Services (DATS). The period of performance is from 31 October 2006 through 30 October 2016 ( a three year base period and seven one-year options). Performance will be at various locations within the Continental United States (CONUS) which includes the 48 contiguous states and the District of Columbia. The solicitation was issued as a full and open competitive action. There were seven proposal
received. The Defense Information Technology Contract Organization (DITCO), Scott AFB, IL is the contracting activity (HC1013-07-D-2005, HC103-07-D-2006, and HC103-07-D-2007).

*Small Business
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 11/2/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 2 Nov 2006 17:02:01 -0500
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 1110-06
FOR RELEASE AT
November 02, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

AIR FORCE

 Boeing Satellite Systems Inc., El Segundo, Calif., was awarded on Nov. 1, 2006, a $299,867,679 fixed-price-incentive contract modification. This contract action will exercise an option for the production of Wideband Gapfiller Satellite (WGS) Space Vehicle 4. At this time, total funds have been obligated. This work will be complete March 2011. Headquarters Military Satellite Communications Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (FA8808-06-C-0001/P00004).

 Symetrics Industries, Melbourne, Fla., is being awarded a $67,352,765 firm-fixed-price contract. This action provides for production of ALE-47 countermeasures dispensing system Line Replacement Units (LRUs) and shop replaceable units managed by Combat Electronic Systems Directorate at Robins Air Force Base, Ga. At this time, no funds have been obligated. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8540-06-D-0002).

 Lockheed Martin Space Systems Corp., King of Prussia, Pa., was awarded on Nov. 1, 2006, a $49,900,000 cost-plus-fixed-fee contract modification. This contract modification issues an undefinitized contract action to accomplish a system design review in March 2007 and Key Decision Point B in June 2007. This is necessary to add detailed system engineering and design efforts to support a system design review, continue risk reduction and provide key decision point B support. The government's intent is to implement a system design review and continue to make progress towards a key decision point BN in June 2007. At this time, $24,950,000 have been obligated. This work will be complete June 2007. Headquarters Global Positioning Systems Wing, Los Angeles Air Force Base, Calif., is the contracting activity (FA8807-04-C-0001/P00024).

 L3 Communications Vertex Aerospace, Madison, Miss., was awarded on Nov. 1, 2006, a $42,103,207 firm-fixed-price contract modification. This action is exercising FY07 option for logistics support of the T-1A Aircraft at Vance, Columbia, Randolph, and Laughlin Air Force Base and Pensacola Naval Air Station. Also included are over and above, on-equipment maintenance, data and field representatives. At this time, total funds have been obligated. This work will be complete September 2007. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-99-C-0016/P00113).

 Kaman Dayron, Orlando, Fla., is being awarded a $39,562,891 firm-fixed-price contract modification. This action provides for Joint Programmable Fuze (JPF) Systems, will include the FMU-152 fuze and FZU-5 initiator, with a quantity of 18,083. This action exercises option 4 for the JPF production contract. The JPF is a state-of-the-art fuze system used with precision weapon systems such as the JDAM. The JPF is equipped with variable delay settings that may be programmed manually or from the cockpit through its in-flight reprogrammable feature. At this time, total funds have been obligated. Solicitations and negotiations were complete October 2006. This work will be complete December 2008. Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (F08626-98-C-0006/P00076).

 Lockheed Martin Space Systems Co., Sunnyvale, Calif., was awarded on Nov. 1, 2006, a $30,000,000 cost-plus-award-fee, cost-plus-fixed-fee contract modification. The contractor shall procure, implement, integrate and test a Dual Miniature Inertial Measurement Unit (MIMU)/Single Startracker configuration on Defense Meteorological Systems Group Flight 19 and Flight 20. The effort will protect future spacecraft operational readiness, reduce risk of early on-orbit failure and extend the life expectancy of spacecraft. At this time, $8,000,000 have been obligated. This work will be complete April 2012. Headquarters Air Force Space Command, Peterson Air Force Base, Colo., is the contracting activity (F04701-02-C-0003/P00074).

 DRS Sensors and Targeting Systems Inc., Dallas, Texas, is being awarded a $6,317,787 cost-plus-fixed-fee contract. This action will develop a 128X128 format hqCdTE Avalanche Photodiode (APD) Focal Plane Array (FPA) based Near-Mid Infrared Receiver (NMIR) receiver system. Conduct a system trade study to investigate the overall receiver system and model FPA/ROIC trade space in terms of the performance parameters such a Readout Integrated Circuit (ROIC) power dissipation, system noise, the number of out put channels required for the high data rate output, etc. At this time, $1,979,584 have been obligated. Solicitations began November 2005 and negotiations were complete October 2006. This work will be complete February 2009. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-07-C-7703).

 Raytheon Missile Systems, Tucson, Ariz., is being awarded a $5,667,769 firm-fixed-price contract modification. This action provides for Air Intercept Missile (AIM-120D) production transition. At this time, total funds have been obligated. This work will be complete March 2007. Headquarters Medium Range Missile Systems Group, Eglin Air Force Base, Fla., is the contracting activity (FA8675-06-C-0003/P00005).

 DEFENSE LOGISTICS AGENCY

 TW Metals, Inc., Carol Stream, Ill., is being awarded a maximum $45,000,000 fixed price with economic price adjustment for heat-treated and non-heat treated aluminum sheets, plate, and floor plate. Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian agencies. This is an indefinite delivery/quantity type contract exercising the first of three one-year options. Proposals were web-solicited and two responded. Contract funds will expire at the end of the current fiscal year. Date of performance completion is Nov. 8, 2007. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM500-05-D-0146).

 SNC Telecommunications LLC, Washington, D.C., (Small Disadvantaged Business) is being awarded a maximum $23,820,000 firm fixed price contract for Aircrew combat coats and trousers for Army. Other location of performance is Orocovis, Puerto Rico. This is a sole source competition with one solicited and one 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 Dec. 29, 2007. Contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM1C107D-0015).

 Lean Quest, LLC, Huntington Beach, Calif., * is being awarded a maximum $7,341,086 firm fixed price contract for implementation of lean principles. Using service is Defense Distribution Centers, CONUS and OCONUS. Proposals were Web-solicited and 16 responded. This is an indefinite delivery/quantity type contract. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is November 5, 2007. Contracting activity is the Defense Distribution Center (DDC), New Cumberland, Pa. (SP3100-07-D-0001).

 NAVY

 L-3 Communications Corp., Arlington, Texas, is being awarded an $18,245,209 modification to a previously awarded indefinite-delivery, indefinite-quantity contract (N00019-04-D-0110) to exercise an option for logistics support services for the Navy's C-40A aircraft fleet. Services to be provided include site activation; site support; inventory management and support; depot level support (scheduled and unscheduled); drop-in maintenance; component repair and overhaul of Government and contractor-owned inventory; contractor field teams; replacement of Government and contractor-owned inventory; and engine condition monitoring. Work will be performed in Fort Worth, Texas (22 percent); Jacksonville, Fla. (22 percent); North Island, Calif. (22 percent); Oklahoma City, Okla. (20 percent); Arlington, Texas (8 percent); and Tulsa, Okla. (6 percent), and is expected to be completed in November 2006. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

 I E Pacific, Inc.*, San Diego, Calif., is being awarded a $12,500,000 firm-fixed-price contract for construction of a Special Operations Force (SOF) Military Operations on Urban Terrain Training (MOUT) Complex (Part A) at San Clemente Island. Work will be performed in San Diego, Calif., and is expected to be completed by November 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-06-C-6006).

 Coffman Specialties, Inc., San Diego, Calif., is being awarded $10,885,000 for firm-fixed price Task Order 0004 under previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-04-D-3036) for design and construction of two asphalt concrete test tracks at the Naval Air Weapons Station, China Lake. Tracks must support Humvee and Semi-truck traffic located on a remote northern range only accessible via unimproved dirt roads. Work will be performed in China Lake, Calif., and is expected to be completed by January 2007. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with six proposals received and award made on May 12, 2004. The total contract amount is not to exceed $50,000,000 (base period and four option years). The multiple contractors (four in number) may compete for task orders under the terms
 and conditions of the existing contract. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

* Small Business
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 ... 19 20 22 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 08. Avg 2025, 08:06:56
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: 0.086 sec za 12 q. Powered by: SMF. © 2005, Simple Machines LLC.