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

ConQUIZtador
Trenutno vreme je: 26. Avg 2025, 03:58:14
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 ... 6 7 9 10 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71188 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. 256-06

FOR RELEASE AT

Mar 29, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_NAVY







            Oshkosh Truck Corp., Oshkosh, Wis., was awarded on March 28, 2006,

a $169,212,216 fixed-price-delivery order under a previously awarded basic

requirements contract (M67854-04-D-5016) for 536 Medium Tactical Vehicle

Replacement (MTVR) cargo vehicles, 190 MTVR tractor vehicles and associated

kits.  Work will be in Oshkosh, Wis., and is expected to be completed in April

2008.  Contract funds will not expire during the current fiscal year. This was

a sole source delivery order.  The Marine Corps Systems Command, Quantico,

Va., is the contracting activity.







            Tetra Tech EC Inc., San Diego, Calif., was awarded on March 28,

2006, a $17,485,300 for cost-plus-award-fee Task Order 0006 under previously

awarded indefinite-quantity, cost-plus-award-fee, remedial action contract

(N62473-06-D-2201) for environmental remediation services at various locations

in Alaska, Arizona, California, Nevada, New Mexico, Oregon, Utah, Washington

and other DOD sites nationwide.  This task order is for base-wide radiological

support at Hunters Point Shipyard, San Francisco, Calif.  This contract

contains an option, which if exercised, will bring the total cumulative value

of this contract to $20,050,086.  Work will be performed in San Francisco,

Calif, and is expected to be completed by March 2007._  Contract funds will

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

competitively procured unrestricted via the NAVFAC e-solicitation website,

with three offers received and award made on Nov. 9, 2005.  The total contract

amount is not to exceed $100,000,000 (base period and five option years).

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

contracting activity.







            Walton Construction Co., LLC, Harahan, La was awarded on March 28,

2006, a $14,105,000 for firm-fixed-price task order 0001 under previously

awarded indefinite-delivery/indefinite-quantity multiple award contract

(N62467-05-D-0184) for the design and construction of the Technical Training

Facility Phase III at Keesler Air Force Base, Miss.  Work will be performed in

Biloxi, Miss., 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

34 proposals received and award made to multiple contractors on Aug. 29, 2005.

  The total contract amount is not to exceed $350,000,000 (base period and four

option years).  The multiple contractors (eight in number) may compete for

task orders under the terms and conditions of the existing contract.  Five (5)

proposals were received for this task order.  The Naval Facilities Engineering

Command, Southern Division, North Charleston, S.C., is the contracting

activity.







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

Va., was awarded on March 28, 2006, a $5,196,842 cost-plus

incentive-fee/award-fee modification under previously awarded contract

(N00024-04-C-6207) for Acoustic Rapid Commercial Off-The-Shelf (COTS)

Insertion (A-RCI) program production.  Contractor will produce two Virginia

Class Shipset #1 and #2 Architecture upgrades for USS Virginia (SSN774) and

USS Texas (SSN775), respectively, under ARCI program.  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 August 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.







AIR FORCE







            Northrop Grumman Space and Mission Systems, Clearfield, Utah, is

being awarded a $34,782,840 cost plus incentive fee contract modification to

provide for Minuteman III Safety Enhanced Reentry Vehicle Full Rate Production

FY06 10 each; FY07 120 each; FY08 120 each and FY09, 111 each.  At this time,

total funds have been obligated.  The scheduled completion date is March 2010.

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

contracting activity (F42610-98-C-0001/will advise on modification number).







            Lockheed Martin Missiles and Fire Control, Orlando, Fla., is being

awarded a $15,000,000 contract modification to an existing indefinite-delivery

indefinite-quantity life-cycle support contract (multiple contract types) in

order to provide for Joint Air-to-Surface Standoff Missile program upgrades,

production sustainment, integration, testing and studies.  Specific examples

include but are not limited to: weapon data link, electronic safe and arm fuze

Phase III, and product upgrade verification.  No additional funds have been

obligated at this time.  The scheduled completion date is September 2009.

Headquarters Air Armament Center, Eglin Air Force Base, Fla., is the

contracting activity (FA8682-04-D-0306-P00006).







            Saavedra and Rice, Albuquerque, N.M., is being awarded a

$13,200,000 indefinite delivery/indefinite quantity with firm fixed price and

cost plus fixed fee contract.  This action provides for general management

services to include information management, administrative services, contract

operations, financial management operations, operational test and evaluation

policy support and strategic planning, facility project management, security

office, business information office, video teleconferencing center, special

interest studies and technical research.  At this time, no funds have been

obligated.  Solicitations began January 2006 and negotiations were complete

March 2006.  The scheduled completion date is January 2011.  Headquarters Air

Force Operational Test and Evaluation Center, Kirtland Air Force Base, N.M.,

is the contracting activity (FA7046-06-D-0001).







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

$6,052,694 firm fixed price contract.  This action provides technical orders

as required, for all variants of the F100 engine.  The F100 engine applies to

the F-15 and F-16 aircraft.  At this time, total funds have been obligated.

The scheduled completion date is June 2007.  Headquarters Oklahoma City Air

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

(FA8104-06-D-0010).







_ARMY







            JKS Industries Inc.*, Mulberry, Fla., was awarded on March 27,

2006, a $24,113,766 firm-fixed-price contract for procurement of M918

projectile assemblies in support of the M918 target practice cartridge.  Work

will be performed in Mulberry, Fla., and is expected to be completed by Aug.

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 Dec. 9, 2005, and three bids were received.  The U.S. Army Field Support

Command, Rock Island, Ill., is the contracting activity (W52P1J-06-C-0017).







            CUH2A/Smith Carter/Hemisphere Engineering (Joint Venture),

Lawrenceville, N.J., was awarded on March 24, 2006, a $24,022,202

firm-fixed-price contract for design of a medical research laboratory and

vivarium facilities.  Work will be performed at Fort Detrick, Md., and is

expected to be completed by September 2012. Contract funds will not expire at

the end of the current fiscal year.  There were six bids solicited on Dec. 30,

2005, and one bid was received.  The U.S. Army Corps of Engineers, Baltimore,

Md., is the contracting activity (W912DR-06-C-0009).







            Elite CNC Machining*, Largo, Fla., was awarded on March 27, 2006,

a $22,958,205 firm-fixed-price contract for procurement of M918 projectile

assemblies in support of the M918 target practice cartridge.  Work will be

performed in Largo, Fla., and is expected to be completed by Aug. 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 Dec. 9,

2005, and three bids were received.  The U.S. Army Field Support Command, Rock

Island, Ill., is the contracting activity (W52P1J-06-C-0018).







            General Dynamics Land Systems Inc., Sterling Heights, Mich., was

awarded on March 27, 2006, a $22,335,000 modification to a cost-plus-fixed-fee

contract for Abrams field RESET and modification work order hardware and

installation.  Work will be performed in Sterling Heights, Mich., and is

expected to be completed by July 31, 2006. Contract funds will not expire at

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

on Nov. 23, 2001.  The U.S. Army Tank-Automotive and Armaments Command,

Warren, Mich., is the contracting activity (DAAE07-01-C-N075).







            BAE Systems Land & Armaments L.P., York, Pa., was awarded on March

27, 2006, a $21,386,000 firm-fixed-price contract for Marine Corps transport

gun shield kits for use on the M1114 Up-Armored High Mobility Multipurpose

Vehicle and the Family of Medium Tactical Vehicles.  Work will be performed in

York, Pa., and is expected to be completed by July 10, 2006. Contract funds

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

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

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

(DAAE07-01-G-M002).







            Raytheon Co., Bedford, Mass., was awarded on March 27, 2006, a

$5,300,904 modification to a cost-plus-fixed-fee contract for FY06 PATRIOT

engineering services.  Work will be performed in Burlington, Mass. (3.4

percent), Huntsville, Ala. (8.79 percent), Andover, Mass. (9.65 percent),

Tewksbury, Mass. (76.64 percent), El Paso, Texas (1.47 percent), and Norfolk,

Va. (.05 percent), and is expected to be completed by Jan. 9, 2009. Contract

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

source contract initiated on Aug. 26, 2003.  The U.S. Army Aviation and

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

(W31P4Q-04-C-0020).
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. 259-06

FOR RELEASE AT

Mar 30, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_NAVY







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

Co., St. Louis, Mo., is being awarded a $138,960,276 modification to a

previously awarded firm-fixed-price contract (N00019-06-C-0309) for six fiscal

year 2006 T-45 training system airframes, support to build/specific sustaining

engineering, ground based training support, and planning and integration.

Work will be performed in St. Louis, Mo. (52 percent) and Warton, Brough,

England (48 percent), and is expected to be completed in September 2008.

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

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







            Raytheon Co., Tucson, Ariz., is being awarded a $76,990,372

firm-fixed-price modification to previously awarded contract

(N00024-04-C-5456) for production of 90 Rolling Airframe Missile (RAM) Block

1/HAS MK-44, Mod 3 all-up-round tactical guided missile round packs (GMRP) and

120 RAM Block 1/HAS MK-44, Mod 3 ordnance alteration kits.  The Rolling

Airframe Missile (RAM) MK 31 guided missile weapon system is co-developed and

co-produced under a NATO cooperative program between the United States and

German governments.  RAM is a missile system designed to provide anti-ship

missile defense.  The MK 44 GMRP and ORDALT kits procured by this modification

are designed to provide current RAM Block 1 missile configuration, which

features an image scanning infrared seeker that allows the missile to counter

advanced anti-ship threats that do not employ active radar guidance.  Work

will be performed in Tucson, Ariz. (50 percent) and Ottobrunn, Germany (50

percent), and is expected to be completed by March 2009.  Contract funds will

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

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







            Computer Sciences Corp. - Defense, Falls Church, Va., is being

awarded a $54,000,000 modification to a previously awarded

indefinite-delivery/indefinite-quantity contract (N61339-03-D-0014) to

exercise an option personnel, material and facilities to perform all

activities to design, develop, integrate, test, produce, install, manage,

operate, and maintain a simulation training capability that performs and

operates in accordance with the requirements of Flight School XXI (FSXXI)

Simulation Services for the United States Army Aviation Center (USAAVNC) at

Fort Rucker, Ala.  Work will be performed in Fort Rucker, Ala., and is

expected to be completed in March 2007.  Contract funds in the amount of

$54,000,000 will expire at the end of the current fiscal year.  The Naval Air

Warfare Center, Training Systems Division, Orlando, Fla., is the contracting

activity.







            Raytheon Co., Electronics Systems, Goleta, Calif., is being

awarded a $36,923,256 modification to a previously awarded firm-fixed-price

contract (N00019-04-C-0123) to exercise an option for the eighth

full-rate-production lot of 30 AN/ALR-67(V)3 radar warning receiver (RWR)

systems for the F/A-18E/F.  In addition, this modification provides for the

procurement of six spare RWR systems.  The AN/ALR-67(V)3 RWR is a radar

warning receiver that provides visual and aural alerts to F/A-18E/F aircrew

upon detection of ground-based, ship-based, or airborne radar emitters.  It is

designed to enhance pilot situational awareness by providing accurate

identification, lethality, and azimuth displays of hostile and friendly

emitters.  Work will be performed in El Segundo, Calif. (39 percent); Forest,

Miss. (27 percent); Goleta, Calif. (16 percent); Lansdale, Pa. (10 percent);

Portland, Ore. (5 percent), and McKinney, Texas (3 percent), and is expected

to be completed in September 2008.  Contract funds will not expire at the end

of the current fiscal year.  The Naval Air Systems Command, Patuxent River,

Md. is the contracting activity.







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

awarded a $17,722,078 ceiling-priced order against a previously issued Basic

Ordering Agreement (N68335-04-G-0004) to design, develop, manufacture, test,

install, and provide logistics and maintenance support for hydraulic automatic

test systems and ancillary equipment for the V-22 aircraft.  Work will be

performed in Ridley Park, Pa. (60 percent) and Livonia, Mich. (40 percent),

and is expected to be completed in December 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.







            Israel Military Industries, Inc., Ramat Hasharon, Israel, is being

awarded a $13,367,585 modification to a previously awarded firm-fixed-price

contract (N00019-03-C-6518) to incorporate a Class I engineering change

proposal into 19 ADM-141C improved tactical air-launched decoys, to convert

them to 18 advanced ITALD flight test vehicles and one advanced ITALD E3 test

vehicle.  Work will be performed in Ramat Hasharon, Israel (84.2 percent);

Eatontown, N.J. (4.1 percent); the United Kingdom (3.7 percent), Lancaster,

Pa. (2.7 percent), Hollister, Calif. (1.2 percent); San Diego, Calif. (1.2

percent); and Williston, Vt. (.8 percent), and is expected to be completed in

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

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

contracting activity.







            Treadwell Corp., Thomaston, Conn., is being awarded a $12,589,862

firm-fixed-price contract for auxiliary cubicles and microprocessor

controllers for model 6L16 electrolytic oxygen generators (EOG) which are the

primary oxygen producer aboard SSN-688 and SSBN-726 Class submarines.

Acquisition of the new components is part of the program to upgrade the EOG,

resulting in extended life, increasing reliability and reducing life-cycle

costs.    Work will be performed in Thomaston, Conn., and is expected to be

completed by September 2008.  Contract funds will not expire at the end of the

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

Surface Warfare Center, Carderock Division, Ship System Engineering Station,

Philadelphia, Pa., is the contracting activity (N65540-06-C-0014).







            Systems Application & Technologies, Inc.*, Oxnard, Calif., is

being awarded a $10,000,000 cost-plus-fixed-fee,

indefinite-delivery/indefinite-quantity contract for program management and

logistics services in support of the Navy's Anti-Terrorism Force Protection

Ashore program at naval installations worldwide.  This contract contains

options, which if exercised, will bring the not-to-exceed value of this

contract to $50,000,000.  Work will be performed at Naval installations in

various worldwide locations, and is expected to be completed March 2007 (March

2011 with options).  Contract funds will expire at the end of the current

fiscal year.  This contract was set aside for small business and competitively

procured via the NAVFAC e-solicitation website with seven proposals received.

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

contracting activity (N62473-06-D-3033).







            Cubic Applications, Inc., San Diego, Calif., was awarded on March

23, 2006, a $6,975,770 cost-plus-incentive-fee contract for development of

Joint Operational Effects Federation prototype, including code-based models,

analysis and decision support tools used as part of the chemical, biological,

radiological and nuclear (CBRN) planning process, and development of new

software tools to help prepare for CBRN weapons attacks. This contract

includes options, which if exercised, would bring the cumulative value of this

contract to an estimated $24,029,372.  Work will be performed in Alexandria,

Va. (80 percent) and San Diego, Calif. (20 percent)*,* and is expected to be

completed by February 2007 (Feb. 2011 with options).  Contract funds will not

expire at the end of the current fiscal year. This contract was competitively

procured with seven offers received.  The Space and Naval Warfare Systems

Command, San Diego, Calif., is the contracting activity (N00039-06-C-0019).







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

Co., St. Louis, Mo., is being awarded a $5,707,067 modification to a

previously awarded firm-fixed-priced contract (N00019-04-C-0013) to provide

nonrecurring engineering effort required to incorporate an embedded Terrain

Awareness Warning System (eTAWS) and associated digital video recorder (DVR)

replacement for the current airborne video cassette recorders (AVCR) into the

T-45C aircraft, flight simulators located at Naval Air Station Meridian and

Naval Air Station Kingsville, and manned flight simulators located at Naval

Air Warfare Center Aircraft Division Patuxent River.  In addition, this

contract is for the production of up to seven pre-production DVRs in support

of development, integration, simulator tests, and flight test. Work will be

performed in St. Louis, Mo. (60 percent) and Germantown, Md. (40 percent), 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.







            Dataline, Inc.*, Norfolk, Va., is being awarded a $5,150,187

cost-plus-fixed-fee contract to perform technical control facility upgrades

and cable installation in support of the Southwest Asia commercialization.

The estimated level of effort for this contract is 52,673 man-hours.  Work

will be performed at Camp Fallujah, Iraq (25 percent), Camp Al Asad, Iraq (25

percent), Camp Taqaddum, Iraq (25 percent), Tampa, Fla. (20 percent), and Camp

Lemonier, Djibouti, Africa (5 percent), and is expected to be completed in

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

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

Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting

activity. (N00421-06-C-0039).







            Avaya, Inc., McLeansville, N.C., is being awarded a $5,000,000

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

equipment, material and associated integrated and technical services for the

interior communications systems onboard Navy Fleet ships.   The systems

provide interior communications for ships telephone systems, announcing

systems, damage control, security, command control, administrative operations,

flight deck, well deck, hangar deck and vehicle deck.  This contract includes

four one-year options, which, if exercised, would bring the cumulative value

of this contract to $25,000,000.  Work will be performed in Norfolk, Va. (50

percent); San Diego, Calif. (40 percent) and Pascagoula, Miss. (10 percent),

and is expected to be completed March 2007.  This contract was awarded as a

sole source based on 10 U.S.C. 2304 (c)(1), one responsible source.  The

procurement was synopsized in Federal Business Opportunities on Dec. 22, 2005

and the request for proposals was issued on Feb. 10, 2006.  The Space and

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

(N65236-06-D-5183).







AIR FORCE







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

$26,823,300 cost plus fixed fee, firm fixed price contract modification to

provide for CY07 Global Reach Improvement Program nonrecurring engineering and

technical support that shall define and integrate retrofit work package to

facilitate retrofit of C-17 aircraft to a homogeneous configuration with the

incorporation of Block 14 through Block 17 projects.   At this time,

$20,117,475 has been obligated.  Headquarters Aeronautical Systems Center,

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

(FA8614-04-C-2004/P00102).







_DEFENSE INFORMATION SYSTEMS AGENCY







            MCI Telecommunications Corp. (doing business as Verizon), was

awarded on March 27, 2006 an indefinite delivery/indefinite quantity contract.

  The award amount is $6,646,101 and will be funded using defense working

capital funds.  This modification is based on firm fixed pricing to extend the

DISN Switched/Bandwidth Manager Services - CONUS (DS/BMS-C) contract to

February 27, 2007.  The DS/BMS-C contract needs to remain in place until the

completion of transition of all circuits to the new DISN transmission services

- CONUS access optimization (DTS-C A/O) contract.  The requirement was

solicited as other than full and open competition basis.  Only one proposal

was received.  The Defense Information Technology Contracting Organization-

Scott Air Force Base, Ill. is the contracting activity (DCA200-96-D-0096).
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. 264-06

FOR RELEASE AT

Mar 31, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_DEFENSE LOGISTICS AGENCY







            AmeriQual Group, LLC, Evansville, Ind., * is being awarded a

maximum $200,300,600 fixed price with economic price adjustment contract for

Meal Ready to Eat (MRE) and Humanitarian Daily Ration (HDR).  Using services

are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There

were 3 proposals solicited and 3 responded.   Contract funds will expire at

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

December 31, 2006.  The contracting activity is the Defense Supply Center

Philadelphia (DSCP), Philadelphia, Pa. (SPM3S1-06-D-Z103).







            SOPAKCO Packaging, Mullins, S.C., is being awarded a maximum

$182,811,400 fixed price with economic price adjustment contract for MRE and

HDR.  Using services are Army, Navy, Air Force, Marine Corps, and Federal

civilian agencies.  There were 3 proposals solicited and 3 responded.

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

performance completion is Dec. 31, 2006.  The contracting activity is the

DSCP, Philadelphia, Pa. (SPM3S1-06-D-Z104).







            The Wornick Co., Cincinnati, Ohio, is being awarded a maximum

$163,811,000 fixed price with economic price adjustment contract for MRE and

HDR.  Using services are Army, Navy, Air Force, Marine Corps, and Federal

civilian agencies.  There were 3 proposals solicited and 3 responded.

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

performance completion is Dec. 31, 2006.  The contracting activity is the

DSCP, Philadelphia, Pa. (SPM3S1-06-D-Z105).







            Wolverine World Wide, Rockford, Mich., is being awarded a maximum

$6,837,360 firm fixed price contract for Navy for men's and women's dress

leather shoes.  Other locations of performance include Jonesboro, Ark., Big

Rapids, Rockford, and Cedar Springs, Mich.  This is an indefinite

quantity/delivery type contract with base year and four 1-year options.

Proposals were Web-solicited and 6 responded.  Contract funds will not expire

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

March 31, 2007.  The contracting activity is the DSCP, Philadelphia, Pa.

(SPM100-06-D-0351).







_NAVY







            L3 Communication Flight International Aviation LLC, Newport News,

Va., is being awarded a $41,843,207 modification to a previously awarded

indefinite-delivery/indefinite-quantity contract (N00019-02-D-3157) to

exercise an option for airborne threat simulation capabilities to train

shipboard and aircraft squadron weapon systems operators and aircrew on how to

counter potential enemy electronic warfare and electronic attack operations in

today's electronic combat environment.  Work will be performed at Norfolk, Va.

(45 percent); San Diego, Calif., (45 percent); and various locations located

across the United States (10 percent), and is expected to be completed in

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

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

activity.







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

being awarded a not-to-exceed $38,684,965 firm-fixed-price/cost-plus-fixed-fee

modification to previously awarded contract (N00024-05-C-6324) for five

AN/AQS-20A sonar mine detecting, Low-Rate Initial Production systems and

associated engineering services.  The mission of the AN/AQS-20A sonar mine

detecting set is mine-hunting in direct organic support of the Carrier Strike

Group and Expeditionary Strike Group through deployment on the Littoral Combat

Ship.  The system is a component of the organic airborne mine countermeasures

system.  It is the primary mine-hunting system being integrated into the

Navy's MH-60S airborne mine countermeasures helicopters and LCS Flight 0.

Work will be performed in Portsmouth, R.I. (88 percent), Tucson, Ariz. (12

percent), and is expected to be completed by March 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.







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

awarded $22,850,000 for firm-fixed-price order 0007 against a basic ordering

agreement (N00383-04-G-001H) for AN/APG-73 radar spares used on the F/A-18

aircraft.  Work will be performed in El Segundo, Calif., and is expected to be

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

current fiscal year.  This contract was not awarded competitively.  The Naval

Inventory Control Point is the contracting activity.







            WareOneEarth Communications, Inc.,* North Charleston, S.C. is

being awarded a $19,206,330 indefinite-delivery/indefinite-quantity,

cost-plus-fixed-fee, award term, performance based contract to provide high

performance computer security support services to Space and Naval Warfare

Systems Center, Charleston, S.C.  The contract includes one one-year option

period, and eight one-year award term years which, if exercised, would bring

the cumulative value of the contract to an estimated $222,621,602.  Work will

be performed in Hampton Roads, Va., (60 percent); Charleston, S.C., (30

percent); Arlington, Va., (5 percent); and San Diego, Calif., (5 percent), and

is expected to be completed by April 2007 (April 2016 with options).  Contract

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

competitively procured as a small business set-aside.  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-8847).







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

Co., St. Louis, Mo., is being awarded a $14,443,866 modification to a

previously awarded firm-fixed-price contract (N00019-05-C-0025) for

non-recurring engineering services associated with, and the production of, 12

T-45 required avionics modernization program retrofit kits and two simulator

avionics retrofit kits.  In addition, this contract provides for technical

data, integrated logistics support, and approximately 12 spare kit components.

  Work will be performed in St. Louis, Mo. (77 percent); Mesa, Ariz. (15

percent) and Albuquerque, N.M. (8 percent), and is expected to be completed in

August 2009.  Contract funds will not expire at the end of the current fiscal

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

activity.







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

$13,480,000 for firm-fixed price Task Order 0005 under an

indefinite-delivery/indefinite-quantity multiple award construction contract

(N68711-02-D-8067) for design and construction of a parking structure at Naval

Medical Center, San Diego.  This is a design-build project to design and

construct a new multi-level parking structure with reinforced concrete

foundation and structure compliant with the current California seismic codes.

Project includes demolition of the existing surface parking area "A" and

relocation of underground utilities.  Work will be performed in San Diego,

Calif., and is expected to be completed by April 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 20 proposals

received and award made on July 12, 2002._  The total contract amount for each

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

bringing the cumulative total for all six contracts to $900,000,000.  The

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

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

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

Diego, Calif., is the contracting activity.







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

$9,883,000 firm-fixed-price contract for design and construction of an

addition to the Joint Warfare Assessment Laboratory at the Naval Surface

Warfare Center, Corona.  The two-story steel-framed modular structure addition

will have level II security requirements throughout.  This project will

demolish existing Buildings 543, 522, 523, and 808.  Work will be performed in

Corona, Calif., and is expected to be completed by April 2007.  Contract funds

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

competitively procured via the NAVFAC e-solicitation website with four

proposals received.  The Naval Facilities Engineering Command, Southwest, San

Diego, Calif., is the contracting activity (N62473-06-C-5001).







            GFS Group*, Hagatna, Guam, is being awarded an estimated

$7,316,133 for Modification P00001 under a previously awarded combination

firm-fixed-price, indefinite-quantity and time and material contract

(N40192-05-D-9005) to exercise the first option period for housing operations

and maintenance services for various naval installations in the Territory of

Guam for the Commander, Naval Forces Marianas.  The current total contract

amount after exercise of this option will be $11,788,653.  Work will be

performed at various housing areas in the U. S. Territory of Guam, and the

expected completion date is March 2007.  Contract funds will expire at the end

of the current fiscal year.  The basic contract was competitively procured via

the NAVFAC e-solicitation website with seven proposals received and award made

on May 10, 2005.  The potential total contract amount (base and option

periods) is not to exceed $26,475,628.  The Naval Facilities Engineering

Command, Marianas, Guam, is the contracting activity.







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

$7,200,000 firm-fixed-price contract for performanced based logistics support

for the Close-In Weapon System.  Work will be performed in Louisville, K.Y.,

and is expected to be completed June 2006.  Contract funds will not expire at

the end of the current fiscal year.  This contract was not awarded

competitively.  The Naval Inventory Control Point is the contracting activity

(N00104-06-C-L008).







            J5 Systems, Poway, Calif., is being awarded a $5,666,537

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

systems engineering, analysis, and support for current and future command,

control, communications, computers, and intelligence systems and networks.

This contract is one of six contracts awarded: all six awardees will compete

for task orders during the ordering period.  This one-year contract includes

four one-year options, which, if exercised, will bring the potential,

cumulative value of the contract to $30,779,921.  Work will be performed in

San Diego, Calif., and is expected to be completed March 2007.  Contract funds

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

competitively procured via publication on the Federal Business Opportunities

website and posting to the SPAWAR e-Commerce Central website, with nine offers

received.  The Space and Naval Warfare Systems Center, San Diego, Calif., is

the contracting activity (N66001-06-D-0074).







            AAI Corp., a wholly owned subsidiary of United Industrial Corp.,

Cockeysville, Md., is being awarded a $5,608,001 firm-fixed-price contract for

the procurement of 18 Joint Service Electronic Combat Systems Tester (JSECST)

units for the Navy (2), Air Force (5), Army (3), and the government of Canada

(Smile; three laboratory JSECST units for the Air Force; and two JSECST spare

part sets for the governments of Canada (1) and Switzerland (1).  This

contract combines purchases for Air Force FMS ($1,524,261; 27 percent); Army

($763,811; 14 percent); Navy ($509,207; 9 percent), Air Force ($509,207; 9

percent), and the Governments of Canada ($2,169,172; 39 percent) and

Switzerland ($132,343; 2 percent) under the Foreign Military Sales Program.

Work will be performed in Cockeysville, Md., and is expected to be completed

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

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

is the contracting activity (N68335-06-C-0228).







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

being awarded a $5,534,485 indefinite-delivery/indefinite-quantity,

cost-plus-fixed-fee contract for systems engineering, analysis, and support

for current and future command, control, communications, computers, and

intelligence systems and networks.  This contract is one of six contracts

awarded: all six awardees will compete for task orders during the ordering

period.  This one-year contract includes four one-year options, which, if

exercised, will bring the potential, cumulative value of the contract to

$29,486,182.  Work will be performed in San Diego, Calif., and is expected to

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

current fiscal year.  This contract was competitively procured via publication

on the Federal Business Opportunities website and posting to the SPAWAR

e-Commerce Central website, with nine offers received.  The Space and Naval

Warfare Systems Center, San Diego, Calif., is the contracting activity

(N66001-06-D-0073).







_AIR FORCE







            Boeing Co., Anaheim, Calif., is being awarded a $25,246,752 firm

fixed price & time and material contract to support the Minuteman Force

Development Evaluation test flight program at Vandenberg Air Force Base.  This

support will consist of command destruct and telemetry of missile data during

flight.  Item procured at the Mod-7 instrumentation wafer, conduit support

set, raceway cable set, interval time set, and engineering support, tools

maintenance, vendor support, and studies.  At this time, total funds have been

obligated.  This work will be complete January 2010.  Headquarters Ogden Air

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

(FA8204-06-C-0019).







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

$22,385,455 firm fixed priced overhaul/repair contract to provide

overhaul/repair of the main gearbox, elastomerticmertic main rotor hub and

various component parts for the MJ-53 helicopter in support of Air Force

Special Operations force requirements.  At this time, no funds have been

obligated.  Headquarters 330th Aircraft Sustainment Wing, Robins Air Force

Base, Ga., is the contracting activity (F09603-03-D-0034).







            Boeing Co., Miraloma, Calif., is being awarded a $19,350,000 cost

plus fixed fee contract.  This action provides for procurement with continuing

activities for program risk reduction and design maturation.  This action

supports the airborne and maritime/fixed station Joint Tactical Radio System.

At this time, $3,945,068 has been obligated.  This work will be complete

October 2006.  Headquarters Electronic Systems Center, Hanscom Air Force Base,

Mass., is the contracting activity (FA8709-04-C-0010/P00013).







            BAE Systems Advanced Information Technologies, Burlington, Mass.,

is being awarded a $26,823,300 cost plus fixed fee contract.  This contract

will support the Joint Services SIAP architecture and demonstration support.

Deliverable items are software and technical documentation.  At this time,

$2,859,799 has been obligated.  The Air Force Research Laboratory, Rome, N.Y.,

is the contracting activity (FA8750-06-C-0091).







Boeing Satellite Systems, Los Angeles, Calif., is being awarded a $7,830,920

firm fixed price contract modification.  The government is exercising the

ground segment option under the Wideband Gapfiller Satellite (WGS) contract

for two Gapfiller Satellite configuration control elements (GSCCEs), two

initial sets of spares and on-site equipment training. The GSCCE provides

payload control for all WGS Satellites. The price for each GSCCE, along with

spares and training, was established in the initial WGS contract award.  Both

sets are scheduled for delivery not later than Dec. 31, 2007.  Specific

delivery locations have not been determined.  At this time, total funds have

been obligated.  The completion date is December 2010.  Headquarters Space and

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

activity (F04701-00-C-0011/P00118).
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. 317-06

FOR RELEASE AT

Apr 14, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_DEFENSE LOGISTICS AGENCY







            CH2M Hill/IAP, Atlanta, Ga., is being awarded a maximum

$100,000,000 firm fixed price, indefinite quantity type contract for

maintenance, repair, and operations services programs for Army, Navy, Air

Force, Marine Corps, and Defense Supply Center Philadelphia.  There were 59

proposals solicited and 10 responded.  Other locations of performance include

Mississippi, Alabama, North Carolina, South Carolina, Tennessee, Florida, and

Georgia.  The date of performance completion is April 13, 2007.  The

contracting activity is the Defense Supply Center Philadelphia (DSCP),

Philadelphia, Pa. (SP0500-04-D-0308).







            Universe Technologies Inc., Frederick, Md., is being awarded a

maximum $100,000,000 firm fixed price, indefinite quantity type contract for

maintenance, repair, and operations services programs for Army, Navy, Air

Force, and Marine Corps.  There were 59 proposals solicited and 10 responded.

The date of performance completion is April 13, 2007.  The contracting

activity is the DSCP, Philadelphia, Pa (SP0500-04-D-0310).







_NAVY







            Appledore Marine Engineering, Inc.*, Portsmouth, N.H.; Blaylock

Engineering Group*, San Diego, Calif.; Child's Engineering Corp.*, Medfield,

Mass.; Collins Engineers, Inc.*, Chicago, Ill.; HPA, Inc.*, New York, N.Y.;

and Fuller, Mossbarger, Scott, and May Engineers*, Lexington, Ky., are being

awarded a $30,000,000 indefinite-delivery/indefinite-quantity multiple award

contract for architectural and engineering services for waterfront facilities

worldwide.  Each contractor will be awarded a maximum amount of $5,000,000,

guaranteed minimum of $10,000 (base period and four option years).  The work

to be performed provides for a variety of inspections, structural engineering

and design services for waterfront facilities, worldwide.  The work also

includes field investigations, underwater inspections, and engineering

analysis of existing conditions.  Work will be performed at various locations

worldwide.  The term of the contract is not to exceed 60 months, with an

expected completion date of May 2011 (May 2007 for the base period).  Contract

funds will expire at the end of the current fiscal year.  An unrestricted

synopsis was issued in the Federal Business Opportunity identifying the

anticipated architectural and engineering services.  A total of 18 offers were

received.  Through the slate and selection process, the contractors identified

above were selected for award.  These six contractors may compete for task

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

Facilities Engineering Command, Southwest, Specialty Center Contracts Core,

Port Hueneme, Calif., is the contracting activity (contract numbers

N62473-06-D-3004/3006/3008/3009/3028/3029 (This is the correct number/went

over originally as 3362).







United Technologies Corp., Pratt & Whitney Aircraft Group, East Hartford,

Conn., is being awarded $8,195,925 for priced order 5139 under a basic

ordering agreement contract (N00383-04-G-003M) for turbine blade sets used on

the J-52 engine which powers the EA-6B aircraft.  Work will be performed in

Hartford, Conn., and work is expected to be completed by November 2008.

Contract funds will not have expired at the end of the current fiscal year.

This contract was not awarded competitively.  The Naval Inventory Control

Point is the contracting activity.







_ARMY







            Federal Prison Industries, Washington, D.C., was awarded on April

12, 2006, a $25,524,238 firm-fixed-price contract for single channel ground

and airborne radio system components and installation kits.  Work will be

performed in Fairton, N.J. (2 percent), Danbury, Conn. (7 percent), Lexington,

Ky. (20 percent), Lompoc, Calif. (1 percent), Loretto, Pa. (8 percent),

McKean, Pa. (2 percent), Memphis, Tenn. (1 percent), Otisville, N.Y. (21

percent), and Phoenix, Ariz. (38 percent), and is expected to be completed by

Aug. 10, 2010.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on March 10, 2006.

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

contracting activity (W15P7T-06-F-0031).







            Versar Inc., Springfield, Va., was awarded on April 7, 2006, a

delivery order amount of $13,243,578 as part of a $40,602,165 firm-fixed-price

contract for personal services for the Gulf Region divisions.  Work will be

performed in Iraq, and is expected to be completed by April 6, 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. 26, 2006, and

27 bids were received.  The Army Corps of Engineers, Winchester, Va., is the

contracting activity (W912ER-06-D-0004).







            Cherryroad GT Inc.*, Vienna, Va., was awarded on April 10, 2006,

an $8,252,405 modification to a firm-fixed-price contract for custom computer

programming, design, and systems analysis.  Work will be performed in

Arlington, Va., and is expected to be completed by May 18, 2008.  Contract

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

bid solicited on April 29, 2003, and one bid was received.  The Washington

Headquarters Services, Arlington, Va., is the contracting activity

(MDA947-04-F-0053).
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. 313-06

FOR RELEASE AT

Apr 13, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_DEFENSE LOGISTICS AGENCY







            Anchor Industries, Evansville, Ind., is being awarded a maximum

$120,000,000 firm-fixed-price, indefinite-delivery contract for shelters for

Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Proposals

were Gateway solicited and 10 responded.  Multiple five year contracts will be

awarded.  Date of performance completion is April 11, 2007.  The contracting

activity is the Defense Supply Center Philadelphia, Philadelphia, Pa.



(SPM1C1-06-6005).







            U.S. Foodservice, Inc., is being awarded a maximum $17,700,000

firm-fixed price, indefinite-quantity contract for full line food distributor

for Army and Air Force.  Other locations of performance include Kansas.  There

were 178 proposals and 2 responded.  Fourth of four one-year option.  Date of

performance completion is April 21, 2007.  The contracting activity is the

Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-06-D-3033).



_DEFENSE INFORMATION SYSTEMS AGENCY







            Iridium Government Services, LLC, Tempe, AZ, is being awarded a

contract for commercial mobile satellite services for voice, data, and pager

services utilizing the Iridium satellite constellation.  The contract has a

12-month base period with one 6-month option period.  The estimated

firm-fixed-price is $72,000,000.  The airtime services are provided to the

Department of Defense (DoD) and other government users throughout the world

registered to the DoD gateway and will be performed at the DoD gateway

facility in Hawaii and/or contractor's facilities.  The requirement was

solicited and awarded on a sole-source basis.  The contractor is a U.S. large

business.  The Defense Information Technology Contracting

Organization-National Capital Region is the contracting activity.

(HC1047-06-C-4009).









            Iridium Government Services, LLC, Tempe, AZ, is being awarded a

contract for Gateway Maintenance and Support Services.  The contract has a

12-month base period with one 6-month option period.  The estimated

firm-fixed-price is $8,431,830.  This contract will support the DISN Enhanced

Mobile Satellite Services (EMSS) DoD gateway and will be performed at the DoD

gateway facility in Hawaii and/or contractor's facilities.  The EMSS program

provides global voice and messaging services to the Department of Defense and

other government users throughout the world.  The requirement was solicited

and awarded on a sole-source basis.  The contractor is a U.S. large business.

The Defense Information Technology Contracting Organization-National Capital

Region is the contracting activity.  (HC1047-06-C- 4008).

_NAVY







            Bath Iron Works, Bath, Maine, is being awarded a $42,759,000

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

(N00024-05-C-2310) for the continuation of DD(X) transition design efforts and

initial detail design and long lead material procurement for DD(X) ship

construction.  The requirements for DD(X) will be procured, without full and

open competition, from Bath Iron Works, one of only two qualified sources

capable of completing the Flight 1 Class design and building a lead ship.

This effort is for transitional and detail design for DD(X) such that work can

be accomplished prior to the award of a detail design completion contract to

minimize impact on the ship industrial base.  Work will be performed in Bath,

Maine, and is expected to be completed by June 2006.  Contract funds will not

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

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







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

Va., is being awarded a $21,018,602 cost-plus-incentive-fee/award-fee

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

engineering services under acoustic rapid commercial off-the-shelf insertion

(A-RCI) program production.  The contractor will provide engineering services

to assist in planning, installation, testing, checkout, assembly, and repair

of Navy acoustic products for the upgrade and/or replacement of existing Navy

systems.  The A-RCI program integrates and improves towed array, hull array,

sphere array, and other ship sensor processing on SSN 688, SSN 688I, SSN 21,

SSN 774, SSGN, and SSBN 726 Class submarines.  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

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

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

contracting activity.













            Raytheon Systems, Network Centric Systems, North, St. Petersburg,

Fla., is being awarded a $19,012,316 cost-plus-fixed-fee modification under

contract (N00024-06-C-5101) to exercise an option for cooperative engagement

capability (CEC) design agent support.  CEC is a sensor netting system that

significantly improves battle force anti-air warfare capability by extracting

and distributing sensor-derived information such that the superset of this

data is available to all participating CEC units.  Work will be performed in

St. Petersburg, Fla., and is expected to be completed 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.









            Honeywell International Inc., Tempe Ariz., is being awarded an

$8,082,000 firm-fixed-price requirements contract with a five year ordering

period.  This action provides for repair services, upgrades/modifications and

spares manufacturing of cabin air pressure, aircraft air conditioning and

auxiliary power system components and related components in support of the

K/H/C-130J aircraft.  Work will be performed in Tucson (56.68 percent); Tempe,

Ariz. (24.75 percent); Phoenix, Ariz. (12.37 percent); and Torrance Calif.

(6.2 percent), and is expected to be completed by April 2011.  Contract funds

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

competitively procured.  The Naval Surface Warfare Center, Crane Division,

Crane, Ind., is the contracting activity (N00164-06-D-8258).







            Kollmorgen Corp., Electro-Optical Division, Northampton, Mass., is

being awarded a $5,233,216 firm-fixed-price modification under previously

awarded contract (N66604-05-C-0572) to exercise an option for eight Type 8K

Mod 4 periscope assembly units.  Work will be performed in Northampton, Mass.,

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

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

procured and advertised via the Internet, with one offer received.  The Naval

Undersea Warfare Center, Newport, R.I., is the contracting activity.







            *Correction:*  Contract award issued to Walton Construction

Company, LLC, for $14,084,593 on April 7, 2006, had a wrong contract number.

The correct contract number is N62467-05-C-0136.



_AIR FORCE







            Gentex Corp., Western Operations, Rancho Cucamonga, Calif., is

being awarded a $9,519,690 firm-price incentive, firm-target fixed-price

incentive successive target and cost reimbursable contract for Joint Service

Aircrew Mask-System Development and Demonstration for fixed wing and top owl

mask variants.  The Joint Service Aircrew Mask is a system sfor percutaneou

protection against chemical and biological agents.  The Joint Service Aircrew

Mask will also provide protection against certain toxic industrial materials.

At this time, $4,296,000 has been obligated.  Solicitations began September

2005 and negotiations were complete in March 2006.  This work will be complete

June 2008.  Human Systems Group, Brooks City-Base, Texas, is the contracting

activity.  (FA8902-06-D-0001)
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
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. 305-06

FOR RELEASE AT

Apr 12, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_AIR FORCE







            Alutiiq Global Solutions, LLC, Anchorage, Alaska, AMEC Earth &

Environmental, Plymouth Meeting Pa., Black & Veatch Special Projects Corp.,

Overland Park, Kan., CDM/Cape JV, Cambridge, Mass., CH2M Hill Facilities &

Infrastructure, Inc., Englewood, Colo., Charter Environmental, Inc.,

Wilmington, Mass., Ellis Environmental Group, LC, Newberry, Fla., ECC,

Burlingame, Calif., Fluor Entrerprises, Greenville, S.C., Innovative Technical

Solutions, Inc., Walnut Creek, Calif., Jacobs Government Services Co.,

Pasadena, Calif., Laguna Construction Co., Albuquerque, N.M., Lakeshore

Engineering Services, Inc., Highland park, Mich., Parsons, Pasadena, Calif.,

Perini Corp., Framingham, Mass., PRI/DJI Construction JV, San Diego, Calif.,

Shaw Environmental & Infrastructure, Inc., San Antonio, Texas, TolTest, Inc.,

Maumee, Ohio, URS Group Inc., Gaithersburg, Md., Weston Solutions, Inc., San

Antonio, Texas, is being awarded a $6,000,000,000 firm fixed price, cost plus

fixed fee, indefinite delivery/indefinite quantity contract.  Each contract

will have a 5-year basic ordering period, plus three additional 1-year

options.  Requirements will encompass the full range of methods and

technologies supporting activities necessary to design and construct new

facilities and infrastructure, and remodel and upgrade existing facilities and

infrastructure.  Requirements may include design, construction, demolition,

repair and emergency response tasks.  This contract tool brings several

methods of construction together in one contract.  This includes turnkey,

design-build, design-build-plus, and design-bid-build.  This set of contracts

is not intended to do stand-alone environmental contracting or stand-alone

design, but the contractor may provide support for environmental work

incidental to construction efforts.  At this time $50,000 has been obligated.

Solicitations began August 2005 and negotiations were completed in April 2006.

  This work will be complete April 2017.  Headquarters 311th Human Systems

Wing, Brooks City-Base, Texas, is the contracting activity (FA8903-06-D-8502

through FA 8903-06-D-8521).







            ATK Tactical Systems, Rocket Center, W.Va., is being awarded a

$5,500,000 firm fixed price, cost reimbursement contract for initial

procurement of 4,923 DSU-33 proximity sensors, 51 D-2 dummy sensors, 3 D-5

cutaway dummy sensors and associated qualification and testing.  The DSU-033

proximity sensor is a nose-mounted radio frequency proximity sensor used on

M117 and MK-80 series general-purpose bombs and the joint direct attack

munition (JDAM).  The DSU-33 provides a sensor fire pulse to a fuze, which in

turn initiates bomb detonation at a height-of-burst (HOB) nominally 20 feet.

The HOB detonation capability enhances the performance of general-purpose

bombs and JDAMs for above ground targets.  The DSU-33 can provide a fire pulse

to the following fuzes:  FMU-139B, FMU-139A/B, FMU-139/B, FMU-139C/B and the

FMU-152A/B.  Power for the DSU-33 is provided by an internal battery, which is

initiated by either a FZU-48/B or the FZU-55A/B in the Air Force

configuration, or the fuze function control set in the Navy configuration.

The sensor is qualified for use on various aircraft.  At this time, total

funds have been obligated.  Solicitations began October 2005 and negotiations

were completed in April 2006.  This work will be completed by March 2008.  The

Headquarters Air Armament Center, Eglin Air Force Base, Fla., is the

contracting activity (FA8681-06-C-0006).







_DEFENSE LOGISTICS AGENCY







            BMAR & Associates, LLC, Hopkinsville, Ky., is being awarded a

maximum $100,000,000 firm fixed price, indefinite quantity type contract for

maintenance, repair, and operations services programs for Army, Navy, Air

Force, Marine Corps, and Defense Supply Center Philadelphia.  Other locations

of performance are located in Mississippi, Alabama, North Carolina, South

Carolina, Tennessee, Florida, and Georgia.  There were 59 proposals solicited

and ten responded.  Date of performance completion is April 10, 2007.  The

contracting activity is the DSCP, Philadelphia, Pa. (SP0500-04-D-0307).







            Elliott Lewis Corp., Philadelphia, Pa., is being awarded a maximum

$100,000,000 firm fixed price, indefinite quantity type contract for

maintenance, repair, and operations services programs for Army, Navy, Air

Force, Marine Corps, and DSCP.  Other locations of performance are located in

Mississippi, Alabama, North Carolina, South Carolina, Tennessee, Florida, and

Georgia.  There were 59 proposals solicited and 10 responded.  Date of

performance completion is April 10, 2007.  The contracting activity is the

DSCP, Philadelphia, Pa. (SP0500-04-D-0309).







            Harris Manufacturing Co., Inc., Trenton, NJ.,* is being awarded a

maximum $7,260,000 firm fixed price, indefinite delivery/quantity type

contract for waterproof bags and clothing for Army, Navy, Air Force, and

Marine Corps.  Proposals were Web solicited and 2 responded.  Other locations

of performance include Deleware.  Date of performance completion is Sept. 30,

2007.  The contracting activity is the DSCP, Philadelphia, Pa.

(SP0100-05-D-4175).







            GlaxoSmithKline (GSK), Philadelphia, Pa., is being awarded a

maximum $5,248,986 firm fixed price requirements contract for zanamivir

inhalation (relenza) packages for Army, Navy, Air Force, and Marine Corps.

There were 2 proposals solicited and 2 responded.  Date of performance

completion is March 31, 2007.  The contracting activity is the DSCP,

Philadelphia, Pa. (SP0200-06-D-0001).







            Harris Manufacturing Co., Inc., Trenton, NJ.,* is being awarded a

maximum $7,260,000 firm fixed price, indefinite delivery/quantity type

contract for waterproof bags and clothing for Army, Navy, Air Force, and

Marine Corps., other locations of performance include Deleware.  Proposals

were Web solicited and 2 responded.  Date of performance completion is Sept.

30, 2007.  The contracting activity is the DSCP, Philadelphia, Pa

(SP0100-05-D-4175).







_NAVY







            Electric Boat Corp., Groton, Conn., is being awarded a $10,000,000

cost-plus-fixed-fee modification under previously awarded Basic Ordering

Agreement (N00024-05-G-4417) for execution of the USS Charlotte (SSN 766)

depot modernization period and the USS Georgia (SSBN 729) engineered refueling

overhaul.  Work will take place in Norfolk, Va. (99 percent) and Groton, Conn.

(1 percent), and is expected to be completed by September 2006.  Contract

funds in the amount of $10,000,000, will expire at the end of the current

fiscal year.  Supervisor of Shipbuilding, Conversion and Repair, Groton,

Conn., 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. 301-06

FOR RELEASE AT

Apr 11, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_NAVY







            Raytheon Electronic Warfare Systems, Goleta Calif., is being

awarded a $7,648,830 firm-fixed-price order against previously awarded basic

ordering agreement (N00164-04-G-8W01) for the restoration of three

AN/SLQ-32(B)(V)(2) and two AN/SLQ-32(A)(V)(2) anti-ship missile defense

systems.  The AN/SLQ-32(A/B)(V)(2) systems provide anti-ship missile defense

capability.  Work will be performed in Goleta, Calif., and is expected to be

completed by March 2008.  Contract funds will not expire at the end of the

current fiscal year.  The Naval Surface Warfare Center, Crane Division, Crane,

Ind., is the contracting activity.







_AIR FORCE







            Raytheon Technical Service Co., Indianapolis, Ind., is being

awarded a $5,199,999 firm fixed price delivery order against the basic

requirements contract.  The basic contract includes contractor logistic

support for the TMQ-53 weather systems.  The purpose of this acquisition is to

(1) purchase 40 new systems and (2) purchase needed spares in order to support

the TMQ-53 program under the contractor logistics support contract.  At this

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

2006.  Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is

the contracting activity (FA8217-06-D-0002-0002).

IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
NEWS RELEASES from the United States Department of Defense



No. 277-06 IMMEDIATE RELEASE

Apr 05, 2006 Media Contact: (703)697-5131

Public/Industry(703)428-0711



Contracts

_CONTRACTS







_NAVY







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

$3,035,000,000 modification to a previously awarded cost-plus-award-fee

contract (N00019-06-C-0081) for the System Development and Demonstration (SDD)

of the CH-53K aircraft, to include four SDD aircraft, one ground test vehicle,

and associated program management and test support.  Work will be performed in

Stratford, Conn., and is expected to be completed in December 2015.  Contract

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

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







            The Charles Stark Draper Laboratory, Cambridge, Mass., is being

awarded a $26,928,700 cost-plus-incentive-fee contract to provide repair and

recertification of MK-6 guidance systems, including pendulous integrating

gyroscopic accelerometers, inertial measurement units, electronic assemblies,

inertial measurement units electronics, repair parts, test equipment

maintenance, and related hardware for the TRIDENT II (D5) MK-6 guidance

systems.  Work will be performed in Cambridge, Mass., and is expected to be

completed September 2006.  Contract funds in the amount of $6,953,000 will

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

competitively procured.  The Navy's Strategic Systems Programs, Arlington,

Va., is the contracting activity (N000-30-06-C-0002).







            Bodell Construction Co., Salt Lake City, Utah, is being awarded a

$6,224,316 firm-fixed-price contract for design and construction of a new fire

station at Marine Corps Base, Hawaii.  Work will be performed at Camp H.M.

Smith, Oahu, Hawaii, and is expected to be completed by September 2007.

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

contract was competitively procured with 11 proposals solicited and three

offers received.  The Naval Facilities Engineering Command, Pacific, Pearl

Harbor, Hawaii, is the contracting activity (N62742-06-C-1318).







_ARMY







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

was awarded on March 31, 2006, a $329,534,144 modification to a

firm-fixed-price and cost-reimbursement contract for family of medium tactical

trucks and trailers.  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, 2003,

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

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







            Boeing Helicopter, Ridley Park, Pa., was awarded on March 31,

2006, a delivery order amount of $79,675,770 as part of a $79,675,770

firm-fixed-price contract for spare parts for the Chinook Helicopter System.

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

July 31, 2014.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on June 3, 2005.  The

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

activity (DAAH23-02-D-0307).







            Boeing Helicopter, Ridley Park, Pa., was awarded on March 31,

2006, a delivery order amount of $74,836,300 as part of a $74,836,300

firm-fixed-price contract for spare parts for the Chinook Helicopter System.

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

Nov. 30, 2016.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on June 3, 2005.  The

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

activity (DAAH23-02-D-0307).







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

March 31, 2006, a $67,641,415 firm-fixed-price contract for Remanufacturing of

AH-64As and FMS AH-64As to AH-64D Apache Longbow Aircraft.  Work will be

performed in Mesa, Ariz., and is expected to be completed by Nov. 30, 2006.

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

was a sole source contract initiated on Aug. 15, 2005.  The Army Aviation and

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

(W58RGZ-06-C-0093).







            Boeing Helicopter, Ridley Park, Pa., was awarded on March 31,

2006, a delivery order amount of $60,631,894 as part of a $60,631,894

firm-fixed-price contract for spare parts for the Chinook Helicopter System.

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

Aug. 31, 2011. Contract funds will not expire at the end of the current fiscal

year.  This was a sole source contract initiated on June 3, 2005.  The Army

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

activity (DAAH23-02-D-0307).







            Watterson Construction Co., Anchorage, Alaska, was awarded on

March 31, 2006, a $44,433,961 firm-fixed-price contract for design and

construction of replacement housing.  Work will be performed at Fort

Wainwright, Alaska, and is expected to be completed by June 30, 2008.

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

were an unknown number of bids solicited via the World Wide Web on July 12,

2005, and one bid was received.  The Army Engineer District, Elmendorf,

Alaska, is the contracting activity (W911KB-06-C-0014).







            Boeing Helicopter, Ridley Park, Pa., was awarded on March 31,

2006, a delivery order amount of $33,147,935 as part of a $33,147,935

firm-fixed-price contract for spare parts for the Chinook Helicopter System.

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

Nov. 30, 2021.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on June 3, 2005.  The

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

activity (DAAH23-02-D-0307).



Boeing Helicopter, Ridley Park, Pa., was awarded on March 31, 2006, a delivery

order amount of $29,599,372 as part of a $29,599,372 firm-fixed-price contract

for spare parts for the Chinook Helicopter System.  Work will be performed in

Ridley Park, Pa., and is expected to be completed by April 30, 2010. Contract

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

source contract initiated on June 3, 2005.  The Army Aviation and Missile

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

(DAAH23-02-D-0307).







            Boeing Helicopter, Ridley Park, Pa., was awarded on March 31,

2006, a delivery order amount of $23,906,268 as part of a $23,906,268

firm-fixed-price contract for spare parts for the Chinook Helicopter System.

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

March 31, 2020.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on June 3, 2005.  The

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

activity (DAAH23-02-D-0307).







            BAE Systems, Anniston, Ala., was awarded on March 31, 2006, an

$18,511,502 modification to a firm-fixed-price contract for Overhaul and

Upgrade on the M113A3 family of vehicles.  Work will be performed in Anniston,

Ala., and is expected to be completed by April 30, 2007. Contract funds will

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

contract initiated on Sept. 30, 2005.  The Army Tank-Automotive and Armaments

Command, Warren, Mich., is the contracting activity (W56HZV-05-C-0463).







            General Motors Corp., Indianapolis, Ind., was awarded on March 31,

2006, a $14,545,128 modification to a firm-fixed-price contract for X200-4 to

X200-4A transmission upgrade and repair in reconditioned containers.  Work

will be performed in Indianapolis, Ind., and is expected to be completed by

May 31, 2007.  Contract funds will not expire at the end of the current fiscal

year.  This was a sole source contract initiated on Feb. 1, 2006.  The Army

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

activity (W56HZV-04-C-0422).







            TCI Architects/Engineers/Contractors Inc., La Crosse, Wis., was

awarded on March 31, 2006, an $11,998,902 firm-fixed-price contract for

construction of a non-commissioned officer's academy.  Work will be performed

at Fort McCoy, Wis., and is expected to be completed by Sept. 20, 2007.

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

were an unknown number of bids solicited via the World Wide Web on Feb. 6,

2006, and three bids were received.  The Army Corps of Engineers, Louisville,

Ky., is the contracting activity (W912QR-06-C-0021).







            John Bowman Inc.*, Colorado Springs, Colo., was awarded on March

31, 2006, an $11,656,500 firm-fixed-price contract for Upgrade of Existing

Academic Facilities.  Work will be performed at the Air Force Academy,

Colorado Springs, Colo., 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 16 bids solicited on Oct. 13, 2005, and one bid was received.  The Army

Corps of Engineers, Omaha, Neb., is the contracting activity

(W9128F-06-C-0008).







            Whitesell-Green Inc., Pensacola, Fla., was awarded on March 31,

2006, an $11,297,000 firm-fixed-price contract for design and construction of

a Special Operation Forces Mobility/Aerial Delivery Center.  Work will be

performed at Eglin Air Force Base, Fla., and is expected to be completed by

Oct. 2, 2007.  Contract funds will not expire at the end of the current fiscal

year.  There were 214 bids solicited on Nov. 21, 2005, and two bids were

received.  The Army Corps of Engineers, Mobile, Ala., is the contracting

activity (W91278-06-C-0024).







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

awarded on March 31, 2006, a delivery order amount of $9,578,355 as part of a

$66,250,392 cost-plus-fixed-fee contract for sustainment and development of

the Joint Automated Deep Operations Coordination Systems.  Work will be

performed in Alexandria, Va., and is expected to be completed by March 30,

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

This was a sole source contract initiated on Feb. 9, 2006.  The Vicksburg

Consolidated Contracting Office, Alexandria, Va., is the contracting activity

(DACA42-03-D-0007).







            General Motors Corp., Indianapolis, Ind., was awarded on March 31,

2006, a $5,492,756 modification to a firm-fixed-price contract for production

of X200-4A transmissions.  Work will be performed in Indianapolis, Ind., and

is expected to be completed by Jan. 31, 2007.  Contract funds will not expire

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

initiated on Nov. 7, 2005.  The Army Tank-Automotive and Armaments Command,

Warren, Mich., is the contracting activity (W56HZV-05-C-0233).







            Raytheon Co., Andover, Mass., was awarded on March 31, 2006, a

$5,000,000 cost-plus-fixed-fee contract for the Contractor Logistics Support

for the Rapid Aerostat Initial Deployment Product Office.  Work will be

performed in Andover, Mass., 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 March 9, 2006.  The Army Space and

Missile Defense Command, Huntsville, Ala., is the contracting activity

(W9113M-06-C-0128).







_AIR FORCE







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

being awarded a $43,317,301 cost plus award fee contract modification.  The

overall systems engineering integration contract represents a Department of

Defense long-term engineering and integration effort for the mission planning

enterprise.  It will support operation and maintenance; life cycle upgrades of

the portable flight planning software and mission planning legacy systems and

supports the technical and management tasks associated with migrating from

these legacy systems to Joint Mission Planning Mission Systems.  The scope of

the current contract includes continued mission planning system engineering

and integration effort for the next 12 years and includes technical and

managerial tasks associated with the Integration of the Joint Mission Planning

Systems.  This contract change proposal is a modification to the contract to

include the development of technical content for milestone briefs, platform

integration, security management, and the development of delivery orders

requirements.  At this time, no funds have been obligated.  Negotiations were

completed in March 2006.  This work will be complete April 2017.  Headquarters

Mission Planning Systems Group, Hanscom Air Force Base, Mass., is the

contracting activity (FA8720-05-C-0005/P00014).







_DEFENSE INFORMATION SYSTEMS AGENCY







            BAE Systems was awarded on 31 March 2006 a task order under the

DISA I-ASSURE contract.  The award amount is $11M if all options are executed

and will be funded using Defense Working Capital Funds.  BAE teamed with

McAfee to offer the McAfee ePolicy Orchestrator and Entercept Host Intrusion

Prevention.  This task order will provide for a DoD Enterprise-wide Host-Based

Security System (HBSS) and will be used by system administrators and

cybersecurity personnel throughout the Department, including the DoD-related

Intelligence Agencies, the National Guard, and the Reserves.  The primary

objective of the HBSS effort is to provide a method to implement, deploy, and

manage Computer Network Defense (CND) capabilities such as those listed in DoD

Instruction 8500.2.  Specific HBSS capabilities include: A tool to support

INFOCON policies, centralized management of host-based CND capabilities, and

the prevention of unauthorized access to files and information.  The contract

for this effort also provides a help desk, classroom training and virtual

on-demand training, which will provide DoD personnel access to training at any

network-connected location, 24 hours a day, 7 days a week.
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. 266-06

FOR RELEASE AT

Apr 03, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_AIR FORCE







            Lockheed Martin Corp., Manassas, Va., is being awarded a

$750,000,000 indefinite delivery/indefinite quantity, firm fixed price, labor

hour, cost plus fixed fee, and cost reimbursable contract.  This Defense

Message System (DMS) Sustainment acquisition is for the sustainment of the

current Defense Message System.  The resultant contract will provide for:

uninterrupted integration and engineering services supporting DMS technology

enhancements; focus on sustainment of fielded system; provide maintenance

releases to keep pace with technology; hardware components for purchase,

system software for purchase, integration, and maintenance, technical support

desk, system maintenance and support services.  At this time, $5,990,732 has

been obligated.  Solicitations began September 2005, and negotiations were

complete March 2006.  This work will be complete April 2007 and nine one-year

options.  Public Affairs POC is Monica Morales at (781) 377-8543.

Headquarters Operations and Sustainment Systems Group, Maxwell Air Force Base,

Ga., is the contracting activity (FA8771-06-D-0001).







            Northrop Grumman Space and Mission Systems Corp., Redondo Beach,

Calif., is being awarded a $16,657,419 cost plus award fee contract

modification to provide for the National Polar-orbiting Operational

Environmental Satellite System, to incorporate into the Acquisition and

Operations Contract and Engineering Change Proposal to mitigate the adverse

effects of radio frequency interference from ground-based, anthropogenic

transmitters on the Conical Scanning Microwave Imager/Sounder (CMIS)

instrument.  The CMIS is being developed by Boeing Satellite System (BSS), a

subcontractor to Northrop Grumman Space Technology.  The modification will

result in a redesign of the system to incorporate sub-banding.  This change

affects both satellites in the phase of this contract.  At this time, no funds

have been obligated.  The National Environmental Satellite, Data and

Information Service, Silver Springs, Md., is the contracting activity

(FO4701-02-C-0502/P00057).







            Radian Inc., Alexandria, Va., is being awarded a $8,564,625 firm

fixed price contract modification.  This action provides for Prime Power Units

and various, secondary equipment for the Deployable Power Generator

Distribution System.  At this time, total funds have been obligated.  This

work will be complete April 2007.  Headquarters Air Combat Support Systems

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

(FA8678-06-C-0105/P00001).







_ARMY







            AMTEC Corp.*, Janesville, Wis., was awarded on March 27, 2006, a

$78,521,300 modification to a firm-fixed-price contract for production of

M385A1, M430A1, M433, M583A1, M781, and M918 40mm ammunition.  Work will be

performed in Janesville, Wis., and is expected to be completed by Sept. 30,

2010. Contract funds will not expire at the end of the current fiscal year.

This was a sole source contract initiated on April 11, 2004.  The Army Field

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

(W52P1J-05-C-0030).







            DSE Inc.*, Tampa, Fla., was awarded on March 27, 2006, a

$62,078,800 modification to a firm-fixed-price contract for production of

M430A1, M433, M583A1, M781, and M918 40mm ammunition.  Work will be performed

in Tampa, Fla., and is expected to be completed by Sept. 30, 2010. Contract

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

source contract initiated on April 11, 2004.  The Army Field Support Command,

Rock Island, Ill., is the contracting activity (W52P1J-05-C-0036).







            Raytheon Co., Andover, Mass., was awarded on March 29, 2006, a

delivery order amount of $46,948,313 as part of a $210,455,761

firm-fixed-price and cost-plus-fixed-fee contract for the Continuous

Technology Refreshment of Patriotic Pac2 Forebodies to GEM+ Frequency

Generator Upgrade.  Work will be performed in Andover, Mass., and is expected

to be completed by Aug. 31, 2008. Contract funds will not expire at the end of

the current fiscal year.  This was a sole source contract initiated on June

30, 1999.  The Army Aviation and Missile Command, Redstone Arsenal, Ala., is

the contracting activity (DAAH01-00-D-0004).







            General Dynamics Armament and Technical Products, Charlotte, N.C.,

was awarded on March 29, 2006, a $45,292,966 modification to a

firm-fixed-price contract for the Joint Biological Point Detection Systems.

Work will be performed in Charlotte, N.C. (40 percent), and Columbus, Ohio (60

percent), and is expected to be completed by Dec. 30, 2007. Contract funds

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

contract initiated on Jan. 14, 2004.  The Army Research, Development, and

Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity

(W911SR-04-C-0017).







            Lockheed Martin Corp., Owego, N.Y., was awarded on March 29, 2006,

a $16,122,582 firm-fixed-price contract for radar frequency interferometer

systems for the Apache AH-64D Helicopters.  Work will be performed in Owego,

N.Y., and is expected to be completed by Dec. 31, 2008.  Contract funds will

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

contract initiated on July 13, 2005.  The Army Aviation and Missile Command,

Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0113).







            Monarch Construction Co., Cincinnati, Ohio, was awarded on March

27, 2006, a $14,927,000 firm-fixed-price contract for construction of a C5

scheduled maintenance hangar.  Work will be performed at Wright Patterson Air

Force Base, Ohio, and is expected to be completed by Sept. 11, 2007.  Contract

funds will not expire at the end of the current fiscal year.  There were 137

bids solicited on Oct. 18, 2005, and four bids were received.  The Army Corps

of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0018).







            Eastern Construction and Electric Inc.*, Wrightstown, N.J., was

awarded on March 28, 2006, a $10,382,145 firm-fixed-price contract for a new

electrical distribution system.  Work will be performed at McGuire Air Force

Base, N.J., and is expected to be completed by Sept. 30, 2007. Contract funds

will not expire at the end of the current fiscal year.  There were 15 bids

solicited on Jan. 24, 2006, and 13 bids were received.  The Army Corps of

Engineers, New York, N.Y., is the contracting activity (W912DS-06-C-0003).







            Sauer Inc., Jacksonville, Fla., was awarded on March 29, 2006, a

$7,275,800 firm-fixed-price contract for design and construction of a Special

Operations Forces Rowe training facility.  Work will be performed at Fort

Bragg, N.C., 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 380 bids

solicited on Sept. 16, 2005, and three bids were received.  The Army Engineer

District, Savannah, Ga., is the contracting activity (W912HN-06-C-0013).







            General Dynamics Ordnance and Tactical Systems Inc., Marion, Ill.,

was awarded on March 29, 2006, a $6,390,163 modification to a firm-fixed-price

contract for production of M793 25mm target practice cartridges.  Work will be

performed in Marion, Ill., and is expected to be completed by July 31, 2006.

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

were two bids solicited on April 8, 2005, and two bids were received.  The

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

(W52P1J-05-C-0054).







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

29, 2006, a $6,065,335 increment as part of a $36,390,416 cost-plus-fixed-fee

contract for Development and Maintenance of a PAC-3 Missile Support Center.

Work will be performed in Grand Prairie, Texas, and is expected to be

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

current fiscal year.  This was a sole source contract initiated on Dec. 13,

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

contracting activity (W31P4Q-04-C-0125).







_NAVY







            General Dynamics Land Systems, under their operating unit General

Dynamics Amphibious Systems (GDAMS), Woodbridge, Va., is being awarded a

$44,432,900 cost-reimbursable addition modification under previously awarded

contract (M67854-01-C-0001) for the continuation of Systems Development and

Demonstration (SDD) phase of the Expeditionary Fighting Vehicle (EFV) program.

  GDAMS will provide all required materials, services, personnel and facilities

to complete the design and development of the EFV, perform studies and

analyses, manufacture and test all SDD prototypes, prepare for production,

initiate logistics support of the EFV, and successfully complete the SDD

phase.  Work will be performed in Woodbridge, Va. (38 percent); Camp

Pendleton, Calif. (22 percent); Sterling Heights, Mich. (21 percent);

Aberdeen, Md. (9 percent), and undetermined location(s) (10 percent), and is

expected to be completed by September 2009.  Contract funds will not expire at

the end of the fiscal year.  Funding obligated at contract award will be

$13,119,150.  The Marine Corps Systems Command, Quantico, Va., is the

contracting activity.







            Oregon Iron Works, Inc.*, Clackamas, Ore., is being awarded a

$25,000,000 not-to-exceed, indefinite-delivery/indefinite-quantity contract

for a Phase III Small Business Innovative Research (SBIR) program contract for

Topic N04-044 entitled "Airdroppable High Speed, Low Signature Craft."

Contract provides for services and materials for engineering tasks, including

research and development, prototype and testing of the SeaScout Unmanned Air

Vehicle.  Work will be performed in Clackamas, Ore., and is expected to be

completed in April 2011.  Contract funds in the amount of $1,705,375 will

expire at the end of the current fiscal year.  This contract was competitively

procured using SBIR Program Solicitation under Topic N04-044 and 25 offers

were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst,

N.J. is the contracting activity (N68335-06-D-0005).







            Hui O Hawaii Hale, LLC*, Honolulu, Hawaii, was awarded March 31,

2006, an estimated $9,050,788 modification under previously awarded

firm-fixed-price, indefinite-quantity contract (N62742-05-D-2234) to exercise

an option for family housing maintenance at various areas in Oahu, Hawaii.

The work to be performed provides for management and performance of

maintenance and repair services to approximately 2,500 individual housing

units, associated playgrounds/tot lots and facilities on common grounds,

community centers, and other related real property and facilities at various

housing areas.  The total contract amount after exercise of this option will

be $28,387,618.  Work will be performed in Pearl Harbor, Hawaii (57 percent)

and Central Oahu, Hawaii (43 percent), and is expected to be completed

September 2006.  Contract funds will expire at the end of the current fiscal

year.  This contract was a sole source negotiated procurement under the Small

Business Administration's 8(a) program.  The Resident Officer in Charge of

Construction, Pearl Harbor, Hawaii, is the contracting activity.







            Isometrics, Inc., Reidsville, N.C., is being awarded $5,316,724

for firm-fixed-price delivery order 0001 under contract (N00244-06-D-0025) for

medium tactical vehicle replacement special purpose bodies as required by the

Naval Facilities Expeditionary Logistics Center, Port Hueneme, Calif.  Work

will be performed in Reidsville, NC., and work is expected to be completed by

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

year.  This contract was competitively procured via the World Wide Web and two

offers were received.  The Fleet and Industrial Supply Center San Diego is the

contracting activity.







_DEFENSE LOGISTICS AGENCY







            Mercury Air Center, Reno, Nev., * is being awarded a maximum

$5,790,563 fixed price with economic price adjustment contract for jet fuel.

Using services are Army, Navy, Air Force, Marine Corps, and Federal civilian

agencies.  There were 63 proposals solicited and 1 responded.  Contract funds

will not expire at the end of the current fiscal year.  Date of performance

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

Support Center, Fort Belvoir, Va. (SP0600-06-D-0066).
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. 273-06

FOR RELEASE AT

Apr 04, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_ARMY







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

March 30, 2006, a $120,269,205 modification to a firm-fixed-price contract for

reliability and safety and recapitalization overhaul for fielded aircraft.

Work will be performed in Mesa, Ariz., 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 14, 2005.

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

contracting activity (DAAH23-01-C-0092).







            Osborne Construction Co., Kirkland, Wash., was awarded on March

31, 2006, a $73,837,234 firm-fixed-price contract for design and construction

of Army family housing.  Work will be performed at Fort Wainwright, Alaska,

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 an unknown number of

bids solicited via the World Wide Web on Nov. 8, 2005, and two bids were

received.  The U.S. Army Engineers District, Elmendorf, Alaska, is the

contracting activity (W911KB-06-C-0012).







            Oshkosh Truck Corp., Oshkosh, Wis., was awarded on March 30, 2006,

a delivery order amount of $54,834,557 as part of a $54,834,557

firm-fixed-price contract for rebuild of M1070 Heavy Equipment Transporter and

M1074 and M1075 palletized load system trucks, fuel tank assemblies, and

palletized load system trailers.  Work will be performed in Oshkosh, Wis., and

is expected to be completed by Oct. 31, 2007.  Contract funds will not expire

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

initiated on Sept. 23, 2004.  The U.S. Army Tank-Automotive and Armaments

Command, Warren, Mich., is the contracting activity (W56HZV-04-D-0322).



            Sikorsky Aircraft Corp., Stratford, Conn., was awarded on March

30, 2006, a $48,868,749 modification to a firm-fixed-price contract for UH-60L

Black Hawk helicopters.  Work will be performed in Stratford, Conn., and is

expected to be completed by Dec. 31, 2007.  Contract funds will not expire at

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

on Sept. 29, 2000.  The U.S. Army Aviation and Missile Command, Redstone

Arsenal, Ala., is the contracting activity (DAAH23-02-C-0006).







            Bear Paw Construction L.L.C.*, Fairbanks, Alaska, was awarded on

March 31, 2006, a $36,225,610 firm-fixed-price contract for design and

construction of Army family housing.  Work will be performed at Fort

Wainwright, Alaska, 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 an unknown number of bids solicited via the World Wide Web on Nov. 8,

2005, and two bids were received.  The U.S. Army Engineers District,

Elmendorf, Alaska, is the contracting activity (W911KB-06-C-0011).







            Lawman Heating and Cooling Inc.*, Sackets Harbor, N.Y., was

awarded on March 30, 2006, a $34,163,652 firm-fixed-price contract for

construction of troops barrack buildings.  Work will be performed at Fort

Drum, N.Y., and is expected to be completed by Oct. 20, 2007.  Contract funds

will not expire at the end of the current fiscal year.  There were 39 bids

solicited on Jan. 19, 2006, and six bids were received.  The U.S. Army Corps

of Engineers, New York, N.Y., is the contracting activity (W912DS-06-C-0005).







            The Boeing Co., St. Louis, Mo., was awarded on March 28, 2006, a

$32,235,993 modification to a cost-plus-fixed-fee and cost-plus-incentive-fee

contract for the Future Combat System, Systems Development and Demonstration

Program.  Work will be performed in Huntington Beach, Calif. (32 percent) and

Huntsville, Ala. (68 percent), and is expected to be completed by Dec. 31,

2014.  Contract funds will not expire at the end of the current fiscal year.

This was a sole source contract initiated on Aug. 15, 2005.  The U.S. Army

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

activity (W56HZV-05-C-0724).







            Quinn Contracting Inc.*, Falkner, Miss., was awarded on March 27,

2006, a $27,591,000 firm-fixed-price contract for the Kissimmee River

Restoration Project.  Work will be performed in Highlands, Fla. (50 percent),

and Okeechobee, Fla. (50 percent), and is expected to be completed by Sept.

18, 2007.  Contract funds will not expire at the end of the current fiscal

year.  There were 44 bids solicited on June 15, 2005, and two bids were

received.  The U.S. Army Corps of Engineers, Jacksonville, Fla., is the

contracting activity (DACW17-06-C-0004).







            Smiths Detection, Edgewood, Md., was awarded on March 30, 2006, a

delivery order amount of $27,306,874 firm-fixed-price contract for M22

automatic chemical agent alarm system and M88 chemical agent detectors.  Work

will be performed in Edgewood, Md., and is expected to be completed by March

2, 2007.  Contract funds will not expire at the end of the current fiscal

year.  This was a sole source contract initiated on March 2, 2006.  The U.S.

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

Md., is the contracting activity (W911SR-06-D-0001).







            Alliant Lake City Small Caliber Ammunition Co. L.L.C.,

Independence, Mo., was awarded on March 31, 2006, a delivery order amount of

$21,631,649 as part of a $336,483,388 firm-fixed-price contract for small

caliber ammunition items.  Work will be performed in Independence, Mo., and is

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

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

on Oct. 5, 2005.  The U.S. Army Field Support Command, Rock Island, Ill., is

the contracting activity (DAAA09-99-D-0016).







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

was awarded on March 30, 2006, a $19,921,638 modification to a

firm-fixed-price contract for the 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, 2003, and two bids

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

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







            L-3 Communications, Lancaster, Pa., was awarded on March 30, 2006,

a $17,664,978 modification to a firm-fixed-price contract for 105mm M393A3

high explosive plastic cartridges and M467A1 target practice with tracer

cartridges.  Work will be performed in Lancaster, Pa. (54 percent), Belgium

(40 percent), and Marshall, Texas (6 percent), and is expected to be completed

by March 30, 2007.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on Sept. 23, 2005.

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

is the contracting activity (DAAE30-03-C-1104).







            Bell Helicopter Textron Inc., Fort Worth, Texas, was awarded on

March 28, 2006, a $16,471,943 modification to a firm-fixed-price and

cost-plus-fixed-fee contract for the Kiowa Warrior safety enhancement program.

  Work will be performed in Fort Worth, Texas, and is expected to be completed

by Feb. 29, 2007.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on March 9, 2005.  The

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

contracting activity (W58RGZ-04-C-0123).







            Galvin Brothers Inc.*, Great Neck, N.Y., was awarded on March 29,

2006, a $12,949,569 firm-fixed-price contract for the Elders Point

Mitigation/Restoration Project.  Work will be performed in Jamaica Bay, N.Y.,

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

expire at the end of the current fiscal year.  There were 22 bids solicited on

Jan. 26, 2006, and one bid was received.  The U.S. Army Corps of Engineers,

New York, N.Y., is the contracting activity (W912DS-06-C-0006).







            Miller/Watts Constructors Inc., Honolulu, Hawaii, was awarded on

March 30, 2006, an $11,700,000 firm-fixed-price contract for new asphalt

concrete hot cargo pads.  Work will be performed in Oahu, Hawaii, and is

expected to be completed by Feb. 2, 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. 5, 2006, and two bids were received.

The U.S. Army Engineer District, Fort Shafter, Hawaii, is the contracting

activity (W9128A-06-C-0004).







            Alliant Techsystems Inc., Plymouth, Minn., was awarded on March

29, 2006, a $10,529,310 firm-fixed-price contract for the manufacture and

delivery of M830A1 120mm HEAP-MP-T cartridges and M774 fuzes.  Work will be

performed in Plymouth, Minn. (32.51 percent), R9ocket Center, W.V. (20.04

percent), Radford, Va. (4.46 percent), Coachella, Calif. (1.04 percent),

Lancaster, Pa. (20.05 percent), Louisville, Ky. (0.76 percent), Joplin, Mo.

(4.68 percent), Verona, Ill. (0.51 percent), Philadelphia, Pa. (0.36 percent),

Middletown, Iowa (7.79 percent), Spooner, Wis. (0.20 percent), Fridley, Minn.

(0.29 percent), St. Bonifacious, Minn. (0.27 percent), Russell, Pa. (0.20

percent), Menomonee, Wis. (0.44 percent), Anoka, Minn. (0.24 percent), Tempe,

Ariz. (0.89 percent), Minneapolis, Minn. (0.28 percent), Toone, Tenn. (0.82

percent), Socorro, N.M. (0.31 percent), Yankton, S.D. (0.10 percent), Baraboo,

Wis. (0.21 percent), Lexington, Ky. (0.22 percent), Hartford, Wis. (0.16

percent), Faribault, Minn. (2.76 percent), and Crystal, Minn. (0.42 percent),

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

expire at the end of the current fiscal year.  There were an unknown number of

bids solicited via the World Wide Web on Sept. 22, 2005, and one bid was

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

Arsenal, N.J., is the contracting activity (W15QKN-06-C-0139).







            McMaster Construction Inc.*, Oklahoma City, Okla., was awarded on

March 30, 2006, a $9,824,279 firm-fixed-price contract for construction of a

combat communications squadron operations complex.  Work will be performed in

Midwest City, Okla., and is expected to be completed by June 22, 2007.

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

were 77 bids solicited on Sept. 7, 2005, and two bids were received.  The U.S.

Army Engineer District, Tulsa, Okla., is the contracting activity

(W912BV-06-C-2007).







            McGoldrick Construction Services Corp.*, San Antonio, Texas, was

awarded on March 30, 2006, a $9,270,000 firm-fixed-price contract for

construction of a military working dog hospital.  Work will be performed at

Lackland Air Force Base, Texas, and is expected to be completed by Sept. 30,

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

There were 300 bids solicited on Jan. 25, 2006, and seven bids were received.

The U.S. Army Engineer District, Fort Worth, Texas, is the contracting

activity (W9126G-06-C-0010).







            Talley Defense Systems Inc.*, Mesa, Ariz., was awarded on March

31, 2006, a $7,799,532 modification to a firm-fixed-price contract for bunker

defeat munitions.  Work will be performed in Mesa, Ariz., and is expected to

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

the current fiscal year.  This was a sole source contract initiated on March

19, 2000.  The U.S. Army Tank-Automotive and Armaments Command, Picatinny

Arsenal, N.J., is the contracting activity (DAAE30-00-C-1103).







            General Dynamics, Huntsville, Ala., was awarded on March 31, 2006,

a $7,780,389 firm-fixed-price and cost-plus-fixed-fee contract for the

Tactical Airspace Integration System.  Work will be performed in Huntsville,

Ala., and is expected to be completed by March 31, 2011.  Contract funds will

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

contract initiated on Nov. 16, 2005.  The U.S. Army Aviation and Missile

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

(W31P4Q-06-C-0274).







            The Selmer Co., Green Bay, Wis., was awarded on March 30, 2006, a

$7,492,783 firm-fixed-price contract for the construction of an Army Reserve

Center and organizational maintenance shop.  Work will be performed in

Marathon, Wis., and is expected to be completed by Sept. 30, 2007.  Contract

funds will not expire at the end of the current fiscal year.  There were 34

bids solicited on Feb. 13, 2006, and six bids were received.  The U.S. Army

Corps of Engineers, Louisville, Ky., is the contracting activity

(W912QR-06-C-0022).







            Bway Corp., Atlanta, Ga., was awarded on March 29, 2006, a

$6,363,328 modification to a firm-fixed-price contract for M2A1 metal cans.

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

Sept. 30, 2010.  Contract funds will not expire at the end of the current

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

Wide Web on Aug. 3, 2005, and four bids were received.  The U.S. Army Field

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

(W52P1J-05-C-0067).







_NAVY







            Sippican/Granite State Manufacturing Submarine Antenna Joint

Venture, Marion, Mass., is being awarded a $13,835,911 modification under

previously awarded contract (N00024-05-C-6102) to exercise an option for

production of the MK 30, Mod 2 Anti-Submarine Warfare Target System (ATS),

with associated support, testing, proofing and depot in-service hardware

repair and maintenance services.  Work will be performed in Marion, Mass. (80

percent) and Manchester, N.H. (20 percent), and is expected to be completed in

October 2007.  Contract funds in the amount of $276,718, will 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:
Idi gore
Stranice:
1 ... 6 7 9 10 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 26. Avg 2025, 03:58:14
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: 0.064 sec za 14 q. Powered by: SMF. © 2005, Simple Machines LLC.