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

ConQUIZtador
Trenutno vreme je: 17. Sep 2025, 14:18:42
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 ... 7 8 10 11 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71515 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. 283-06

FOR RELEASE AT

Apr 06, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







AIR FORCE







            Lockheed Martin Integrated Systems and Solution, Santa Maria,

Calif., has been awarded a $408,000,000 indefinite delivery/indefinite

quantity contract.  This contract is basic ordering period for four years and

ten months with five one-year options.  The follow-on engineering and

operation services for the engineering, development, and sustainment,

contract.  The services include support for satellite operation complexes at

Schriever Air Force Base, Colo., and Kirtland Air Force Base, N.M., and will

provide space range systems services at Camp Parks Communication Annex,

Dublin, Calif., and deployed locations around the world.  This notice is

intended to cover notification of award for the basic ID/IQ contract and all

task orders issued under the basic contract.  At this time, $687,072 has been

obligated.  The Air Force can issue delivery orders totaling up to the maximum

amount, although the actual requirement may be less than that.  Solicitation

began September 2005; 24 firms were solicited, three firms submitted

proposals.  Negotiations were complete March 2006.  Headquarters Space and

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

activity.  PA POC is Jo Adail Stephenson, (310) 653-2371.

(FA8818-06-D-0024-0001)







            BAE Systems CNIR, Greenlawn, N.Y., is being awarded a $9,121,538

firm fixed price contract to upgrade and then produce the Theater Airborne

Reconnaissance System with data link capability.  At this time, total funds

have been obligated.  Solicitation began October 2005 with one proposal

received.  Negotiations were complete March 2006.  Headquarters Aeronautical

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

activity.  (FA8620-05-C-4307)







            The Boeing Co., St. Louis, Mo., is being awarded an $8,671,616

firm fixed price contract modification to provide parts for repair and

shipping to and from contractor operated and maintained base supply facilities

and Air Education and Training Command base and modification sites. This

effort supports T-38C Avionics Upgrade Program.  This work will be complete in

September 2006.  At this time, total funds have been obligated.  Headquarters

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

contracting activity.  (F41608-96-D-0700/P00033)







_NAVY







            Motorola, Columbia*,* Md., is being awarded a $76,042,451

firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for 60,000

Integrated Intra Squad Radios (IISR) and associated items.  Work will be

performed in Schaumburg, Ill., and work is expected to be completed by April

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

  This contract was competitively procured through full and open competition

using the Navy Electronic Commerce and federal business opportunities

websites, with four offers received.  The Marine Corps Systems Command,

Quantico, Va., is the contracting activity (M67854-06-D-7022).







            Raytheon Co., Tucson, Ariz., is being awarded a $29,541,932

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

(N00024-03-C-5330) to provide engineering and technical services in support of

the STANDARD Missile2 Guided Missile Program for foreign military sales for

the countries of Taiwan (66.2 percent) and Korea (33.8 percent) under the

Foreign Military Sales Program.  Work will be performed in Tucson, Ariz., and

is expected to be completed by March 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 (N00024-03-C-5330).







            The Boeing Co., St. Louis, Mo., is being awarded a not-to-exceed

$6,899,996 modification to a previously awarded firm-fixed-price contract

(N00019-05-C-0045) to provide persistent intelligence, surveillance,

reconnaissance unmanned aerial vehicle services for the USS Trenton (LPD 14)

in support of Operation Iraqi Freedom and the Global War on Terror.  Work will

be performed in St. Louis, Mo., and is expected to be completed in October

2006.  Contract funds in the amount of $3,449,998 will expire at the end of

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

is the contracting activity.







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

Co., St. Louis, Mo., is being awarded a $5,033,676 modification to a

previously awarded firm-fixed-priced contract (N00019-04-C-0013).  This

contract provides for nonrecurring engineering effort for Phase 1 of the Hot

Section Reliability Improvement Program for integration of the F405-RR-402

engine into the T-45 airframe.  Work will be performed in St. Louis, Mo., and

is expected to be completed in August 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.







_ARMY







            Alutiiq Global Solutions L.L.C.*, Anchorage, Alaska, was awarded

on April 4, 2006, a $14,642,231 firm-fixed-price contract for 11 modular

temporary company operations facilities.  Work will be performed at Schofield

Barracks, Hawaii, and is expected to be completed by Jan. 15, 2007. 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 Engineer District,

Fort Shafter, Hawaii, is the contracting activity (W9128A-06-C-0005).







            General Dynamics Network Systems, Needham, Mass., was awarded on

April 4, 2006, a $13,993,609 modification to a fixed-price-incentive with

award-fee contract to survey, plan, design, install, and implement the

information technology systems and infrastructure for wedges 2-5 tenants.

Work will be performed at The Pentagon, Arlington, Va., and is expected to be

completed by Dec. 31, 2010. Contract funds will not expire at the end of the

current fiscal year.  This was a sole source contract initiated on March 28,

2002.  The Pentagon Renovation and Construction Program Office, Arlington,

Va., is the contracting activity (MDA947-98-C-2002).







            O'Gara-Hess & Eisenhardt, Fairfield, Ohio, was awarded on April 4,

2006, a $9,552,400 firm-fixed-price contract for vehicular windows for the

Up-Armor High Mobility Multi-Purpose Wheeled Vehicle.  Work will be performed

in Bimingham, England, and is expected to be completed by Sept. 30, 2006.

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

were three bids solicited on March 13, 2006, and three bids were received.

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

contracting activity (W56HZV-06-C-0369).







DEFENSE LOGISTICS AGENCY







            Select Energy Services, Berlin, Conn., is being awarded a maximum

$13,964,234 firm fixed price electricity contract for Air Force.  Other

location of performance is Cookstown, N.J.  There were 79 proposals solicited

and 3 responded.  Contract funds will not expire at the end of the current

fiscal year.  The date of performance completion is December 31, 2007.  The

contracting activity is the Defense Energy Support Center (DESC), Fort

Belvoir, Va. (SP0600-05-G-8034).







            Global Montello Group, LLC, Waltham, Mass., * is being awarded a

minimum $7,551,485 fixed price with economic price adjustment contract for

heating oil for Air Force.  There were 252 proposals solicited and 45

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

  Date of performance completion is December 31, 2010.  The contracting

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

(SP0600-06-D-8526).







_DEFENSE ADVANCED RESEARCH PROJECTS AGENCY







            Total Immersion Software Inc.*, Alameda, Calif., is being awarded

a $1,500,000 increment of a $19,500,000 other transaction for prototypes

agreement to develop the RealWorld Platform, a virtual environment for mission

rehearsal and training.  Work will be performed in Alameda, Calif. and will be

completed in January 2008.  A portion of the funds ($500,000) will expire at

the end of this fiscal year.  DARPA published a solicitation in federal

business opportunities on February 8, 2005, and over 100 proposals were

received.  The Defense Advanced Research Projects Agency is the contracting

activity (HR0011-06-9-0004).
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. 285-06

FOR RELEASE AT

Apr 07, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_MISSILE DEFENSE AGENCY







            The Missile Defense Agency is awarding the Raytheon Co., of

Woburn, Mass., a cost-plus-award-fee letter contract.  This contract is to

upgrade the early warning radar at Thule Air Base, Greenland.  The

not-to-exceed award value for this effort is $114,073,000.  The period of

performance is from April 2006 to September 2010.  The principal place of

performance will be at the Raytheon Co. in Woburn, Mass.  Work will also be

performed at Thule Air Base, Greenland.  Contract funds will not expire at the

end of the current fiscal year.  The Missile Defense Agency is the contracting

activity (HQ0006-06-C-0012).







            Raytheon Solipsys Corp., 6100 Chevy Chase Drive, Suite 200,

Laurel, MD is being awarded a cost-plus-award-fee contract for engineering and

technical support related to data distribution system and range mission tool

software upgrades to the Pacific Missile Range Facility, Barking Sands,

Kekeha, Hawaii, tactical display framework.  The total estimated value of the

contract is $28,085,856.  The work will be performed on the island of Kauai,

Hawaii, and the period of performance is from April 2006 to September 2010.

None of the funds will expire at the end of the current fiscal year.  The

Naval Sea Systems Command, Washington, DC is the contracting activity

(N00024-06-C-6101).







_AIR FORCE







            International Enterprises Inc., Talladega, Ala., and BAE Systems

Integrated Defense Solutions, Austin, Texas, has been awarded a $39,000,000

($25,275,900 & $13,724,100), firm fixed priced indefinite delivery, indefinite

quantity contract.  This action provides for repair services of F-16 Wide

Angle Conventional Heads-Up Display (HUD), HUD Electronic Unit, F-16

Defractive Optical Holographic HUD and related components for a period of five

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

complete April 2011.  Solicitation began 16 December 2005 with two firms

proposing.  Headquarters Ogden Air Logistics Center, Hill Air Force Base,

Utah, is the contracting activity (International Enterprises -FA8212-06-D-0004

& BAE Systems - FA8212-06-D-0005).







Syracuse Research Corp., Syracuse, N.Y., is being awarded a $7,149,985 cost

plus fixed fee contract.  This provides for signal intelligence (SIGNIT),

knowledge association toolkit collaborative mission supervisor (KAST-CMS),

integration of signals, intelligence data and information sources, research

and develop SIGNIT exploitation algorithms, methods and transition this

technology to operational weapon systems.  At this time, $585,000 has been

obligated.  Solicitation began November 2005 and negotiations were complete in

April 2006.  This work will be complete by November 2009.  Air Force Research

Laboratory, Rome, N.Y., is the contracting activity (FA8750-06-C-0047).







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

$5,020,627 firm fixed price award fee contract modification.  The Boeing Co.

earns an annual award fee that is based on the Globemaster III Sustainment

Partnership (GSP).  This effort provides for FY05 award fee payment pursuant

to special contract requirement H-028.  At this time, total funds have been

obligated.  Headquarters Aeronautical Systems Center, Wright-Patterson Air

Force Base, Ohio, is the contracting activity (FA8614-04-C-2004/P00089).







_NAVY







            Mandall Armored Barrier Systems*, Phoenix, Ariz., is being awarded

a $17,191,027 firm-fixed-price contract for design, fabrication, and

construction of high security doors and bypass wall assembly in support of the

limited area processing and storage complex at Naval Base Kitsap.  Work will

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

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

This contract was a sole source negotiated procurement under the U.S. Small

Business Administration's 8(a) program.  The Naval Facilities Engineering

Command, Northwest, Silverdale, Wash., is the contracting activity

(N44255-06-C-2103).







            Walton Construction Co., LLC, Harahan, La., is being awarded a

$14,084,593 (base and one option) firm-fixed price design/build construction

contract for design and construction of community support facilities at Naval

Air Station, Whiting Field.  The work to be performed provides for

construction of a new fitness center, renovate/convert four existing

facilities, and demolish eight existing facilities to combine related services

into a community support facility.  The contract contains one additional

option at $1,900,000, which may be exercised within 120 calendar days,

bringing the total cumulative value to $15,984,593.  Work will be performed in

Milton, Fla., and is expected to be completed by December 2007.  Contract

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

was competitively procured as a two-phase design build via the NAVFAC

e-solicitation website with six offers received in Phase I, three selected to

proceed to Phase II, and two proposals received.  The Naval Facilities

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

contracting activity (N62470-05-C-0136).







            Harris Corp., Government Communications Systems Div., Melbourne,

Fla., is being awarded an $8,865,416 modification to a previously awarded

firm-fixed-price contract (N00019-05-C-0044) for the procurement of 65

tactical aircraft moving map capability (TAMMAC) digital map computers (DMC),

91 TAMMAC DMC extension housings, and 87 TAMMAC digital video map computers

for use in Navy F/A-18C/D/E/F, EA-18, AV-8B AH-1Z, UH-1Y aircraft.  In

addition, this contract provides for the procurement of 23 TAMMAC DMC and 19

TAMMAC DMC extension housings for the AV-8B Joint Program Office (JPO) with

Spain and Italy and 22 each TAMMAC DMC and TAMMAC DMC extension housings for

the Government of Finland and one each TAMMAC DMC and TAMMAC DMC extension

housings for the government of Switzerland.  Work will be performed in

Melbourne, Fla., and is expected to be completed in January 2008.  Contract

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

combines purchases for the Navy ($7,246,505; 81.75 percent); the JPO with

Spain and Italy ($802,526; 9.05 percent); the Government of Finland ($780,890;

8.8 percent); and the Government of Switzerland ($35,495; .4 percent) under

the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent

River, Md., is the contracting activity.







            Solpac, Inc., dba Soltek Pacific, San Diego, Calif., is being

awarded $8,400,000 for firm-fixed price Task Order 0002 under previously

awarded indefinite-delivery/indefinite-quantity multiple award construction

contract (N68711-03-D-7059) for repair and improvements to Hangar 2360 at

Marine Corps Air Station, Camp Pendleton.  Work will be performed in

Oceanside, Calif., 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 via the NAVFAC e-solicitation website with 12

proposals received and award made on Sept. 30, 2003._  The total contract

amount is not to exceed $100,000,000 or 60 months (base period and four option

years), whichever comes first.  The multiple contractors (five 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, Southwest, San Diego, Calif., is the

contracting activity.







            Exide Technologies, Aurora, Ill., is being awarded a $7,806,767

fixed-price contract for one Seawolf, five Los Angeles, and two Ohio Class

Valve Regulated Lead-Acid (VRLA) main storage batteries for the Navy submarine

fleet.  Work will be performed in Ft. Smith, Ark., and is expected to be

completed by June 2008.  The contract was not competitively procured.

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 (N00164-06-C-6951).







_DEFENSE LOGISTICS AGENCY







            Special T Hosiery Mills, Inc., Burlington, N.C., * is being

awarded a maximum $7,092,000 firm fixed price contract for sock, boot,

antimicrobacterial for Army.  Proposals were solicited and 16 responded.

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

exercising option year one of a four 1-year option contract.  Date of

performance completion is Sept. 4, 2007.  The contracting activity is the

Defense Supply Center Philadelphia, Philadelphia, Pa. (SP0100-05-D-0386).

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. 294-06

FOR RELEASE AT

Apr 10, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711







_CONTRACTS







_AIR FORCE







            Northrop Grumman Systems Corp., San Diego, Calif., is being

awarded an $89,310,313 cost plus award fee contract modification for the

Multi-Platform Radar Technology Insertion Program includes the design build

and test of a family of radars systems employed on the Global Hawk platform.

The undefinitized contract action is for the radar integration into the Global

Hawk system, which includes all air vehicles, ground stations and support

segment modifications required to support full radar functionally.  At this

time, $23,227,500 has been obligated.  This work will be complete in September

2009.  Headquarters Aeronautical Systems Center, Wright-Patterson Air Force

Base, Ohio, is the contracting activity (F33657-01-C-4600/P00147).







            Northrop Grumman Systems Corp., San Diego, Calif., is being

awarded a $7,134,757 cost plus fixed fee contract.  This effort is 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.

Solicitation and negotiations were complete in November 2005.  This work will

be complete by July 2006.  Headquarters Aeronautical Systems Center,

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

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







_NAVY







            Lockheed Martin Corp., Maritime System and SensorsMarine Systems,

Baltimore, Md., is being awarded a $50,557,552 firm-fixed-price modification

to previously awarded contract (N00024-98-C-5363) for procurement of three MK

41 MOD 15, Baseline VII vertical launching system launcher ship-sets for Navy

requirements.  The contract will provide for fabrication, assembly, test and

delivery of launcher and ancillary hardware for three DDG-51 class ship-sets

in support of the MK41 vertical launching system.  Work will be performed in

Baltimore, Md. (50 percent); Aberdeen, S.D. (40 percent); Minneapolis, Minn.

(10 percent); and is expected to be completed by February 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.







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

$6,828,801 cost-plus-fixed-fee order against a previously awarded basic

ordering agreement (N00019-03-G-0003) for the development effort to modify,

integrate, test, and qualify an active vibration control system for

incorporation into the MH-60S aircraft.  Work will be performed in Stratford,

Conn., and is expected to be completed in June 2007.  Contract funds will not

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

Patuxent River, Md. is the contracting activity.







_ARMY







            American Ordnance, Middletown, Iowa, was awarded on April 6, 2006,

a $15,153,657 firm-fixed-price contract to load, assemble, and pack M107 155mm

cartridges.  Work will be performed in Middletown, Iowa, and is expected to be

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

current fiscal year.  This was a sole source contract initiated on March 23,

2005.  The Army Field Support Command, Rock Island, Ill., is the contracting

activity (DAAA09-98-G-0011).







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

on April 6, 2006, a $7,000,000 modification firm-fixed-price contract for

performing modernization projects.  Work will be performed in Kingsport,

Tenn., and is expected to be completed by Oct. 31, 2008.  Contract funds will

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

contract initiated on March 27, 2006.  The Army Field Support Command, Rock

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







            DTM Corp.*, Silver Spring, Md., was awarded on April 5, 2006, a

$6,357,510 firm-fixed-price contract for security services.  Work will be

performed in Arlington, Va., and is expected to be completed by April 30,

2011.  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 16 bids were received.  The Washington Headquarters Services /

Acquisition and Procurement Office, Arlington, Va., is the contracting

activity (HQ0034-06-C-1002).
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. 323-06

FOR RELEASE AT

Apr 17, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



CONTRACTS



AIR FORCE







  Lockheed Martin, Space Systems Co., Sunnyvale, Calif., was awarded on April

14, 2006 a $454,882,060 cost plus fixed fee, cost plus award fee contract

modification.  This contract action is for the implementation of the Advanced

Extremely High Frequency (AEHF) Satellite Communication System Program

re-plan, which started in late 2004.  The re-plan was necessary due to delayed

delivery of government-furnished information assurance products, added payload

component testing, and replacement of critical parts that were disqualified

for space flight.  The effort includes development of emulators, additional

testing associated with integrating multiple incremental deliveries, and

additional months of non-recurring development.  The resulting AEHF first

launch date of April 2008 is consistent with the revised Acquisition Program

Baseline approved in March 2005.  At this time, $17,709,000 has been

obligated.  This work will be complete May 2010.  PA POC is Joseph Davidson,

(310) 833-6428.  Headquarters Space and Missile Systems Center, Los Angeles,

Calif., is the contracting activity.  (F04701-02-C-0002/P00136)







            McDonnell Douglas, St. Louis, Mo., and Raytheon Co., Tucson,

Ariz., is being awarded a $289,672,936 ($145,782,374 to McDonnell Douglas &

$143,890,562 to Raytheon) cost plus fixed fee contract.  This action provides

for Small Diameter Bomb (SDB) Increment II, 42-month Risk Reduction Phase.

The objective of the SDB II program is to develop, test, and field a 250-lb

class miniature munition capable of destroying mobile/relocatable targets in

adverse weather from standoff ranges.  SDB II is the next evolution of

miniature munition weapons development.  The purpose of the Risk Reduction

phase is to define and validate a system concept that meets the performance

requirements outlined in the SDB II System Performance Specification. At this

time, $15,890,000 ($8,200,000 & $7,690,000) has been obligated.  Solicitations

began December 2005 and negotiations were complete in March 2006.  This work

will be complete October 2009.  Headquarters Air-To-Ground Munitions Systems

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

(FA8681-06-C-0151 & FA8681-06-C-0152)







NAVY







            Aviation Ground Equipment Corp.*, Freeport, N.Y., is being awarded

a $31,262,200 firm-fixed-price, indefinite-delivery/indefinite-quantity

contract for the procurement of Land Based/Shipboard Mobile Frequency

Converters for the Navy and Marine Corps, including five pre-production units

and up to 364 production units.  Work will be performed in Freeport, N.Y., and

is expected to be completed in April 2011.  Contract funds will not expire at

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

via an electronic request for proposals as a small business set-aside; four

offers were received.  The Naval Air Warfare Center Aircraft Division,

Lakehurst, N.J., is the contracting activity (N68335-06-D-0013).







            Duratek Services Inc., Oak Ridge, Tenn., is being awarded a

$6,200,000 modification under previously awarded indefinite-delivery,

requirements contract (N00181-05-D-0001) for volume reduction services for

processing, recycling and disposal services in support of the Naval Nuclear

Propulsion Program.  Work will be performed in Oak Ridge, Tenn., and work is

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

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

The Fleet and Industrial Supply Center Norfolk is the contracting activity.







            Lockheed Martin Systems, Owego, N.Y., is being awarded $5,070,184

for firm-fixed-price delivery order (P10004) under previously awarded contract

(N00019-04-C-0028) for the purchase of spares for the common cockpit for the

H-60R helicopter.  Work will be performed in Owego, N.Y. (25 percent); Salt

Lake City, Utah (50 percent); and Farmington, N.Y. (25 percent), and work is

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

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

awarded.  The Naval Inventory Control Point is the contracting activity.







ARMY







            DRS Test and Energy Management Inc., Huntsville, Ala., was awarded

on April 14, 2006, a delivery order amount of $22,941,600 as part of a

$34,412,300 firm-fixed-price contract for chassis modernization/embedded

diagnostics kits for the Bradley A3 vehicles.  Work will be performed in

Huntsville, Ala., and is expected to be completed by Feb. 28, 2008. Contract

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

source contract initiated on Nov. 15, 2005.  The U.S. Army Tank-Automotive and

Armaments Command, Rock Island, Ill., is the contracting activity

(DAAE20-03-G-0001).







            Advanced American Construction Inc.*, Oregon City, Ore., was

awarded on April 14, 2006, a $14,740,700 firm-fixed-price contract for

removable spillway weir at the Lower Monumental Lock and Dam.  Work will be

performed in Franklin, Wash. (50 percent), and Walla Walla, Wash. (50

percent), and is expected to be completed by March 13, 2007. Contract funds

will not expire at the end of the current fiscal year.  There were 15 bids

solicited on Jan. 24, 2006, and two bids were received.  The U.S. Army Corps

of Engineers, Walla Walla, Wash., is the contracting activity

(W912EF-06-C-0019).







            AM General L.L.C., South Bend, Ind., was awarded on April 12,

2006, a $10,004,324 modification to a firm-fixed-price contract for M1152

(2-Door) High Mobility Multipurpose Wheeled Vehicles.  Work will be performed

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

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

was a sole source contract initiated on July 17, 2000.  The U.S. Army

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

activity (DAAE07-01-C-S001).







            Weeks Marine Inc., Covington, La., was awarded on April 3, 2006,

an $8,661,500 firm-fixed-price contract for maintenance dredging.  Work will

be performed in Lafayette, La., and is expected to be completed by Aug. 19,

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 Oct.

18, 2005, and three bids were received.  The U.S. Army Corps of Engineers, New

Orleans, La., is the contracting activity (W912P8-06-C-0126).







            The Boeing Co., Ridley Park, Pa., was awarded on April 14, 2006, a

$7,476,776 modification to a firm-fixed-price contract for long lead parts for

the CH47 helicopter.  Work will be performed in Ridley Park, Pa., 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 April 1, 2005.  The U.S. Army Aviation and Missile Command, Redstone

Arsenal, Ala., is the contracting activity (W58RGZ-04-C-0012).







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

April 14, 2006, a $7,359,892 modification to a firm-fixed-price contract for

overhaul and repair effort for the entire T700 family of engines.  Work will

be performed in Corpus Christi, Texas, 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 Aug. 25, 2005.  The U.S.

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

activity (W58RGZ-06-C-0038).







DEFENSE LOGISTICS AGENCY







            Avfuel Corp., Ann Arbor, Mich.*, is being awarded a maximum

$7,615,652.72 fixed price with economic price adjustment contract for jet fuel

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

and local governments.  Other locations of performance include Washington.

There were 4 proposals and 3 responded.  Date of performance completion is

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

(DESC), Fort Belvoir, Va. (SP0600-06-D-0036).
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. 332-06

FOR RELEASE AT

Apr 19, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711

 

_CONTRACTS

 

DEFENSE LOGISTICS AGENCY

 

 

 

            AM General, LLC, Mishawaka, Ind., is being awarded a maximum

$25,052,000 firm-fixed-price contract for requirements type contract to

support HMMWV RECAP program for the Army.  Other locations of performance are

Red River Army Depot, Letterkenny Army Depot, and Maine Military Authority.

This is a one year contract with 2 option years.  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 Jan. 16, 2008.  The

contracting activity is the Defense Supply Center Columbus, Columbus, Ohio

(SP0750-06-D-9711).

 

_ARMY

 

 

 

            Raytheon, Andover, Mass., was awarded on March 17, 2006, a

$9,541,859 modification to a cost-plus-fixed-fee contract for upgrade of

M818E2 fuzes to the M818E3A configuration for Japan.  Work will be performed

in Andover, Mass., 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 Aug. 9, 2005.  The Army Aviation and Missile

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

(W31P4Q-04-C-0114).

 

 

 

            Anthony & Gordon Construction Co. Inc.*, Knoxville, Tenn., was

awarded on April 17, 2006, a $6,428,000 firm-fixed-price contract for

construction of an operations and training/medical facility.  Work will be

performed in Savannah, Ga., and is expected to be completed by April 17, 2007.

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

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

2006, and six bids were received.  The Property Fiscal Office for Georgia,

Atlanta, Ga., is the contracting activity (W912JM-06-C-0004).

 

_AIR FORCE

 

 

 

            Honeywell International Inc., Clearwater, Fla., is being awarded

an $8,290,977 cost plus fixed fee and firm fixed price contract.  The effort,

awarded as a result of Broad Agency Announcement VS-05-01, is comprised of two

technical components:  1) advanced strategic gyroscope development and, 2)

enhanced space integrated Global Positioning System/inertial navigation unit

test and qualification.  This effort will provide the Air Force with viable

options to enhance strategic ballistic missile programs.  At this time,

$1,527,898 has been obligated.  Solicitations began February 2005 and

negotiations were complete in April 2006.  This work will be complete February

2009.  Air Force Research Laboratory, Kirtland Air Force Base, N.M., is the

contracting activity.  (FA9453-06-C-0097)

 

_NAVY

 

 

 

            Sierra Nevada Corp.*, Sparks, Nev., is being awarded a $5,438,040

modification to a previously awarded firm-fixed-price, indefinite delivery,

indefinite quantity contract (N00421-05-D-0010) to exercise an option for the

procurement of up to 60 AN/APN-245 radio beacon sets.  Work will be performed

in Sparks, Nev., 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

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

activity.

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


Reign in Blood

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



No. 336-06

FOR RELEASE AT

Apr 20, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



CONTRACTS







AIR FORCE







            BTAS Inc., Business Technology and Solutions, Inc., Beavercreek,

Ohio, CENTEC Group Inc., Arlington, Va., HMR Tech/HJ Ford, Small Business

Administration, Joint Venture, Limited Liability Corporation, Arlington, Va.,

Innovative Logistics Techniques Inc., INNOLOG, McLean, Va.,  Innovative

Technologies Corp., Dayton, Ohio LOGTEC, Inc., Fairborn, Ohio, Madison

Research Corp. Huntsville, Ala., PE Systems, Inc., Fairfax Va., Sumaria

System, Inc., Danvers, Mass., Tybrin Corp., Fort Walton Beach, Fla., is being

awarded an $850,000,000 firm-fixed-price, time and materials and

cost-reimbursement contract. The consolidated acquisition of professional

services indefinite delivery and indefinite quantity contracts will provide

for advisory and assistance services for customers at Wright-Patterson Air

Force Base, Ohio.  Each contract provides for the following range of

technical/management support at Wright-Patterson Air Force Base, Ohio:

acquisition logistics, financial management, cost estimating, schedule

analysis, earned value management, contracting support, engineering,

manufacturing, configuration/data management, administrative support, security

management, acquisition management, test and evaluation, government furnished

property management, and litigation support required in the capabilities

planning/pre-acquisition, acquisition, development, production and sustainment

of various equipment and weapon systems. Task orders will identify specific

contract effort.  Contractors will provide qualified personnel with these

specialties on short notice. The Air Force can issue delivery orders totaling

up to the maximum amount indicated above, although the actual requirement may

be less than the amount above.  At this time, $50,000 has been obligated.

Solicitations began May 2005 and negotiations were complete in December 2005.

This work will be complete April 2012.  PA POC is Mr Christopher McGee, (937)

255-2350.  Headquarters Aeronautical Systems Center, Wright-Patterson Air

Force Base, Ohio, is the contracting activity.  (FA8622-06-D-8500 through

FA8622-06-D-8509)







_ARMY







            Clark Construction Group L.L.C., Tampa, Fla., was awarded on April

17, 2006, a $116,429,000 firm-fixed-price contract for construction of a new

sensitive compartmental information facility.  Work will be performed at

MacDill Air Force Base, Fla., and is expected to be completed by May 2008.

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

were 425 bids solicited on Jan. 10, 2006, and four bids were received.  The

Army Engineer District, Mobile, Ala., is the contracting activity

(W91278-06-C-0028).







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

April 17, 2006, a $44,372,772 modification to a firm-fixed-price contract for

remanufacture of six AH-64D aircraft.  Work will be performed in Mesa, Ariz.,

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

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

initiated on Aug. 27, 2004.  The Army Aviation and Missile Command, Redstone

Arsenal, Ala., is the contracting activity (DAAH23-00-C-0124).







            Weeks Marine Inc., Covington, La., was awarded on April 18, 2006,

a $6,674,769 firm-fixed-price contract for Berm Reconstruction.  Work will be

performed in Ocean City, Md., and is expected to be completed by December

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.

28, 2006, and four bids were received.  The Army Corps of Engineers,

Baltimore, Md., is the contracting activity (W912DR-06-C-0016).







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

18, 2006, a $5,854,900 modification to a firm-fixed-price contract for

Full-Rate Production of the Guided Multiple Launch Rocket System.  Work will

be performed in Grand Prairie, Texas (20 percent), and East Camden, Ark. (80

percent), and is expected to be completed by November 2008.  Contract funds

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

contract initiated on April 5, 2005.  The Army Aviation and Missile Command,

Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0002).







_NAVY







            Alutiiq Global Solutions, LLC, Hanahan, S.C., is being awarded a

$45,900,173 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity,

completion contract, for technical services in support of Electronic Security

System projects and programs encompassing a wide variety of facilities and

requirements.  Program security requirements vary in scope, magnitude and

complexity and will range from modification/additions to existing security

systems, to large-scale integrated base-wide or facility-wide systems.  These

systems/subsystems include: (1) intrusion detection system;  (2) access

control system;  (3) surveillance systems comprised of closed circuit

television, forward-looking infrared and/or acoustic sensors; (4)

perimeter/outdoor security systems;  (5) video badging systems;  (6)

re-locatable sensor systems; (7) smart card technology and biometrics; (Smile

chemical, biological, nuclear, radiological and explosive detection; (9)

personnel alerting systems; (10) mobile sensor systems; (11) video early

detection; and (12) secure and non-secure video/teleconferencing communication

systems.  Work will be performed in Hanahan, S.C., and is expected to be

completed by April 20, 2009.  Contract funds in the amount of $10,000, will

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

competitively procured.  The Naval Surface Warfare Center, Indian Head

Division, Indian Head, Md., is the contracting activity (N00174-06-D-0024)







            FLIR Systems, Inc., North Billerica, Mass., is being awarded a

$44,889,605 firm-fixed-priced modification under previously awarded contract

(N00164-04-D-8528) to exercise an option for High Performance Mobility (HPM)

forward-looking, infra-red systems and associated line items.  The HPM is a

forward-looking infrared system.  The HPM provides a thermal imaging and image

intensification along with laser rangefinder/pointer/designator capability,

and provides precise target location in geodetic coordinates and outputs the

target position to external global positioning system devices.  Work will be

performed in North Billerica, Mass., and is expected to be completed by

September 2009.  The contract was not competitively procured.  Funds in the

amount of $105,948 will expire by September 2006.  The Naval Surface Warfare

Center, Crane, Ind., is the contracting activity.







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

Co., St. Louis, Mo. is being awarded a $15,971,155 firm-fixed-priced order

against a previously issued Basic Ordering Agreement (N00019-03-G-0009) for

the procurement of 89 F/A-18E/F aircraft wing leading edge extension retrofit

kits.  Work will be performed in St. Louis, Mo., and is expected to be

completed in August 2008.  Contract funds in the amount of $13,709,254 will

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

is the contracting activity.







            Smiths Detection Inc., Edgewood, Md. is being awarded an

$8,060,422 cost-plus-incentive fee/award-fee contract for a Meteorological

Mobile Facility (METMF) replacement (R) next generation (NEXGEN) prototype.

The METMF(R) NEXGEN contract has been awarded to design, fabricate, integrate,

deliver and test a prototype METMF(R) NEXGEN system that will replace the

legacy METMF(R) using current and emerging state-of-the-art technologies to

offer smaller size and increased mobility/scalability, which will

significantly improve the provision of meteorological and oceanographic

support to the Marine Air Ground Task Force in every clime and place. This

contract includes options, which, if exercised, would bring the cumulative

value of this contract to an estimated $11,320,209.  Work will be performed in

Edgewood, Md., and is expected to be completed by April 2008 (Sept. 2009 with

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

year.  This contract was competitively procured with unlimited proposals

solicited and two offers received via the Commerce Business Daily's Federal

Business Opportunities website, and the SPAWAR e-Commerce Central website. The

Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting

activity (N00039-06-C-0032).







            T. J. Crooks, Inc.*, Chesapeake, Va., is being awarded a

$5,321,422 firm-fixed-price contract for repairs to various piers and ramps at

Naval Amphibious Base Little Creek.  The work to be performed provides for

pier inspection (above deck and under water) and damage assessment report,

demolition of existing fabric form pile jackets, installation of new

reinforced plastic form pile jackets or pile barrier wraps, shotcrete repairs,

hydro-demolition, cast-in-place concrete repairs, timber fender pile clusters,

foam filled fenders, mooring fitting relocations and incidental related work.

Work includes Piers 11-18, 25-29, 56-60, and on Ramps A-D located between

Piers 25-29.  Work will be performed in Virginia Beach, Va., and is expected

to be completed by November 2007.  Contract funds will expire at the end of

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

NAVFAC e-solicitation website using Sealed Bidding Procedures (SBPs) with five

proposals received.  On April 6, 2006 the contracting officer was authorized

to convert from SBPs to Negotiated Procedures, four proposals were received

from the five original bidders.  The Naval Facilities Engineering Command,

Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-06-C-6038).







DEFENSE LOGISTICS AGENCY







            LAMAR Fuel Oil, LLC, * is being awarded a maximum $5,111,818 fixed

price with economic price adjustment  for fuel oil burner, kerosene, and

diesel fuel for federal civilian agencies.  This is a total set aside contract

for this company.  Proposals were Web-solicited and 43 responded.  Contract

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

performance completion is July 31, 2010.  The contracting activity is the

Defense Energy Support Center, Fort Belvoir, Va. (SP0600-05-D-4040).







            Cardinal Health, Inc., Dublin, Ohio, is being awarded a maximum

$12,939,007 firm fixed price contract for prime vendor contract for

pharmaceutical requirements of the routine Navy fleet and hospital ships USNS

Comfort and Mercy for Navy.  This is an indefinite quantity type contract

exercising option year 2 of four 12-month options.  Other locations of

performance are Greensboro, N.C., Valencia, Calif., Lakeland, Fla., Peabody,

Mass., Auburn, Wash., Houston, Texas, Madison, Miss., and Swedesboro, N.J.

There were 11 proposals solicited and 3 responded.  Contract funds will not

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

is May 20, 2007.  The contracting activity is the Defense Supply Center

Philadelphia, Philadelphia, Pa. (SP0200-04-D-7020).



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. 339-06

FOR RELEASE AT

Apr 21, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_NAVY







            United Technologies Corp., Pratt & Whitney, Military Engines, East

Hartford, Conn., is being awarded a $120,000,000 ceiling-priced

cost-plus-incentive-fee, award-fee contract for the low rate initial product

lot 1 procurement of five F-135 propulsion systems for the Air Force Joint

Strike Fighter F-35A Conventional Take-Off and Landing Aircraft.  In addition,

this contract provides for the procurement of associated initial spare engine

and spare parts, support equipment, sustainment support, special

tooling/special test equipment and technical/financial data.  Work will be

performed in East Hartford, Conn., and is expected to be completed in January

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

This contract was not competitively procured.  The Naval Air Systems Command,

Patuxent River, Md. is the contracting activity (N00019-06-C-0292).







            Raytheon Co., Full Service Partnering Center, Poulsbo, Wash., is

being awarded a $9,213,593 firm-fixed price/ cost-plus-fixed-fee, time &

materials contract for technical engineering and maintenance services in

support of the Undersea Weapons Program Office (PMS404) and MK 48 Heavyweight

Torpedo Intermediate Maintenance Activities (IMA) for the Navy.  Efforts being

procured include Pearl Harbor torpedo maintenance actions, Yorktown

progressive depot level repair support, and Pearl Harbor technical support

services for the MK 48 Heavyweight Torpedo IMA.  Work will be performed in

Pearl Harbor, Hawaii (80 percent); Yorktown, Va. (18 percent); and Poulsbo,

Wash. (2 percent), and is expected to be completed by November 2006.  Contract

funds in the amount of $9,213,593, 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-6107)







AIR FORCE







            Advanced Information Engineering Services, Inc., General Dynamics

Advanced Information Systems, Buffalo, N.Y., L-3 Communications Corp., Link

Simulation and Training Division, Arlington, Texas, and Science Applications

International Corp, Technology Services Co., San Diego, Calif., are being

awarded a $90,000,000 indefinite delivery/indefinite quantity time and

materials, firm fixed price, cost reimbursement, cost plus fixed fee contract.

  This action provides for customer funding over multiple years in task orders,

simulation analysis facility (XR-SIMAF) capabilities integration services

performance based acquisition with a three years base period (CY06-08) to

provide enterprise modeling, simulation, and analysis and infrastructure built

to support AF-ICE (Integrated Collaborative Environment) and accelerated

acquisition.  The Air Force can issue delivery orders totaling to the maximum

amount indicated above, although actual requirements may be less than the

amount above.   At this time, $5,000 has been obligated.  Solicitations began

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

be complete by December 2008.  Headquarters Aeronautical Systems Center,

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

(FA8626-06-D-2096 through FA8626-06-D-2098)







            Northrop Grumman Corp., Electronic Sensors and System Section,

Linthicum Heights, Md., is being awarded an $8,667,389 cost plus fixed fee

contract to develop a lightweight, low-power density Active Electronically

Scanned Array (AESA) technology for the DARPA Integrated Sensor Structure

program.  The AESA to be developed is dual band (UHF and X-Band) and bonded to

the flexible hull material of the airship.  The final deliverable is to

Feasibility of Flexible Scanned Array.  At this time, $2,800,000 has been

obligated.  Solicitations began in March 2006 and negotiations were complete

in April 2006.  This work will be complete by April 2008.  The Air Force

Research Laboratory, Rome, N.Y., is the contracting activity.

(FA8750-06-C-0049)







_ARMY







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

April 19, 2006, a $9,517,767 modification to a firm-fixed-price contract for

M110 Metal Parts and M1E1 burster cases in support of the 155MM Smoke WP and

M110A2 Projectile.  Work will be performed in Scranton, Pa., 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 an unknown number of bids solicited

via the World Wide Web on Dec. 3, 2004, and three bids were received.  The

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

(W52P1J-05-C-0045).







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

awarded on April 19, 2006, a $5,713,000 modification to a cost-plus-fixed-fee

contract for systems technical support for the Abrams Tank Program.  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

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

activity (DAAE07-01-C-N075).
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. 345-06

FOR RELEASE AT

Apr 24, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



                                                            DEFENSE LOGISTICS

AGENCY







            International Oil Trading Co., Boca Raton, Fla., is being awarded

a maximum $106,995,596 fixed price with economic price adjustment for JP8 fuel

for the Marine Corps.  The other location of performance is Jordan.  This is

an indefinite delivery/quantity type contract exercising option year one.

There were 8 proposals solicited and 4 responded.  Contract funds will not

expire at the end of the current fiscal year.  The date of performance

completion is Dec. 31, 2006.  The contracting activity is the Defense Energy

Support Center, Fort Belvoir, Va. (SP0600-05-D-0497).







            SYSCO Food Service of Seattle, Kent, Wash., is being awarded a

maximum $13,000,000 firm-fixed price contract for prime vendor full line food

and beverage support.  Using services are Army, Navy, Air Force, National

Guard, Coast Guard, and Job Corps.  This is an indefinite quantity/delivery

type contract exercising option year three.  There were 12 proposals solicited

and 3 responded.  Contract funds will not expire at the end of the current

fiscal year.  The date of performance completion is May 1, 2007.  The

contracting activity is the Defense Supply Center Philadelphia, Philadelphia,

Pa. (SP0300-06D-3055).







_AIR FORCE







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

$103,057,114 firm-fixed price & cost-plus-fixed fee contract modification to

increase fund production long lead diminished manufacturing sources activities

and performance-based agile logistics support 3,400 funded activities through

June 30, 2006.  This effort supports F-22 aircraft.  The location of

performance is Lockheed Martin Corp., in Marietta, Ga. (33 percent), Fort

Worth, Texas (34 percent); and Boeing, Seattle, Wash.  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/ P00012)







            Kaman Dayron, Orlando, Fla., is being awarded an $8,645,474

firm-fixed-price contract modification to provide a capability to increase the

manufacturing capability for the Joint Programmable Fuze (JPF) system to

achieve a production rate commensurate with a projected increase in government

demand.  To meet the anticipated government requirements, this action will

allow the contractor to develop and qualify a second manufacturing line and

implement design modifications to improve productivity without impacting the

form, fit, or function of the JPF hardware.  The JPF is a state-of-art fuze

system used with precision weapon systems such as the JDAM and equipped with

variable delay settings that may be programmed manually or from the cockpit

through its in-flight reprogramming feature.  The location of performance is

Kaman Aerospace Corp., Bloomfield, Conn.  Total funds have been obligated.

This work will be complete September 2007.  Solicitations began in September

2005 and negotiations were complete April 2006.  The Air Armament Center,

Eglin Air Force Base, Fla., is the contracting activity.  (F08626-98-C-0006/

P00065)







_NAVY







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

Mass., is being awarded an $18,238,000 firm-fixed-price advanced acquisition

contract for long-lead materials associated with the FY 2007 full rate

production of 96 F414-GE-400 engines for the F/A-18E/F Super Hornet aircraft.

Work will be performed in Lynn, Mass. (46 percent); Madisonville, Ky. (22

percent); Hooksett, N.H. (13 percent); Rutland, Vt. (6 percent); Albuquerque,

N.M. (6 percent); Wilmington, N.C. (3 percent); Dayton, Ohio (2 percent);

Evendale, Ohio (1 percent), and Bromont, Canada (1 percent), and is expected

to be completed in January 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-C-0088).







            Hamilton Sundstrand Corp., San Diego, Calif., is being awarded an

$8,504,089 modification to a previously awarded firm-fixed-price contract

(N68335-03-C-0162) to exercise an option for the procurement of 36 MSU200-NAV

Air Start Units for the Navy (30), and the Governments of Taiwan (5) and Italy

(1).  In addition, this modification provides for the procurement of four

trailer adapters for the U.S. Navy.  Work will be performed in San Diego,

Calif., and is expected to be completed in November 2006.  Contract funds will

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

purchases for the U.S. Navy ($7,089,955; 83 percent); and the Governments of

Taiwan ($1,178,445; 14 percent), and Italy ($235,689; 3 percent) under the

Foreign Military Sales Program.  The Naval Air Warfare Center Aircraft

Division, Lakehurst, N.J., is the contracting activity.







_ARMY







            Marvin Land Systems Inc.*, Inglewood, Calif., was awarded on April

20, 2006, an $11,039,457 firm-fixed-price contract for auxiliary power and

environmental control units for use in the multiple launch rocket system.

Work will be performed in Inglewood, Calif., 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 Feb. 28, 2006.  The

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

activity (W56HZV-06-C-0387).







            Alaska Mechanical Inc., Anchorage, Alaska, was awarded on April

19, 2006, a $7,234,000 firm-fixed-price contract for Neely and Engineer

Utilities Upgrade.  Work will be performed at Fort Wainwright, Alaska, and is

expected to be completed by Oct. 15, 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. 21, 2005, and four bids were

received.  The Army Engineer District, Elmendorf Air Force Base, Alaska, is

the contracting activity (W911KB-06-C-0008).







            David Construction Inc.*, Louisville, Ky., was awarded on April

21, 2006, a $5,027,500 firm-fixed-price contract for construction of a radar

approach control facility.  Work will be performed at Grissom Army Reserve

Base, Ind., and is expected to be completed by May 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 Feb. 14, 2006, and five

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

contracting activity (W912QR-06-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. 358-06

FOR RELEASE AT

Apr 26, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_NAVY







            BAE Systems Technologies, Inc., Rockville, Md., is being awarded a

$25,227,963 modification to a previously awarded cost-plus-fixed-fee contract

(N00421-03-C-0035) to exercise an option for engineering and technical

services in support of identification system programs.  Work will be performed

at the Naval Air Warfare Center Aircraft Division, St. Inigoes, Md. (60

percent) and California, Md. (40 percent), and is expected to be completed in

April 2007.  Contract funds in the amount of $50,569 will expire at the end of

the current fiscal year.  The Naval Air Warfare Center Aircraft Division, St.

Inigoes, Md., is the contracting activity.







            Eagan, McAllister Associates, Inc., Lexington Park, Md., is being

awarded a $6,259,151 modification to a previously awarded cost-plus-fixed-fee

contract (N00421-02-C-0006) to exercise an option for technical and

engineering services in support of integrated communications and information

systems.  Work will be performed in St. Inigoes, Md., and is expected to be

completed in April 2007.  Contract funds in the amount of $505,348 will expire

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

Division, St. Inigoes, Md., is the contracting activity.
IP sačuvana
social share
 
Pogledaj profil 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. 365-06

FOR RELEASE AT

Apr 27, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_AIR FORCE







            BBN Technologies, LLC, Cambridge, Mass., is being awarded a

$24,112,830 cost plus fixed fee contract.  The integrated learning program

will develop computer software, called an integrated learner, which learns

general plans or processes from human users by being shown one example.

Integrated learners will accomplish this by sources, including generating it

by reasoning, in order to learn.  Applications include learning

air-tasking-order planning or Computer Application Design design processes.

The integrated learning technology will enable low-cost military

decision/planning support systems.  At this time, $4,148,444 has been

obligated.  This work will be complete by August 2010.  Air Force Research

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

(FA8650-06-C-7606).







            ITT Industries Systems Division, Cape Canaveral, Fla., is being

awarded a $6,591,609 cost plus award fee contract modification.  This action

definitizes the western range (WR) network red slaving effort authorized and

placed on contract by modification P00269 not to exceed amount of $6,731,145.

Red slaving is the capability to take in unclassified or classified telemetry

measurement inertial guidance, global positioning system and C-band radar

metric track data from WR instrumentation sites, process the data

(unclassified or classified) and send (unclassified or classified) data to all

WR instrumentation sites.  At this time, total funds have been obligated.

This work will be complete by March 2008.  The Headquarters Space and Missile

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

activity (F04701-01-C-0001/P00291).







_ARMY







            AM General L.L.C., South Bend, Ind., was awarded on April 25,

2006, a $16,132,265 modification to a firm-fixed-price contract for M1152P1

chassis for the high mobility multi-purpose wheeled vehicle.  Work will be

performed in South Bend, Ind., and is expected to be completed by Dec. 31,

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

This was a sole source contract initiated on July 17, 2000.  The Army

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

activity (DAAE07-01-C-S001).







            BAE Systems, Nashua, N.H., was awarded on April 25, 2006, a

$12,335,828 increment as part of a $45,718,177 cost-plus-incentive-fee

contract for advanced precision kill weapon system II development and

demonstration.  Work will be performed in Nashua, N.H. (78 percent),

Huntsville, Ala. (14 percent), and Burlington, Vt. (8 percent), and is

expected to be completed by April 24, 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. 29, 2005, and three bids were

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

the contracting activity (W31P4Q-06-C-0330).







            Pioneer Aerospace Corp., South Windsor, Conn., was awarded on

April 20, 2006, a delivery order amount of $8,547,200 as part of an $8,547,200

firm-fixed-price contract for MC-6 parachutes.  Work will be performed in

Marion, Miss., and is expected to be completed by April 18, 2011.  Contract

funds will not expire at the end of the current fiscal year.  There were 15

bids solicited on Jan. 26, 2006, and six bids were received.  The Army

Research, Development, and Engineering Command, Natick, Mass., is the

contracting activity (W58P05-06-D-0007).







            Irvin Aerospace, Santa Ana, Calif., was awarded on April 20, 2006,

a delivery order amount of $7,966,101 as part of a $7,966,101 firm-fixed-price

contract for MC-6 parachutes.  Work will be performed in Santa Ana, Calif.,

and is expected to be completed by April 18, 2011.  Contract funds will not

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

Jan. 26, 2006, and six bids were received.  The Army Research, Development,

and Engineering Command, Natick, Mass., is the contracting activity

(W58P05-06-D-0009).







            Aerostar International Inc., Sioux Falls, S.D., was awarded on

April 20, 2006, a delivery order amount of $5,835,158 as part of a $5,835,158

firm-fixed-price contract for MC-6 parachutes.  Work will be performed in

Huron, S.D. (50 percent), and Sioux Falls, S.D. (50 percent), and is expected

to be completed by April 18, 2011.  Contract funds will not expire at the end

of the current fiscal year.  There were 15 bids solicited on Jan. 26, 2006,

and six bids were received.  The Army Research, Development, and Engineering

Command, Natick, Mass., is the contracting activity (W58P05-06-D-0006).







            Mills Manufacturing*, Asheville, N.C., was awarded on April 20,

2006, a delivery order amount of $5,472,910 as part of a $5,472,910

firm-fixed-price contract for MC-6 parachutes.  Work will be performed in

Asheville, N.C., and is expected to be completed by April 18, 2011.  Contract

funds will not expire at the end of the current fiscal year.  There were 15

bids solicited on Jan. 26, 2006, and six bids were received.  The Army

Research, Development, and Engineering Command, Natick, Mass., is the

contracting activity (W58P05-06-D-0008).







_NAVY







            Electric Boat, Groton, Conn., is being awarded a $10,991,000

modification (P00038) to previously awarded contract (N00140-02-C-K009) for

intermediate and depot level overhaul, repair and modernization services for

Naval Submarine Support Facility New London, Groton, Conn.  Work will be

performed in Groton, Conn., and work is expected to be completed by August

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

This contract was not competitively procured.  The Fleet and Industrial Supply

Center Norfolk, Philadelphia Division, is the contracting activity.







            Ultra Electronics- Ocean Systems, Braintree, Mass., is being

awarded an $8,526,556 firm-fixed-price modification under previously awarded

contract (N00024-99-C-6102) to exercise an option to provide for production,

test and delivery of 258 additional torpedo acoustic devices, countermeasures

and 86 sonar acoustic device, countermeasures in support of the acoustic

device, countermeasure (ADC MK 3/4 Mod 1 Program).  The ADC program is

designed to provide ships with a countermeasure capability against torpedoes.

The MK3 (torpedo countermeasure) and Mk 4 (sonar countermeasure) are both 16

centimeter countermeasures and produced together to promote component

commonality between the two (2) devices and reduce production costs in

operating the 16 centimeter countermeasure production line.  Work will be

performed in Braintree, Mass., and is expected to be completed by December

2009.  Contract funds will not expire at the end of this fiscal year.  The

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







            General Dynamics C4 Systems, Scottsdale, Arizona, is being awarded

an $8,233,445 modification to previously awarded contract (M67854-02-C-2052)

for recurring engineering change costs for (60) combat operations centers.

Work will be performed in Scottsdale, Ariz., and is expected to be completed

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

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

activity.







            Discovery Machine, Inc.*, Williamsport, Pa., is being awarded a

$7,967,870 cost-plus-fixed-fee contract for research and development of a

computer-based application that will greatly extended the usefulness of

knowledge held by subject matter experts (SMEs) by integrating this knowledge

into the specification and encoding of behavior models.  This research will

greatly leverage the SME expertise in support of the Navy mission and

contribute to balancing the overall Naval Air Warfare Center Training Systems

Division research program relating to training systems, devices and

technology.  Work will be performed in Williamsport, Pa., and is expected to

be completed in April 2011.  Contract funds will not expire at the end of the

current fiscal year.  This contract was competitively procured via a Broad

Agency Announcement.  The Naval Air Warfare Center Training Systems Division,

Orlando, Fla., is the contracting activity (N61339-06-C-0038).







            RQ Construction, Inc., Bonsall, Calif., is being awarded a

$7,185,000 for firm-fixed-price design build task order #0005 under previously

awarded indefinite-delivery/indefinite-quantity multiple award construction

contract (MACC) (N68711-02-D-8012) to exercise base offer item 0001 for

$6,780,000, option Item 0001 for $70,000, and option item 0002 for $335.000

for project PE-0401M, repair/renovate 14 area bachelor enlisted quarters,

building 14008 at Marine Corps Base, Camp Pendleton, Calif..  The project

includes installing a standing seam metal roof on light gage metal framing in

addition to the cold-applied built up roof and reconfigure existing access

road, parking spaces and upper level lot along the southwest to suit 70

vehicle parking spaces and 10 motorcycle spaces.  Work will be performed at

Marine Corp Base, Camp Pendleton, Calif., and is expected to be completed by

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

  The basic contract amount is not to exceed $150,000,000 (base period and four

option years).  The MACC contractors (four in number) may compete for task

orders under the terms and conditions of the existing contract.  Three

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

Command, Southwest Division, San Diego, California, is the contracting

activity.







            Walton Construction Co., Harahan, La., is being awarded $6,927,952

for firm-fixed Task Order #0002 under previously awarded multiple award

construction contract (MACC) (N62467-05-D-0184) for design and construction of

Hurricane Katrina repairs/renovations, Naval Air Station, New Orleans, La.

The work includes emergent repairs for general building projects caused by

Hurricane Katrina, including but not limited to, administrative, aircraft

support facilities, medium industrial buildings, mechanical and electrical

improvements, civil construction (grading, drainage, and sewage, potable

water), storage and transmission, training, dormitory, and community support

facilities.  Work will be performed at Naval Air Station, New Orleans, La.,

and is expected to be completed by January 2007.  Contract funds will expire

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

procured 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 MACC contractors (eight 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, Southern Division, North Charleston, S.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 ... 7 8 10 11 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 17. Sep 2025, 14:18:42
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: 0.069 sec za 14 q. Powered by: SMF. © 2005, Simple Machines LLC.