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

ConQUIZtador
Trenutno vreme je: 26. Avg 2025, 20:04:11
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 ... 12 13 15 16 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71216 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
Subject:
Contracts for June 27, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 27 Jun 2006 17:04:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 607-06
FOR RELEASE AT
Jun 27, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS

_NAVY



            Lockheed Martin Corp. - Lockheed Martin Aeronautics Co., Ft. Worth, Texas, is being awarded a $115,836,036 modification to a previously awarded cost-plus-award-fee contract.  This modification provides for integration of the United Kingdom version of the joint strike fighter (JSF) air system with the United Kingdom carrier version future (CVF) under the JSF systems development and demonstration effort.  Work will be performed in Warton, United Kingdom (57 percent), Fort Worth, Texas (35 percent), Orlando, Fla. (5 percent), and El Segundo, Calif. (3 percent), and is expected to be completed in October 2013.  Contract funds will not expire at the end of the
current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.



            The Whiting-Turner Contracting Co., Baltimore, Md., is being awarded a $10,649,000 firm-fixed-price task order 0005 under an indefinite-quantity multiple-award construction contract for renovation of the Marine Corps exchange and expansion of the food court at Marine Corps Base Quantico.  Work will be performed in Quantico, Va., and is expected to be completed by January 2008.  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 17 proposals received and award made on July 22, 2004.  The total contract amount is not to exceed $500,000,000, which includes the base period and four option years.  The multiple contractors (seven 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, Washington, D.C., is the contracting activity (N62477-04-D-0032).



            Lockheed Martin Corp., Maritime Systems and Sensors, Electronics Part, Syracuse, N.Y., 13221 is being awarded a $5,109,992 firm-fixed-price delivery order for the AN/TPS-59(V)3 radar system data processing group and
AN/UPX-37 upgrade.  This effort will modify the current system configuration for processing of the AN/UPX-37 DI air traffic control radar beacon system identification friend or foe mark XII/XIIA system target reports from the target data extractor output thus eliminating the obsolete beacon data extractor subsystem.  It will also include an upgrade of the operator console workstation, operating system and local area network components to support
gigabit ethernet target reporting and future growth. This task will also generate the mod kit instruction to support a fleet ECP, and complete full execution of the ECP to the fleet.  Work will be performed in Syracuse, N.Y., and is expected to be completed April 2008.  Contract funds will not expire at the end of the current fiscal year.  The basic contract was awarded in January 2005 and was a sole-source procurement.  Marine Corps Systems Command,
Quantico, Va., is the contracting activity (M67854-05-D-2002 Order #0034).



DEFENSE LOGISTICS AGENCY



            Delta Western*, Anchorage, Alaska, is being awarded a maximum $6,763,800 fixed-price with economic-price-adjustment contract for Marine gas oil.  The other location of performance is Juneau, Alaska, and Barrow, Alaska. The using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, and Coast Guard.  There were 55 proposals solicited and five responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is August 31, 2011.  Contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-06-D-0380).



            Bominflot Atlantic, Inc.*, Norfolk, Va., is being awarded a maximum $8,259,500 fixed-price with economic-price-adjustment contract for Marine gas oil.  The other location of performance is Philadelphia, Pa., and
Baltimore, Md.  The using services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, and Coast Guard.  There were 55 proposals solicited and five responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is August 31, 2011. Contracting activity is DESC, Fort Belvoir, Va. (SP0600-06-D-0381).



            Midstream Fuels Service LLC*, Houston, Texas, is being awarded a maximum $5,902,676 fixed-price with economic-price-adjustment contract for fuels.  The other location of performance is Ingleside, Texas.  The using
services are Army, Navy, Marine Corps, federal civilian agencies, and others. There were 55 proposals solicited and four responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance
completion is August 31, 2011.  Contracting activity is DESC, Fort Belvoir, Va. (SP0600-06-D-0377).



            Patriot Petroleum*, Newburyport, Mass., is being awarded a maximum $8,528,588 fixed-price with economic-price-adjustment contract for fuels.  The other location of performance is Boston, Mass., and Newington, N.H.  The using services are Army, Navy, Marine Corps, federal civilian agencies, and others. There were 55 proposals solicited and five responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is August 31, 2011.  Contracting activity DESC, Fort Belvoir, Va. (SP0600-06-D-0379).



            BP Products North America*, Inc., Houston, Texas, is being awarded a maximum $9,640,000 fixed-price with economic-price-adjustment contract for fuels.  The other location of performance is Norfolk, Va.  The using services are Army, Navy, Marine Corps, federal civilian agencies, and others.  There were 55 proposals solicited and six responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is August 31, 2011.  Contracting activity is DESC, Fort Belvoir, Va. (SP0600-06-D-0376).

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
Subject:
Contracts for June 28, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 28 Jun 2006 17:34:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 611-06
FOR RELEASE AT
Jun 28, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS

_NAVY



            Raytheon Missile Systems, Tucson, Ariz., is being awarded a $169,893,496 firm-fixed-price requirements contract for a performance based logistics in support of Navy, Coast Guard, and foreign military sale cooperative logistics supply support agreements demands for the phalanx close-in weapon system.  This contract combines procurements between the Navy (74.79 percent); Coast Guard (4.6 percent); and the Governments of Australia
(5 percent); Israel (5 percent); New Zealand (5 percent); Japan (1 percent); United Kingdom (1 percent); Canada (1 percent); Taiwan (1 percent); Poland (1 percent); Bahrain (0.4 percent); Saudi Arabia (0.21 percent) under the Foreign Military Sales Program.  Work will be performed in Louisville, Ky. (90 percent), and Tucson, Ariz. (10 percent), and is expected to be completed by April 2011.  Contract funds will not expire by the end of the current fiscal year.  This contract was not competitively procured.  The Naval Inventory Control Point, Mechanicsburg, Pa., is the contracting activity (N00104-06-D-L007).



            CBZG Design Builders, LLC, (Clark, Blinderman, M+W Zander, and Graef, Anhalt, Schloemer) Chicago, Ill., is being awarded a $98,102,518 firm-fixed-price contract for the design and construction of Camp Porter
barracks and infrastructure at the recruit training command, Naval Station Great Lakes.  The work to be performed is the design and construction of two basic recruit barracks, special recruit barracks, simulated arms marksmanship trainer, infrastructure, and related demolition.  This contract will be incrementally funded with the initial funding today; the total contract amount is not to exceed $188,638,500.  Work will be performed in Great Lakes, Ill., and is expected to be completed by September 2010.  Contract funds will not expire at the end of the current fiscal year_.  This contract was competitively procured via the NAVFAC e-solicitation website with four proposals received.  The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity (N40083-06-C-4017).



            ViaSat*, Carlsbad, Calif., is being awarded a $39,552,709 firm-fixed-price delivery order for Multifunctional Information Distribution System-Low Volume Terminals (MIDS-LVTs).  The MIDS-LVT provides secure, high capacity, jam resistant, digital data and voice communications capability for Navy, Air Force and Army platforms.  This delivery order combines purchases for the United States (83.5 percent) and the governments of Portugal (11 percent), Turkey (4.5 percent), and Germany (1 percent) under the Foreign
Military Sales Program.  Contract funds in the amount of $847,116 will expire at the end of the current fiscal year.  Work will be performed in Carlsbad, Calif. (30 percent), and in various other sites worldwide (70 percent), and is expected to be completed by May 2008.  This delivery order was competitively procured with two proposals solicited and two offers received via the SPAWAR e-commerce web site.  The synopsis was released via the Federal Business Opportunities web site.  Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-00-D-2101).



            Data Link Solutions, Cedar Rapids, Iowa, is being awarded a $34,564,528 firm-fixed-price delivery order for Multifunctional Information Distribution System-Low Volume Terminals (MIDS-LVTs).  The MIDS-LVT provides
secure, high capacity, jam resistant, digital data and voice communications capability for Navy, Air Force and Army platforms.  This delivery order combines purchases for the United States (77 percent) and the governments of Switzerland (12 percent), Poland (5 percent), Japan (3 percent), Australia (2 percent), and Germany (1 percent), under the Foreign Military Sales Program. Work will be performed in Wayne, N.J. (50 percent), and Cedar Rapids, Iowa (50 percent), and is expected to be completed by May 2008.  Contract funds in the
amount of $374,908 will expire at the end of the current fiscal year.  This delivery order was competitively procured with two proposals solicited and two offers received via the SPAWAR e-commerce web site.  The synopsis was released via the Federal Business Opportunities web site.  The Space and Naval Warfare Systems Command in San Diego, Calif., is the contracting activity (N00039-00-D-2100).



            R. A. Burch Construction Co.*, Ramona, Calif., is being awarded a $20,681,721 firm-fixe-price design-build construction contract for design and construction of an air mobility operations group global reach deployment center and security forces armory/combat air training maintenance facility at Travis Air Force Base.  The contract contains four options which may be exercised within 365 calendar days, bringing the total cumulative value of this contract to $22,084,601.  Work will be performed in Fairfield, Calif., and is expected to be completed by November 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 two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-06-C-8005).



            Raytheon Company, Tucson, Ariz., is being awarded a $19,576,645 firm-fixed-price modification under previously awarded contract for phalanx close-in weapons systems (CIWS) and associated spares.  Under this
modification, the contractor will provide five thermal imagers, three block 1B AEGIS upgrade kits, two conversions and required spares and support equipment. Phalanx CIWS is a fast reaction terminal defense against low and high flying, high-speed maneuvering anti-ship missile threats that have penetrated all
other ships' defenses.  Work will be performed in Louisville, Ky., and is expected to be completed by December 2007.  Contract funds will not expire at the end of the fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.



            ManTech Systems Engineering Corp., Fairfax, Va., is being awarded a $6,979,203 modification to a previously awarded cost-plus-fixed-fee contract to exercise an option for life-cycle integrated command, control, communications and computer intelligence and information systems engineering services in support of the Naval Air Warfare Center Aircraft Division, Surface Communications and Information Systems Division.  Work will be performed in El Paso, Texas (39 percent); Stuttgart, Germany (35 percent); St. Inigoes, Md. (23 percent); and Lexington Park, Md. (3 percent), and is expected to be completed in June 2007.  Contract funds in the amount of $600,000 will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft
Division, St. Inigoes, Md., is the contracting activity.



            John C. Grimberg Co., Inc., Rockville, Md., is being awarded $6,135,000 for firm-fixed-price task order 0009 under a previously awarded indefinite-quantity multiple award construction contract for design and
construction of multi-mission maritime aircraft test facilities at Naval Air Station Patuxent River.  The work to be performed provides for the new multi-mission maritime aircraft (P-8 MMA) program.  It is the first of two
projects that together will support the maintenance testing and instrumentation needs of the P-8 MMA program.  The project constructs a new two-story P-8 MMA test complex building on a wooded site adjacent to Building
1463 and across the street from Hangar 305.  The building will include engineering offices, maintenance and telecommunications rooms.  Work will be performed in Patuxent River, Md., and is expected to be completed by July 2007.  Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with 17 proposals received and an award made on July 22, 2004.  The total contract amount is not to exceed $500,000,000, which includes the base period and four option years.  The multiple contractors (seven 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, Washington, D.C., is the contracting activity.



            Healy Tibbitts Builders, Inc., Aiea, Hawaii, is being awarded $5,599,000 for firm-fixed-price task order 0012 under an indefinite-delivery/indefinite-quantity multiple award construction contract for maintenance dredging at H1-H4 Piers, K10-K11 Docks, and Middle Loch, Pearl Harbor.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by July 2007.  Contract funds will expire at the end of the current fiscal year.  The basic contract was competitively procured with 11 offers solicited, seven proposals received and an award made on June 10, 2004._  The total contract amount for each contractor is not to exceed $250,000,000 (base period and four option years) bringing the cumulative total for all three contracts to $750,000,000.  The multiple contractors (three in number) may compete for task orders under the terms and conditions of the existing contract.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Resident Officer in Charge of Construction IPT Blue, is the contracting activity.



_ARMY



            Alutiiq Global Solutions L.L.C.*, Anchorage, Alaska, was awarded on June 23, 2006, a $48,651,449 firm-fixed-price contract for the design and construction of the Infantry Brigade Combat Team Barracks.  Work will be performed at Fort Knox, Ky., and is expected to be completed by Jan. 1, 2008. Contract funds will not expire at the end of the current fiscal year.  There were eight bids solicited on March 22, 2006, and two bids were received.  The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0032).



            Heil Trailer International, Athens, Tenn., was awarded on June 22, 2006, a delivery order amount of $44,123,878 as part of a $117,170,058 firm-fixed-price contract for MK970 Aviation Refueling Tankers.  Work will be performed in Athens, Tenn., and is expected to be completed by Dec. 30, 2008. Contract funds will not expire at the end of the current fiscal year.  This was a sole-source contract initiated on May 3, 2001.  The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-D-S002).



            O'Gara-Hess & Eisenhardt Armoring Co., Fairfield, Ohio, was awarded on June 23, 2006, a $40,341,786 modification firm-fixed-price contract for the Objective Frag Kit #5 and Objective Frag Kit #5 field kits.  Work will be performed in Fairfield, Ohio, 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 April 10, 2000.  The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-C-S019).



            Alliant Lake City Small Caliber Ammunition Co. L.L.C., Independence, Mo., was awarded on June 22, 2006, a delivery order amount of $10,647,782 as part of a $362,953,119 firm-fixed-price contract for various
small caliber ammunition.  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 Army Field Support Command, Rock Island, Ill., is the contracting activity (DAAA09-99-D-0016).



            Vetco Contracting Services L.L.C.*, Watertown, N.Y., was awarded on June 23, 2006, an $8,111,000 firm-fixed-price contract for construction of the airfield vehicle support facility.  Work will be performed at Fort Drum, N.Y., and is expected to be completed by Dec. 21, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were seven bids solicited on May 9, 2006, and three bids were received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-06-C-0009).



            Goodrich Corp., Monroe, N.C., was awarded on June 22, 2006, a $5,673,000 firm-fixed-price contract for Generators for the CH-47 Helicopter. Work will be performed in Pirstone Bucks, United Kingdom, and is expected to be completed by July 31, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were two bids solicited on Jan. 18, 2006, and one bid was received.  The Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0166).



DEFENSE LOGISTICS AGENCY



            LABATT Food Service, Inc., San Antonio, Texas, is being awarded a maximum $25,129,796 firm-fixed-price contract for full-line food distribution. The using services are Army, Navy, and Air Force.  There were 41 proposals solicited and three responded.  This is an indefinite quantity type contract exercising option year one.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is July 16, 2007. Contracting activity is Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM300-06-D-3143).



AIR FORCE



            United Technologies Corp., Pratt and Whitney Aircraft Group, East Hartford, Conn., is being awarded a $16,263,027 firm-fixed-price contract. This action provides for F100-PW-200/220/220E turbine blade sets.  This effort supports the F-16 aircraft.  At this time, total funds have been obligated. Solicitations and negotiations were complete in April 2006.  This work will be complete March 2008.  Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8104-05-G-0009-0164).



            Honeywell Inc., Defense and Space Electronic Systems, Clearwater, Fla., is being awarded a $5,157,240 firm-fixed-price contract modification. This action is to exercise an option to purchase sixty-six embedded global
positioning system/inertial navigation system (EGIs) production install units for the CH-47 helicopter through the tri-service EGI office at Wright-Patterson Air Force Base, Ohio.  At this time, total funds have been obligated.  This work will be complete by June 2008.  Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-06-C-2065/P00002).

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


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
Subject:
Contracts for June 29, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 29 Jun 2006 17:30:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 615-06
FOR RELEASE AT
Jun 29, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

CONTRACTS



NAVY



            Rheinmetall Waffe Munition GmbH, Branch Mauser Oberndorf, Oberndorf am Neckar, Germany, will be awarded a maximum $43,381,330 fixed-price, indefinite-delivery/definite-quantity contract, for 12 MLG 27 gun
systems, test ammunition, spare parts, logistics data, engineer support services and training.  The MLG 27 is a lightweight, remotely controlled, fully stabilized, autonomous and automatic gun system.  The gun systems will
be installed onto fast-interceptor boats that are being acquired under a separate contract.  Engineering services will support program management, boat interface, installation/dockside tests and at-sea tests.  Training courses for
the gun system Operator, Maintainer and Base Maintainer will be conducted. Work will be performed in Germany (93 percent); Kuwait (5 percent); and United States (2 percent), and is expected to be completed by June 2011.  Contract funds will not expire at the end of the current fiscal year.  The contract was not competitively procured.  The Naval Surface Warfare Center, Port Hueneme Division, Louisville Detachment, Louisville, Ky., is the contracting activity (N63394-06-D-4002).



            Lockheed Martin Information & Technology Services, Cherry Hill, N.J., is being awarded a maximum $39,940,119 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract, to provide design agent
engineering and technical support services for combat system ship qualification trials, ballistic missile defense, and other test and evaluation events.  Work will be performed in Norfolk, Va. (25 percent); Port Hueneme, Calif. (20 percent); San Diego, Calif. (20 percent); Mayport, Fla. (10 percent); Pearl Harbor, Hawaii (10 percent); Moorestown, N.J. (5 percent); Everett, Wash. (5 percent); and Yokosuka, Japan, (5 percent), and is expected
to be completed in June 2007.  Contract funds in the amount of $875,000, will expire by the end of the current fiscal year.  The contract was not competitively procured.  The Naval Surface Warfare Center, Port Hueneme
Division, Port Hueneme, Calif., is the contracting activity (N63394-06-D-1170).



            Bell-Boeing Joint Program Office, Patuxent River, Md., is being awarded a $37,800,000 delivery order against a previously awarded basic ordering agreement (N00019-04-G-0007) for non-recurring efforts associated in
support of the V-22 Osprey's price reduction program, including cost reduction initiative (CRI) implementation, affordability team support, and CRI tracking and validation of savings.  Work will be performed in Ridley Park, Penn. (50 percent); Fort Worth, Texas (25 percent); and Amarillo, Texas (25 percent), and is expected to be completed in December 2009.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.



            McDonnell Douglas, a wholly owned subsidiary of the Boeing Co., St. Louis, Mo., is being awarded $31,066,218 for firm-fixed-price delivery order under previously awarded contract for manufacture of left hand inner
wing sections used on the F/A 18 aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed by September 2010.  Contract funds will expire at the end of the current fiscal year.  This contract was not awarded competitively.  The Fleet Naval Inventory Control Point is the contracting activity.



            Douglas, a wholly owned subsidiary of the Boeing Co., St. Louis, Mo., is being awarded $28,496,578 for firm-fixed-price delivery order under previously awarded contract for manufacture of right hand inner wing sections
used on the F/A 18 aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed by September 2010.  Contract funds will expire at the end of the current fiscal year.  This contract was not awarded competitively. The Fleet Naval Inventory Control Point is the contracting activity.



            General Dynamics Advanced Information Systems, Bloomington, Minn., is being awarded a $27,828,796 firm-fixed-price contract for the full rate production of Type 3 advanced mission computers (AMCs) for retrofit into the F/A-18E/F Lot 26  29 aircraft.  This contract provides for the procurement of 54 AMCs in the -265 configuration for the F/A-18F (40 for retrofit and 14 for spares) and 56 AMCs in the -275 configuration for the F/A-18E (50 for retrofit and six for spares).  Work will be performed in Bloomington, Minn., and is expected to be completed in August 2008.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-06-C-0106).



            Lockheed Martin Systems, Owego, N.Y., is being awarded a $23,857,773 firm-fixed-price modification to previously awarded contract for the purchase of spares for the common cockpit for the H-60-R helicopter.
Work will be performed in Owego, N.Y. (25 percent); Farmington, N.Y. (25 percent); and Salt Lake City, Utah (50 percent), and is expected to be completed by June 2008.  Contract funds will not expire before the end of the
current fiscal year.  The contract was not competitively procured.   The Naval Inventory Control Point, Philadelphia, Pa., is the contracting activity.



            American Electronic Warfare Associates*, California, Md., is being awarded a $22,582,626 modification to a previously awarded cost-plus-fixed-fee/level-of-effort contract to exercise an option for engineering and technical services in support of the Naval Air Warfare Center Aircraft Division, Atlantic Ranges and Facilities Department, Integrated Combat Environments Division.  The estimated level of effort for this option period is 204,000 man-hours.  Work will be performed in Patuxent River, Md. (90 percent), and California, Md. (10 percent), 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 Warfare Center Aircraft Division, 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 $19,018,138 firm-fixed price modification to the previously awarded firm-fixed-price with economic price
adjustment F/A-18E/F airframes Multi-Year II (MYP II) contract.  This modification provides for incorporation of Engineering Change Proposal 6251 to convert four Lot 30 F/A-18F aircraft to EA-18G system development and
demonstration aircraft.  Work will be performed in St. Louis, Mo. (55 percent); El Segundo, Calif. (42 percent); and Mesa, Ariz. (3 percent), and is expected to be completed in September 2008.  Contract funds will not expire at
the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.



            Sauer, Inc., dba Sauer Southeast, Jacksonville, Fla., is being awarded $11,930,300 for firm-fixed-price task order 0001 under a previously awarded indefinite-delivery/indefinite-quantity design-build multiple award
construction contract for Hurricane Wilma repairs at Naval Air Station Key West.  The work to be performed provides for permanent emergent repairs and demolition for general building type projects (repair and renovations) caused
by Hurricane Wilma, 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.  This task order contains one option which may be exercised within 60 calendar days, bringing the total amount of the task order to $20,045,300. Work will be performed in Key West, Fla., and is expected to be completed by December 2007.  Contract funds will expire at the end of the current fiscal year.  The basic contract was competitively procured with 28 offers solicited, seven proposals received and an award made on Sept. 22, 2003.  The total contract amount is not to exceed $200,000,000, which includes the 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, Southeast, Jacksonville, Fla., is the contracting activity.



            X-COM Systems, LLC.*, Reston, Va., is being awarded a $9,971,000 indefinite-delivery/indefinite-quantity contract for Naval Tactical Data System switching, multiplexing, and conversion systems, associated
subassemblies, and related engineering services.  This contract includes X-COM electrical and fiber optic digital switches, multiplexers, and subassemblies. The switching, multiplexing, and conversion hardware will be installed at combat system shore sites to allow the configuration of tactical and commercial equipment to match multiple baselines in minimal time with minimal operator support.  Work will be performed in Reston, Va., and is expected to be completed by December 2011.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.   The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Va., is the contracting activity (N00178-06-D-2002).



            Lockheed Martin Corp./Naval Electronics & Surveillance Division, Eagan, Minn., is being awarded a $5,909,990 firm-fixed-price delivery order, issued under the provisioning item ordering CLIN of the contract for logistics
support of the AN/UYQ-70 advance display system.  The logistics support includes the furnishing of repaired and new units for approximately 400 line items in response to fleet requisitions.  Work will be performed Eagan, Minn.,
and is expected to be completed by September 2006.  Contract funds will not expire before the end of the current fiscal year.  This contract was not competitively procured.  The Naval Inventory Control Point, Mechanicsburg,
Pa., is the contracting activity.



AIR FORCE



            McDonnell Douglas Corp., Long Beach, Calif., is being awarded a $34,500,000 firm-fixed-price-contract modification.  This contract will provide implementation of the landing gear fleet management program phase II
for the removal, replacement and refurbishment of C-17 aircraft landing gear every eight years.  At this time, $17,250,000 has been obligated. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base,
Ohio, is the contracting activity (FA8614-04-C-2004/P00116).



            Northrop Grumman Systems Corp., Air Combat Systems, San Diego, Calif., is being awarded a $22,500,000 cost-plus-award-fee contract modification.  This action provides for interoperability implementation for global hawk.  The interoperability is a complete development on the Global Hawk RQ-4B, which provides critical operational interoperability capabilities required for the start of the initial operational test and evaluation in
November 2008.  The following interoperability efforts for this action include fielding strategy acceleration sensor data extension functionality, national imagery transmission format compliance issues and software change in the GH
Mission Control Element to allow manipulation of the extended tether program data.  At this time, $11,250,000 has been obligated.  Solicitations began December 2005.  This work will be complete by March 2008.  Headquarters
Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-C-4600/P00158).



            General Atomics-Aeronautical Systems Inc., San Diego, Calif., is being awarded a $14,881,292 cost-plus-fixed-fee contract.  This option exercise includes the Predator MQ-1 Unmanned Aircraft System Outside
Continental United States program.  At this time, total funds have been obligated.  This work will be complete by December 2006.  Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the
contracting activity (FA8620-05-G-3028, order number 001104).



            C.F. Roark Welding and Engineering Co., Brownsburg, Ind., is being awarded a $11,206,557 firm-fixed-price contract.  This action provides for exhaust duct, 261 each.  This effort supports the F101 engine in the B1 bomber
aircraft.  At this time, total funds have been obligated.  Solicitations began April 2006 and negotiations were complete June 2006.  This work will be complete by July 2010.  Headquarters Oklahoma City Air Logistics Center,
Tinker Air Force Base, Okla., is the contracting activity (FA8104-06-C-0153).



            TAC Industries, Springfield, Ohio, is being awarded a $10,000,136 firm-fixed-price contract.  This is a requirements contract.  This action provides for quantity of 13,164 each for top cargo tie-down nets; 49,975 each
side cargo tie-down nets.  At this time, total funds have been obligated. This work will be complete September 2007.  Headquarters Warner Robins Air Logistic Center, Robins Air Force Base, Ga., is the contracting activity
(FA8533-05-D-0001-0004).



ARMY



            Sundt Construction Inc., Phoenix, Ariz., was awarded on June 26, 2006, a $26,609,444 firm-fixed-price contract for construction of family housing units and support facilities.  Work will be performed at Fort Huachuca, Ariz., and is expected to be completed by Sept. 29, 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. 19, 2005, and
three bids were received.  The Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-06-C-0011).



            Raytheon Co., Andover, Mass., was awarded on June 23, 2006, a $17,710,577 modification to a cost-plus-fixed-fee contract for FY06 Patriot Engineering Services.  Work will be performed in Burlington, Mass. (3.4
percent), Huntsville, Ala. (8.79 percent), Andover, Mass. (9.65 percent), Tewksbury, Mass. (76.64 percent), El Paso, Texas (1.47 percent), and Norfolk, Va. (.05 percent), and is expected to be completed by Jan. 9, 2009.  Contract
funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Aug. 26, 2003.  The Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity
(W31P4Q-04-C-0020).



            Clark Construction Group L.L.C., Bethesda, Md., was awarded on June 27, 2006, a $16,064,000 firm-fixed-price contract for upgrade and extension of runway and taxiways for the 167th airlift wing base conversion. Work will be performed in Martinsburg, W.V., and is expected to be completed by July 12, 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 May 2, 2006, and one bid was received.  The U.S. Property Fiscal Office, Buckhannon, W.V., is the contracting activity (W912L8-06-C-0006).



            Lockheed Martin Corp., Grand Prairie, Texas, was awarded on June 27, 2006, a $9,540,112 modification to a firm-fixed-price contract for guided multiple launch rocket system low rate initial production.  Work will be
performed in East Camden, Ark. (80 percent), and Grand Prairie, Texas (20 percent), and is expected to be completed by April 30, 2004.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Nov. 2, 2004.  The Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-05-C-0018).



            Mid-Eastern Builders Inc., Chesapeake, Va., was awarded on June 23, 2006, an $8,381,000 firm-fixed-price contract for replacement of the existing north gate check point and construction of a new mail handling and
visitor processing facility.  Work will be performed in Richmond, Va., and is expected to be completed by Jan. 30, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were 36 bids solicited on June 7,
2005, and four bids were received.  The Army Engineer District, Norfolk, Va., is the contracting activity (W91236-06-C-0050).



            Lord Corp., Erie, Pa., was awarded on June 27, 2006, a delivery order amount of $8,240,400 as part of a $21,163,464 firm-fixed-price contract for rod end bearings for the

UH-60 Black Hawk.  Work will be performed in Dayton, Ohio, and is expected to be completed by Nov. 30, 2011.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Feb. 27, 2006.  The Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-D-0267).



DEFENSE ADVANCED RESEARCH PROJECTS AGENCY



            BAE Systems, Nashua, N.H., is being awarded a $11,013,458 modification to a previously awarded other transaction for prototypes agreement for development and demonstration of a WolfPack based on a miniaturized WolfNode.  Work will be performed in Nashua, N.H., and will be completed in January 2008.  A portion of the funds, $4,962,690, will expire at the end of this fiscal year.  This is a sole source award.  The Defense
Advanced Research Projects Agency is the contracting activity (MDA972-01-9-0019).

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
Subject:
Contracts for June 30, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 30 Jun 2006 17:52:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 619-06
FOR RELEASE AT
Jun 30, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS

_NAVY



            Lockheed Martin Maritime Systems and Sensors, Moorestown, N.J., is being awarded an $85,354,328 fixed-price letter contract for long-lead material items and critical work center efforts to support the production of three Aegis Weapon Systems (AWS) for the Commonwealth of Australia (COA) Air Warfare Destroyer (AWD) Shipbuilding Program.  These long-lead items will be used by Lockheed Martin to manufacture three AWS ship-sets for Australia's AWD shipbuilding project.  The AWS comprises of the core command and control system, phased array radar and missile launch system capability.  The Aegis system is the world's pre-eminent maritime air warfare system capable of detecting and defeating multiple hostile aircraft and missiles.  Award of this contract will eliminate the risk and increased costs associated with a break in production and minimize the risk of delay in the 2013 delivery date for the first Air Warfare Destroyer.  This award is for Australia (100 percent) under the Foreign Military Sales Program.  $64,575,000 will be obligated at time of
award.  Work will be performed in Moorestown, N.J., and is expected to be completed by March 2012.  Contract funds will not 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-5120).



            McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded an $82,360,947 cost-plus-award-fee modification to a previously awarded cost-plus-award-fee contract for the
first production representative lot of airborne electronic attack (AEA) kits for the EA-18G aircraft.  This modification provides for the procurement of four AEA kits, spares, and support equipment.  Work will be performed in Baltimore, Md. (42.5 percent); Bethpage, N.Y. (28.2 percent); St. Louis, Mo. (18 percent); Fort Wayne, Ind. (4.8 percent); Nashua, N.H. (2 percent); Melbourne, Fla. (1.6 percent); Wallingford, Conn. (1.6 percent); and Westminster, Colo. (1.3 percent), and is expected to be completed in September 2008.  Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.



            Booz Allen Hamilton, Inc., McLean, Va., is being awarded a $9,921,722 modification to a previously awarded cost-plus-fixed-fee contract to exercise an option for technical, engineering, professional and management support services for the special communications requirements division of the Naval Air Warfare Center Aircraft Division in support of the Department of Defense, Joint Service, and Federal Agencies programs.  Work will be performed in Lexington Park, Md. (50 percent); and St. Inigoes, Md. (50 percent), 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 Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.



            Kollmorgen Corporation, Electro-Optical Division, Northampton, Mass., is being awarded a $9,363,494 firm-fixed-price modification under previously awarded contract to exercise an option for production of three
major shore-spares for AN/BVS-1 photonics mast systems for installation on Virginia and SSGN class submarines.  The photonics mst is a non-hull penetrating electronic imaging subsystem of the command and control system.
It incorporates visible, infrared and electronic support measures sensors and stealth features that will provide new capabilities for attack submarines. The subsystem is comprised of the sensor, mast, data transmission, and
control/display groups.  Work will be performed in Northampton, Mass. (70 percent); Seattle, Wash. (8 percent); Westfield, Mass. (6 percent); Boston, Mass (6 percent); Joplin, Mo. (4 percent); Cincinnati, Ohio (2 percent);
Orlando, Fla. (2 percent); Hackensack, N.J. (2 percent); and is expected to be completed by July 2009.  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 (N00024-02-C-6247).



            Rogers-Quinn Construction, Inc.*, Bonsall, Calif., is being awarded $8,256,000 for firm-fixed-price task order 0001 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction
contract for replacement, repair and/or improvement to 13 sewer lift stations at Marine Corps Base Camp Pendleton. The goal of the project is to achieve environmental regulatory compliance by correcting safety, capacity, reliability, and operational deficiencies.  Work will be performed in Oceanside, Calif., and is expected to be completed by February 2008.  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 16 proposals received and an award made on Dec. 10, 2004.  The total contract amount for each contractor is not to exceed $100,000,000 (base period and four option years) bringing the cumulative total for all five contracts to $500,000,000.  The multiple contractors (five in number) may compete for task orders under the terms and conditions of the existing contract.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.



            Geofon, Inc.*, Diamond Bar, Calif., is being awarded $7,000,000 for task order 0005 under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity environmental multiple award contract
for interim removal action installation restoration program site 19 at Naval Base Ventura County.  Work will be performed in Point Mugu, Calif., and is expected to be completed by December 2008._  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 13 proposals received and an award made on Sept. 23, 2004.  The total contract amount for each contractor is not to exceed $60,000,000.  The multiple contractors (three in number) may compete for task orders under the terms and conditions of the existing contract. Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.



            CDM Constructors, Inc., Carlsbad, Calif., is being awarded $5,267,484 for task order 0010 under a previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity design-build-operate-maintain contract for replacement and/or upgrades to nine sewer lift stations at Marine Corps Base Camp Pendleton.  The goal of the project is to achieve environmental regulatory compliance by correcting safety, capacity, reliability, and operational deficiencies.  Work will be performed in Oceanside, Calif., and is expected to be completed by June 2008.  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 eight proposals received and an award
made on July 8, 2004.  The total contract amount for the indefinite quantity portion of this contract is not to exceed $155,777,000 (base period and four option years) bringing the cumulative total for the total contract to
$260,000,000.  The single contractor may compete on task orders under the terms and conditions of the existing contract.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.



_ARMY



            EADS North American Defense of Arlington, Va., was awarded June 30, 2006, a $43.1 million firm-fixed-price, fixed-price-level-of-effort, cost-reimbursable contract for the Light Utility Helicopter with MEDVAC B and
hoist B kits along with pilot transition and maintainer training.  Work will be peformed in Columbus, Miss., and is expected to be completed by June 30, 2016.  The Light Utility Helicopter is designed to conduct light-general
support, civil search and rescue, personnel recovery, air ambulance medical evacuation, casualty evacuation, limited civil command and control operations in the conduct of homeland security, and counter-drug operations.  Contract funds will not expire at the end of the current fiscal year.  Bids were solicited July 26, 2005, and five bids were received.  The Army Aviation and Missile Command at Redstone Arsenal, Ala., is the contracting activity.  For more information, call the program executive office, aviation, public affairs office at (256) 842-0561 (W58RGZ-06-C-0194).



            Raytheon Co., Andover, Mass., was awarded on June 26, 2006, a $7,656,228 cost-plus-fixed-fee and cost-reimbursable contract for on-site depot level diagnostic, fault isolation, clean-up, and repair capability for
the PATRIOT weapon system.  Work will be performed in Korea (19.14 percent), Germany (8.76 percent), Tacoma, Wash. (10.39 percent), Qatar (9.79 percent), Killeen, Texas (15.14 percent), Lawton, Okla. (7.05 percent), El Paso, Texas (17.88 percent), Fayetteville, N.C. (8.68 percent), and Andover, Mass. (3.17 percent), and is expected to be completed by June 16, 2010.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Dec. 15, 2005.  The Army Aviation and Missile Command,
Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0352).



            Five-R Co.*, Cheyenne, Wyo., was awarded on June 28, 2006, a $6,311,368 firm-fixed-price contract for construction of a composite airlift support complex.  Work will be performed in Cheyenne, Wyo., and is expected to be completed by July 9, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were 13 bids solicited on April 5, 2006, and five bids were received.  The Wyoming National Guard, Cheyenne, Wyo., is the contracting activity (W912L3-06-C-0009).



            General Electric, Lynn, Mass., was awarded on June 26, 2006, a delivery order amount of $5,285,800 as part of an $11,229,450 firm-fixed-price contract for exhaust pipes for the Blackhawk aircraft.  Work will be performed in Lynn, Mass., and is expected to be completed by June 30, 2011.  Contract funds will not expire at the end of the current fiscal year.  There were two bids solicited on Feb. 28, 2006, and one bid was received.  The Army Aivaiton and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-D-0229).



AIR FORCE



            McDonnell Douglas Corp., St Louis, Mo., is being awarded a $27,976,648 firm-fixed-price with a cost-reimbursement contract modification. This action provides for joint direct attack munition (JDAM), for an
additional 1,288 lot 10 guided vehicle kits.  The 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/global positioning system bombs.  At this time, total funds have been obligated.  Negotiations were complete in June 2006. This work will be complete March 2008.  Headquarters 308th Armament Systems Wing, Eglin Air Force Base, Fla., is the contracting activity (FA8681-06-C-0058/P00002).



            General Dynamics, Government Systems Corp., Needham, Mass., is being awarded a $21,919,000 cost-plus-award-fee, time and materials, and cost-plus-fixed-fee contract.  This action provides for defense
injection/reception emergency action message command and control terminal (DIRECT) improvement and sustainment contract (DISC), will include
 1)contractor logistics support,
2) technical refresh,
3) special studies,
4)
sustainment engineering analysis,
 5) work requests,
6) installation of a
production system currently in storage, and
7) communications interfacechanges, DIRECT, originally called the defense improved emergency message
automated transmission system replacement command and control terminal, is an element of the minimum essential emergency communications network. 

Direct provides the National Military Command Center /NMCC-Site R and the strategic nuclear combatant commander command centers with strategic connectively for dissemination of emergency action messages over all available communications channels, automated message transmission and reception processing capabilities, and communications systems growth and system expansion capability.  At this time, $300,678 has been obligated.  Solicitations began March 2006 and negotiations were complete in June 2006.  This work will be
complete by June 2011.  Headquarters 653rd Electronic Systems Wing, Hanscom Air Force Base, Mass., is the contracting activity (FA8726-06-C-0018).



            Lockheed Martin Mission Systems, Colorado Springs, Colo., is being awarded a $8,012,141 cost-plus-award fee contract.  The contractor shall develop software and any theater battle management core systems applications required for spiral 1.1.4 related effort.  Software support includes all software development activities in accordance with TTD-05-10C and the statement of work.  At this time, total funds have been obligated. Solicitations began December 2005.  This work will be complete by March 2008. Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F19628-95-C-0143).



            Perkin-Elmer Inc., Optoelectronics, Salem, Mass., is being awarded a $6,638,115 cost-plus-fixed-fee contract modification.  This modification definitizes the undefinitized contract action for rubidium atomic frequency standard modification phase 2 for the replacement and/or redesign of the obsolete parts and implementation of low risk-high yield improvements for he subsequent flight re-qualification of the global positioning system block IIF rubidium atomic frequency standard.  At this time, no funds have been obligated.  This work will be complete by September 2008.  Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity (FA8807-05-C-0001).



            General Atomics-Aeronautical Systems Inc., San Diego, Calif., is being awarded a $5,210,170 cost-plus-fixed-fee contract modification.  This effort is for the retrofit of five MQ-9 Predator aircraft, with upgraded
landing gear for increased landing capacity, Hellfire/EGBU-12/Special Project A Payloads, and interim modem assembly capabilities.  Also included in the cost of this effort is one lot of spares and system integration lab upgrade work.  At this time, total funds have been obligated.  Solicitations began April 2006 and negotiations were complete June 2006.  This work will be complete June 2007.  Headquarters Aeronautical Systems Center,
Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-02-G-4035/order # 0028, modification # 13).



_MISSILE DEFENSE AGENCY



            Oceanit Laboratories, Inc., Honolulu, Hawaii, is being awarded a cost-plus-fixed-fee contract.  This competitive contract is to provide for the development of advanced sensor and surveillance technologies based on multi-target-tracking optical sensor array technologies.  The award value for this effort is $25,892,192 (maximum).  The period of performance is from June 2006 to June 2011.  The principal place of performance will be at the Oceanit Laboratories, Honolulu, Hawaii.  Work will also be performed at Goleta, Calif. Contract funds will not expire at the end of the current fiscal year.  The Missile Defense Agency is the contracting activity (HQ0006-06-D-0003).



_Defense Information Systems Agency



            Maden Technologies Consulting, Inc., Arlington, VA, is being awarded an initial contract not-to-exceed $5.6 million.  This is a letter contract which will, upon definitization, result in an indefinite-delivery/indefinite-quantity contract that will include firm-fixed-price and cost-plus-fixed-fee pricing structures with an estimated
life-cycle value of $29 million for services to include:  scientific, technical and operational support for
development, integration, and transfer of advanced computer, telecommunications, and information technology research and development. The required services will be provided in a government-certified and accredited
contractor-owned/contractor-operated sensitive compartmented information facility.



            The period of performance will be a base period of 12 months with four one-year option periods.  The initial award amount is not-to-exceed $5.6 million. The requirement was solicited as other than full and open competition pursuant to the authority of 10 U.S.C. 2304(c)(1), FAR

6.302-1(a)(2)(iii) to Maden Technologies Consulting, Inc., a small veteran-owned business.  Only one solicitation was mailed and only one offer was received.  The Defense Information Technology Contracting Organization,
Scott Air Force Base, Ill., 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
Subject:
Contracts for July 3, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 3 Jul 2006 16:52:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 629-06
FOR RELEASE AT
Jul 03, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

ARMY



            Absher Construction Co., Puyallup, Wash., was awarded on June 28, 2006, a $44,940,800 firm-fixed-price contract for design and construction of new barracks and construction of company operations facilities and battalion headquarters.  Work will be performed at Fort Lewis, Wash., and is expected to be completed by July 10, 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 Feb. 16, 2006, and four bids were received.  The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0015).

Raytheon Co., Marlborough, Mass., was awarded on June 30, 2006, a $36,613,141 firm-fixed-price and cost-reimbursable contract for installation, spares, and engineering services for the Air Traffic Navigation Integration Coordination System, and the Fixed Base Precision Approach Radar.  Work will be performed in Largo, Fla. (80 percent), and Marlborough, Mass. (20 percent), and is expected to be completed by Sept. 30, 2010.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on Nov. 23, 2005.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0323).



            B.L. Harbert International L.L.C. and Bill Harbert International Construction Inc. (joint venture , Birmingham, Ala., was awarded on June 30, 2006, a $33,910,000 firm-fixed-price contract for construction of a barracks complex.  Work will be performed at Fort Stewart, Ga., and is expected to be completed by June 22, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were 320 bids solicited on Oct. 31, 2005, and one bid was received.  The U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-06-C-0043).



            John C. Grimberg Company Inc., Rockville, Md., was awarded on June 30, 2006, a $31,340,000 firm-fixed-price contract for construction of a storage building.  Work will be performed at Fort Meade, Md., 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 ten bids solicited on March 13, 2006, and three bids were received.  The U.S. Army Corps of Engineers, Baltimore,
Md., is the contracting activity (W912DR-06-C-0031).



            Alliant Techsystems Inc., Plymouth, Minn. and Textron Systems Corp., Wilmington, Mass. (joint venture), was awarded on June 30, 2006, a $31,142,689 firm-fixed-price and cost-plus-incentive-fee contract for the
procurement of the Spider XM-7 Landmine System.  Work will be performed in Plymouth, Minn. (55 percent), and Wilmington, Mass. (45 percent), 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 March 6, 2006.  The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0154).



            SGS L.L.C.*, Oklahoma City, Okla., was awarded on June 29, 2006, a $25,144,683 firm-fixed-price contract for construction of a standard combined arms collective training facility.  Work will be performed at Fort Polk, La.,
and is expected to be completed by Dec. 21, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were 310 bids solicited on April 20, 2006, and five bids were received.  The U.S. Army Engineer
District, Fort Worth, Texas, is the contracting activity (W9126G-06-C-0023).



            Korte Construction Co., St. Louis, Mo., was awarded on June 30, 2006, a $19,941,000 firm-fixed-price contract for design and construction of a new hangar at the Will Rogers World Airport.  Work will be performed in
Oklahoma City, Okla., and is expected to be completed by June 9, 2008. Contract funds will not expire at the end of the current fiscal year.  There were five bids solicited on July 14, 2005, and three bids were received.  The
U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-06-C-2010).



            Textron Systems Corp., Wilmington, Mass., was awarded on June 29, 2006, a $19,500,000 firm-fixed-price and cost-plus-incentive-fee contract for system development and demonstration of the intelligent munitions system.
Work will be performed in Wilmington, Mass., and is expected to be completed by June 30, 2011.  Contract funds will not expire at the end of the current fiscal year.  There were two bids solicited on Nov. 6, 2005, and one bid was received.  The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-06-C-0161).



            MA Mortenson Co., Minneapolis, Minn., was awarded on June 28, 2006, a $16,648,000 firm-fixed-price contract for design and construction of a FY06 special operation forces special forces group compound expansion.  Work will be performed at Fort Lewis, Wash., and is expected to be completed by July 1, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited via the World Wide Web on Jan. 23, 2006, and three bids were received.  The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0016).



            Raytheon/Lockheed Martin JAVELIN (joint venture), Tucson, Ariz., was awarded on June 30, 2006, a $17,241,648 modification to a firm-fixed-price contract for the JAVELIN Weapon System Command Launch Unit.  Work will be performed in Tucson, Ariz. (60 percent), and Orlando, Fla. (40 percent), and is expected to be completed by Feb. 28, 2008.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract
initiated on May 22, 2003.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-04-C-0136).



            Integrated Concepts and Research Corp.*, Alexandria, Va., was awarded on June 28, 2006, a delivery order amount of $14,257,316 as part of a $51,936,485 firm-fixed-price contract for computer related research and
development information technology services.  Work will be performed in Vicksburg, Miss., 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 26, 2003.  The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (DACW42-03-D-0003).



            AAI Corp., Hunt Valley, Md., was awarded on June 30, 2006, a delivery order amount of $11,900,000 as part of a $15,193,138 cost-plus-incentive-fee contract for the Tactical Common Data Link System Dual
Demonstration for the Shadow Tactical Unmanned Aerial System.  Work will be performed in Hunt Valley, Md., 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 April 19, 2006.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-05-G-0004).



            Stewart & Stevenson Tactical Vehicle Systems L.P., Sealy, Texas, was awarded on June 29, 2006, an $11,509,210 modification to a firm-fixed-price and cost-reimbursement contract for the family of medium
tactical vehicle trucks.  Work will be performed in Sealy, Texas, and is expected to be completed by Nov. 15, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were two bids solicited on Aug. 15,
2003, and two bids were received.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-03-C-S023).



Weeks Marine Inc., Covington, La., was awarded on June 30, 2006, an $11,410,860 firm-fixed-price contract for maintenance dredging.  Work will be performed in Harris, Texas (33.5 percent), and Chambers, Texas (66.5 percent), and is expected to be completed by May 23, 2006.  Contract funds will not expire at the end of the current fiscal year.  There were 22 bids solicited on May 23, 2006, and two bids were received.  The U.S. Army Engineer District, Galveston, Texas, is the contracting activity (W912HY-06-C-0036).



            Integrated Construction Enterprises Inc.*, Belleville, N.J., was awarded on June 26, 2006, a $10,209,226 firm-fixed-price contract for revitalization of historic housing units.  Work will be performed in West Point, N.Y., and is expected to be completed by June 30, 2009.  Contract funds will not expire at the end of the current fiscal year.  There were 80 bids solicited on March 22, 2006, and four bids were received.  The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-06-C-0051).



            Northrop Grumman Corp., Garland, Texas, was awarded on June 29, 2006, a $7,680,202 firm-fixed-price contract for the AN/VVS-2(V)1A and AN/VVS-2(V)4 driver's night vision viewers installed on the M728 Combat
Engineering Vehicle and the M109A6 Paladin.  Work will be performed in Garland, Texas, and is expected to be completed by May 30, 2009.  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 U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-06-C-S611).



            Nicholson Construction Co., Cuddy, Pa., was awarded on June 29, 2006, an $11,000,000 increment as part of a $15,254,060 firm-fixed-price contract for double-row grout curtain and installation of a plug in an abandoned 14-ft. diameter tunnel.  Work will be performed in Hodgkins, Ill., and is expected to be completed by April 30, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of
bids solicited via the World Wide Web on March 27, 2006, and three bids were received.  The U.S. Army Corps of Engineers, Chicago, Ill., is the contracting activity (W912P6-06-C-0009).



            Luhr Brothers Inc., Columbia, Ill., was awarded on June 30, 2006, a $10,317,500 firm-fixed-price contract for jetty repairs.  Work will be performed in Cameron Parish, La., and is expected to be completed by May 31,
2007.  Contract funds will not expire at the end of the current fiscal year. There were 25 bids solicited on May 12, 2006, and one bid was received.  The U.S. Army Engineer District, Galveston, Texas, is the contracting activity
(W912HY-06-C-0032).



            GM GDLS Defense Group L.L.C. Sterling Heights, Mich., was awarded on June 30, 2006, a $9,468,725 modification to a cost-plus-fixed-fee contract for Procurement of additional parts for battle damage repair support for the Stryker Vehicles.  Work will be performed in London Ontario, Canada (80 percent), and Sterling Heights, Mich. (20 percent), and is expected to be completed by March 21, 2006.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on March 21, 2006.  The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-02-C-B001).



            General Dynamics Network Systems, Needham, Mass., was awarded on June 30, 2006, an $8,511,766 modification to a fixed-price-incentive with award-fee contract for modernization of the Pentagon IT infrastructure.  Work will be performed in 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).



            Alliant Techsystems Inc., Mesa, Ariz., was awarded on June 30, 2006, a $7,775,335 firm-fixed-price contract for the 25mm M242 Automatic Gun for the LAV-25 Production Line.  Work will be performed in Mesa, Ariz., and is expected to be completed by Dec. 31, 2008.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on April 17, 2006.  The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W52H09-06-C-0179).



            SGS L.L.C.*, Oklahoma City, Okla., was awarded on June 29, 2006, a $7,549,000 firm-fixed-price contract for design and construction of a combined fire/police complex.  Work will be performed at Rock Island Arsenal, Ill., and is expected to be completed by Dec. 15, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were 40 bids solicited on Feb. 17, 2005, and four bids were received.  The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0034).



            Lockheed Martin Corp., Grand Prairie, Texas, was awarded on June 30, 2006, a $6,949,732 increment as part of a $15,812,497 cost-plus-fixed-fee contract for High Mobility Artillery Rocket System (HIMARS) increased crew
protection cab development for the HIMARS M142 Launcher.  Work will be performed in Grand Prairie, Texas, and is expected to be completed by Dec. 31, 2008.  Contract funds will not expire at the end of the current fiscal year.
This was a sole source contract initiated on Oct. 31, 2005.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0140).



            Odyssey International*, Clearfield, Utah, was awarded on June 30, 2006, a $5,495,793 firm-fixed-price contract for construction of a C-17 flight simulator.  Work will be performed at Dover Air Force Base, Del., and is
expected to be completed by July 30, 2007.  Contract funds will not expire at the end of the current fiscal year.  There were 32 bids solicited on Jan. 11, 2006, and one bid was received.  The U.S. Army Engineer District,
Philadelphia, Pa., is the contracting activity (W912BU-06-C-0008).



            Kontek Industries Inc.*, New Madrid, Miss., was awarded on June 29, 2006, a delivery order amount of $5,237,689 as part of a $15,000,000 firm-fixed-price contract for construction of storage munitions igloos.  Work
will be performed at Whiteman Air Force Base, Miss., and is expected to be completed by Sept. 23, 2009.  Contract funds will not expire at the end of the current fiscal year.  This was a sole source contract initiated on May 18,
2006.  The U.S. Army Engineer District, Kansas City, Mo., is the contracting activity (W912DQ-05-D-0023).



            Lecon Inc., Houston, Texas, was awarded on June 30, 2006, a $5,000,000 increment as part of a $12,571,100 firm-fixed-price contract for maintenance dredging.  Work will be performed in Harris, Texas, and is
expected to be completed by Sept. 30, 2008.  Contract funds will not expire at the end of the current fiscal year.  There were an unknown number of bids solicited via the World Wide Web on Feb. 15, 2006, and two bids were received. The U.S. Army Engineer District, Galveston, Texas, is the contracting
activity (W912HY-06-C-0038).



DEFENSE LOGISTICS AGENCY



            Land Star Express America, Inc., Jacksonville, Fla., is being awarded a minimum $23,053,821 fixed price with economic price adjustment for gasoline for federal civilian agencies.  There were 30 proposals solicited and
8 responded.  Locations of performance are various locations in Ala., Ga., N.C., S.C., Miss., and Texas.  Contract funds will not expire at the end of the current fiscal year.  Date of performance completion is May 31, 2007.
Contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-R-0211).

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
Subject:
Contracts for July 5, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 5 Jul 2006 17:10:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 630-06
FOR RELEASE AT
Jul 05, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS

_AIR FORCE



            Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $552,691,000 firm-fixed-price contract modification.  This undefinitized contract action extension period of performance is through Sept. 30, 2006, for
F-22A lot 6, long-lead activities and increase not-to exceed.  At this time, $319,520,249 has been obligated.  Negotiations were complete in June 2006. This work will be complete February 2010.  The public affairs point of contact is Capt. Everdeen, (937) 255-1256.  Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-05-C-2850).



            Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $99,000,000 firm-fixed-price contract modification.  This undefinitized contract action is for F-22 lot 6 program support/annual sustaining period I
through Sept. 30, 2006.  At this time, $72,000,000 has been obligated. Negotiations were complete in June 2006.  This work will be complete by September 2006.  Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-97-C-0031).



            Lockheed Martin Integrated Systems Inc., Washington, D.C., is being awarded a $8,299,170 fixed-price-incentive-fee/award-fee contract modification.  This action provides for information technology services for
the Air Force Pentagon Communications Agency.  This action is to add performance requirements for block 30, phase II, enterprise upgrade.  At this time, $7,916,771 has been obligated.  This work will be complete by November 2006.  Headquarters Air Force District of Washington, Bolling Air Force Base, D.C., is the contracting activity (FA7012-04-C-0003/P00047).



            Computer Sciences Corp., Applied Technologies LLC, Fort Worth, Texas, is being awarded a $7,259,408 firm-fixed-price, time and material and incentive options contract modification.  This action provides for thirty-four each reduced vertical separation minimum and emergency locator transmitter for the C-21 aircraft.  At this time, total funds have been obligated.  This work will be complete by September 2006.  Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity
(FA8106-05-C-0001/P00056).



_NAVY



            W. M. Jordan Company, Inc., Newport News, Va., is being awarded $9,281,329 for firm-fixed-price task order 0001 under a previously awarded indefinite-delivery/indefinite-quantity, multiple award construction contract to construct a seal team operations facility at Naval Amphibious Base, Little Creek.  Work will be performed in Norfolk, Va., and is expected to be completed by November 2007.  Contract funds will not expire at the end of the current fiscal year.  The basic contract was competitively procured with 83 proposals solicited, 17 offers received, and award made to multiple contractors on Sept. 30, 2005.  The multiple contractors (seven in number) may compete for task orders under the terms and conditions of the existing contract.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.



            Northrop Grumman-Defense Mission Systems, Reston, Va., is being awarded a $7,499,997 modification to previously awarded indefinite-delivery/indefinite-quantity contract to provide highly specialized, critical and essential subject matter expertise in the performance of studies, analysis, tradeoffs, requirement analysis, design, development, test, certification and documentation and/or enhance existing combat system interface simulation, test and analysis systems associated with combat system development and life-cycle engineering support.  This modification shall also include procurement, installation and checkout of simulators and test equipment at various AEGIS Land Based Test Sites and/or shipyards.  Work will be performed in Dahlgren, Va. (90 percent); San Diego, Calif. (8 percent); Arlington, Va. (2 percent); and is expected to be completed June 2008.  Contract funds will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va., is the contracting activity.



            Lockheed Martin Corp., Maritime Systems & Sensors, Syracuse, N.Y., is being awarded a $7,218,869 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (term and completion), to provide in-service engineering in support of the AN/BLQ-10(V) electronic warfare support system, including on-site troubleshooting, development, fabrication, assembly, test and support of modifications to field change kits, configuration management and logistics products associated with technical refresh changes, technical insertions and problem resolutions.  Work will be performed in Syracuse, N.Y., and is expected to be completed by June 2011.
Contract funds will not expire at the end of the current fiscal year.  The contract was not competitively procured.  The Naval Undersea Warfare Center, Newport Division, Newport, R.I., is the contracting activity
(N00178-03-D-2019).
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
Subject:
Contracts for July 6, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 6 Jul 2006 17:02:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 635-06
FOR RELEASE AT
Jul 06, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS

_NAVY



            Lockheed Martin Systems, Owego, N.Y., is being awarded a not to exceed $41,940,995 ceiling priced order against a basic ordering agreement for procurement of 12 weapons replaceable assemblies for the MH-60R helicopter. Work will be performed in Owego, N.Y., and is expected to be completed by January 2008.  Contract funds will not expire by the end of the current fiscal year.  The Naval Inventory Control Point is the contracting activity.



            Lockheed Martin, Maritime Systems & Sensors, Moorestown, N.J., is being awarded a $30,372,047 cost-plus-award-fee/cost-plus-fixed-fee contract for combat system engineering, computer program support, system integration and test, ship integration and test, staging, FMS program management, and integrated logistics support to include training and technical manuals, for the upgrade of the AEGIS Weapon System on Spanish F-100 Frigates (F101 through F104) in support of the Foreign Military Sales Case SP-P-LFZ.  This effort is a follow on to NAVSEA Contract N00024-97-C-5171 which procured the AEGIS computer program and support for the Spanish F-100 AEGIS Combat System program.  The new effort described herein is the upgrade to the AEGIS Computer Program to include the addition of Evolved Sea Sparrow Missile (ESSM) and SM-2 BLK IIIB functionalities.  Work will be performed in Moorestown, N.J. (85 percent), and Spain (15 percent), and is expected to be completed by December
2008.  This contract was not competitively procured.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-C-5113).



            DG21, LCC, Dallas, Texas, is being awarded a $23,569,939 firm-fixed-price, indefinite-quantity with award-fee/award-option contract for base operating support services for the Navy Support Facility Diego Garcia. This contract contains options, which if exercised, will bring the total cumulative value of the contract to a not to exceed value of $455,292,490. Work will be performed at various locations within the Navy Support Facility, Diego Garcia, British Indian Ocean Territory, and the work is expected to be completed by July 2007 (July 2016 with options).  Contract funds in the amount of $1,567,279 will expire at the end of the current fiscal year.  No
obligations or expenditures shall be made until congressional approval of the FY07 DOD Appropriations Act or passage of a continuing resolution for work being funded from FY07 appropriations.  This contract was competitively
procured via the NAVFAC e-solicitation website with three proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-06-D-4501).



            Jardon & Howard Technologies, Inc., Orlando, Fla., is being awarded a $17,827,134 modification to a previously awarded firm-fixed-price time and materials contract for continued technical, training, and administrative services in support of the Office of the Deputy Under Secretary of Defense Military Community and Family Policy Military Communities and Family Policy Services contract.  The contract provides the support required
to implement programs on a national and international basis to provide innovative options in programs and initiatives for approaching the challenges military members and their families encounter on a daily basis.  Services to be provided include family center support; relocation assistance; transition assistance, mobilization/deployment support, dependent education, exchanges, commissaries, morale, welfare and recreation, fitness, family advocacy, child and youth programs, personal financial management, spouse employment assistance, volunteers, eldercare, casualty and mortuary affairs, and military funeral honors.  Work will be performed in Washington, D.C., and is expected to be completed in December 2006.  Contract funds in the amount of $17,827,134 will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.



            Computer Sciences Corp., San Diego, Calif., is being awarded a $13,372,222 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for E-2C Hawkeye Aircraft and tactical data links system support. This three-year contract includes a two-year option, which, if exercised, will bring the cumulative value of the contract to an estimated $23,135,942.  Work will be performed in San Diego, Calif., and is expected to be completed by July 2007 (July 2009 with options).  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 one offer received. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-06-D-0079).



            Resource Consultants, Inc., of Vienna, Va., is being awarded a $9,386,151 modification to a previously awarded indefinite-delivery/indefinite-quantity contract for selected command and control technology programs. This includes installations, system upgrades, site surveys, software loading, training, and technical fleet support for
homeland security/anti-terrorism systems and surveillance systems.  Examples include the navy tactical command and control center  joint, joint perimeter security command and control; advanced concepts site; fleet battle
experiments; coalition warrior interoperability demonstration, extending the littoral battle-space, and combined maritime operations center.  Work will be performed in San Diego, Calif., and is expected to be completed by September 2006.  Contract funds will not expire at the end of the current fiscal year. This modification was issued on a sole source basis in accordance with FAR 6.302-1.  The Space and Naval Warfare Systems Center, San Diego, Calif. is the contracting activity.



            Accurate*/Bouie*, Joint Venture, Lincolnwood, Ill., is being awarded a maximum amount $6,000,000 indefinite-delivery/indefinite-quantity contract for asphalt paving and repair work at Naval Station, Great Lakes.
Work will be performed in Great Lakes, Ill., and is expected to be completed by July 2009.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the NAVFAC e-solicitation
website and set-aside for eight(a) firms in the Illinois district with three proposals received.  The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill. is the contracting activity (N40083-06-D-4002).



            Todd Pacific Shipyards Corp., Seattle Division, Seattle, Wash., is being awarded a $5,180,291 multiple award contract for the performance of drydock repairs and preservation of drydock caisson #4.  Work will be
performed in Bremerton, Wash., and is expected to be completed by November 2006.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured with three offers received.  The Puget
Sound Naval Shipyard & Intermediate Maintenance Facility, Northwest Regional Maintenance Center, Bremerton, Wash., is the contracting activity (N62799-02-D-0001).



_AIR FORCE



            L3 Communications Titan Group, Intelligence Systems Division, Reston, Va., is being awarded a $26,664,313 cost-plus-award-fee contract modification.  This contract modification incorporates and engineering change
proposal which extends the period of performance contract 30 months to Nov. 31, 2011 due to budgetary reductions in the program's current-out year funding.  At this time, $222,369 has been obligated.  Negotiations were complete in June 2006.  This work will be complete November 2011. Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting activity (F19628-01-C-0033/P00051).



            Boeing Co., Wichita, Kan., is being awarded a $7,463,417 firm-fixed-price, cost-reimbursement and time and materials contract modification.  This action provides for multi user system tester-armament next generation (MUSTANG) program.  This effort includes the production and delivery of the MUSTANG Testers, MUSTANG cable testers (CT) and MUSTANG operational cable sets (OCS), as well as technical support required during the MUSTANG program production.  MUSTANG is intended as a replacement for the B-52 weapons preload tester (WPT) and ground weapons maintenance (GWM-9) testers utilized in certifying the B-52H aircraft for conventional and nuclear weapons
release and the off-aircraft pylon test (OAPT) used to certify pylons.  The basic contract will procure the following equipment and quantities as described below with an option for additional quantities:  Multi user system
tester-armament next generation, 15 each; MUSTANG OCS, 15 each; MUSTANG CT, 5 each.  At this time, $8,150,000 has been obligated.  Negotiations were complete in June 2006.  This work will be complete May 2007.  Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8107-05-C-0007/PZ001).

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
Subject:
Contracts for July 7, 2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 7 Jul 2006 17:04:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 642-06
FOR RELEASE AT
Jul 07, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711

_CONTRACTS

DEFENSE LOGISTICS AGENCY



            Metals USA i-Solutions, Fort Washington, Pa., is being awarded a maximum $35,000,000 fixed-price with economic price adjustment for metals and metal products in the Northeast, Central, and West regions of the United
States.  The using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  This is an indefinite-delivery/quantity-type five-year contract exercising option year one.  There were 63 proposals solicited and three responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is July 6, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM500-06-D-BP17).



            Wellco Enterprises, Inc.,Waynesville, N.C.,* is being awarded a maximum $19,947,973 fixed-price with economic price adjustment contract for infantry combat boots.  The using services are Army and Air Force.  Other
locations of performance are in Puerto Rico.  This is an indefinite-delivery/quantity-type five-year contract exercising option year three.  There were 70 proposals solicited and three responded.  Contract funds
will not expire at the end of the current fiscal year.  The date of performance completion is July 9, 2007.  Contracting activity is DSCP, Philadelphia, Pa. (SPO100-03-D-0320).



            Wolverine World Wide, Rockford, Mich., is being awarded a maximum $20,763,841 fixed-price with economic price adjustment contract for infantry combat boots.  The using services are Army and Air Force.  Other locations of performance are in Arkansas.  This is an indefinite-delivery/quantity-type five-year contract exercising option year four.  There were 70 proposals solicited and nine responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is July 9, 2007. Contracting activity is DSCP, Philadelphia, Pa. (SPO100-03-D-0321).



            Belleville Shoe Mfg. Co. *, Belleville, Ill., is being awarded a maximum $19,861,853 fixed-price with economic price adjustment contract for infantry combat boots.  The using services are Army and Air Force.  Other
locations of performance are in Arkansas.  This is an indefinite-delivery/quantity-type five-year contract exercising option year three.  There were 70 proposals solicited and nine responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is July 9, 2007.  Contracting activity is DSCP,
Philadelphia, Pa. (SPO100-03-D-0322).



            Golden Manufacturing Co., Inc., Golden, Miss., is being awarded a maximum $7,735,500 firm-fixed-price contract for cold weather, camouflage coats.  The using services are Army and Marine Corps.  There was one sole
source solicited and one responded.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is June 30, 2007.  Contracting activity is DSCP, Philadelphia, Pa. (SPM100-06-C-0439).



_AIR FORCE



            Chromalloy Gas Turbine Corp., Chromalloy, Okla., is being awarded a $8,320,945 firm-fixed-price contract.  This action provides for repair and overhaul of third and fourth stage vanes used on F100 engines in support of
the F-16 aircraft.  At this time, total funds have been obligated. Solicitations began March 2006 and negotiations were complete in April 2006. This work will be complete January 2009.  Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8104-06-D-0021).



            Computer Sciences Raytheon, Patrick Air Force Base, Fla., is being awarded a $6,121,130 cost-plus-award-fee contract modification.  This action provides for range technical services for operations and maintenance of the
eastern range for the period Oct. 1, 2005  Sept. 30, 2006.  At this time, no funds have been obligated.  Solicitations began March 2006 and negotiations were complete in April 2006.  This work will be complete September 2006.  45th Space Wing, Patrick Air Force Base, Fla., is the contracting activity (FO8650-00-C-0005/00217).

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
Subject:
Contracts for 8/1/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 1 Aug 2006 17:10:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

                                        FOR RELEASE AT5 p.m. ET
                                        No. 730-06
August 01, 2006









                        CONTRACTS



AIR FORCE



 CC &amp; G Co, LLC, Denver, Colo., is being awarded a $49,900,000 indefinite-delivery/indefinite-quantity cost-plus-fixed-price contract. The contractor shall provide all personnel, services, and other items necessary to perform business reporting, analyses and management administration support functions. The contractor shall also support the financial management divisions, the business offices, and individual projects, branches and divisions. All tasks shall be performed in accordance with the Air Force Research laboratory (AFRL) statement of work dated March 24, 2006. This support is for the AFRL, Phillips Research Site, directed energy and space vehicle directorates, Kirtland Air Force Base, N.M. At this time $17,247,232 has been obligated. Initial task orders 0002-0013 have a period of performance of two years. Basic IDIQ contract has an ordering/contractor fulfillment period of 60 months after contract award. AFRL, Kirtland Air Force Base, N.M., is the contracting
activity (FA9451-06-D-0110).



Colsa Corp., Huntsville, Ala., is being awarded a $12,074,704 indefinite-delivery/indefinite-quantity cost-plus-award fee and cost-reimbursement contract modification. This action provides for the technical and acquisition management support program, providing a wide range of diverse non-engineering, technical and acquisition management support required in the acquisition, development, production, and support of various equipment and weapon systems within the air armament center and other organizations at Eglin Air Force Base, Fla. This is an option exercise. At this time, no funds have been obligated. This work will be complete September 2007. Headquarters Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (FA9200-05-C-0003/P00005).



 FMC Technologies, Jetway Systems Division., Ogden, Utah, is being awarded an $8,360,493 firm-fixed-price contract. This action provides for 110 ton diesel and electric air conditioners, for a quantity of 45 diesel air conditioners, and best estimated quantity of five electric air conditioners, technical manuals, instructional media, test data, provisioning. At this time no funds have been obligated. Solicitations began August 2005. Negotiations were complete July 2006. This work will be complete January 2012. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (FA8519-06-D-0010).



ARMY



 General Dynamics Land Systems, Sterling Heights, Mich., was awarded on July 28, 2006, a $45,719,282 cost contract for long lead material to reset M1A2 Abrams tank. Work will be performed in Anniston, Ala. (40 percent), Lima, Ohio (20 percent), Sterling Heights, Mich. (10 percent), and Scranton, Pa. (30 percent), and is expected to be completed by June 30, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 21, 2006. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-G-0006).



 Santa Clara, Calif., was awarded on July 28, 2006, an $8,921,028 modification to a cost-plus-fixed-fee contract for obsolescence on the Bradley fighting vehicle system, Operation Desert Storm and legacy vehicles/battle command vehicle and battle command on the move 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 July 12, 2000. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-M011).




 DRS Sustainment Systems Inc., St. Louis, Mo., was awarded on July 28, 2006, an $8,303,540 modification to a cost-plus-fixed-fee contract for engineering and logistics systems technical support for the M707 Knight Vehicle system. Work will be performed in St. Louis, Mo., and is expected to be completed by July 20, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Dec. 8, 2004. The Army Tank-Automotive and Armaments, Warren, Mich., is the contracting activity (W56HZV-05-C-0003).



 BAE Systems, Santa Clara, Calif., was awarded on July 28, 2006, an $8,921,028 modification to a cost-plus-fixed-fee contract for obsolescence on the Bradley fighting vehicle system, Operation Desert Storm and legacy vehicles/battle command vehicle and battle command on the move 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 July 12, 2000. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-M011).



 American Science and Engineering Inc.*, Billerica, Mass., was awarded on July 28, 2006, a $6,425,944 firm-fixed-price contract for Backscatter vans. Work will be performed in Billerica, Mass., and is expected to be completed by Dec. 28, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on March 29, 1996. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-F-0132).



 General Dynamics Armament and Technical Products, Burlington, Vt., was awarded on July 26, 2006, a $5,583,963 firm-fixed-price contract for M2 Receiver Cartridges. Work will be performed in Saco, Maine, and is expected to be completed by Oct. 23, 2007. Contract funds will not expire at the end of the current fiscal year. There were two bids solicited on March 23, 2006, and two bids were received. The Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (W56H09-06-C-0155).



NAVY



 Raytheon Systems Co., Integrated Defense Systems, Keyport, Keyport, Wash., is being awarded a $5,087,815 firm-fixed-price modification to previously awarded contract (N00024-04-C-6101) to satisfy additional fiscal year 2006 Navy and Royal Australian Navy requirements for MK48 advanced capability and MK54 Mod 6 lightweight torpedo spares and MK48 common broadband advanced sonar system Mod 7 heavyweight production engineering support. The primary purpose of this contract modification is to purchase additional spares and issue a technical issue to support fleet operational requirements for the various torpedo product lines. This modification combines requirements for the Navy (99 percent) and the Royal Australian Navy (1 percent). Work will be performed in Keyport, Wash. (90 percent), and Portsmouth, R.I. (10 percent), and is expected to be completed by June 2009. 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
Subject:
Contracts for 8/7/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 7 Aug 2006 17:12:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 752-06
FOR RELEASE AT
August 07, 2006
Media Contact: (703) 697-5131
Public/Industry(703) 428-0711

CONTRACTS

ARMY

 Garco Construction Inc., Spokane, Wash., was awarded on August 3, 2006, a $57,608,500 firm-fixed-price contract for construction of replacement family housing. Work will be performed at Malmstrom Air Force Base, Mont., and is expected to be completed by Sept. 27, 2009. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on November 8, 2006, and three bids were received. The Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0019).

 RMR Joint Venture *, Minot, N.D., was awarded on August 1, 2006, a $41,599,995 firm-fixed-price contract for construction of family housing. Work will be performed at Minot Air Force Base, N.D., and is expected to be completed by June 12, 2008. Contract funds will not expire at the end of the current fiscal year. There were 190 bids solicited on October 12, 2005, and two bids were received. The Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-06-C-0032).

 Raytheon Co., McKinney, Texas, was awarded on July 28, 2006, a $38,995,973 modification to a firm-fixed-price and cost-plus-fixed-fee contract for additional long range advance scout surveillance systems and test program sets. Work will be performed in McKinney, Texas (31.7 percent), Melbourne, Fla. (38 percent), El Segundo, Calif. (8.4 percent), Dallas, Texas (8 percent), Richardson, Texas (3.5 percent), Midland, Ontario (2.5 percent), Suffolk, N.Y. (2.2 percent), Cedar Rapids, Iowa (2.1 percent), Manchester, England (1.9 percent), and Bucks, Pa. (1.7 percent), and is expected to be completed by May 31, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 7, 2006. The Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-00-C-J606).


 Point Blank Body Armor Inc., Pompano Beach, Fla., was awarded on August 3, 2006, a delivery order amount of $37,259,686 as part of a $169,433,519 firm-fixed-price contract for outer tactical vest conversion kits in universal camouflage. Work will be performed in Pompano Beach, Fla., and is expected to be completed by Aug. 8, 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 March 2, 2006, and six bids were received. The Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-06-D-0030).

 Specialty Defense*, Dunmore, Pa., was awarded on August 3, 2006, a delivery order amount of $35,827,114 as part of a $171,970,292 firm-fixed-price contract for outer tactical vest conversion kits in universal camouflage. Work will be performed in Dunmore, Pa., and is expected to be completed by Aug. 8, 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 March 2, 2006, and six bids were received. The Army Research, Development, and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-06-D-0031).

 BAE Systems, Anniston, Ala., was awarded on July 28, 2006, a $30,489,533 modification to a firm-fixed-price contract for the overhaul and upgrade program of the M113A3 family of vehicles. Work will be performed in Anniston, Ala., 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 20, 2006. The Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-05-C-0463).

 Lockheed Martin, Cherry Hill, N.J., was awarded on July 28, 2006, a $5,087,151 modification to a firm-fixed-price contract for the theater medical information program, block 2 concept exploration, design and sustainment project. Work will be performed in Falls Church, Va., and is expected to be completed by Sept. 30, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 12, 2004. The Contracting Center of Excellence, Arlington, Va., is the contracting activity (W74V8H-04-F-0298).

NAVY

 Red River Holdings, Rockville, Md., is being awarded a $9,940,938 firm-fixed priced contract with additional reimbursables for the time charter of MV A1C William H. Pitsenbarger, a self-sustaining vessel capable of carrying containers laden with ammunition. The vessel will be operated for the Air Force Prepositioning Program.This contract includes four one-year options and one two-month option, which if exercised would bring the total award amount to $54,163,118, plus additional reimbursables.Work will be performed with the vessel prepositioned at sea in various locations worldwide, mainly in and around Diego Garcia., and is expected to be completed September 2007, (November 2011 with options).The contract will not expire at the end of the current fiscal year.This contract was competitively procured with almost 100 proposals solicited via Military Sealift Command&rsquo;s Web site, with four offers received.The Military Sealift Command, Washington, D.C., is the contracting
activity (N00033-06-C-3301).

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 ... 12 13 15 16 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 26. Avg 2025, 20:04:11
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: 0.147 sec za 14 q. Powered by: SMF. © 2005, Simple Machines LLC.