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

ConQUIZtador
Trenutno vreme je: 26. Avg 2025, 00:47:14
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 ... 4 5 7 8 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71181 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. 175-06

FOR RELEASE AT

Mar 01, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_ARMY







            Raytheon Co., Bedford, Mass., was awarded on Feb. 27, 2006, an

$80,118,356 modification to a cost-plus-fixed-fee contract for fiscal 2006

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 Army Aviation and Missile

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

(W31P4Q-04-C-0020).







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

Feb. 27, 2006, a $29,181,816 modification to a firm-fixed-price contract for

Metal Parts in Support of the M107 Projectile.  Work will be performed in

Scranton, Pa., and is expected to be completed by Nov. 30, 2007.  Contract

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

source contract initiated on April 15, 2004.  The Army Field Support Command,

Rock Island, Ill., is the contracting activity (W52P1J-04-C-0066).







            B.L. Harbert International, Birmingham, Ala., was awarded on Feb.

27, 2006, a $24,997,000 firm-fixed-price contract for Design and Construction

of a Security Operation Facility.  Work will be performed at Fort Campbell,

Ky., and is expected to be completed by Dec. 31, 2008.  Contract funds will

not expire at the end of the current fiscal year.  There were 67 bids

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

Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0013).







            BAE Systems, Santa Clara, Calif., was awarded on Feb. 27, 2006, a

delivery order amount of $16,026,043 as part of a $32,052,085 firm-fixed-price

contract for Survivability Enhancement Armor for the M113 Family of Vehicles.

Work will be performed in Santa Clara, Calif., and is expected to be completed

by Aug. 31, 2006.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on Jan. 17, 2006.  The

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

activity (DAAE07-01-G-M002).







            RA-LIN and Associates Inc., Carrollton, Ga., was awarded on Feb.

27, 2006, a $13,286,609 firm-fixed-price contract for Construction of a New

School.  Work will be performed at Fort Stewart, Ga., and is expected to be

completed by Aug. 8, 2007.  Contract funds will not expire at the end of the

current fiscal year.  There were 324 bids solicited on Aug. 16, 2005, and

three bids were received.  The Army Engineer District, Savannah, Ga., is the

contracting activity (W912HN-06-C-0019).







            Lakeshore Engineering Services Inc.*, Highland Park, Mich., was

awarded on Feb. 27, 2006, a $5,565,101 firm-fixed-price contract for Design

and Construction of Security and Medical Support Operations Centers.  Work

will be performed at Fort Campbell, Ky., and is expected to be completed by

June 30, 2007.  Contract funds will not expire at the end of the current

fiscal year.  There were 34 bids solicited on Nov. 1, 2005, and five bids were

received.  The Army Corps of Engineers, Louisville, Ky., is the contracting

activity (W912QR-06-C-0014).







_NAVY







            Northrop Grumman Corp., Newport News, Newport News, Va., is being

awarded a $59,311,317 cost-plus-fixed-fee contract for planning yard, design,

configuration management and logistics support for new construction,

operational, conversion and decommissioning submarines, and modernization

support for operational and decommissioning submarines.  This effort will

support SSN 688, Seawolf, Virginia, SSBN, and SSGN Class submarines.  Work

will be performed in Newport News, Va., and is expected to be completed by

September 2006.  Contract funds in the amount of $1,107,523 will expire at the

end of the current fiscal year.  This contract was not competitively procured.

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

(N00024-06-C-2105).







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

Mass., is being awarded a $35,757,572 modification to a previously awarded

firm-fixed-price contract (N00019-01-C-0147) to exercise an option for the

procurement of 12 F414-GE-400 engine fan modules, 28 high pressure compressor

modules, 3 high pressure turbine modules, and 8 low pressure turbine modules

in support of the F/A-18 Engines Program.  Work will be performed in Lynn,

Mass., and is expected to be completed in December 2006.  Contract funds will

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

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







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

$8,964,501 modification to a previously awarded cost-plus-award-fee,

indefinite-delivery/indefinite-quantity contract (N68936-02-D-0027) for

support services including analysis, design, development, test, integration,

deployment, and operations of information technology systems and services for

the research, development, test and evaluation and business/administrative

functions of the Naval Air Warfare Center Weapons Division.  Work will be

performed in China Lake, Calif. (80 percent) and Point Mugu, Calif. (20

percent), and is expected to be completed in January 2008.  Contract funds

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

Center Weapons Division, China Lake, Calif., is the contracting activity.







            Lockheed Martin Services Inc., Greenville, S.C., is being awarded

a $7,092,091 cost-plus-fixed-fee order against a previously awarded basic

ordering agreement (N00019-05-G-0030) for procurement of five defensive

electronics countermeasures (DECM) kits and installation of two kits on the

KC-130J in-service aircraft.  Work will be performed in Greenville, S.C., 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.







            General Dynamics Advanced Information Systems, Bloomington, Minn.,

is being awarded a $7,033,600 modification to a previously awarded

firm-fixed-priced contract (N00019-04-C-0129) for the fiscal 2006 full-rate

production of Mission System Computers (MSCs) for the AV-8B aircraft.  A total

of 64 MSCs will be procured for the U.S. Marine Corps (52), the U.S. Navy

(10), and for the Government of Spain (2) under a Joint Program Office

Agreement.  Work will be performed in Bloomington, Minn., 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.
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. 182-06

FOR RELEASE AT

Mar 02, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_ARMY







            Alliant Lake City Small Caliber Ammunition Company L.L.C.,

Independence, Mo., was awarded on Feb. 28, 2006, a delivery order amount of

$133,903,888 as part of a $300,450,340 firm-fixed-price contract for Small

Caliber Ammunition Services.  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).







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

on Feb. 28, 2006, a $27,381,618 modification to a cost-plus-fixed-fee contract

for Contractor Logistics Support of Deployed Stryker Vehicles.  Work will be

performed in Ontario, Canada (61.9 percent), Iraq (23.4 percent), Fort Lewis,

Wash. (5.7 percent), Fort Wainwright, Alaska (4.7 percent), Sterling Heights,

Mich. (2.2 percent), Kuwait (1.6 percent), and Vilsek, Germany (.5 percent),

and is expected to be completed by Feb. 28, 2007.  Contract funds will not

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

initiated on Dec. 9, 2003.  The U.S. Army Field Support Command, Rock Island,

Ill., is the contracting activity (DAAE07-02-C-B001).







            General Dynamics Ordnance and Tactical Systems Inc., St.

Petersburg, Fla., was awarded on Feb. 27, 2006, a delivery order amount of

$25,263,681 as part of a $196,441,232 firm-fixed-price contract for Production

of .50 Caliber Ammunition.  Work will be performed in St. Petersburg, Fla.,

and is expected to be completed by Aug. 23, 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 Jan. 18, 2005, and two bids were

received.  The U.S. Army Field Support Command, Rock Island, Ill., is the

contracting activity (W52P1J-05-G-0002).







            ESTERLINE ARMTEC Defense Inc., Coachella, Calif., was awarded on

Feb. 28, 2006, a $10,829,113 firm-fixed-price contract for MJU-10B

Countermeasure Flares.  Work will be performed in East Camden, Ark., and is

expected to be completed by July 31, 2007.  Contract funds will not expire at

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

solicited via the World Wide Web on Dec. 9, 2005, and two bids were received.

The U.S. Army Field Support Command, Rock Island, Ill., is the contracting

activity (W52P1J-06-C-0014).







            ACC Construction Co.*, Augusta, Ga., was awarded on Feb. 28, 2006,

an $8,712,524 firm-fixed-price contract for Construction of an Equipment

Maintenance Complex.  Work will be performed at Hunter Army Airfield, Ga., 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 280 bids solicited on Dec.

5, 2005, and three bids were received.  The U.S. Army Engineer District,

Savannah, Ga., is the contracting activity (W912HN-06-C-0021).







            Kilgore Flares Company L.L.C., Toone, Tenn., was awarded on Feb.

28, 2006, a $7,511,934 firm-fixed-price contract for MJU-10B Countermeasure

Flares.  Work will be performed in East Camden, Ark., and is expected to be

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

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

World Wide Web on Dec. 9, 2005, and two bids were received.  The U.S. Army

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

(W52P1J-06-C-0015).







            Martin Electronics Inc.*, Perry, Fla., was awarded on Feb. 28,

2006, a $5,009,029 modification to a firm-fixed-price contract for M228

Practice Fuzes.  Work will be performed in Perry, Fla., and is expected to be

completed by June 24, 2007.  Contract funds will not expire at the end of the

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

World Wide Web on Jan. 14, 2005, and six bids were received.  The U.S. Army

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

(W52P1J-04-C-0050).







_NAVY







            ITT Avionics, Clifton, N. J., is being awarded an $82,074,576

firm-fixed-price contract for the Fiscal Year 2006 full rate production III

(FRP III) of 48 AN/ALQ-214(V)2 On-Board Jammers, a component of the Integrated

Defensive Electronic Countermeasure.  Work will be performed in Clifton, N.J.

(45 percent); at various locations for all other vendors throughout the United

States (36.1 percent); San Diego, Calif. (7.5 percent); East Syracuse, N.Y.

(7.2 percent); and Rancho Cordova, Calif. (4.2 percent), and is expected to be

completed in November 2009.  Contract funds will not expire at the end of the

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

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

(N00019-05-C-0054).







            Northrop Grumman Ship Systems, Pascagoula, Miss., is being awarded

a $42,759,000 cost-plus-award-fee, level of effort modification to previously

awarded contract (N00024-05-C-2311) for continuation of DD(X) transition

design efforts, initial detail design and long lead material procurement for

DD(X) ship construction.  Work will be performed in Pascagoula, Miss., 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.







            Nova Group Inc., Napa, Calif., was awarded on Feb. 28, 2005,

$9,000,000 for firm-fixed-price Task Order 0003 under a previously awarded

indefinite-delivery/indefinite-quantity multiple award construction contract

(N68711-03-D-7054) for design and construction of mission support facilities

for the homeporting of submarines at Naval Base Kitsap, Silverdale,

Washington.  The work to be performed provides for all labor, material,

equipment, and associated costs to design and construct support facilities for

homeporting of two additional submarines including 3,200 amp shore power

upgrade to permit nesting of submarines; new emergency generator building near

the existing emergency generator Building 7702 with three new 2.17 MW

emergency generators and accompanying equipment (parallel switchgear, power

conductors, double wall fiberglass fuel tanks with piping); and wharf

improvements to support submarine berthing that includes two new power booms

and adequate electrical and mechanical system upgrades.  Work will be

performed in Silverdale, Wash., and is expected to be completed by September

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

The basic contract was competitively procured via the NAVFAC e-solicitation

website with twelve proposals received and award made to multiple contractors

on Sept. 25, 2003.  The total contract amount is not to exceed $50,000,000

(base period and four option years).  The multiple contractors (four in

number) may compete for task orders under the terms and conditions of the

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

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

contracting activity.







AIR FORCE







            United Technologies Corp., Pratt and Whitney Aircraft Group, East

Hartford, Conn., is being awarded a $28,474,204 fixed price with economic

price adjustment contract modification for fiscal 2006 interim economic price

adjustment (EPA) and fiscal 2006 multi-year funding for procurement of four

each F117-PW-100 spare engines.  At this time, total funds have been

obligated.  This work will be complete January 2007.  The Headquarters

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

contracting activity (F33657-02-C-0006/P00018).







            Northrop Grumman Corp., Electronic Sensors and System Section,

Linthicum Heights, Md., is being awarded a $13,362,126 cost plus fixed fee

contract for program management and software development support of the

overall Common Imagery processor program.  This task includes baseline sensor

spiral development/support for U-2 ASARS-2/ASARS-2A/SYERS/SYERS-2/SYERS-2A

sensors, F/A-18 SHARP/ATARS/APG-73 sensors, RADEOS Sensors and Global Hawk

sensors.  At this time, $5,861,350 has been obligated.  Solicitations began in

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

be complete December 2007.  The Headquarters Aeronautical Systems Center,

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

(FA8620-05-G-4302; delivery order 0002).







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

being awarded a $7,578,682 firm fixed price contract modification for

additional spares to support the KC-135 Global Air Traffic Management (GATM)

Program.  At this time, total funds have been obligated.  Negotiations were

complete in February 2006.  This work will be complete September 2010.  The

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

is the contracting activity (F33657-98-C-0036/P00069).
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. 186-06

FOR RELEASE AT

Mar 03, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







AIR FORCE







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

$240,060,000 firm fixed price with cost reimbursement type for alternate

disputes resolution contract for Joint Direct Attack Munition (JDAM) Lot 10

Guided Vehicle (GV) kits quantity of 10,000.  The Joint Direct Attack Munition

(JDAM) weapon system provides the Air Force and the Navy with an improved

aerial delivery capability for existing 500, 1000 and 2000-pound bombs.  The

JDAM is a strap-on kit with Inertial Navigation System (INS/Global Positioning

Systems (GPS) capability.  At this time, total funds have been obligated.

Solicitations began in November 2005 and negotiations were complete in March

2006.  This work will be complete March 2008.  The Headquarters Air to Ground

Munitions Systems Wing, Eglin Air Force Base, Fla., is the contracting

activity (FA8681-06-C-0058).







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

awarded a cost plus award fee contract for Launch Capabilities for the Evolved

Expendable Launch Vehicle (EELV) Program totaling more than $50 million.  This

work is expected to be complete by September 2007.  Contract funds will not

expire at end of current fiscal year.  The contract was a negotiated

procurement and includes the following tasks:  Launch and Range Operations for

Vandenberg Air Force Base, Calif. and Cape Canaveral Air Force Station, Fla.;

Mission Integration; Mission Unique Development and Integration; Systems

Engineering and Program Management; Subcontract Support; Factory Support

Engineering; and Special Studies.  The Space and Missile Systems Center, Los

Angeles Air Force Base, Calif. is the contracting activity (FA8816-06-C-0002).







            The Boeing Co., Seattle, Wash., is being awarded a $19,700,000

firm fixed price and cost plus fixed fee contract.  This delivery order

results in the configuration selection for Large Aircraft Infrared

Countermeasures (LAIRCM), interface control document, system requirement

review, and engineering documentation.  At this time, $7,880,000 has been

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

complete November 2006.  The Headquarters Aeronautical Systems Center,

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

(F33657-01-D-0013).







            Lockheed Martin  Mission Systems, Colorado Springs, Colo., is

being awarded a $10,650,003 cost plus award fee contract modification for

engineering support/analysis for requirements definition, and complete

renovation and restoration of rooms 206, 207 and 208 of the Global Operations

Center in HQ USSTRATCOM building 522.  Specifically to include, but not

limited to; engineering analysis efforts, architectural drawings, detailed

design drawings, and all related documentation (including HVAC, electrical

systems, integration of Information Technology (IT) and Audio Visual (AV)

systems).  This effort will also encompass the procurement, delivery, and

installation of the Bill of Material (BOM) and any necessary updates (based on

material availability) for equipment items. Material/systems purchased will be

compatible with existing equipment currently installed for CCU Phase I.  At

this time, $6,936,048 has been obligated.  This work will be complete May

2007.  The Headquarters Electronic Systems Center, Detachment 5, Peterson Air

Force Base, Colo., is the contracting activity (F19628-00-C-0019/P00079).







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

awarded a $9,899,980 cost plus fixed fee contract.  The Air Vehicles

directorate has for several years conducted focused research on high

temperature thermal protection systems that support high-speed air vehicles.

The primary application of this technology is to un-powered hypersonic

technology vehicles such as those being developed in the DARPA/AFSPC Falcon

Program.  However, this technology has many other applications to high-speed

air, re-entry and space access vehicles. Ongoing research into these thermal

protection systems is approximately half complete; this effort will carry the

research through to completion over the next five years.  At this time,

$10,272 has been obligated.  Solicitations began in December 2005 and

negotiations were complete in February 2006.  The Headquarters Air Force

Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting

activity (FA8650-06-C-7615).







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

awarded a $7,000,000 fixed price contract.  This action supports the

contractor's RL-10 engine producibility effort for the assured access to space

program.  The objective is to address new capabilities, tools and resources

for effectiveness of the Evolved Expendable Launch Vehicle (EELV) processes.

There are 14 engineering projects for the year 2006 effort.  At this time,

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

The Headquarters Space and Missile Systems Center, Los Angeles, Calif., is the

contracting activity (F04701-98-9-0004).







_NAVY







_            CARL ZEISS OPTRONICS GmbH Carl Zeiss-Strasse 22 73447 Oberkochen,

Germany, is being awarded a maximum $35,000,000 firm-fixed-price,

indefinite-delivery/indefinite-quantity contract for the production of Eyesafe

Laser Rangefinders and associated technical and engineering support.  Work

will be performed in Oberkochen Germany (60 percent), and Indianapolis, Ind.

(40 percent), and is expected to be completed March 2011.  Contract funds will

not expire during the current fiscal year.  This contract was competitively

procured.  The Marine Corps Systems Command, Quantico, Va., is the contracting

activity (M67854-06-C-6004).







            Sun Woo Corp., dba Core Tech International*, Tamuning, Guam, is

being awarded a $21,066,480 firm-fixed-price contract for wholehouse

revitalization at South Finegayan, located near the U.S. Naval Communication

Station, Guam.  Work will be performed in Guam, and is expected to be

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

current fiscal year.  This contract was competitively procured with 12

proposals solicited and four offers received.  The Naval Facilities

Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting

activity (N62742-06-C-1303).







            Carothers Construction Inc., Water Valley, Miss., is being awarded

$21,051,000 for firm-fixed price Task Order 0001 under previously awarded

indefinite-delivery/indefinite-quantity multiple award construction contract

(N62467-05-D-0097) for repairs to 130 various damaged buildings impacted by

Hurricane Katrina at Naval Construction Battalion Center (NCBC), Gulfport.

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

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

  The basic contract was competitively procured as a two-phase design/build

with 34 contractors responding to Phase I, 10 proposers were taken to Phase II

with all submitting proposals, and award made to multiple contractors on Aug.

29, 2005.  The basic 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.  Four 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, St. Paul,

Minn., is being awarded a not-to-exceed $20,929,091 firm-fixed-price,

indefinite-delivery/indefinite-quantity contract for the procurement of Phased

Depot Maintenance and Special Structural Inspections for up to seven P-3

aircraft for the Government of Pakistan under the Foreign Military Sales

Program.  Work will be performed in Greensville, S.C. (90 percent) and Eagan,

Minn. (10 percent), and is expected to be completed in May 2009.  Contract

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

was not competitively procured.  The Naval Air Systems Command, Patuxent

River, Md., is the contracting activity (N00019-06-D-0012).







            Northrop Grumman Defense Mission Systems Inc., Reston, Va., is

being awarded an $8,644,260 indefinite-delivery/indefinite-quantity contact

with cost-plus-fixed-fee pricing for continued and uninterrupted engineering

and technical services in support of the Tomahawk Command and Control System,

Distributed Common Ground SystemNavy, Digital Photo Lab/Digital Camera

Receiving Station, Joint Mission Planning System, Imagery Exploitation Support

System, Image Production Library and other mission essential programs through

the Space and Naval Warfare (SPAWAR) Systems Center San Diego, C4I Programs

Office, Philadelphia. Work will be performed in Philadelphia, Pa., and is

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

of the current fiscal year. This contract was advertised on the Federal

Business Opportunities website and the SPAWAR e-Commerce Central website as a

sole source, bridge contract to complete work critical to the national

interest and the Navy mission.  The Space and Naval Warfare Systems Center,

San Diego, Calif., is the contracting activity (N66001-06-D-0009).







            Progeny Systems Corp., Manassas, Va., is being awarded a

$7,324,000 cost-plus-fixed-fee Small Business Innovative Research (SBIR) Phase

III contract to provide engineering services, to include analyzing, design,

fabrication and integration of hardware and/or software solutions for

Technology Infusion Methodology for Commercial Off The Shelf electronics based

sub-systems that collectively provide Command, Control, Communication and

Intelligence (C3I) functionality for delivery to U.S. Navy Submarine

Platforms.  Work will be performed in Manassas, Va., and is expected to be

completed by December 2006.  Contract funds in the amount of $2,000,194 will

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

competitively procured.  The Naval Sea Systems Command, Washington, D.C., is

the contracting activity (N00024-06-C-6256).







            Sonatech Inc, Santa Barbara, Calif., is being awarded a $7,091,825

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

five Obstacle Avoidance Sonar (OAS) systems, diagnostic evaluation, repair and

upgrade, OAS spares, field support and obsolescence studies.  The contract

will provide for life-cycle maintenance, spare parts and new obstacle

avoidance sonar fabrication support of the Seal Delivery Vehicle (SDV) and SDV

performance-based logistics.  Work will be performed in Santa Barbara, Calif.

(98 percent), various government sites (2 percent), and is expected to be

completed by March 2011.  Contract funds will not expire at the end of the

current fiscal year.  This contract was a sole source effort.  The Naval

Surface Warfare Center, Panama City Division, Panama City, Fla., is the

contracting activity.







            BAE Armament Systems Division, Minneapolis, Minn., is being

awarded a $5,428,533 cost-plus-fixed-fee contract for the design and

production of the 32 MJ Laboratory Launcher for the U.S. Navy.  The design and

fabrication of the 32 MJ Lab Launcher will be a major step toward development

of a full scale tactical 64 MJ EM Gun weapon system for the U.S. Navy.  Work

will be performed in Minneapolis, Minn. (66 percent) and Dayton, Ohio (37

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

the amount of $600,000 will expire at the end of the current fiscal year.  The

contract was competitively procured and advertised via Federal Business

Opportunities site, with three offers received.  The Naval Surface Weapons

Center, Dahlgren Division, Dahlgren, Va., is the contracting activity

(N00178-06-C-1008).







_DEFENSE LOGISTICS AGENCY







_            Universal Enterprises Inc., dba Air Services Hawaii*, Honolulu,

is being awarded a maximum $9,398,170 fixed price with economic price

adjustment for various types of jet fuel.  Using services are Army, Navy, Air

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

various islands throughout Hawaii.  There was one proposal solicited and one

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 (DESC), Fort Belvoir, Va.

(SP0600-06-D-0038).







            Corporate Aircraft Inc.*, Fresno, Calif., is being awarded a

maximum $8,094,811 fixed price with economic price adjustment for jet fuel.

Using services are Army, Navy, Air Force, Marine Corps, and state and local

government.  There were two proposals solicited.  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-0037).
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. 193-06

FOR RELEASE AT

Mar 06, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_ARMY







            Spawglass Construction Corp., Houston, Texas, was awarded on March

2, 2006, a $30,329,700 firm-fixed-price contract for design and construction

of an Armed Forces reserve center.  Work will be performed in Houston, Texas,

and is expected to be completed by July 31, 2008.  Contract funds will not

expire at the end of the current fiscal year.  There were 85 bids solicited on

Oct. 28, 2005, and one bid was received.  The U.S. Army Corps of Engineers,

Louisville, Ky., is the contracting activity (W912QR-06-C-0015).







            Hensel Phelps Construction Co., Chantilly, Va., was awarded on

Feb. 28, 2006, an $18,044,993 modification to a fixed-price-incentive with

award-fee contract for changes to the Pentagon Renovation.  Work will be

performed at the Pentagon, Arlington, Va., and is expected to be completed by

Sept. 27, 2009.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on Jan. 19, 2001.  The

Pentagon Renovation and Construction Program Office, Arlington, Va., is the

contracting activity (MDA947-01-C-2001).







            The Purdy Corp.*, Manchester, Conn., was awarded on Feb. 28, 2006,

a delivery order amount of $9,956,400 as part of a $16,941,500

firm-fixed-price contract for Intermediate gear boxes for the AH-64 aircraft.

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

by Sept. 14, 2009.  Contract funds will not expire at the end of the current

fiscal year.  There were two bids solicited on Sept. 7, 2005, and two bids

were received.  The U.S. Army Aviation and Missile Command, Redstone Arsenal,

Ala., is the contracting activity (W58RGZ-06-D-0143).







            James Construction Group, Baton Rouge, La., was awarded on Feb.

24, 2006, a $9,781,825 firm-fixed-price contract for floodwall repairs.  Work

will be performed in Orleans Parish, La., and is expected to be completed by

Oct. 27, 2006.  Contract funds will not expire at the end of the current

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

Wide Web on Feb. 10, 2006, and seven bids were received.  The U.S. Army Corps

of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0109).







            BAE Systems, York, Pa., was awarded on March 1, 2006, a $9,514,944

modification to a firm-fixed-price contract for spare diesel engines for the

M88A2 HERCULES vehicle system.  Work will be performed in York, Pa., 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 Nov. 3, 2005.  The U.S. Army Tank-Automotive and Armaments Command, Warren,

Mich., is the contracting activity (DAAE07-01-C-N030).







            Hentzen Coatings, Milwaukee, Wis., was awarded on March 1, 2006, a

delivery order amount of $9,214,745 as part of a $14,108,191 firm-fixed-price

contract for chemical agent resistant coating for vehicles.  Work will be

performed in Milwaukee, Wis., and is expected to be completed by April 12,

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

There were two bids solicited on Nov. 30, 2004, and three bids were received.

The U.S. Army Tank-Automotive and Armaments Command, Texarkana, Texas, is the

contracting activity (W911RQ-05-D-0013).







            Global Fleet Sales Inc.*, Anderson, Ind., was awarded on March 1,

2006, an $8,610,000 increment as part of a $17,220,000 firm-fixed-price

contract for Afghan National Police trucks.  Work will be performed in

Bangkok, Thailand, 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 Feb. 9, 2006.  The U.S. Army Tank-Automotive and

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

(W56HZV-06-C-T002).







            TAB Construction Company Inc.*, Canton, Ohio, was awarded on Feb.

27, 2006, a $5,596,804 firm-fixed-price contract for construction of a flood

wall.  Work will be performed in Grundy, Va., and is expected to be completed

by Oct. 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 Oct. 12, 2005, and three bids were received.  The U.S. Army Corps

of Engineers, Huntington, W.V., is the contracting activity (W91237-06-C-0001).







_AIR FORCE







            Gestalt LLC, King of Prussia, Pa., is being awarded a $18,330,000

cost plus fixed fee contract.  This contract is to provide research and

development of the Distributed Mission Interoperability Toolkit (DMIT) Phase

III.  This research includes but is not limited to maintaining cross-domain

security, matching diverse fidelity of information and processing needs, and

enabling distributed services brokering and discovery. At this time, $100,000

has been obligated.  Solicitations began January 2005 and negotiations were

complete in February 2006.  This work will be complete in March 2008.  The

Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting

activity (FA8726-06-C-0004).







            Honeywell International Inc., Clearfield, Fla., is being awarded a

$7,599,844 firm fixed price contract modification.  This action is to exercise

an option to purchase ninety-two (92), AH-64 EGI production units and

recurring hardware for the Tri-Service Embedded Global Positioning System

(GPS)/Inertial Navigation System (INS) EGI office.  At this time, total funds

have been obligated.  This work will be complete in March 2008.  The

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

Ohio is the contracting activity (F33657-99-C-2040/P00301).







_NAVY







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

awarded an $18,102,494 not-to-exceed modification to a previously awarded

cost-plus-incentive-fee contract (N00019-03-C-0067) to provide logistic

services in support of the CV-22 developmental test and initial operational

test and evaluation.  Work will be performed at Kirtland Air Force Base,

Albuquerque, N.M. (60 percent) and Edwards Air Force Base, Kern, Calif. (40

percent), and is expected to be completed in December 2006.  Contract funds

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

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







            Smiths Aerospace LCC, Customer Services Americas, Clearwater,

Fla., is being awarded a $16,543,571 requirements contract to provide

performance based logistics in support of the AN-AYK-22 stores management

system upgrade used on the F/A-18 C, D, E, F, and G aircraft.  Work will be

performed in Clearwater, Fla. (95 percent) and Grand Rapids, Mich. (5

percent), and work is expected to be completed by March 2016.  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 (N00383-06-D-034D).







            Nova Group, Inc., Napa, Calif., is being awarded $11,175,000 for

firm-fixed price Task Order 0001 under a previously awarded

indefinite-delivery/indefinite-quantity multiple award construction contract

(N62473-06-D-1005) for design and construction of the rotary wing fueling

apron and hydrant system at Marine Corps Air Station, Yuma.  Work will be

performed in Yuma, Ariz., 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 10 offers received and award made to multiple contractors on

Oct. 7, 2005.  The total contract amount is not to exceed $30,000,000 (base

period and four option years).  The multiple contractors (six in number) may

compete for task orders under the terms and conditions of the existing

contract.  Five offers were received for this task order.  The Naval

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

contracting activity.







            Detyens Shipyard, Inc., Charleston, S.C., is being awarded a

$7,286,360 firm-fixed-price contract for ship repair, overhaul and drydock to

support Military Sealift Command's combat stores ship USNS Spica (T-AFS 9).

USNS Spica's primary mission is to provide underway replenishment and/or

vertical replenishment to Navy ships at sea, enabling the ships to remain on

station for extended periods of time, ready to respond when needed.   This

contract includes options that, if exercised, would bring the cumulative value

of the contract to $9,762,788.  Work will be performed in Charleston, S.C.,

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

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

with eight proposals solicited and three offers received.  The U.S. Navy's

Military Sealift Fleet Support Command, Virginia Beach, Va., is the

contracting activity (N62381-06-C-2002).







            Science Applications International Corporation (SAIC), San Diego,

Calif., is being awarded a $5,177,718 indefinite-delivery/indefinite-quantity,

cost-plus-fixed-fee contract for systems integration engineering to plan for,

implement, and gain acceptance of C4I components and networks integrated into

Navy, Joint, and national C4I systems. This contract is one of four contracts

awarded: all four 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

$27,667,657.  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 11 offers received.  The Space and Naval

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

(N66001-06-D-0030).
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. 196-06

FOR RELEASE AT

Mar 07, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_ARMY







_            General Electric Aircraft Engine, Cincinnati, Ohio, was awarded

on March 3, 2006, a $27,201,109 modification to a firm-fixed-price contract

for support to the Corpus Christi Army Depot in their overhaul and repair of

the entire T700 family of engines.  Work will be performed in Corpus Christi,

Texas, and is expected to be completed by Sept. 25, 2006.  Contract funds will

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

contract intiated on Aug. 25, 2005.  The U.S. Army Aviation and Missile

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

(W58RGZ-06-C-0038).







            Raytheon Co., Fullerton, Calif., was awarded on March 3, 2006, a

$19,503,591 modification to a firm-fixed-price contract for the enhanced

position location reporting system radio transmitters.  Work will be performed

in Fullerton, Calif. (39.9 percent), Tempe, Ariz. (16.4 percent), Los Angeles,

Calif. (16.2 percent), Forest, Miss. (13 percent), Lewisburg, Tenn. (7

percent), Melville, N.Y. (4.1 percent), Brenham, Texas (3.3 percent),

Marlborough, Mass. (0.1 percent), and is expected to be completed by Dec. 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.

29, 2005, and one bid was received.  The U.S. Army Communications-Electronics

Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-97-C-C775).







            Bear Brothers Inc.*, Montgomery, Ala., was awarded on March 3,

2006, a $15,539,900 firm-fixed-price contract for construction of a dormitory.

  Work will be performed at Maxwell Air Force Base, Ala., and is expected to be

completed by May 3, 2007.  Contract funds will not expire at the end of the

current fiscal year.  There were 201 bids solicited on Sept. 28, 2005, and two

bids were received.  The U.S. Army Corps of Engineers, Mobile, Ala., is the

contracting activity (W91278-06-C-0018).







            United Defense L.P., Santa Clara, Calif., was awarded on March 1,

2006, a $15,240,000 modification to a cost-plus-fixed-fee contract to provide

systems technical support and logistics services for the production of the

Bradley Fighting Vehicle and Multiple Launch Rocket Systems and their

derivative vehicles.  Work will be performed in Santa Clara, Calif., 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 Dec. 28, 2000.  The U.S. Army Tank-Automotive and Armaments Command,

Warren, Mich., is the contracting activity (DAAE07-01-C-M011).







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

3, 2006, a $7,875,238 modification to a firm-fixed-price and

cost-plus-fixed-fee contract for additional High Mobility Artillery Rocket

System launchers.  Work will be performed in East Camden, Ark. (77 percent),

and Grand Prairie, Texas (23 percent), and is expected to be completed by Feb.

29, 2008.  Contract funds will not expire at the end of the current fiscal

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

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

activity (W31P4Q-06-C-0001).







            Pine Bluff Sand & Gravel Co., Pine Bluff, Ark., was awarded on

Feb. 22, 2006, a $5,202,634 firm-fixed-price contract for environmental

protection services.  Work will be performed in Coushatta, La., and is

expected to be completed by Aug. 15, 2006.  Contract funds will not expire at

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

solicited via the World Wide Web on Dec. 21, 2005, and four bids were

received.  The U.S. Army Corps of Engineers, Vicksburg, Miss., is the

contracting activity (W912EE-06-C-0006).







AIR FORCE







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

being awarded a $25,000,000 fixed price incentive firm with award fee contract

modification.  This will be an unpriced change order or undefinitized contract

action due to high urgency and potential mission impact.  This will cover key

production activities to initiate environmental control system production and

development phase for manufacture and delivery of units for the

Intercontinental Ballistic Missile (ICBM).  This contract will provide

environmental control system units, deployment activities, and interim

contractor support to upgrade the launch facilities and missile alert

facilities at the three missile wings.  At this time, $12,250,000 has been

obligated.  This work will be complete October 2007.  The Headquarters Ogden

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

(F42610-98-C-0001/Modification number has not yet been assigned).







            Northrop Grumman Systems Corp., Integrated Systems Air Combat

Systems, San Diego, Calif., is being awarded a $6,000,000 cost plus fixed fee

contract for the operation of the Global Hawk system in a forward theater of

operations for a classified length of time, which includes personnel,

equipment, logistics and communication support.  At this time, total funds

have been obligated.  This work will be complete April 2006.  The Headquarters

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

contracting activity (F33657-03-G-4306-0031).







            Raytheon Co., Marlborough, Mass, is being awarded a $5,795,151

cost plus fixed fee contract. The objective of the Adaptive Photonic

Phase-Locked Elements (APPLE) efforts is to build an array of sub-apertures

capable of transmitting; receiving, and rapidly steering spatially phased

optical energy and images in which each sub-aperture should be transmissive.

The Air Force Research Laboratory is the executive agent for this Defense

Advanced Research Agency effort currently designated a Phase 0 and intended to

verify that the proposed APPLE vision is compatible with high power laser

operation.  At this time, total funds have been obligated.  Solicitations

began October 2004 and negotiations were complete in March 2006.  This work

will be complete March 2007.  The Headquarters Air Force Research Laboratory,

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

(FA8650-05-C-7211).

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. 199-06

FOR RELEASE AT

Mar 08, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_ARMY







            General Atomics Aeronautical Systems, San Diego, Calif., was

awarded on March 3, 2006, a $67,000,000 increment as part of a $214,321,143

cost-plus-incentive-fee contract for System Development and Demonstration for

the Extended Range / Multi-Purpose Unmanned Aerial Vehicle.  Work will be

performed in San Diego, Calif. (43 percent), Adelanto, Calif. (14 percent),

Palmdale, Calif. (8 percent), Salt Lake City, Utah (18 percent), Hunt Valley,

Md. (14 percent), and Huntsville, Ala. (3 percent), and is expected to be

completed by Aug. 31, 2009.  Contract funds will not expire at the end of the

current fiscal year.  There were 120 bids solicited on Sept. 1, 2004, and

three bids were received.  The U.S. Army Aviation and Missile Command,

Redstone Arsenal, Ala., is the contracting activity (W58RGZ-05-C-0069).







            Raytheon Co., McKinney, Texas, was awarded on March 6, 2006, a

$16,103,430 modification to a firm-fixed-price contract for an Additional

Amount of Improved Thermal Sight Systems.  Work will be performed in Taunton,

United Kingdom (21 percent), Carlsbad, Calif. (4 percent), Grand Rapids, Mich.

(10 percent), Midland, Ontario, Canada (23 percent), Ft. Walton Beach, Calif.

(5 percent), Fairfield, Conn. (3 percent), Moorpark, Calif. (7 percent),

Richardson, Texas (2 percent), Cedar Rapids, Iowa (1 percent), Tipp City, Ohio

(2 percent), El Segundo, Calif. (6 percent), Goleta, Calif. (11 percent), and

McKinney, Texas (5 percent), and is expected to be completed by Dec. 31, 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 April 4,

2001, and five bids were received.  The U.S. Army Tank-Automotive and

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

(DAAE07-02-C-M001).







_NAVY







            Black Construction Corporation, Barrigada, Guam, is being awarded

a $49,860,000 firm-fixed-price contract for the FY06 MCON P-431, Alpha & Bravo

wharf improvements at Naval Station Marianas, Polaris Point, Guam.  The work

includes sheet pile bulkhead improvements to existing wharves Alpha and Bravo,

a concrete wharf extension to wharf Bravo, wharf fendering, mooring fittings,

utility connections, security and area lighting distribution system, upgrade

to potable water distribution system, dredging and incidental related work.

This contract will be incrementally funded.  FY06 funds allotted at the time

of contract award is $22,700,000.  FY07 funds of $27,160,000 will be provided

no later than February 2007.   Work will be performed at Polaris Point, Guam,

and is expected to be completed June 2008.  Contract funds will not expire at

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

with 22 solicitation packages distributed and three offers received.  The

Naval Facilities Engineering Command, Pacific, Construction Contracts Branch,

Hawaii, is the contracting activity (N62742-06-C-1305).







            SkillsNET Government, Ltd.*, Waxahachie, Texas, is being awarded a

$35,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity

contract to provide operation, maintenance, analysis, training, technical

services, and a commercial-off-the-shelf Skills Management System software

application suite in support of the Navy's ongoing Total Force occupational

data capture and analysis efforts.  The Total Force encompasses all Navy

personnel, enlisted, officers (active and reserve, afloat and ashore

components), civilians (government and contractor).  Work will be performed in

Waxahachie, Texas, and is expected to be completed in March 2011.  Contract

funds in the amount of $9,100,000 will expire at the end of the current fiscal

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

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

(N61339-06-D-0010).







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

$23,151,064 modification to a previously awarded firm-fixed-price contract

(N00019-04-C-0115) for production sustaining support, integrated logistics

services, and the manufacture and installation of six Active Vibration Control

kits in support of the Low Rate Initial Production III MH-60R aircraft.  Work

will be performed in Stratford, Conn. (90 percent); and Owego, N.Y. (10

percent), and is expected to be completed in December 2006.  Contract funds

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

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







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

being awarded a $10,847,259 cost-plus incentive-fee/award-fee modification

under previously awarded contract (N00024-04-C-6205) to exercise an option for

Multi-Purpose Processors (MPP) and Total Ship Monitoring System (TSMS) kits in

support of Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion (A-RCI)

program production.  The contractor will produce 10 MPP systems and associated

spares in support of three SSBN's, five SSN's, and two SSGN's.  Seven TSMS

kits will be produced in support of five SSN's, and two SSGNs.  MPP process

acoustic signals from submarine towed arrays, hull arrays, sphere arrays, and

TSMS.  A-RCI integrates and improves towed array, hull array, sphere array,

and other ship sensor processing on SSN 688, SSN 688I, SSN 21, SSN 774, SSGN,

and SSBN 726 Class submarines.  These improvements are incorporated via rapid

insertion of COTS based hardware and software.  A-RCI efforts include

interfaces to the legacy systems; signal processing enhancements; display

enhancements; and incorporation of Government Furnished Information

algorithms.  Work will be performed in Fairfax, Va., and is expected to be

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

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

contracting activity.







            HITT Contracting, Inc.*, North Charleston, S.C., is being awarded

a $6,595,000 firm-fixed-price contract for the construction of the Central

Command Air Force Communications Squadron Facilities at Shaw AFB, S.C.  The

proposed new construction will consist of a new Air Operations Center (AOC)

and a new Air Communications Squadron administration and maintenance building.

The new AOC will include administration spaces, an operations center, and

conference rooms.  Work will be performed in Sumter, S.C., and is expected to

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

current fiscal year.  This contract was competitively procured via the NAVFAC

e-solicitation website with six offers received.  The Naval Facilities

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

contracting activity (N62467-06-C-0168).







_AIR FORCE







            Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being

awarded a $9,282,774 cost plus award fee contract modification.  This effort

is for twelve months of contractor logistics support services for continuation

of the Air Force Quick Reaction Capability Support Center.  This is a

contractor owned and operated facility that provides total worldwide logistics

for approximately 15 electronics warfare systems.  At this time, total funds

have been obligated.  This work will be complete September 2006.  The

Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga.,

is the contracting activity (F09603-02-C-0332/P00022).







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

being awarded a $7,677,376 fixed price incentive (firm target) award fee, firm

fixed price contract modification for Intercontinental Ballistic Missile

(ICBM) Minuteman III Guidance Replacement Program (GRP) full rate production

(FRP) Value Engineering Change Proposal 01-OPIC-030 and 01-IPIC-0009.  The

funding is for FY06 contractor share.  At this time, total funds have been

obligated.  The Headquarters Ogden Air Logistics Center, Hill Air Force Base,

Utah, is the contracting activity (F42610-98-C-0001/Modification # for this

requirement has not been assigned yet).







DEFENSE LOGISTICS AGENCY







            Air BP, BP Products, North, Inc., Warrenville, Ill., * is being

awarded a maximum $5,035,037 requirements type contract and fixed price with

economic price adjustment for various types of jet fuel.  Using services are

Army, Navy, Air Force, Marine Corps, federal civilian agencies, and state and

local government.  Other location(s) of performance is Portland, Ore.  There

was 1 proposal 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

(DESC), Fort Belvoir, Va. (SP0600-06-D-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. 200-06

FOR RELEASE AT

Mar 09, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







NAVY







            Northrop Grumman Corp., Bethpage, N.Y., is being awarded a

$12,903,905 firm-fixed-price, cost-plus-fixed-fee contract to install wing

center sections (WCS) on seven EA-6B aircraft and conduct a planned

maintenance Interval #1 inspection on one of the seven WCS installed.  In

addition, this contract provides procurement for "over and above" maintenance

tasks resulting from periodic maintenance Interval #1 inspection and repairs

incidental to maintenance tasks resulting from the WCS installations.  Work

will be performed in St. Augustine, Fla., and is expected to be completed in

November 2007.  Contract funds in the amount of $2,681,798 will expire at the

end of the current fiscal year.  This contract was not competitively procured.

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

activity (N00019-06-C-0083).

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. 204-06

FOR RELEASE AT

Mar 10, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_ARMY







            BAE Systems Land & Armaments, York, Pa., was awarded on March 8,

2006, a delivery order amount of $187,254,670 as part of a $227,259,670

firm-fixed-price contract for repair of desert damaged vehicles.  Work will be

performed in York, Pa. (83 percent), Aiken, S.C. (5 percent), San Jose, Calif.

(8 percent), and Fayette, Pa. (4 percent), and is expected to be completed by

Dec. 31, 2006.  Contract funds will not expire at the end of the current

fiscal year.  This was a sole source contract initiated on Oct. 18, 2005.  The

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

contracting activity (W56HZV-05-G-0005).







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

8, 2006, a $71,518,122 modification to a firm-fixed-price contract for CH-47

T55-714A engines and fielding kits.  Work will be performed in Phoenix, Ariz.,

and is expected to be completed by Dec. 31, 2009.  Contract funds will not

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

initiated on Feb. 13, 2003.  The U.S. Army Aviation and Missile Command,

Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-C-0061).







            Raytheon Co., Tucson, Ariz., was awarded on March 6, 2006, a

$45,052,290 modification to a firm-fixed-price contract for TOW 2A and TOW 2B

aero missiles.  Work will be performed in Tucson, Ariz., and is expected to be

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

current fiscal year.  This was a sole source contract initiated on July 15,

2002.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is

the contracting activity (W31P4Q-04-C-0061).







            Davis Constructors & Engineers Inc., Anchorage, Alaska, was

awarded on March 6, 2006, a $43,029,957 firm-fixed-price contract for

construction of replacement family housing.  work will be performed at Fort

Richardson, Alaska, and is expected to be completed by Oct. 31, 2008.

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

were 22 bids solicited on Oct. 12, 2005, and one bid was received.  The U.S.

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

activity (W911KB-06-C-0005).







            Mid Eastern Builders Inc., Chesapeake, Va., was awarded on March

7, 2006, a $17,039,211 firm-fixed-price contract for construction of a fuel

pump house.  Work will be performed at Seymour Johnson Air Force Base, N.C.,

and is expected to be completed by Sept. 7, 2007.  Contract funds will not

expire at the end of the current fiscal year.  There were 260 bids solicited

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

District, Savannah, Ga., is the contracting activity (W912HN-06-C-0018).







            Thales Raytheon Systems Company L.L.C., Fullerton, Calif., was

awarded on March 7, 2006, a $7,031,798 firm-fixed-price contract for the

replacement of the Firefinder AN/TPQ-36(V) 8 radar processors, spare parts,

and technical, logistical, and engineering support services.  Work will be

performed in Fullerton, Calif., and is expected to be completed by Dec. 31,

2010.  Contract funds will not expire at the end of the current fiscal year.

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

14, 2005, and two bids were received.  The U.S. Army

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

activity (W15P7T-06-C-M207).







_AIR FORCE







            The Boeing Co., Seattle, Wash., is being awarded a $76,386,000

firm fixed price contract modification to provide for funding for the annual

C-40 and C-32 contractor integrated fleet support (1 Jan. 1, 2006 through Dec.

31, 2006).  At this time, $30,554,400 has been obligated.  This work will be

complete December 2006.  The Headquarters Aeronautical Systems Center,

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

(F33657-01-D-0013-At this time, no modification # has been assigned).







            Rural Electronic, Inc., Mesa, Ariz., is being awarded a

$27,256,743 firm fixed price contract modification for exercising option for

base electrical and airfield lighting, this is an indefinite

delivery/indefinite quantity contract.  At this time, no funds have been

obligated.  This work will be complete 28 March 2007.  The Headquarters Air

Education and Training Command, Randolph Air Force Base, Texas, is the

contracting activity (F02604-02-D-0004/P00015).







            Civil Air Patrol, Inc., Maxwell Air Force Base, Ala., is being

awarded a $21,537,000 cooperative agreement contract modification to increase

funding for FY06 Civil Air Patrol operation and maintenance, counter-drug

activities and vehicle and aircraft procurement funds as authorized by the FY

06 DoD Appropriations Act, Section 8025.  At this time, total funds have been

obligated.  This work will be complete September 2006.  The 42d Air Base Wing,

Maxwell Air Force Base, Ala., is the contracting activity

(F41689-00-2-0001/A00070).







DEFENSE LOGISTICS AGENCY







            U.S. Foodservice, La Mirada, Calif., is being awarded a maximum

$40,000,000 indefinite quantity type contract for prime vendor for full line

food service for Navy.  Contract is exercising option year three.  There were

25 Web-solicited proposals and 4 responded.  Contract funds will expire at the

end of the current fiscal year.  Date of performance completion is March 10,

2007.  The contracting activity is the Defense Supply Center Philadelphia

(DSCP), Philadelphia, Pa. (SPM300-06-D-3051).







_NAVY







            Tetra Tech Nuclear Utility Systems, Inc., Pasadena, Calif., is

being awarded an $8,000,000 cost-plus award-fee contract option extension

under the previously awarded comprehensive long term environmental action Navy

contract (N62472-03-D-0057) to perform environmental engineering services,

including, but not limited to assessments, studies, investigations, and

remedial designs in support of the Defense Department's Installation

Restoration Program.  Work in compliance with Comprehensive Environmental

Response, Compensation, and Liability Act, and Resource Conservation and

Recovery Act, complex petroleum oils and lubricant sites, expedited response

actions, base closures, unexploded ordinance sites and other environmental

programs.  Work will be performed at Department of Navy and Marine Corps

installations and other Government agencies under the Naval Facilities

Engineering Command, Atlantic area of responsibility including, but not

limited to, the states of Connecticut, Delaware, Maine, Massachusetts,

Maryland, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island,

Vermont, and Virginia, and is expected to be completed by March 2007.

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

contract was slated and selected under Brooks Bill procedures (Public Law

92-582), and eight proposals were submitted in response to the Federal

Business Opportunities notice. The Naval Facilities Engineering Command,

Atlantic, Norfolk, Va., 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. 207-06

FOR RELEASE AT

Mar 13, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



AIR FORCE







            Lockheed Martin Corp., Fort Worth, Texas, is being awarded a

$383,500,000 firm fixed price and cost plus fixed fee contract modification.

This undefinitized contract action will increase for Lot 6 F-22 production

long lead activities, (target price curve/product support other and

diminishing manufacturing sources), and long lead performance based agile

logistics support  activities, and aircraft structural integrity program.  At

this time, $190,468,100 has been obligated.  This work will be complete

December 2006.  The Headquarters Aeronautical Systems Center, Wright-Patterson

Air Force Base, Ohio, is the contracting activity (FA8611-05-C-2850/P00009).







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

$53,200,000 cost plus fixed fee contract modification.  This is a contract

modification to the C-17 Globemaster III Sustainment Partnership (GSP)

contract to incorporate the CY06 Block 14-16 Global Reach Improvement Program

(GRIP) retrofit projects.  The CY06 Block 14-16 GRIP projects incorporate

retrofit efforts for the following five projects:  (1) Mobility 2000 (M2K)

airline operational capability and printer, (2) secure enroute communications

package-improved (3) communication open systems architecture, (4) weather

radar replacement, (5) stabilizer struts system redesign.  At this time

$26,600,000 has been obligated.  This work will be complete March 2008.  The

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

Ohio, is the contracting activity (FA8614-04-C-2004/P00097).







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

being awarded a $27,127,089 cost plus fixed fee contract.  This contract

includes all program management, urgent repairs and services, logistics

support, configuration management, technical manual and software maintenance,

engineering technical specialist (formerly field support representatives),

contractor inventory control point (formerly depot supply support) and spares

management, depot repair, flight operations support, reliability/maintenance

enhancements, CAMS/REMIS/CEMS data collection/entry and numbered periodic

depot maintenance for the Predator MQ-1 and MQ-9 unmanned aircraft system

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

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

complete December 2006.  The Headquarters Aeronautical Systems Center,

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

(FA8620-05-G-3028, delivery order #0011).







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

$14,607,984 firm fixed price contract modification.  This is a modification to

the C-17 Globemaster III sustainment partnership contract to incorporate the

on-board inert gas generating system II retrofit for C-17 aircraft P71-P137.

At this time, $13,226,828 has been obligated.  This work will be complete

December 2007.  The Headquarters Aeronautical Systems Center, Wright-Patterson

Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004/P00099).







            Honeywell Technology Solutions Inc., Colorado Springs, Colo., is

being awarded a $10,000,000 indefinite delivery/indefinite quantity, cost plus

award fee contract for development of the remote tracking station block

change, high power amplifier for the Air Force Satellite Control Network.  At

this time, $4,464,285 has been obligated.  Solicitations began March 2006 and

negotiations were complete March 2006.  This work will be complete September

2007.  The Headquarters Space and Missile Systems Center, Los Angeles Air

Force Base, Calif., is the contracting activity (F04701-02-D-0006, delivery

order # 0075).







            Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a

$7,834,190 firm fixed price and cost plus fixed fee contract modification for

the purchase of 3,614 defense advanced GPS receivers (DAGRs) and accessories.

The DAGR will provide authorized Department of Defense and foreign military

sales users of GPS user equipment a precise positioning system (PPS),

hand-held, dual-frequency (L1/L2), lightweight receiver (less than one pound)

that incorporates the next generation, tamper-resistant GPS selective

availability anti-spoofing module security module.  The DAGR will serve as a

replacement for the Precision Lightweight GPS Receiver (PLGR) in integrated

platforms as well as for the advanced and basic GPS user.  This effort

supports foreign military sales to the following:  Canada, Czech Republic,

Denmark, Hungary, Kuwait, and Spain.  This work will be complete April 2007.

The Headquarters Space and Missile Systems Center, Los Angeles Air Force Base,

Calif., is the contracting activity (F04701-02-C-0011/P00037).







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

$5,528,569 firm fixed price contract.  This contract exercise an option as a

separate contract for a 11 month repair capability and a 11 month Service Life

Prediction Program for non-warranted Advanced Medium Range Air-to-Air Missile

(AMRAAM) Air Intercept Missile-120 components consisting of the AMRAAM Air

Vehicle missiles, airborne instrumentation units, common field level memory

reprogramming equipment, missile built-in test sets, containers, Navy captive

air training missile,  foreign military sales AMRAAM air vehicle instrumented

missiles and repairable components of these items for the Air Force, Navy and

26 foreign military sales countries.  At this time, total funds have been

obligated.  This work will be complete January 2007.  The Headquarters Medium

Range Missile System Group, Eglin Air Force Base, Fla., is the contracting

activity (FA8675-06-C-0073).







_ARMY







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

9, 2006, a $45,635,930 modification to a firm-fixed-price contract for Block

IA Army TACMS variants (unitary) XM57 guided missile and launching assemblies.

  Work will be performed in Dallas, Texas, 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 Nov. 7, 2003.  The

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

contracting activity (DAAH01-03-C-0203).







            Biltwell Development Co., San Francisco, Calif., was awarded on

March 8, 2006, a $28,342,974 firm-fixed-price contract for construction of a

general purpose warehouse.  Work will be performed in Tracy, Calif., and is

expected to be completed by Dec. 31, 2008.  Contract funds will not expire at

the end of the current fiscal year.  There were 20 bids solicited on Sept. 6,

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

Sacramento, Calif., is the contracting activity (W91238-06-C-0012).







            Cox Construction Co.*, Vista, Calif., was awarded on March 9,

2006, a $21,510,000 firm-fixed-price contract for Construction of a Border

Patrol sector headquarters building.  Work will be performed in Vista, Calif.,

and is expected to be completed by Aug. 12, 2007.  Contract funds will not

expire at the end of the current fiscal year.  There were 330 bids solicited

on Oct. 26, 2005, and three bids were received.  The U.S. Army Engineer

District, Fort Worth, Texas, is the contracting activity (W9126G-06-C-0008).







_NAVY







            Forrester Construction Company, Rockville, Md., is being awarded a

$21,300,999 firm-fixed-price contract for the King Hall repair/rehabilitation

project at the United States Naval Academy, Annapolis, Md.  The project is

predominantly for construction of interior and roof restoration to King Hall.

The area involved in the restoration is approximately 5860 square meters

(63,000 square feet). Construction will also include some exterior civil site

work, utility tie-ins, etc. Work will also involve substantial roof upgrades,

new skylights, vestibules, windows, an interior anchor display, mechanical,

electrical, fire protection, telecommunications, and audio visual systems

upgrades. Construction will be 2 phases to enable portions of the facility to

remain operational during the restoration.  The work will be performed in

Annapolis, Md., and is expected to be complete June 2008.  Contract funds will

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

procured via the NAVFAC E-Solicitation website with five offers received.

Naval Facilities Engineering Command Washington, Washington, D.C., is the

contracting activity (N40080-05-C-0151).







            Kollmorgen Corporation, Northampton, Mass., is being awarded a

$5,620,000 modification to previously awarded firm-fixed-price contract

(N00024-02-C-4032) to procure four MK 46 Optical Sight Systems (OSS).  The OSS

is an integral component of the MK34 Gun Weapon System that includes the 5"

MK45 gun mount and the MK 160 gun computer system.  The OSS provides a safety

checksight to allow the gun operator to determine safe firing zones during gun

operation, and is used to support short range anti-surface warfare, naval gun

fire support counter-battery, and target identification functions.  Two units

will be for the Coast Guard, one will be for the Navy, and one the government

of Korea under the Foreign Military Sales Program.  Work will be performed in

Northampton, Mass., and is expected to be completed September 2008.  Contract

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

Systems Command, Washington, D.C., is the contracting activity.
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. 209-06

FOR RELEASE AT

Mar 14, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_NAVY







            The Johns Hopkins University Applied Physics Laboratory (JHU/APL),

Laurel, Md., is being awarded a $2,177,071,290 modification to previously

awarded contract (N00024-03-D-6606) to exercise an option for approximately

11,303,610 staff hours of research and development and specialized engineering

support.  The Johns Hopkins University Applied Physics Laboratory (JHU/APL),

as a Navy University Affiliated Research Center (UARC), will provide research

and development, test and evaluation and specialized engineering capabilities.

  These capabilities have been established and maintained at the Applied

Physics Laboratory since the 1940's, and have continued to be determined

essential to the Navy's needs.  Work will be performed in Laurel, Md., and is

expected to be completed by September 2012.  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 and Airborne Systems, McKinney, Texas, is being

awarded $20,296,000 for delivery order (0010) being issued against a

previously awarded basic ordering agreement (N00383-02-G-018A) for manufacture

of spares for the MH-60R helicopter multispectral targeting system,

AN/AAS-44(V)(C).  Work will be performed in McKinney, Texas, and work 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.







            Team Logistics Joint Venture, Fairfax, Va., is being awarded a

$12,383,381 ceiling-priced modification to a previously awarded

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

(N00421-01-D-0239) to exercise an option for 287,040 hours of maintenance

planning and design interface technical/management support services for the

Naval Air Systems Command, Patuxent River, Md., the Naval Air Warfare Center

Aircraft Division, Patuxent River, Md., and the Naval Air Warfare Center

Aircraft Division, Lakehurst, N.J.  These services include evaluating initial

designs and proposed design changes, maintenance planning, and sustaining

maintenance plans.  Work will be performed in Patuxent River, Md. (90 percent)

and Lakehurst, N.J. (10 percent), and is expected to be completed in March

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

The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the

contracting activity.







            Raytheon Missile Systems Co., D/B/A Raytheon Systems Co., Tucson,

Ariz., is being awarded a $6,725,000 modification to a previously awarded

firm-fixed-price contract (N00019-04-C-0569) for non-recurring effort required

for the development and integration of the selective availability

anti-spoofing module (SAASM) capability into the anti-jam Global Positioning

System (GPS) receiver (AGR) 4 of the Tomahawk cruise missile.  In addition,

this modification provides for implementation of operational embedded software

changes needed to utilize the SAASM capability.  Work will be performed in El

Segundo, Calif. (70 percent) and Tucson, Ariz. (30 percent), and is expected

to be completed in February 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.







            Tesoro Corporation, Virginia Beach, Va., is being awarded

$5,526,250 for Task Order 0001-0005 under previously awarded firm-fixed-price,

indefinite-delivery/indefinite-quantity, multiple award construction contract

(N40085-05-D-5057) to replace lube oil tanks at Sewells Point/"W" Fuel Farm,

Norfolk Naval Station, Norfolk, Va.  The work to be performed includes

construction of a new lube oil (LO) storage facility.  This secure facility

will consist of nine pile supported LO storage tanks (five new and four

relocated), a covered truck service area, a truck loading and parking area

with spill containment measures, and an operations building.  This project

will demolish eleven existing lube oil tanks and two existing fuel tanks with

associated berms.  Project will require the installation of a new LO transfer

system including pumps, truck loading arms, tank monitoring equipment and a LO

pump control system.  This project will require phasing to permit continued

operation of the existing facility during new facility construction and

incidental related work.  Work will be performed in Norfolk, Va., and is

expected to be completed by June 2007.  Contract funds will expire at the end

of the current fiscal year.  The contract was competitively procured with 83

proposals solicited and 17 offers received, and award made to multiple

contractors on Sept. 30, 2005.  These seven contractors may compete for task

orders under the terms and conditions of the existing multiple award

contracts.  Six offers were received for this task order.  The Naval

Facilities Engineering Command, Mid-Atlantic, Norfolk, VA is the contracting

activity.







            Electric Boat Corp., Groton, Conn., is being awarded a $5,499,055

cost-plus-fixed-fee task order (EN03) under a previously awarded basic

ordering agreement (N00024-05-G-4417) for tradesman services in support of

submarine overhauls.  Work will be performed in Portsmouth Naval Shipyard,

Kittery, Maine, and is expected to be completed by September 2006.  Contract

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

contract was not competitively procured.  The Fleet and Industrial Supply

Center Norfolk, Portsmouth Naval Shipyard Annex 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 ... 4 5 7 8 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 26. Avg 2025, 00:47:14
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: 0.094 sec za 14 q. Powered by: SMF. © 2005, Simple Machines LLC.