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

ConQUIZtador
Trenutno vreme je: 24. Avg 2025, 21:07:09
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 ... 3 4 6 7 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71151 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. 137-06

FOR RELEASE AT

Feb 15, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_AIR FORCE







            Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being

awarded a $144,300,000 cost plus fixed fee contract modification.  This

undefinitized contract action provides for F-22A Lot 6 Weapon System Support

as a Capability Performance-Based Agile Logistics Support (PALS).  At this

time, $72,005,700 has been obligated. Negotiations were complete in January

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

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

activity (FA8611-05-C-2850/P00010).







            Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, is

being awarded a $58,593,802 firm fixed price and cost plus fixed fee contract

modification.  This contract modification exercises production options for the

purchase of 25,000 Defense Advanced GPS Receivers (DAGRSs) and accessories.

The DAGR will provide authorized Department of Defense (DoD) and foreign

military sales (FMS) users of GPS User Equipment (UE) a Precise Positioning

System (PPS), hand-held, dual-frequency (L1/L2), lightweight receiver (less

than one pound) that incorporates the nest generation, tamper-resistant GPS

"SAASM" (Selective Availability Anti-Spoofing Module) security module.  The

DAGR will serve as a replacement for the Precision Lightweight GPS Receiver

(PLGR) in integrated platforms as well as the advanced and basic GPS user.

This effort supports foreign military sales to the following:  Canada, France,

Germany, Korea, Portugal and Hungary.  At this time, total funds have been

obligated.  This work will be complete by April 2007.  The Headquarters Space

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

contracting activity (F04701-02-C-0011/P00036).







            The Boeing Co., Seattle, Wash., is being awarded a $23,782,000

firm fixed price contract.  This action provides for C-32/C-40 Communications

Equipment Subscription Services.  At this time, total funds have been

obligated.  Negotiations were complete in February 2006.  This work will be

complete by December 2006.  The Headquarters Aeronautical Systems Center,

Wright-Patterson Air Force Base, Ohio, is the contracting activity

(F33657-01-C-0013).







            Overseas Leasing Group (OLG), Inc., Wilmington, Del., is being

awarded a $14,752,020 indefinite delivery/indefinite quantity, firm fixed

price contract.  This action provides for a minimum of 150 vehicles leases for

one year plus four option years for Kabul, Afghanistan.  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, $3,426,552 has been obligated. Solicitations began in December 2005

and negotiations were complete in January 2006.  This work will be complete by

April 2006.  The Department of Defense, Office of Security Cooperation -

Afghanistan, Kabul, Afghanistan, is the contracting activity

(W913TY-06-D-0001).







_NAVY







            Raytheon Co., Tucson, Ariz., is being awarded a $122,177,910

modification under a previously awarded contract (N00024-06-C-5350) to

exercise an option for production of the fiscal 2006 STANDARD Missile-2 BLOCK

IIIB All-Up-Rounds (AUR), SM-2 BLOCK IIIB Service-Life Extension Program

(SLEP) Retrofits, and AN/DKT-71A Telemetric Data Transmitting Sets (TDTS).

The contract modification will provide for procurement of 75 SM-2 BLOCK IIIB

AUR, 80 SM-2 BLOCK IIIB ORDALT/Service Life Extension Program (SLEP)

Retrofits, 125 AN/DKT-71A TDTS with Installation Kits, and Royalties

associated with AUR and SLEP missiles.  Work will be performed in Tucson,

Ariz. (83 percent); Andover, Mass. (14 percent); Camden, Ark. (2 percent);

Farmington, N.M. (1 percent), 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.







            Sikorsky Aircraft, Stratford, Conn., is being awarded a

$97,595,486 firm-fixed-price requirements Performance Based Logistics (PBL)

contract for the repair/overhaul of 10 dynamic components for the H-53

aircraft.  This Performance Based Logistics contract consists of one five-year

base period, and one five year option period, bringing the total estimated

value of the contract if all options are exercised to $219,210,920.  Work will

be performed in Cherry Point, N.C. (60 percent), and Stratford, Conn. (40

percent), and is expected to be completed by February 2010.  Contract funds

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

awarded on a sole source basis, one firm was solicited and one offer was

received.  The Naval Inventory Control Point is the contracting activity

(N00383-06-D-003F).







            Raytheon Co., Tucson, Ariz., is being awarded a $7,929,977

modification under a previously awarded contract (N00024-01-C-5306) to

exercise an option to provide repair and maintenance work in support of

Standard Missile 2 (SM-2), Guided Missile Program.  The contract will provide

fiscal 2006 Depot Level Maintenance Facility efforts.  Work will be performed

in Tucson, Ariz., and is expected to be completed by September 2006.  Contract

funds will expire at the end of the fiscal year.  The Naval Sea Systems

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





            Kongsberg Underwater Technology Inc., Lynnwood, Wash., is being

awarded an estimated  $6,694,807 indefinite-delivery/indefinite-quantity,

firm-fixed price, performance-based contract to provide Multibeam Sonar

Systems (MBSS) for permanent installation aboard T-AGS 60 class survey vessels

operated by Naval Oceanographic Office (NAVOCEANO).  The contract includes

four one-year option periods, which if exercised, would bring the cumulative

value of the contract to an estimated $29,545,558.  The work will be performed

in Lynwood, Washington, and is expected to be completed by February 2007. If

all options are exercised, work could continue until February 2011.  Contract

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

competitively procured under full and open competition and one bid was

received.  The Request for Proposal was posted on the SPAWAR Systems Center

E-commerce website and one offer was received.  The Space and Naval Warfare

Systems Center, Charleston, S. C. is the contracting activity

(N65236-06-D-6246).

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. 142-06

FOR RELEASE AT

Feb 16, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_DEFENSE LOGISTICS AGENCY







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

maximum $94,994,776 firm fixed price with price re-determination contract for

J-52, TF-30, TF-33, and F-100 engine series.  Using services are Navy, Air

Force, and Marine Corps.  This is an indefinite quantity type contract

exercising option year three of a seven option period contract.  There were

two proposals solicited and one responded.  Contract funds will expire at the

end of the current fiscal year.  Date of performance completion is Feb. 15,

2007.  The contracting activity is the Defense Supply Center Richmond,

Richmond, Va. (SP0400-01-D-9405)



_ARMY







            AM General L.L.C., South Bend, Ind., was awarded on Feb. 10, 2006,

a $75,731,226 modification to a firm-fixed-price contract for production of

M1152 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 Army Tank-Automotive and

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

(DAAE07-01-C-S001).







            Mascaro Construction Co., Pittsburgh, Pa., was awarded on Feb. 14,

2006, a $26,448,000 firm-fixed-price contract for design and construction of a

Joint Medical Logistics Center.  Work will be performed at Fort Detrick, Md.,

and is expected to be completed by July 16, 2008.  Contract funds will not

expire at the end of the current fiscal year.  There were 15 bids solicited on

April 27, 2005, and four bids were received.  The Army Corps of Engineers,

Baltimore, Md., is the contracting activity (W912DR-06-C-0001).







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

14, 2006, a $25,300,000 modification to a firm-fixed-price contract for

Contractor Logistics Support for the Apache AH-64D Attack Helicopter.  Work

will be performed in Mesa, Ariz., and is expected to be completed by Sept. 30,

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

This was a sole source contract initiated on Jan. 14, 2006.  The Army Aviation

and Missile Command, Redstone Arsenal, Ala., is the contracting activity

(DAAH23-00-C-0001).







            The Boeing Co., Ridley Park, Pa., was awarded on Feb. 13, 2006, a

$24,400,000 modification to a firm-fixed-price contract for CH-47F New Build

Aircraft.  Work will be performed in Ridley Park, Pa., and is expected to be

completed by Sept. 30, 2008.  Contract funds will not expire at the end of the

current fiscal year.  This was a sole source contract initiated on April 1,

2005.  The Army Aviation and Missile Command, Redstone Arsenal, Ala., is the

contracting activity (W58RGZ-04-C-0012).







            Tug Hill Construction Inc.*, Watertown, N.Y., was awarded on Feb.

10, 2006, a $15,656,100 firm-fixed-price contract for construction of Digital

Multi-Purpose Range.  Work will be performed at Fort Riley, Kan., and is

expected to be completed by Oct. 21, 2006.  Contract funds will not expire at

the end of the current fiscal year.  There were four bids solicited on Oct.

21, 2005, and four bids were received.  The Army Corps of Engineers, Kansas

City, Mo., is the contracting activity (W912DQ-06-C-0013).







            Odebrecht Johnson Brothers (Joint Venture), Coral Gables, Fla.,

was awarded on Feb. 10, 2006, a $12,021,775 firm-fixed-price contract for

Floodwall Repair.  Work will be performed at New Orleans, La., and is expected

to be completed by May 15, 2006.  Contract funds will not expire at the end of

the current fiscal year.  There were 38 bids solicited on Feb. 2, 2006, and

four bids were received.  The Army Corps of Engineers, New Orleans, La., is

the contracting activity (W912P8-06-C-0101).







            Dean Kurtz Construction Co., Rapid City, S.D., was awarded on Feb.

13, 2006, an $8,850,000 firm-fixed-price contract for a Base Operations/RAPCON

Facility.  Work will be performed at Ellsworth Air Force Base, S.D., and is

expected to be completed by May 10, 2008.  Contract funds will not expire at

the end of the current fiscal year.  There were 89 bids solicited on Oct. 26,

2005, and three bids were received.  The Army Corps of Engineers, Omaha, Neb.,

is the contracting activity (W9128F-06-C-0007).







            Record Steel and Construction Inc.*, Meridian, Idaho, was awarded

on Feb. 14, 2006, an $8,202,467 firm-fixed-price contract for construction of

a Base Operations/Radar Approach Control Facility.  Work will be performed at

Mountain Home Air Force Base, Idaho, and is expected to be completed by Aug.

17, 2007.  Contract funds will not expire at the end of the current fiscal

year.  There were an unknown number of bids solicited via the World Wide Web

on Sept. 1, 2005, and two bids were received.  The Army Corps of Engineers,

Seattle, Wash., is the contracting activity (W912DW-06-C-0004).







            TJC Engineering*, Louisville, Ky., was awarded on Feb. 13, 2006, a

$7,422,170 firm-fixed-price contract for Construction of a Combined Arms

Collective Training Facility.  Work will be performed at Fort Campbell, Ky.,

and is expected to be completed by June 30, 2007.  Contract funds will not

expire at the end of the current fiscal year.  There were 153 bids solicited

on Sept. 15, 2005, and six bids were received.  The Army Corps of Engineers,

Louisville, Ky., is the contracting activity (W912QR-06-C-0007).



_NAVY







            Integrated Systems Solutions Inc.*, Mechanicsville, Md., is being

awarded a maximum $13,822,414, guaranteed minimum of $25,000 (base period),

cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for

Innovative Environmental Technologies and Methodologies.  This research

project is for development and monitoring methodologies in tracking marine

mammals and other endangered species' migration patterns and reduces

environmental impact of at sea testing.   This contract contains options,

which if exercised, will bring the estimated value of the contract to

$69,822,102.  Work will be performed at various locations in continental U.S.

and other allied countries as determined by each awarded task order.  Work is

expected to be completed February 2011.  Contract funds will not expire at the

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

under Broad Agency Announcement (N47408-02-R-2301) - Topic: "Innovative

Environmental Technologies and Methodologies", with 16 proposals received.

Naval Facilities Engineering Command Southwest, Specialty Center Contracts

Core, San Diego, Calif., is the contracting activity (N62473-06-D-3017).







            General Dynamics Advanced Information Systems, Fairfax, Va., is

being awarded a $10,168,700 cost-plus-incentive-fee/cost-plus-award-fee

modification under previously awarded contract (N00024-03-C-6206) to exercise

an option for continuation of engineering services work in the development of

the next generation of Combat Control System Mk2, Weapons Control subsystem

development and production, including improvements, upgrades, technology

refreshment, and the integration of Advanced Processing Builds.  Work will be

performed in Fairfax, Va., and is expected to be completed by February 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.







            Raytheon Space & Airborne Systems, El Segundo, Calif., is being

awarded a $9,100,000 cost-plus-fixed-fee order against a previously awarded

basic ordering agreement (N00383-04-G-200H) for increased repair quantities of

67 line items of Advance Targeting Forward-Looking InfraRed (ATFLIR) Radar

assemblies used on the F/A-18 aircraft.  Work will be performed in El Segundo,

Calif., 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

procured competitively.  The Naval Inventory Control Point is the contracting

activity (Order 0003).







            Sechan Electronics Inc., Lititz, Pa., is being awarded a

$5,094,374 firm-fixed-price modification to previously awarded contract

(N00024-05-C-5492) for procurement of MK 53 Decoy Launching Systems (DLS) for

fiscal 2006 U.S. Navy requirements.  The MK 53 DLS is a deck-mounted, mortar

type, countermeasure system that is used to launch a variety of decoy

cartridges to confuse hostile tracking and homing associated with anti-ship

missiles.  Work will be performed in Lititz, Penn., and is expected to be

completed by June 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.
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. 145-06

FOR RELEASE AT

Feb 17, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_AIR FORCE







            Boeing Satellite Systems Inc., El Segundo, Calif., is being

awarded a $148,195,269 firm fixed incentive with firm target contract.  This

contract action provides for non-recurring engineering and the advance

procurement of long lead parts for the manufacture of MILSATCOM Wideband

Gapfiller Satellite Vehicle 4.  As part of the non-recurring engineering

effort, Boeing Satellite Systems will be addressing spacecraft hardware

obsolescence issues through the implementation of alternative components or

designs, or selection of new suppliers.  At this time, $100,582,900 has been

obligated.  Solicitations began December 2005 and negotiations were complete

in February 2006.  This work will be complete by July 2007.  The Headquarters

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

contracting activity (FA8808-06-C-0001).







            Boeing Co., St Louis, Mo., is being awarded a $96,961,724 IDIQ,

firm fixed price contract.  This action provides for Joint Helmet Mounted

Cueing System, Full Rate Production 3 for the USAF F-15, and F-16, the Navy

F/A-18 platforms, and foreign military sales countries.  This effort supports

foreign military sales to F-16C Turkey, F-16 Netherlands, F-16 Poland, F/A-18

Royal Australian Air Force, F/A18 Switzerland, and F/A-18 Canada.  At this

time, total funds have been obligated.  This work will be complete by December

2008.  The Headquarters Air Force Materiel Command, Wright-Patterson Air Force

Base, Ohio, is the contracting activity (F33657-01-D-0026).







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

$35,374,379 firm fixed price contract.  This action provides for production

transition (1 Lot), test equipment/tooling (1 Lot), unique identification,

non-recurring expense (1 Lot), software trouble reports (USN) (1 Lot).  At

this time, total funds have been obligated.  Solicitations were complete in

April 2005, and negotiations were complete in February 2006.  This work will

be complete by March 2007.  The Headquarters Medium Range Missile Systems

Group, Eglin Air Force Base, Fla., is the contracting activity

(FA8675-06-C-0003).







_DEFENSE INFORMATION SYSTEM AGENCY







            Lucent Technologies Inc is being awarded a firm fixed price,

indefinite delivery/indefinite quantity contract.  This award is made on

behalf of the product manager, Defense Communications Systems - Europe Dense

Wave Division Multiplexed - Optical Transport Network (DWDM-OTN) project.  The

contract has a base period of 2 years with 3 one-year options.  The estimated

life cycle value $94,000,000 for the DWDM-OTN project is to provide the

forward-deployed war-fighter critical Command and Control (C2) information and

IT services over a broadband gigabit optical network for the Army and other

DITCO customers throughout European Command and Central Command area of

responsibility.







            The requirement was solicited on an unrestricted best-value

competitive acquisition basis.  Twelve proposals were received.  The Defense

Information Technology Contracting Organization - Europe is the contracting

activity (HC1021-06-D-2000).







_ARMY







            Kiewit Building Group Inc., Omaha, Neb., was awarded on Feb. 15,

2006, a $27,084,610 firm-fixed-price contract for construction of an Air Force

weather agency headquarters.  Work will be performed at Offutt Air Force Base,

Neb., and is expected to be completed by Oct. 22, 2007.  Contract funds will

not expire at the end of the current fiscal year.  There were 23 bids

solicited on Oct. 11, 2005, and four bids were received.  The Army Corps of

Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0005).







            Hawkins Construction Co., Omaha, Neb., was awarded on Feb. 15,

2006, a $16,616,102 firm-fixed-price contract for runway repair and temporary

relocation of aircraft during repairs.  Work will be performed at Offutt Air

Force Base, Neb., and is expected to be completed by Dec. 31, 2006.  Contract

funds will not expire at the end of the current fiscal year.  There were 19

bids solicited on Oct. 7, 2005, and four bids were received.  The Army Corps

of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0004).







            Smith and Wesson Corp., Springfield, Mass., was awarded on Feb.

15, 2006, a $14,946,139 firm-fixed-price contract for SW9VE 9mm pistols, level

2 duty holsters, and gun oil.  Work will be performed in Springfield, Mass.,

and is expected to be completed by Oct. 30, 2006.  Contract funds will not

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

initiated on Jan. 25, 2006.  The Army Tank-Automotive and Armaments Command,

Rock Island, Ill., is the contracting activity (W52H09-06-C-0088).







            Brantley Construction Co. Inc., Charleston, S.C., was awarded on

Feb. 15, 2006, a $13,813,700 firm-fixed-price contract for construction of an

Army Reserve Center.  Work will be performed in Greenville, S.C., and is

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

the end of the current fiscal year.  There were 50 bids solicited on Oct. 7,

2005, and five bids were received.  The Army Corps of Engineers, Louisville,

Ky., is the contracting activity (W912QR-06-C-0010).













            Manson Construction Co., Seattle, Wash., was awarded on Feb. 15,

2006, a $9,999,000 increment as part of a $19,831,400 firm-fixed-price

contract for maintenance dredging at Port of Anchorage.  Work will be

performed in Anchorage, Alaska, and is expected to be completed by Nov. 1,

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

There were ten bids solicited on Nov. 19, 2005, and four bids were received.

The Army Engineer District, Elmendorf Air Force Base, Alaska, is the

contracting activity (W911KB-06-C-0003).









            BAE Systems Ordnance Systems Inc., Kingsport, Tenn., was awarded

on Feb. 15, 2006, a $9,507,303 modification to a firm-fixed-price contract for

the production base support program.  Work will be performed in Kingsport,

Tenn., and is expected to be completed by Sept. 30, 2006.  Contract funds will

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

contract initiated on Dec. 1, 2004.  The Army Field Support Command, Rock

Island, Ill., is the contracting activity (DAAA09-98-E-0006).







            Barriere Construction Co. L.L.C., New Orleans, La., was awarded on

Feb. 10, 2006, a $9,365,945 firm-fixed-price contract for emergency levee

repairs.  Work will be performed at Plaquemines Parish, La., and is expected

to be completed by March 11, 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 Jan. 25, 2006, and five bids were received.  The

Army Corps of Engineers, New Orleans, La., is the contracting activity

(W912P8-06-C-0100).







            Colt Defense L.L.C.*, Hartford, Conn., was awarded on Feb. 15,

2006, a delivery order amount of $6,737,555 as part of an $18,648,699

firm-fixed-price contract for spare parts for the M4 and/or M4A1 carbines.

Work will be performed in Hartford, Conn., and is expected to be completed by

Sept. 14, 2007.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on Sept. 18, 2003.

The Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the

contracting activity (DAAE20-03-D-0191).







            Safety Systems Corp.*, Carol Stream, Ill., was awarded on Feb. 15,

2006, a $5,455,606 firm-fixed-price contract for the M4 Surefire Weapon light

rapid fielding initiative.  Work will be performed in Carol Stream, Ill., 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. 23, 2006.  The Army Tank-Automotive and Armaments Command,

Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0115).







_NAVY







            Honeywell International Inc., Defense Avionics Systems, Defense &

Space Electronic Systems, Albuquerque, N. M., is being awarded $12,774,268

modification to a previously awarded firm-fixed-price contract

(N00019-04-C-0018) to exercise an option for the Lot 4 full rate production of

150 advanced multi-purpose color display units in support of F/A-18C/D and

AV-8B.  Work will be performed in Albuquerque, N. M., and is expected to be

completed in March 2008.  Contract funds in the amount of $1,486,000 will

expire at the end of the current fiscal year.   The Naval Air Systems Command,

Patuxent River, Md. is the contracting activity.













            Lockheed Martin Systems Integration, Owego, N.Y., is being awarded

a $10,806,030 modification to a previously awarded cost-plus-award-fee

contract (N00019-05-C-0030) to provide technical and engineering services in

support of missionization efforts for the VH-71 Presidential helicopter.  Work

will be performed in Owego, N.Y., 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.









            Honeywell International, Inc., Defense and Space Electronic

Systems, Albuquerque, N.M., is being awarded a $7,938,013 modification to a

previously awarded firm-fixed-price contract (N00019-05-C-0033) to exercise an

option for the full rate production of five-inch-by five-inch (5 x 5) forward

and aft advance multi-purpose displays (AMPDs) for forward fit in Lot 30

F/A-18E/F and EA-18G aircraft, and retrofit into Lots 22-24.  This option

provides for the procurement of 96 forward AMPDs (84 for forward fit into

F/A-18E/F, 8 for forward fit into EA-18G, 8 for retrofit, and 9 spares) and 40

aft 5 x 5 AMPDs (26 for forward fit into F/A-18E/F, 8 for forward fit into

E/A-18G, 4 for retrofit, and 2 spares).  Work will be performed in

Albuquerque, N.M., 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.







            Orenda Aerospace Corp. Ontario, Canada, is being awarded a

$5,577,600 firm-fixed-price requirements contract for repair requirements for

depot level repair support of front frames on the F404 engine.  This contract

contains option, which if exercised, will bring the total estimated amount of

the contract to $8,999,600.  Work will be performed in Ontario, Canada, and is

expected to be completed by February 2009.  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

(N00383-06-D-004M).







_DEFENSE LOGISTICS AGENCY







            Constellation NewEnergy, Boston, Mass., is being awarded a maximum

$7,624,698 firm fixed price contract for electricity for use by Navy and Air

Force.  This is an electricity contract with over 12-month and 21-month

delivery periods. Contract will also service these areas: Bourne, Mass;

Kittery, Maine and Brunswick, Maine.  There were 96 proposals solicited and 9

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

Date of performance completion is December 2007.  The contracting activity is

the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-D-8004)

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. 150-06

FOR RELEASE AT

Feb 21, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_ARMY







            Lockheed Martin Corp., Grand Prairie, Texas, was awarded on Feb.

16, 2006, a $51,560,506 modification to a firm-fixed-price and

cost-plus-fixed-fee contract for U.S. Marine Corps Launchers and Support

Equipment.  Work will be performed in Grand Prairie, Texas (23 percent), and

East Camden, Ark. (77 percent), and is expected to be completed by Feb. 28,

2008.  Contract funds will not expire at the end of the current fiscal year.

This was a sole source contract initiated on April 1, 2005.  The U.S. Army

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

activity (W31P4Q-06-C-0001).







            Okland Construction Co. Inc., Salt Lake City, Utah, was awarded on

Feb. 15, 2006, a $17,452,000 firm-fixed-price contract for Design and

Construction of a Software Support Facility.  Work will be performed at Hill

Air Force Base, Utah, and is expected to be completed by Sept. 27, 2009.

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

were 30 bids solicited on July 19, 2005, and six bids were received.  The U.S.

Army Corps of Engineers, Sacramento, Calif., is the contracting activity

(W91238-06-C-0008).







            Boh Bros. Construction Co. L.L.C., New Orleans, La., was awarded

on Feb. 15, 2006, a $14,817,225 firm-fixed-price contract for a T-Wall Repair

of the 17th Street Canal Floodwall Breach.  Work will be performed in New

Orleans, La., and is expected to be completed by Sept. 14, 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. 6, 2006, and

five bids were received.  The U.S. Army Corps of Engineers, New Orleans, La.,

is the contracting activity (W912P8-06-C-0103).







            Kiewit Pacific Co., Vancouver, Wash., was awarded on Feb. 16,

2006, an $11,447,440 firm-fixed-price contract for Interim Repair of the South

Jetty at the Mouth of the Columbia River.  Work will be performed in

Warrenton, Ore., and is expected to be completed by April 15, 2008.  Contract

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

bids solicited on Dec. 2, 2005, and three bids were received.  The U.S. Army

Corps of Engineers, Portland, Ore., is the contracting activity

(W9127N-06-C-0017).







            AM General L.L.C., South Bend, Ind., was awarded on Feb. 15, 2006,

a $9,045,498 modification to a firm-fixed-price contract for M1152s (2-Man)

for the High Mobility Multipurpose Wheeled Vehicle.  Work will be performed in

South Bend, Ind., and is expected to be completed by Dec. 31, 2007.  Contract

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

source contract initiated on July 17, 2000.  The U.S. Army Tank-Automotive and

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

(DAAE07-01-C-S001).







            Alexander Building Construction L.L.C., Harrisburg, Pa., was

awarded on Feb. 16, 2006, an $8,449,300 firm-fixed-price contract for the

Construction of an Army Reserve Center.  Work will be performed in Bellefonte,

Pa., and is expected to be completed by July 14, 2007.  Contract funds will

not expire at the end of the current fiscal year.  There were 85 bids

solicited on Oct. 7, 2005, and three bids were received.  The U.S. Army Corps

of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0008).







            Rolac Contracting Inc.*, Minot, N.D., was awarded on Feb. 16,

2006, a $7,809,531 firm-fixed-price contract for Construction of a Security

Forces Vehicle Building.  Work will be performed at Minot Air Force Base,

N.D., and is expected to be completed by June 12, 2007.  Contract funds will

not expire at the end of the current fiscal year.  There were 165 bids

solicited on Oct. 12, 2005, and two bids were received.  The U.S. Army Corps

of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0012).







            Great Lakes Dredge and Dock Co., Oak Brook, Ill., was awarded on

Feb. 15, 2006, a $7,263,167 firm-fixed-price contract for Maintenance Dredging

and Sand Bypassing of the Masonboro Inlet.  Work will be performed at

Wrightsville Beach, N.C., and is expected to be completed by April 29, 2006.

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

were 11 bids solicited on Nov. 15, 2005, and one bid was received.  The U.S.

Army Corps of Engineers, Wilmington, N.C., is the contracting activity

(W912HN-06-C-0015).







_NAVY







            L-3 Communications, Electron Devices Division, San Carlos, Calif.,

is being awarded a not-to-exceed $7,368,537 ceiling-price delivery order under

previously awarded contract (N00104-04-G-A402) for 66 each newly manufactured

EA-6B Aircraft Band 4 Output Traveling Wave Tubes for the Navy.  Work will be

performed in San Carlos, Calif., and is expected to be completed June 2008.

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

contract was not competitively procured.  The Naval Inventory Control Point,

Philadelphia, Pa., is the contracting activity (Order GB01).
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. 150-06

FOR RELEASE AT

Feb 21, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_ARMY







            Lockheed Martin Corp., Grand Prairie, Texas, was awarded on Feb.

16, 2006, a $51,560,506 modification to a firm-fixed-price and

cost-plus-fixed-fee contract for U.S. Marine Corps Launchers and Support

Equipment.  Work will be performed in Grand Prairie, Texas (23 percent), and

East Camden, Ark. (77 percent), and is expected to be completed by Feb. 28,

2008.  Contract funds will not expire at the end of the current fiscal year.

This was a sole source contract initiated on April 1, 2005.  The U.S. Army

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

activity (W31P4Q-06-C-0001).







            Okland Construction Co. Inc., Salt Lake City, Utah, was awarded on

Feb. 15, 2006, a $17,452,000 firm-fixed-price contract for Design and

Construction of a Software Support Facility.  Work will be performed at Hill

Air Force Base, Utah, and is expected to be completed by Sept. 27, 2009.

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

were 30 bids solicited on July 19, 2005, and six bids were received.  The U.S.

Army Corps of Engineers, Sacramento, Calif., is the contracting activity

(W91238-06-C-0008).







            Boh Bros. Construction Co. L.L.C., New Orleans, La., was awarded

on Feb. 15, 2006, a $14,817,225 firm-fixed-price contract for a T-Wall Repair

of the 17th Street Canal Floodwall Breach.  Work will be performed in New

Orleans, La., and is expected to be completed by Sept. 14, 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. 6, 2006, and

five bids were received.  The U.S. Army Corps of Engineers, New Orleans, La.,

is the contracting activity (W912P8-06-C-0103).







            Kiewit Pacific Co., Vancouver, Wash., was awarded on Feb. 16,

2006, an $11,447,440 firm-fixed-price contract for Interim Repair of the South

Jetty at the Mouth of the Columbia River.  Work will be performed in

Warrenton, Ore., and is expected to be completed by April 15, 2008.  Contract

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

bids solicited on Dec. 2, 2005, and three bids were received.  The U.S. Army

Corps of Engineers, Portland, Ore., is the contracting activity

(W9127N-06-C-0017).







            AM General L.L.C., South Bend, Ind., was awarded on Feb. 15, 2006,

a $9,045,498 modification to a firm-fixed-price contract for M1152s (2-Man)

for the High Mobility Multipurpose Wheeled Vehicle.  Work will be performed in

South Bend, Ind., and is expected to be completed by Dec. 31, 2007.  Contract

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

source contract initiated on July 17, 2000.  The U.S. Army Tank-Automotive and

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

(DAAE07-01-C-S001).







            Alexander Building Construction L.L.C., Harrisburg, Pa., was

awarded on Feb. 16, 2006, an $8,449,300 firm-fixed-price contract for the

Construction of an Army Reserve Center.  Work will be performed in Bellefonte,

Pa., and is expected to be completed by July 14, 2007.  Contract funds will

not expire at the end of the current fiscal year.  There were 85 bids

solicited on Oct. 7, 2005, and three bids were received.  The U.S. Army Corps

of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0008).







            Rolac Contracting Inc.*, Minot, N.D., was awarded on Feb. 16,

2006, a $7,809,531 firm-fixed-price contract for Construction of a Security

Forces Vehicle Building.  Work will be performed at Minot Air Force Base,

N.D., and is expected to be completed by June 12, 2007.  Contract funds will

not expire at the end of the current fiscal year.  There were 165 bids

solicited on Oct. 12, 2005, and two bids were received.  The U.S. Army Corps

of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0012).







            Great Lakes Dredge and Dock Co., Oak Brook, Ill., was awarded on

Feb. 15, 2006, a $7,263,167 firm-fixed-price contract for Maintenance Dredging

and Sand Bypassing of the Masonboro Inlet.  Work will be performed at

Wrightsville Beach, N.C., and is expected to be completed by April 29, 2006.

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

were 11 bids solicited on Nov. 15, 2005, and one bid was received.  The U.S.

Army Corps of Engineers, Wilmington, N.C., is the contracting activity

(W912HN-06-C-0015).







_NAVY







            L-3 Communications, Electron Devices Division, San Carlos, Calif.,

is being awarded a not-to-exceed $7,368,537 ceiling-price delivery order under

previously awarded contract (N00104-04-G-A402) for 66 each newly manufactured

EA-6B Aircraft Band 4 Output Traveling Wave Tubes for the Navy.  Work will be

performed in San Carlos, Calif., and is expected to be completed June 2008.

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

contract was not competitively procured.  The Naval Inventory Control Point,

Philadelphia, Pa., is the contracting activity (Order GB01).
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. 158-06

FOR RELEASE AT

Feb 22, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_ARMY







_            AM General L.L.C., South Bend, Ind., was awarded on Feb. 17,

2006, a $107,083,850 modification to a firm-fixed-price contract for the

M1151P1 High Mobility Multipurpose Wheeled Vehicle.  Work will be performed in

South Bend, Ind., and is expected to be completed by Dec. 31, 2007.  Contract

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

source contract initiated on July 17, 2000.  The Army Tank-Automotive and

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

(DAAE07-01-C-S001).







            Dick Pacific Construction Co. Ltd., Honolulu, Hawaii, was awarded

on Feb. 16, 2006, a $24,144,900 firm-fixed-price contract for Drum Road

upgrade Phase I.  Work will be performed in Oahu, Hawaii, and is expected to

be completed by Sept. 2, 2009.  Contract funds will not expire at the end of

the current fiscal year.  There were five bids solicited on Aug. 18, 2005, and

three bids were received.  The Army Engineer District, Fort Shafter, Hawaii,

is the contracting activity (W9128A-06-C-0003).







            Stewart & Stevenson Tactical Vehicle Systems L.P., Sealy, Texas,

was awarded on Feb. 17, 2006, a $12,267,591 modification to a firm-fixed-price

and cost-reimbursement contract for Family of Medium Tactical Vehicle Trucks.

Work will be performed in Sealy, Texas, and is expected to be completed by

Nov. 15, 2008.  Contract funds will not expire at the end of the current

fiscal year.  There were two bids solicited on Aug. 15, 2000, and two bids

were received.  The Army Tank-Automotive and Armaments Command, Warren, Mich.,

is the contracting activity (DAAE07-03-C-S023).







            Mississippi Limestone Corp.*, Friars Point, Miss., was awarded on

Feb. 16, 2006, a $9,743,689 firm-fixed-price contract for articulated concrete

mattress castings.  Work will be performed in Richardson Landing, Tenn., and

is expected to be completed by Dec. 31, 2006.  Contract funds will not expire

at the end of the current fiscal year.  There were two bids solicited on Nov.

9, 2005, and two bids were received.  The Army Corps of Engineers, Memphis,

Tenn., is the contracting activity (W912EQ-06-C-0007).









            AME International Inc.*, Shelby, Mich., was awarded on Feb. 17,

2006, a $7,495,821 firm-fixed-price contract for restraint systems for the

High Mobility Multipurpose Wheeled Vehicles.  Work will be performed in

Shelby, Mich., and is expected to be completed by Dec. 31, 2009.  Contract

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

unknown number of bids solicited via the World Wide Web on June 30, 2005, and

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

Warren, Mich., is the contracting activity (W56HZV-06-C-0239).

_NAVY







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

$35,677,998 ceiling priced modification to a previously awarded

firm-fixed-price contract (N00019-04-C-0006) to exercise an option for the

procurement of 127 AIM-9X Tactical Missiles, 22 Captive Air Training Missiles,

and 41 containers for the government of Turkey under the Foreign Military

Sales Program.  Work will be performed in Tucson, Ariz. (84 percent); Rocket

Center, W. Va. (13 percent); and Andover, Mass. (3 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.







            Bath Iron Works Corp. (a General Dynamics Co.), Bath, Maine, is

being awarded a $35,124,443 cost-plus award fee modification under previously

awarded contract (N00024-06-C-2307) to exercise an option for the

accomplishment of DDG 51 Class destroyer program lead yard services.  DDG 51

Class lead yard services include: liaison for follow ship construction,

general class services, class logistic services, class design agent services

and class change Design services for follow ships and DDG modernization

support.  Work will be performed in Bath, Maine, and is expected to completed

by November 2010.  Contract funds will not expire at the end of the current

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

contracting activity.







            Caddell Construction Co., Inc., Montgomery, Ala., is being awarded

a $21,653,000 firm-fixed-price contract for construction of two separate

three-story buildings for use as permanent party military bachelor housing at

Camp Lejeune, Jacksonville, N.C.  Each building shall contain 100 double

occupancy sleeping rooms along with required support spaces and shall be

independent from the other.  A total of 200 sleeping rooms will be included in

the combined facilities allowing for a maximum occupancy of 400 enlisted

military personnel.  Work will be performed at Camp Lejeune, N.C., and is

expected to be completed 734 calendar days after the contractor receives

notice to proceed.  This contract was competitively procured via the NAVFAC

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

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

(N40085-06-C-4109)







            R. A. Burch Construction Co.*, Ramona, Calif., is being awarded

$17,100,000 for firm-fixed-price Task Order 0004 under an

indefinite-delivery/indefinite-quantity multiple award construction contract

(N68711-03-D-7056) for the design and construction of an advanced sensor

integration facility at the Naval Air Weapons Station, China Lake, Calif.  The

work to be performed also include a sensors facility, data processing and

transfer facility, information systems area, weapons systems integration

laboratory, and administrative space, and will be outfitted with exterior

cantilevered catwalks connecting to an existing tower.  This task order

contains one option at $45,000 for the design of a physical security system,

and one option for $755,000 for the construction of a physical security

system, which may be exercised within 365 calendar days, bringing the total

cumulative value to $17,900,000.  Work will be performed in Ridgecrest,

Calif., and is expected to be completed by 2 July 2007.  Contract funds will

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

competitively procured via the NAVFAC e-solicitation website with 16 proposals

received and award made on Sept 30, 2003.  The total contract amount for each

contractor is not to exceed $100,000,000 (base period and four option years)

bringing the cumulative total for all five contracts to $500,000,000.  The

multiple contractors (five in number) may compete for task orders under the

terms and conditions of the existing contract.  Two proposals were received

for this task order.  The Naval Facilities Engineering Command, Southwest, San

Diego, Calif., is the contracting activity.







            T.B. Penick & Sons, Inc., San Diego, Calif., is being awarded an

$8,827,265 firm-fixed-price contract for a design-build construction of a

10-story air traffic control tower at Naval Air Station Lemoore, Calif.  This

project includes partial demolition of existing control tower.  Work will be

performed in Lemoore, Calif., and is expected to be completed by June 2008.

The basic contract was competitively procured with 20 proposals received and

award made on July 12, 2002.  The total contract amount is not to exceed

$150,000,000 which includes the base period and four option years.  The

multiple contractors (six in number) may compete for task orders under the

terms and conditions of the existing contract.  Two offers were received for

this task order.  (The Integrated Product Team West, Daly City, Calif., is the

contracting activity (N68711-02-D-8067).  The project number is P-216.



_AIR FORCE







            Lockheed Martin Corp., Lockheed Martin Systems Integration, Owego,

N.Y., is being awarded a $28,475,562, firm fixed price, time and materials

contract modification.  This action provides for sixty each A/AO-10 precision

engagement spiral 1 modification kits and associated parts and test equipment.

  At this time, total funds have been obligated.  Solicitations began July 2004

and negotiations were complete in July 2005.  This work will be complete by 6

each month beginning 13 months after exercising option.  The Headquarters

Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting

activity (FA8202-05-C-0004/P00002).

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. 161-06

FOR RELEASE AT

Feb 23, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_NAVY







            W. F. Magann Corp.*, Portsmouth, Va., is being awarded a

$30,799,787 firm-fixed-price contract for design and construction to

repair/replace Piers 44-51 and quaywall at Naval Amphibious Base, Little

Creek, Va.  The project includes demolition of eight small craft piers,

construction of six small craft piers, minor dredging to return bottom surface

to a uniform level after removal of old piers, and replacement of the

surrounding quaywall to support crane usage.  Construction must be phased to

allow access to some of the piers throughout the life of the project.  The

contractor shall provide all labor, supervision, engineering, materials,

equipment, tools, parts, supplies and transportation to perform all work

described in the specifications.  Work will be performed in Norfolk, Va., and

is expected to be completed by July 2009._  Contract funds will not expire at

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

with 52 proposals solicited and 15 offers received.  The Naval Facilities

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

(N40085-06-C-6000).







            General Electric Aircraft Engines, General Electric Co., Lynn,

Mass., is being awarded a $26,402,508 modification to a previously awarded

firm-fixed-priced contract (N00019-02-C-3021) to purchase 60 T58 engine

reliability improvement program (ERIP) module kits, including titanium nitride

(TiN) coating of compressor airfoil blades, for the Marine Corps H-46E

helicopters.  In addition, this modification provides for the procurement of

96 TiN coated retrofit kits for modification of previously delivered ERIP

Modules and TiN Miscellaneous Tooling.  Work will be performed in Lynn, Mass.,

and is expected to be completed in November 2007.  Contract funds will not

expire at the end of the current fiscal year.  The Naval Air Systems Command,

Patuxent River, Md. is the contracting activity.







            CACI Inc.  Federal, Chantilly, Va., is being awarded a $16,895,590

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

(N00421-05-C-0011) to exercise an option for program management and technical

services supporting the Chief of Naval Air Forces and the Naval Air Systems

Command Naval Aviation Readiness Integrated Improvement Program in meeting the

objectives of the Naval Aviation Enterprise, including enterprise cost

management.  The estimated level of effort for this modification is 60,666

man-hours.  Work will be performed at various Air Force, Marine Corps, Navy

and Navy Reserve facilities within the United States, and is expected to be

completed in October 2006.  Contract funds in the amount of $16,895,590 will

expire at the end of the current fiscal year.  The Naval Air Warfare Center

Aircraft Division, Patuxent River, Md., is the contracting activity.







            United States Marine, Inc., Gulfport, Miss., is being awarded an

$8,836,911 firm-fixed-price, requirements contract for the acquisition of

services and material for the Naval Special Warfare, 11-meter rigid,

inflatable boat service life extension program to restore 32 boats to like new

condition.  Work will be performed in Gulfport, Miss., and is expected to be

completed by February 2011.  Contract funds in the amount of $500,000 will

expire by the end of the current fiscal.  The contract was not competitively

procured.  The Naval Surface Warfare Center, Panama City, Fla., is the

contracting activity (N61331-06-D-0016).







AIR FORCE







            Aspen Compressor, LLC, Marlborough, Mass., is being awarded a

$5,234,879 cost share/ technology investment agreement contract modification

to provide a Defense Production Act Title III program overall objective of

establishing a domestic manufacturing capability for miniature vapor

compressors.  The location of performance is Westborough, Mass.  At this time,

$2,234,006 has been obligated.  This work will be complete November 2007.

Solicitations began December 2005 and Negotiations were complete in February

2006.  The Air Force Research Laboratory, Wright-Patterson Air Force Base,

Ohio, is the contracting activity.  (FA8650-05-2-5704/P00001).
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. 163-06

FOR RELEASE AT

Feb 24, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_ARMY







            GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights,

Mich., was awarded on Feb. 17, 2006, a $31,875,000 cost-plus-fixed-fee

contract for contractor logistics support for the Stryker Vehicle.  Work will

be performed in Auburn, Wash. (30 percent), Fort Lewis, Wash. (30 percent),

Fort Wainwright, Alaska (10 percent), Fort Indiantown Gap, Pa. (10 percent),

Schofield Barracks, Hawaii (10 percent), and Vilseck, Germany (10 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 Oct. 24, 2005.  The U.S. Army Tank-Automotive and Armaments

Command, Warren, Mich., is the contracting activity (W56HZV-06-C-B003).







            Shaw Environmental Inc., Baton Rouge, La., was awarded on Jan. 30,

2006, a $28,047,293 firm-fixed-price contract for emergency levee repairs.

Work will be performed in Plaquemines Parish, La., and is expected to be

completed by Nov. 30, 2006.  Contract funds will not expire at the end of the

current fiscal year.  There were an unknown number of bids solicited via the

World Wide Web on Jan. 10, 2006, and five bids were received.  The U.S. Army

Corps of Engineers, New Orleans, La., is the contracting activity

(W912P8-06-C-0090).







            Shaw Environmental Inc., Baton Rouge, La., was awarded on Jan. 26,

2006, an $18,246,770 firm-fixed-price contract for emergency levee repairs.

Work will be performed in Plaquemines Parish, La., and is expected to be

completed by Nov. 30, 2006.  Contract funds will not expire at the end of the

current fiscal year.  There were an unknown number of bids solicited via the

World Wide Web on Jan. 6, 2006, and five bids were received.  The U.S. Army

Corps of Engineers, New Orleans, La., is the contracting activity

(W912P8-06-C-0086).







            Mid Eastern Builders Inc.*, Chesapeake, Va., was awarded on Feb.

15, 2006, a $17,847,220 firm-fixed-price contract for munitions storage.  Work

will be performed at Langley Air Force Base, Va., and is expected to be

completed by Jan. 30, 2008.  Contract funds will not expire at the end of the

current fiscal year.  There were 85 bids solicited on Oct. 31, 2005, and six

bids were received.  The U.S. Army Corps of Engineers, Norfolk, Va., is the

contracting activity (W91236-06-C-0033).







            O'Gara-Hess & Eisenhardt, Fairfield, Ohio, was awarded on Feb. 22,

2006, a $9,525,600 modification to a firm-fixed-price contract for Gunner

Protection and G-Kits for the High Mobility Multipurpose Wheeled Vehicle.

Work will be performed in Fairfield, Ohio, and is expected to be completed by

May 22, 2007.  Contract funds will not expire at the end of the current fiscal

year.  This was a sole source contract initiated on Jan. 23, 2006.  The U.S.

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

activity (DAAE07-00-C-S019).







            Okland Construction Co. Inc., Salt Lake City, Utah, was awarded on

Feb. 21, 2006, an $8,593,000 firm-fixed-price contract for an F/A 22

Observable Composite Facility.  Work will be performed at Nellis Air Force

Base, Nev., is expected to be completed by May 18, 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 Oct. 18, 2005, and two bids

were received.  The U.S. Army Engineer District, Los Angeles, Calif., is the

contracting activity (W912PL-06-C-0004).







            General Dynamics, Marion, Ill., was awarded on Feb. 17, 2006, a

$5,999,991 modification to a firm-fixed-price contract for 20mm M940

Multipurpose Traces with Self-Destruct Cartridges.  Work will be performed in

Marion, Ill., and is expected to be completed by Oct. 31, 2006.  Contract

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

source contract initiated on Jan. 31, 2006.  The U.S. Army Field Support

Command, Rock Island, Ill., is the contracting activity (W52P1J-05-C-0021).







            BAE Systems Information and Electronic War, Nashua, N.H., was

awarded on Feb. 21, 2006, a $5,631,191 modification to a cost-plus-fixed-fee

contract for Research and Development of the

Optically-Designated-Attack-Munitions Program.  Work will be performed in

Nashua, N.H., and is expected to be completed by Feb. 17, 2007.  Contract

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

unknown number of bids solicited via the World Wide Web on Dec. 12, 2004, and

four bids were received.  The Defense Advanced Research Projects Agency,

Arlington, Va., is the contracting activity (HR0011-05-C-0057).







DEFENSE LOGISTICS AGENCY







            Government Scientific Source, Reston, Va., * is being awarded a

maximum $27,500,000 fixed price with economic price adjustment contract for

the Laboratory Integrated Delivery System (LIDS) Program supplies and wares.

The using services are Army, Navy, Air Force, Marine Corps and federal

civilian agencies.  This is an indefinite quantity/delivery contract

exercising option year 2 of a base contract with 4 one-year option periods.

Proposals were submitted on Fed Biz Ops, and 19 responded.  Contract funds

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

performance completion is Feb. 28, 2007.  The contracting activity is the

Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0200-04-D-7325).







            McClellan Jet Services, McClellan, Calif., is being awarded a

maximum $20,195,587 fixed-price-with-economic-price-adjustment contract for

Jet A w/FSII fuel.  Using services are Army, Navy, Air Force and Marine Corps.

  Work will be performed in McClellan, Calif., and Sacramento, Calif.  There

was one proposal submitted and one responded.  Contract funds will not expire

at the end of the current fiscal year.  The date of performance completion is

March 31, 2010.  The contracting activity is the Defense Energy Support Center

(DESC), Fort Belvoir, Va. (SP0600-06-D-0043).







_NAVY







            Healy Tibbitts Builders, Inc., Aiea, Hawaii, is being awarded

$20,710,330 for firm-fixed price Task Order 0010 under a previously awarded

indefinite-delivery/indefinite-quantity multiple award construction contract

(N62742-04-D-1300) for repair and renovation of the National Oceanic and

Atmospheric Administration, Pacific Region Center Ship Operations Facility at

Ford Island.  Work will be performed in Pearl Harbor, Hawaii, and is expected

to be completed by June 2007.  Contract funds in the amount of $12,037 will

expire at the end of the current fiscal year.  The basic contract was

competitively procured with eleven proposals solicited, seven offers received

and award made on June 10, 2004._  The total contract amount for each

contractor is not to exceed $250,000,000 (base period and four option years)

bringing the cumulative total for all three contracts to $750,000,000.  The

multiple contractors (three in number) may compete for task orders under the

terms and conditions of the existing contract.  Three proposals were received

for this task order.  The Naval Facilities Engineering Command, Pacific, Pearl

Harbor, Hawaii, is the contracting activity.







            General Dynamics Advanced Information Systems (formerly DSR

Solutions division), Fairfax, Va., is being awarded a $14,000,000 modification

to previously awarded contract (N00024-05-C-5100) to exercise an option for a

System Integrator/Design Agent to integrate an Open Architecture Track Manager

function for the Navy.  Work will be performed in Fairfax, Va. (65 percent);

Bethpage, N.Y. (29 percent); and St. Petersburg, Fla. (6 percent), and is

expected to be completed by January 2007.  Contract funds will not expire at

the end of the current fiscal year.  The Naval Sea Systems Command,

Washington, D.C. is the contracting activity.







            Campbell-Ewald, Warren, Mich., is being awarded a $13,800,000

firm-fixed-price delivery order contract to provide services in support of the

Navy Recruiting Command's Navy Recruitment Advertising Program.  Work will be

performed in Warren, Mich., and is expected to be completed by November 2006.

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

contract was awarded through full and open competition.  The Fleet and

Industrial Supply Center Norfolk, Philadelphia Division, is the contracting

activity (N00140-06-D-0005).







            Veteran-Pacific*, Joint Venture, Chicago, Ill., is being awarded a

$12,361,535 firm-fixed-price contract for the design, construction and

maintenance of the Atlantic Fleet Drill Hall at Recruit Training Command,

Great Lakes.  The new hall will include administrative offices, recruit drill

area and classrooms, building equipment and furnishings.  The project also

includes the demolition of Building 912.  As part of a demonstration program

on reduction in long-term facility maintenance costs, the contractor will

provide a five-year maintenance program.  This contract contains options,

which if exercised, will bring the cumulative value of the contract to

$13,602,139.  Work will be performed in Great Lakes, Ill., and is expected to

be completed by August 2007.  Contract funds will not expire at the end of the

current fiscal year.  This contract was competitively procured as a Two-Phase

Design Build via the NAVFAC e-solicitation website with four offers received

in Phase I, and three selected to proceed to Phase II.  The Naval Facilities

Engineering Command, Midwest, Great Lakes, Illinois is the contracting

activity (N40083-06-C-4011).







            TUG Technologies Corp.*, Marietta, Ga., is being awarded a

$12,268,274 modification to a previously awarded firm-fixed-price contract

(N68335-04-C-0111) to exercise an option for the procurement of 350 Mid-Range

Tow Tractors for use in moving aircraft and equipment up to 80,000 pounds.

Work will be performed in Marietta, Ga., and is expected to be completed in

April 2008.  Contract funds will not expire at the end of the current fiscal

year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the

contracting activity.







            Kellogg Brown & Root Services, Arlington, Va., is being awarded

$8,651,845 for Modification 11 to Task Order 0023 under a previously awarded

cost reimbursement, indefinite-delivery/indefinite-quantity emergency

construction capabilities contract (N62470-04-D-4017) for immediate disaster

recovery efforts due to Hurricane Wilma.  Efforts include cleanup and repair

to the family housing units and continued hurricane relief efforts in the

aftermath of the hurricane in South Florida and the Key West Florida region.

Award of this modification brings the total task order amount to $109,151,845.

  Work will be performed in the areas noted above, and is expected to be

completed by March 2006.  Contract funds will not expire at the end of the

current fiscal year.  The basic contract was competitively procured with 59

proposals solicited, three offers received and award made on July 26, 2004._

The total contract amount is not to exceed $500,000,000, which includes the

base period and four option years.  The Naval Facilities Engineering Command,

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







            Lockheed Martin Corp., Naval Electronics & Surveillance

System-Syracuse, Syracuse, N.Y., is being awarded a $8,117,426

firm-fixed-price modification under previously awarded contract

(N00024-02-C-6313) for one (1) AN/SQQ-89A(V)15 Ship System Upgrade Kit.  The

AN/SQQ-89(V) Surface Ship Undersea Warfare Combat System provides an

integrated capability for undersea warfare combat management, fire control,

command and control, and on-board training to enable surface ships to detect,

classify, localize, track and engage hostile Under-Sea Warfare targets in both

littoral and open ocean tactical situations.  Work will be performed in

Syracuse, N.Y., and is expected to be completed August 2007.  Contract funds

will not expire by the end of the current fiscal year.  The Naval Sea Systems

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















            Tetra Tech EC, Inc., Poulsbo, Wash., is being awarded $5,308,401

for Task Order 0056 under previously awarded

indefinite-quantity/indefinite-delivery, cost-plus-award-fee contract

(N44255-01-D-2000) for environmental remedial action at three petroleum sites

located at the former Naval Air Facility (NAF), Adak.  The included sites are:

(1) Navy Marine Corp Battalion (NMCB), Building T-1416 Expanded Area; (2)

South of Runway 18-36 Area; and (3) Solid Waste Management Unit 62, New

Housing Fuel Leak (SWMU 62).  This work also includes removal and disposal of

soil already stockpiled, excavation and disposal of soil from Tango Pad and

implementation of recommendations from the 2005 institutional controls

inspection report.



Work will be performed in Adak, Alaska, and is expected to be completed by

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

fiscal year.  The basic contract was competitively procured via the NAVFAC

e-solicitation website, three proposals received and award made on December

19, 2001.  The basic total contract amount is not to exceed $100,000,000,

which includes the base period and four one-year options.  This task order was

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

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

activity.







            Correction:  The contract awarded to Caddell Construction Co.,

Inc., Montgomery, Ala., on Feb. 22, 2006, should have read "is being awarded

$21,428,000", not the $21,653,000 as stated.







AIR FORCE







            Shafer Corp., Chelmsford, Mass., is being awarded a $10,000,000

indefinite-delivery/indefinite-quantity contract to provide scientific,

engineering, development and programmatic support to the development and

demonstration of innovative space situational awareness, space control and

related space technology.  Space Situational Awareness forms the basis for all

space control, now more frequently referred to as space superiority.  At this

time, $413,604 has been obligated.  This work is scheduled to be completed

February 2010.  Solicitations began September 2005 and negotiations were

complete 2006.  The Air Force Research Laboratory, Kirtland Air Force Base,

N.M., is the contracting activity.  (FA9453-06-C-0212)







            BAE Systems, Yonkers, N.Y., is being awarded a $9,327,487

firm-fixed price, cost-plus fixed-fee contract to provide for the hardware and

software upgrade of the AN/ALR56M radar-warning receiver for the country of

Taiwan under the foreign military sales program.  This system will be used on

the F-16 aircraft.  Total funds have been obligated.  This work is scheduled

to be complete in January 2008.  Solicitations began May 2005, and

negotiations were completed October 2005.  The Headquarters Warner Robins Air

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

(FA8523-06-C-0007)
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. 166-06

FOR RELEASE AT

Feb 27, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711





_CONTRACTS



_

  ARMY







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

awarded on Feb. 22, 2006, a $66,005,340 modification to a firm-fixed-price

contract for Procurement of M1114 Up-Armored High Mobility Multipurpose

Wheeled Vehicles and Front Wheel Well Armor Protection Field Kits.  Work will

be performed in Fairfield, Ohio, and is expected to be completed by Nov. 30,

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

This was a sole source contract initiated on April 10, 2000.  The Army

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

activity (DAAE07-00-C-S019).







            Knight's Armament Co.*, Titusville, Fla., was awarded on Feb. 22,

2006, a delivery order amount of $30,957,720 as part of a $110,800,000

firm-fixed-price contract for the Modular Weapon System in Support of the

M16A4 Rifle and M4 Carbine.  Work will be performed in Titusville, Fla., and

is expected to be completed by Sept. 30, 2006.  Contract funds will not expire

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

initiated on Feb. 1, 2006.  The Army Tank-Automotive and Armaments Command,

Rock Island, Ill., is the contracting activity (W52H09-05-D-0073).







            AJAC Enterprises Inc.*, Albuquerque, N.M., was awarded on Feb. 22,

2006, a $5,059,000 firm-fixed-price contract for Construction of a Simulator,

Administrative and Storage Facility.  Work will be performed at Kirtland Air

Force Base, N.M., and is expected to be completed by June 15, 2007.  Contract

funds will not expire at the end of the current fiscal year.  There were 102

bids solicited on Oct. 31, 2005, and three bids were received.  The Army Corps

of Engineers, Mobile, Ala., is the contracting activity (W91278-06-C-0016).







AIR FORCE







            J&J Maintenance, Austin, Texas, is being awarded a $25,915,039

fixed price award fee with cost reimbursable line items for material,

equipment, clothing and administrative supplies contract modification to

provide for non-personal services operation and management services at the

United States Air Force Academy to include base civil engineering, athletic

facilities support, 34th Training Wing cadet housing support and Dean of

Faculty Facility Support and Training Devices Support.  The location of

performance is J&J Maintenance United States Air Force Academy, Colo.  Total

funds have been obligated.  This work will be complete February 2007.  The

10th Mission Support Group, United States Air Force Academy, Colo., is the

contracting activity (F05611-01-C-0001/P00091).







            BAE Systems Integrated Defense Solutions, Austin, Texas, is being

awarded a $25,115,004 firm fixed price with time and material cost contract to

provide for QF-4 Full-Scale Aerial Targets Production Contract for Lot 12 and

associated technical support.  This action is the exercise of the second of

five annual options.  The location of performance is BAE Systems Flight

Systems, Mojave, Calif.  Total funds have been obligated.  This work will be

complete July 2008.  The Headquarters Special Applications Systems Group,

Eglin Air Force Base, Fla., is the contracting activity (FA8675-04-C-0214).







            Group 7 Associates, Triangle, Va., is being awarded a $20,000,000

firm fixed price, indefinite delivery indefinite quantity contract to provide

for Acquisition Support Services.  The location of performance is the Air

Force Program Executive Office for Combat and Mission Support, Arlington, Va.

At this time, $1,000,000 has been obligated.  This work will be complete

February 2006.  Solicitations began December 2005 and negotiations were

complete January 2006.  The Air Force District Washington, Acquisition

Division, Bolling Air Force Base, D.C., is the contracting activity

(FA7014-06-D-0008).







            Lockheed Martin Space Systems, Littleton, Colo., is being awarded

a $7,385,875 fixed price contract to provide the contractor's pre/post mission

engineering effort for the assured access to space program.  The objective is

to address new capabilities, tools and resources for effectiveness of EELV

processes.  There are eight engineering projects for the 2006 effort.  Total

funds have been obligated.  This work will be complete December 2006.

Negotiations were complete February 2006.  The Headquarters Space and Missile

Systems Center, Los Angeles, Calif., is the contracting activity

(F04701-98-9-0004).







           ITT Industries Systems Division, Cape Canaveral, Fla., is being

awarded a $6,691,335 cost plus award fee contract modification to provide for

development, installation, integration, test, and delivery for operational

acceptance of a new Command Transmitter-2 (CT-2) site, to include construction

of pads, antenna foundations, support facilities, communications

infrastructure and a Transportable Vehicle Uplink System (VUS) command

transmitting station consisting of a Transportable Unit (TU).  This CT-2 VUS

site will develop using a transportable container, RF Switches, antennas and

transmitters purchased and received under the original first VUS Development

and Installation project.  The existing CT-5 console hardware and associated

software will be integrated into the transportable VUS container (TU02) and

interfaced with the equipment previously purchased.  The location of

performance is ITT Industries, Vandenberg Air Force Base, Calif.  Total funds

have been obligated.  This work will be complete April 2009.  Negotiations

were complete February 2006.  The Headquarters Space and Missile Systems

Center, Los Angeles, Calif., is the contracting activity (F04701-01-C-0001/

P00298).







NAVY







          CDM Constructors, Inc., Carlsbad, Calif., is being awarded

$21,200,000 for Delivery Order 0007 under a combination firm-fixed-price,

indefinite-delivery, indefinite-quantity design-build-operate-maintain

contract for Water Conveyance/Reclamation at Marine Corps Base, Camp

Pendleton.  The work to be performed provides for the installation of a

conveyance/reclamation pipeline to connect four Sewage Treatment Plants to the

new Southern Region Tertiary Treatment Plant to ensure overall Marine Corps

Base Camp Pendleton Water and Wastewater compliance for ultimate

privatization.  Work includes all site demolition and site work.  Supporting

facilities include power, controls, and incidental related work.  Work will be

performed in Oceanside, Calif., and is expected to be completed by March 2008.

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

basic contract was competitively procured via the NAVFAC e-solicitation

website with eight proposals received and award made on July 8, 2004.  The

total contract amount for the indefinite quantity portion of this contract is

not to exceed $155,777,000 (base period and four option years) bringing the

cumulative total for the total contract to $260,000,000.  The single

contractor may propose on task orders under the terms and conditions of the

existing contract.  The Naval Facilities Engineering Command, Southwest, San

Diego, Calif., is the contracting activity (N68711-04-D-5110).







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

Va., is being awarded a $20,989,797 cost-plus incentive-fee/award-fee

modification under previously awarded contract (N00024-04-C-6207) to exercise

an options for the Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion

(A-RCI) program production.  The contractor will produce seven AN/BQQ-10(V)

sonar systems (including related spares and precable kits) for SSBN 739, SSBN

741, SSN 750, SSN 756, SSN 758, SSN 761 and SSN 771 submarines.  A-RCI is a

sonar system upgrade installed on SSN 688, SSN 688I, SSN 21, SSGN and SSBN 726

Class submarines.  A-RCI integrates and improves towed array, hull array,

sphere array, and other ship sensor processing.  These improvements are

incorporated via rapid insertion of COTS based hardware and software.  A-RCI

efforts include interfaces to the legacy systems; signal processing

enhancements; display enhancements; and incorporation of Government Furnished

Information (GFI) algorithms.  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); and 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.







           Raytheon Company, Tucson, Ariz., is being awarded a $17,828,252

contract modification to previously awarded contract (N00024-06-C-5350) to

exercise the United States option for the procurement of the FY06 STANDARD

Missile-2 BLOCK IIIB Spares.  Work will be performed in Tucson, Ariz. (83

percent); Andover, Mass. (14 percent); Camden, Ark. (2 percent); and Navajo

Agricultural Products Industries (NAPI) Farmington, N.M. (1 percent);  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 is the

contracting activity.







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

is being awarded a $12,051,091 cost-plus incentive-fee/award-fee modification

under previously awarded contract (N00024-04-C-6207) to exercise an option for

the Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion (A-RCI) program

production.  The contractor will produce 11 Non-SSGN and two SSGN Executive

Workstations (EWS) respectively under ARCI program.  EWS are network connected

remote displays installed in commanding officer and executive officer

staterooms and wardrooms to support remote displaying of tactical data and

data management.  EWS are used in combat control upgrades and are installed on

most submarine classes.  This modification also provides funding for

continuation of engineering services for A-RCI.  A-RCI efforts include

interfaces to the legacy systems; signal processing enhancements; display

enhancements; and incorporation of Government Furnished Information

algorithms.  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); and 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.







           M. A. Mortenson Company, Minneapolis, Minn., is being awarded

$10,994,000 for firm-fixed-price Task Order 0006 under previously awarded

indefinite-delivery/indefinite-quantity multiple award construction contract

(N62472-01-D-0077) for the design and construction of a Helicopter Trainer

Facility at Naval Station, Norfolk.   The work to be performed provides for

the design and construction of a two-story building that requires both secured

and unsecured areas for operational requirements to include training

simulators.  The design of this project must facilitate the addition of a

future project to create a functionally efficient Operational Training

Facility.  This facility will include high bay space, classified vault,

restricted access, fire sprinkler system, electrical distribution, secret

internet protocol routing network (SIPRNET), mechanical systems, heating

ventilation and air conditioning and incidental related work.  The project

also includes demolition of Building SP238.  Work will be performed in

Norfolk, Va., and is expected to be completed by September 2007.  Contract

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

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

17 offers received and award made on June 21, 2002.  The total contract amount

is not to exceed $700,000,000, which includes the base period and four option

years.  The multiple contractors (five in number) may compete for task orders

under the terms and conditions of the existing contract.  Three proposals were

received for this task order.  The Naval Facilities Engineering Command,

Mid-Atlantic, Norfolk, Va., is the contracting activity.







           Atlantic Electric, LLC*, North Charleston, S.C., is being awarded a

$5,689,475 firm-fixed-price design/build construction contract for the

provision of Airfield Lighting Improvements at the Naval Auxiliary Landing

Field, Orange Grove, Texas.  The work to be performed provides for extensive

replacement of existing airfield lighting systems, controls, and new systems.

Systems include:  optical landing signal stations and wave-off systems,

threshold/end lighting systems, hold position systems, runway and taxiway edge

lighting, and airfield signage.  The work also includes installation of a new

carrier deck lighting system, new ramp lighting system, and new-lighted wind

socks.  The work will include construction of a vault for new electrical

switchgear, transformers, regulators, and a back-up generator system, medium

and low voltage distribution, construction of underground distribution systems

and miscellaneous incidental work.  The work will also replace the existing

beacon and tower with a new beacon, tower, and foundation and includes

demolition of the existing beacon tower.  The work also includes demolition of

the interior of the existing vault including asbestos abatement and disposal

of existing equipment.  Work will be performed in Orange Grove, Texas, and is

expected to be completed by June 2007.  Contract funds will not expire at the

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

the NAVFAC e-solicitation website with three offers received.  The Naval

Facilities Engineering Command, Southern Division, North Charleston, S.C., is

the contracting activity (N62467-05-C-0144).







           Hensel Phelps Construction Company, Chantilly, Va., is being

awarded a $5,364,826 firm-fixed-price Modification 0002 to previously awarded

contract (N40080-05-C-0161) to install a Laser Perimeter System for the hangar

and air traffic control tower under the design/build contract for Presidential

Helicopter Programs Support Facility at Naval Air Station, Patuxent River.

Work will be performed in Patuxent River, Md., and is expected to be completed

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

fiscal year.  The original contract, Phase I, was competed via the NAVFAC

e-solicitation website with 12 offers received, and based on the results of

the technical evaluation, three of the 12 firms who submitted Phase I

proposals were invited to participate in the Phase II competitive negotiation

process.  Award was made on Jan. 27, 2005.  This contract modification is

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

Facilities Engineering Command, Washington, Wash., D.C., is the contracting

activity.



IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
CONTRACTS from the United States Department of Defense



No. 169-06

FOR RELEASE AT

Feb 28, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_ARMY







_            Honeywell International Inc., Phoenix, Ariz., was awarded on Feb.

24, 2006, a $321,464,507 modification to a firm-fixed-price and

cost-plus-fixed-fee contract for Revitalization of the Automotive Gas Turbine

1500 Engines Fleet under the Total InteGrated Engine Revitalization Program.

Work will be performed in Phoenix, Ariz. (66 percent), Greer, S.C. (19

percent), Anniston, Ala. (13 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).







            Alliant Techsystems Inc., Plymouth, Minn., was awarded on Feb. 24,

2006, a $49,785,942 modification to a firm-fixed-price contract for M831A1

Target Practice Tracer 120mm Cartridges and M865 Target Practice Cone

Stabilized Discarding Sabot Tracer 120mm Cartridges.  Work will be performed

in Middletown, Iowa, and is expected to be completed by Dec. 31, 2008.

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

were two bids solicited on Nov. 20, 2003, and two bids were received.  The

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

(W52P1J-04-C-0031).







            General Dynamics Ordnance and Tactical Systems, St. Petersburg,

Fla., was awarded on Feb. 24, 2006, a $49,476,259 modification to a

firm-fixed-price contract for M831A1 Target Practice Tracer 120mm Cartridges

and M865 Target Practice Cone Stabilized Discarding Sabot Tracer 120mm

Cartridges.  Work will be performed in Middletown, Iowa, and is expected to be

completed by Sept. 30, 2008.  Contract funds will not expire at the end of the

current fiscal year.  There were two bids solicited on Nov. 20, 2003, and two

bids were received.  The Army Field Support Command, Rock Island, Ill., is the

contracting activity (W52P1J-04-C-0030).







            Dick Pacific Construction Co. Ltd., Phoenix, Ariz., was awarded on

Feb. 24, 2006, a $14,430,588 firm-fixed-price contract for Design and

Construction of a Consolidated Fitness Center.  Work will be performed at

Vandenberg Air Force Base, Calif., and is expected to be completed by July 31,

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

There were an unknown number of bids solicited via the World Wide Web on Oct.

20, 2005, and four bids were received.  The Army Corps of Engineers, Los

Angeles, Calif., is the contracting activity (W912PL-06-C-0003).







            Honeywell International Inc., Minneapolis, Minn., was awarded on

Feb. 23, 2006, a delivery order amount of $8,688,198 as part of a $27,025,758

firm-fixed-price contract for Spare Parts.  Work will be performed in

Minneapolis, Minn., and is expected to be completed by Feb. 28, 2009.

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

was a sole source contract initiated on Nov. 15, 2005.  The Army Aviation and

Missile Command, Redstone Arsenal, Ala., is the contracting activity

(W58RGZ-06-D-0148).







            AU AUTHUM KI Inc.*, Chandler, Ariz., was awarded on Feb. 24, 2006,

a $7,998,564 firm-fixed-price contract for Construction of a Combat Search and

Rescue Squadron Complex.  Work will be performed at Davis-Monthan Air Force

Base, Ariz., and is expected to be completed by July 23, 2007.  Contract funds

will not expire at the end of the current fiscal year.  There were 112 bids

solicited on Dec. 1, 2005, and one bid was received.  The Army Corps of

Engineers, Mobile, Ala., is the contracting activity (W91278-06-C-0015).







_AIR FORCE







            United Technologies Corp., Pratt and Whitney Aircraft Group, East

Hartford, Conn., is being awarded a $153,521,641 firm fixed price, cost plus

fixed fee contract modification to provide an undefinitized contractual action

that will support the F119 Engines Lot 6, Long Lead Items and Field Support

and Training period of performance extension.  At this time, $115,141,232 has

been obligated.  This work will be complete December 2006.  Solicitations

began July 2005 and negotiations are expected to be complete May 2006.  The

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

Ohio, is the contracting activity (FA8611-05-C-2851).  For more information,

contact Chris McGee, ASC/PA at (937) 255-2350.







            Lockheed Martin Missiles and Space Corp., King of Prussia, Pa., is

being awarded a $23,644,908 cost plus award fee, fixed-price with economic

price adjustment, fixed-price incentive firm, cost plus fixed fee, firm fixed

price, cost plus incentive fee, cost contract (no fee) contract modification

to exercise options for calendar year 2006 entitled, Launch Operations Support

and On-Orbit Operations Support for the Navstar Global Positioning System

Block IIR Program.  Total funds have been obligated.  This work will be

complete December 2006.  The Headquarters Space and missile Systems Center,

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

(F04701-89-C-0073/ P00341).







            ATK/Mission Research Corp., Albuquerque, N.M.; Electro Magnetic

Applications, Lakewood, Colo.; Fiore Industries, Albuquerque, N.M.; ITT

Industries, Albuquerque, N.M., Lockheed Martin, Grand Prairie, Texas; Northrop

Grumman, Albuquerque, N.M.; Science Applications International Corp.,

Albuquerque, N.M.; and Voss Scientific, Albuquerque, N.M, are being awarded a

$24,000,000 (maximum) cost-reimbursement, cost-plus-fixed-fee, indefinite

delivery indefinite quantity (with the exception of one firm-fixed price award

to Electro Magnetic Application contract that will be split among the eight

contractors listed.  This contract provides for research and development under

BAA entitled "Electro Magnetic Effects Research and Development."  This effort

is to search for new opportunities in all aspects of high power EM lethality,

as well as to develop new solutions and enhance present capabilities.

Missions such as survivability of DoD assets to high power microwave

environments, the development of HPM weapons and the refinement of

HPM-predictive modeling for inclusion into engagement and campaign-level

models will be supported.  The intent is for the contractor to make optimum

use of available AFRL/DEH capital assets and to augment or compliment AFRL/DEH

capabilities.  The Air Force can issue delivery orders totaling up to the

maximum amount indicated above, although the actual requirement may be less

than the amount above.  At this time, the following amounts are obligated:

$100,000 (ATK/MRC); $81,416 (EMA); $33,166 (Fiore); $139,000 (ITT); $30,000

(Lockheed Martin); $165,000 (Northrop Grumman), $75,000 (SAIC); and $73,351

(Voss Scientific).  This work will be complete February 2012.  Solicitations

began October 2005 and negotiations were complete February 2006.  Detachment 8

Air Force Research Laboratory/PKDP, Kirtland Air Force Base, N.M., is the

contracting activity.  (ATK/Mission Research Corp.:  FA9451-06-D-0216);

(Electro Magnetic Applications:  FA9451-06-D-0217); (Fiore Industries:

FA9451-06-D-0218); (ITT Industries/ AES: FA9451-06-D-0219);  (Lockheed Martin:

FA9451-06-D-0220);  (Northrop Grumman: FA9451-06-D-0221); (Science

Applications International Corp.: FA9451-06-D-0222); (Voss Scientific:

FA9451-06-D-0223)







            K and K Industries, Newberry, Mich., is being awarded a

$15,872,331 firm fixed price contract to provide for demolition of 94

single-family, single story homes.  There will be an abatement of asbestos and

lead paint materials, construction of ten new homes, landscaping, installation

of jogging trails, redevelopment of parks and playgrounds and improvements to

existing streets and other infrastructure.  Also, there will be a construction

of two new sanitary sewer lift stations at two different locations.  Total

funds have been obligated.  This work will be complete February 2008.

Solicitations began November 2005 and negotiations were complete January 2006.

  The Headquarters 437th Airlift Wing, Charleston Air Force Base, S.C., is the

contracting activity (FA4418-06-C-0003).







            Lockheed Martin Corp., Marietta, Ga., is being awarded an

$8,480,079 firm fixed price contract with time & material and cost

reimbursement contract.  This basic contract includes firm fixed price items:

(a) program and management date, (b) technical and engineering data, (c)

logistics support data, (d) technical manual contract requirements data, (e)

training courseware update, (f) reliability and maintainability program data,

(g) C/EC-130J QEC assembly non-recurring, (h) ground maintenance system

operator training, (i) engineering support services, (j) defensive systems

support services, (k) logistics support services, and (l) contractor travel.

Total funds have been obligated.  This work will be complete January 2007.

Solicitations began August 2005 and negotiations were complete February 2006.

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

Ohio, is the contracting activity.  (FA8625-06-C-6456)







_NAVY







            CDM Constructors Inc., Carlsbad, Calif., is being awarded

$21,200,000 for Delivery Order 0007 under a combination firm-fixed-price,

indefinite-delivery, indefinite-quantity design-build-operate-maintain

contract for Water Conveyance/Reclamation at Marine Corps Base, Camp

Pendleton.  The work to be performed provides for the installation of a

conveyance/reclamation pipeline to connect four Sewage Treatment Plants to the

new Southern Region Tertiary Treatment Plant to ensure overall Marine Corps

Base Camp Pendleton Water and Wastewater compliance for ultimate

privatization.  Work includes all site demolition and site work.  Supporting

facilities include power, controls, and incidental related work.  Work will be

performed in Oceanside, Calif., and is expected to be completed by March 2008.

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

basic contract was competitively procured via the NAVFAC e-solicitation

website with eight proposals received and award made on July 8, 2004.  The

total contract amount for the indefinite quantity portion of this contract is

not to exceed $155,777,000 (base period and four option years) bringing the

cumulative total for the total contract to $260,000,000.  The single

contractor may propose on task orders under the terms and conditions of the

existing contract.  The Naval Facilities Engineering Command, Southwest, San

Diego, Calif., is the contracting activity (N68711-04-D-5110).







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

Va., is being awarded a $20,989,797 cost-plus incentive-fee/award-fee

modification under previously awarded contract (N00024-04-C-6207) to exercise

options for the Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion

(A-RCI) program production.  The contractor will produce seven AN/BQQ-10(V)

sonar systems (including related spares and precable kits) for SSBN 739, SSBN

741, SSN 750, SSN 756, SSN 758, SSN 761 and SSN 771 submarines.  A-RCI is a

sonar system upgrade installed on SSN 688, SSN 688I, SSN 21, SSGN and SSBN 726

Class submarines.  A-RCI integrates and improves towed array, hull array,

sphere array, and other ship sensor processing.  These improvements are

incorporated via rapid insertion of COTS based hardware and software.  A-RCI

efforts include interfaces to the legacy systems; signal processing

enhancements; display enhancements; and incorporation of Government Furnished

Information (GFI) algorithms.  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); and 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.







            Raytheon Co., Tucson, Ariz., is being awarded a $17,828,252

contract modification to previously awarded contract (N00024-06-C-5350) to

exercise the United States option for the procurement of the FY06 STANDARD

Missile-2 BLOCK IIIB Spares.  Work will be performed in Tucson, Ariz. (83

percent); Andover, Mass. (14 percent); Camden, Ark. (2 percent); and Navajo

Agricultural Products Industries (NAPI) Farmington, N.M. (1 percent);  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 is the

contracting activity.







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

Va., is being awarded a $12,051,091 cost-plus incentive-fee/award-fee

modification under previously awarded contract (N00024-04-C-6207) to exercise

an option for the Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion

(A-RCI) program production.  The contractor will produce 11 Non-SSGN and two

SSGN Executive Workstations (EWS) respectively under ARCI program.  EWS are

network connected remote displays installed in commanding officer and

executive officer staterooms and wardrooms to support remote displaying of

tactical data and data management.  EWS are used in combat control upgrades

and are installed on most submarine classes.  This modification also provides

funding for continuation of engineering services for A-RCI.  A-RCI efforts

include interfaces to the legacy systems; signal processing enhancements;

display enhancements; and incorporation of Government Furnished Information

algorithms.  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); and 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.







            M. A. Mortenson Co., Minneapolis, Minn., is being awarded

$10,994,000 for firm-fixed-price Task Order 0006 under previously awarded

indefinite-delivery/indefinite-quantity multiple award construction contract

(N62472-01-D-0077) for the design and construction of a Helicopter Trainer

Facility at Naval Station, Norfolk.   The work to be performed provides for

the design and construction of a two-story building that requires both secured

and unsecured areas for operational requirements to include training

simulators.  The design of this project must facilitate the addition of a

future project to create a functionally efficient Operational Training

Facility.  This facility will include high bay space, classified vault,

restricted access, fire sprinkler system, electrical distribution, secret

internet protocol routing network (SIPRNET), mechanical systems, heating

ventilation and air conditioning and incidental related work.  The project

also includes demolition of Building SP238.  Work will be performed in

Norfolk,Va., and is expected to be completed by September 2007.  Contract

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

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

17 offers received and award made on June 21, 2002.  The total contract amount

is not to exceed $700,000,000, which includes the base period and four option

years.  The multiple contractors (five in number) may compete for task orders

under the terms and conditions of the existing contract.  Three proposals were

received for this task order.  The Naval Facilities Engineering Command,

Mid-Atlantic, Norfolk, Va., is the contracting activity.







            Nova Group Inc., Napa, Calif., is being awarded $9,000,000 for

firm-fixed-price Task Order 0003 under a previously awarded

indefinite-delivery/indefinite-quantity multiple award construction contract

(N68711-03-D-7054) for design and construction of mission support facilities

for the homeporting of submarines at Naval Base Kitsap, Silverdale,

Washington.  The work to be performed provides for all labor, material,

equipment, and associated costs to design and construct support facilities for

homeporting of two additional submarines including 3,200 amp shore power

upgrade to permit nesting of submarines; new emergency generator building near

the existing emergency generator Building 7702 with three new 2.17 MW

emergency generators and accompanying equipment (parallel switchgear, power

conductors, double wall fiberglass fuel tanks with piping); and wharf

improvements to support submarine berthing that includes two new power booms

and adequate electrical and mechanical system upgrades.  Work will be

performed in Silverdale, Wash., and is expected to be completed by September

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

The basic contract was competitively procured via the NAVFAC e-solicitation

website with twelve proposals received and award made to multiple contractors

on Sept. 25, 2003.  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.  Two proposals were received for this task order.  The

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

contracting activity







            Atlantic Electric, LLC*, North Charleston, S.C., is being awarded

a $5,689,475 firm-fixed-price design/build construction contract for the

provision of Airfield Lighting Improvements at the Naval Auxiliary Landing

Field, Orange Grove, Texas.  The work to be performed provides for extensive

replacement of existing airfield lighting systems, controls, and new systems.

Systems include: optical landing signal stations and wave-off systems,

threshold/end lighting systems, hold position systems, runway and taxiway edge

lighting, and airfield signage.  The work also includes installation of a new

carrier deck lighting system, new ramp lighting system, and new-lighted wind

socks.  The work will include construction of a vault for new electrical

switchgear, transformers, regulators, and a back-up generator system, medium

and low voltage distribution, construction of underground distribution systems

and miscellaneous incidental work.  The work will also replace the existing

beacon and tower with a new beacon, tower, and foundation and includes

demolition of the existing beacon tower.  The work also includes demolition of

the interior of the existing vault including asbestos abatement and disposal

of existing equipment.  Work will be performed in Orange Grove, Texas, and is

expected to be completed by June 2007.  Contract funds will not expire at the

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

the NAVFAC e-solicitation website with three offers received.  The Naval

Facilities Engineering Command, Southern Division, North Charleston, S.C., is

the contracting activity (N62467-05-C-0144).







            Hensel Phelps Construction Co., Chantilly, Va., is being awarded a

$5,364,826 firm-fixed-price Modification 0002 to previously awarded contract

(N40080-05-C-0161) to install a Laser Perimeter System for the hangar and air

traffic control tower under the design/build contract for Presidential

Helicopter Programs Support Facility at Naval Air Station, Patuxent River.

Work will be performed in Patuxent River, Md., and is expected to be completed

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

fiscal year.  The original contract, Phase I, was competed via the NAVFAC

e-solicitation website with 12 offers received, and based on the results of

the technical evaluation; three of the 12 firms who submitted Phase I

proposals were invited to participate in the Phase II competitive negotiation

process.  Award was made on Jan. 27, 2005.  This contract modification is

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

Facilities Engineering Command, Washington, Wash., D.C., is the contracting

activity.







            Hensel Phelps Construction Co., Chantilly, Va., is being awarded a

$45,482,000 firm-fixed-price contract for construction of the Wesley Brown

Field House at the United States Naval Academy.  The work to be performed

provides for the design and construction of a new field house.  The facility

will be multi-purpose including indoor track and field; sports medicine

clinic; varsity offices; trophy/recruiting hall; varsity locker rooms; varsity

and physical education meeting spaces; storage spaces; spectator and

multi-media spaces and systems; and other support spaces. Work will be

performed in Annapolis, Md., and is expected to be completed by March 2008.

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

was competed via the NAVFAC e-solicitation website with 11 offers received,

and based on the results of the technical evaluation, four of the 11 firms who

submitted Phase I proposals were invited to participate in the Phase II

competitive negotiation process.  The Naval Facilities Engineering Command,

Washington, D.C., is the contracting activity (N40080-05-C-0160).







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

Co., St. Louis, Mo., is being awarded a $41,329,663 firm-fixed-price contract

for the full rate production of Type 3 Advanced Mission Computers (AMCs) for

integration into the F/A-18E/F and E/A-18G Lot 30 aircraft.  This contract

provides for the procurement of 84 AMCs for forward fit, 22 for retrofit, and

14 spares, plus two test stations for production line support.  Work will be

performed in Minneapolis, Minn. (85 percent) and St. Louis, Mo. (15 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-0303).







            Raytheon Co., Tucson, Ariz. is being awarded a $39,411,382

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

(N00024-03-C-5330) for engineering and technical services to support STANDARD

Missile  2 (SM-2) Production efforts.  Responsibilities of the RDA include

design integrity and total systems integration of the Missile Round and its

components.  This includes flow down of top level requirements, predicting and

monitoring missile performance and reliability, internal/external interfaces,

interfaces with ship combat systems, interfaces with test equipment, improving

missile design, and maintaining the Technical Data Package.  The modification

is for Fiscal Year 2006 services to support the U.S. requirements.  The work

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

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

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







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

being awarded a $20,766,793 firm-fixed-price, undefinitized delivery order for

Cruiser Modernization CR2 Production Equipment for USS Ticonderoga Class

Cruisers and Virginia land-based test sites.  This delivery order includes

procurement of the first Cruiser Modernization ship-set that will be installed

on USS Bunker Hill (CG 52) and equipment to support land-based testing and

training at Wallops Island and Dahlgren, Va.  The Cruiser Modernization

program is a critical program in the maintenance of U.S. Navy force structure

and the accomplishment of current and future missions of the Department of

Defense.  The USS Ticonderoga Class Cruisers were built in the 1980's and

early 1990's.  The Cruiser Modernization program will recapitalize initial

investment in these ships by modernizing the computing and display

infrastructure, as well as the Hull, Mechanical and Electrical (HM&E) systems.

  The modernized Cruisers will be more competent and cost efficient to operate,

and will be capable of serving in the fleet through the year 2030.  Work will

be performed in Moorestown, N.J. (89 percent) and Navantia, Spain (11

percent), and is expected to be completed by September 2008.  Contract funds

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

Command, Washington, D.C., is the contracting activity (N00024-06-G-5107).







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

$11,135,500 modification to a previously awarded firm-fixed-price contract

(N00019-03-C-0001) for the procurement of 50 AGM-154A-1 and 54 AGM-154C Joint

Stand-Off Weapon (JSOW) missiles, one JSOW Dummy Air Training Missile, and 105

containers for the Government of Turkey under the Foreign Military Sales

Program.  Work will be performed in Tucson, Ariz., and is expected to be

completed in April 2008.  Contract funds will not expire at the end of the

current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is

the contracting activity.







            Kollmorgen Corp., Electro-Optical Division, Northampton, Mass., is

being awarded a $7,978,124 firm-fixed-price modification under previously

awarded contract (N00024-03-C-6200) to exercise an option for production of

the Universal Modular Mast (UMM) System for installation on Virginia and SSGN

Class submarines.  The UMM System provides common hydraulic, mechanical and

electrical interface for submarine Photonics masts and communication masts,

reducing life-cycle support costs.  Work will be performed in Bologna, Italy

(70 percent), Northampton, Mass. (30 percent), and is expected to be completed

by March 2008.  Contract funds will not expire at the end of the current

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

year.  The contract was awarded on a sole source basis.  The Naval Sea Systems

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







DEFENSE LOGISTICS AGENCY







            Washington Gas Energy Services, Herndon, Va., is being awarded a

maximum $7,820,451 firm fixed price contract for direct supply natural gas for

the Navy.  Other location(s) of performance are Portsmouth and Virginia Beach,

Va.  There were 8 proposals solicited and 3 responded.  Contract funds will

not expire at the end of the current fiscal year.  Date of performance

completion is November 30, 2007.  The contracting activity is the Defense

Energy Support Center, Fort Belvoir, Va. (SP0600-04-R-0129-0104).

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 ... 3 4 6 7 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 24. Avg 2025, 21:07:09
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: 0.111 sec za 13 q. Powered by: SMF. © 2005, Simple Machines LLC.