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

ConQUIZtador
Trenutno vreme je: 25. Avg 2025, 23:09:09
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 ... 15 16 18 19 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71179 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 8/21/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 21 Aug 2006 17:06:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 789-06
FOR RELEASE AT
August 21, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 DEFENSE INFORMATION SYSTEMS AGENCY (DISA)

 AT&amp;T Government Solutions, Inc., Honolulu, Hawaii is being awarded a firm-fixed price, indefinite delivery/indefinite quantity contract with a base period of six years with up to four one-year options and the maximum ceiling amount of $250,000,000. This contract will provide the primary inter- and intra-base telecommunications services for the Department of Defense (DoD) in the State of Hawaii, providing end-to-end common user switched and dedicated transmission services. Other authorized users may include federal, state, and local agencies. The requirement was solicited and awarded on a full and open competition basis. The solicitation was announced via the Federal Business Opportunities (FEDBIZOPPS) website and two proposals were received. The contractor is a U.S. large business. The Defense Information Technology Contracting Organization - Pacific (DITCO-Pacific) is the contracting activity (HC1019-06-D-2002).

 ARMY

 AICI/Syska/Archirodon L.L.C., Arlington, Va., was awarded on Aug. 18, 2006, a delivery order amount of $69,728,000 as part of a $92,348,000 firm-fixed-price contract for Construction of the King Abdullah II Special Operations Training Center. Work will be performed in Amman, Jordan, and is expected to be completed by Sept. 4, 2008. Contract funds will not expire at the end of the current fiscal year. There were nine bids solicited on May 30, 2006, and four bids were received. The U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-04-D-0001).

 DRS Test and Energy Management Inc., Huntsville, Ala., was awarded on Aug. 18, 2006, a delivery order amount of $6,850,000 as part of a $10,050,000 firm-fixed-price contract for condition-based maintenance plus software and hardware development for the Bradley A3, Abrams, Paladin, and Potentially M113 Vehicles. Work will be performed in Huntsville, Ala., and is expected to be completed by Aug. 31, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 1, 2006. The U.S. Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the contracting activity (DAAE20-03-G-0001).

 Forrester Construction Co., Rockville, Md., was awarded on Aug. 18, 2006, a $6,249,664 firm-fixed-price contract for construction of a Columbarium at Arlington National Cemetery. Work will be performed in Arlington, Va., and is expected to be completed by Sept. 1, 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 June 5, 2006, and seven bids were received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-06-C-0034).

 NAVY

 ATK Missile Systems Co., Integrated Systems Division, Clearwater, Fla., is being awarded a $21,153,751 firm-fixed-priced contract for the procurement of AAR-47(V)2 Missile Approach Warning Set hardware weapons replacement assemblies. This contract consists of 1,196 optical sensor converters with laser warning capabilities; 203 control indicators; and 322 computer processor upgrade kits. Work will be performed in Clearwater, Fla. (48 percent); Austin, Texas (38 percent); Hamamatsu, Japan (9 percent); and Natanya, Israel (6 percent), and is expected to be completed in September 2008. Contract funds in the amount of $905,338 will expire at the end of the current fiscal year. This contract combines purchases for the United States ($20,478,627; 96.8 %) and the governments of Norway ($360,730; 1.7 percent) and the United Kingdom ($314,394; 1.5 percent) under the Foreign Military Sales Program. This contract was not competitively procured. The Naval Air Systems Command, Patuxent
River, Md., is the contracting activity (N00019-06-C-0107).

 L-3 Communications Titan Corporation Unidyne Division, Norfolk, Va., is being awarded a $16,731,438 firm-fixed-price contract for the Service Life Extension Program (SLEP) of the Landing Craft, Air Cushion (LCAC) 29 and 32. LCAC SLEP extends the service life of the LCAC from 20 to 30 years. LCAC SLEP modifications include repair/refurbishment of the hull, main engine upgrades, installation of a new skirt system, and upgrades to the communication/navigation systems. The LCAC provides heavy lift capability to perform amphibious assaults and operational maneuvers from the sea. LCAC is a high-speed, fully amphibious landing craft capable of carrying a 60-ton payload (75 tons in overload) at speeds in excess of 40 knots and a nominal range of 200 nautical miles. Carrying equipment, troops, and supplies, the LCAC launches from the well deck of an amphibious warship, transits at high speed, traverses the surf zone and lands at a suitable place ashore where it quickly offloads and
 returns to amphibious shipping for follow-on sorties. This contract includes options for SLEP of the LCAC 31, 48, and 33, which if exercised, would bring the cumulative value of this contract to $40,033,424. Work will be performed at Assault Craft Unit Five, Camp Pendleton, Calif., and is expected to be completed by August 2008. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with 29 proposals solicited and two offers received. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity (N55236-06-C-0001).

 BME &amp; Sons, Inc.*, Barrigada, Guam, is being awarded a not to exceed $14,211,970 indefinite-delivery/indefinite-quantity painting contract for interior and exterior painting of various facilities in the Territory of Guam. The work to be performed provides for all labor, safety controls, transportation, materials, equipment, and supervision necessary to perform interior and exterior painting, surface preparation on previously painted and unpainted buildings, application of new paint, taping and spackling work, replacement of caulking and puttying, repair of flashing/sheet-metal, repair of concrete cracks and spalls, cutting/trimming of trees and shrubs (obstructing performance of work), painting of pavement markings, and incidental related work at various military facilities. Work will be performed throughout the Territory of Guam, and work is expected to be completed by August 2007(August 2011 with options). Contract funds will expire at the end of the current fiscal
year. This contract was competitively procured as a HUBZone set-aside via the NAVFAC e-solicitation website with six offers received. The Naval Facilities Engineering Command Marianas, Guam, is the contracting activity (N40192-06-D-2582).

 AIR FORCE

 Call Henry Inc., Titusville, Fla., is being awarded a $8,635,402 cost-plus-award fee, cost-plus-fixed fee and cost-reimbursable no fee contract modification. This contract is for centralized management, operation, maintenance, repair, upgrade, and launch support for critical range and launch facilities and infrastructure supporting range transmitting, and receiving sites, launch pads, spacecraft clean rooms, processing facilities, and Aerospace Ground Equipment (AGE). The major elements include cranes, hoists, mechanical systems, pressure vessels, towers, and elevators; operation of Vandenberg power plants and power generators; and on-site support for launch activities such as operation and monitoring the South Vandenberg Poser Plant during launch activities. At this time, no funds have been obligated. This work will be complete September 2007. 30th Space Wing, Vandenberg Air Force Base, Calif., is the contracting activity (F04610-04-C-0004/P00019).

 DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 The MER-DuPont Titanium Consortium, Tucson, Ariz., was awarded on August 17, 2006, a $3,800,000 increment of a $5,700,000 technology investment agreement to design, build and demonstrate an electrolyzer to produce low-cost titanium from titanium oxide. Work will be performed in Tucson, Ariz. (88 percent) and Wilmington, Del. (12 percent) and will be completed in August 2008. Funds will not expire at the end of this fiscal year. DARPA issued a solicitation in Federal Business Opportunities on February 8, 2005, and over 100 proposals were received. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-06-3-0007).
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
Subject:
Contracts for 8/22/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 22 Aug 2006 17:06:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 792-06
FOR RELEASE AT
August 22, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

 ARMY

 Document and Packaging Brokers Inc.*, Pelham, Ala., was awarded on Aug. 16, 2006, a delivery order amount of $34,000,000 as part of a $50,500,000 firm-fixed-price contract for the Army National Guard Recruiting Assistance Program. Work will be performed in Pelham, Ala., and is expected to be completed by Aug. 16, 2007. Contract funds will not expire at the end of the current fiscal year. There were three bids solicited on March 25, 2005, and one bid was received. The National Guard Bureau, Arlington, Va., is the contracting activity (W9133L-05-D-0011).

 Lobar Inc., Dillsburg, Pa., was awarded on Aug. 17, 2006, a $19,710,000 firm-fixed-price contract for construction of a new battalion training complex facility. Work will be performed in Annville, Pa., and is expected to be completed by Feb. 17, 2008. Contract funds will not expire at the end of the current fiscal year. There were eight bids solicited on June 5, 2006, and two bids were received. The U.S. Property and Fiscal Office, Annville, Pa., is the contracting activity (W912KC-06-C-0006).

 Fite Building Co., Inc.*, Decatur, Ala., was awarded on Aug. 17, 2006, an $18,104,508 firm-fixed-price contract for design and construction for the systems software engineering annex, phase I. Work will be performed at Redstone Arsenal, Ala., and is expected to be completed by Feb. 15, 2008. Contract funds will not expire at the end of the current fiscal year. There were 31 bids solicited on March 7, 2006, and four bids were received. The Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-06-C-0051).

 General Dynamics Land Systems, Sterling Heights, Mich., was awarded on Aug. 17, 2006, a delivery order amount of $14,000,000 as part of a $14,000,000 cost-plus-fixed-fee contract for Long Lead Material to Reset M1A2 Abrams Tanks. Work will be performed in Aniston, Ala. (40 percent), Scranton, Pa. (30 percent), Lima, Ohio (20 percent), and Sterling Heights, Mich. (10 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 (W65HZV-06-G-0006).

 Ascend Construction Management Inc.*, Eatontown, N.J., was awarded on Aug. 17, 2006, a $10,388,918 firm-fixed-price contract for replacement of a fire/crash rescue station. Work will be performed in Newburgh, N.Y., and is expected to be completed by Sept. 1, 2007. Contract funds will not expire at the end of the current fiscal year. There were six bids solicited on March 10, 2006, and six bids were received. The U.S. Property and Fiscal Office, Latham, N.Y., is the contracting activity (W912PQ-06-C-0009).

 ECI Construction L.L.C., Dillsburg, Pa., was awarded on Aug. 17, 2006, a $9,706,183 firm-fixed-price contract for Construction of a new combined Army collective training facility. Work will be performed in Annville, Pa., and is expected to be completed by Aug. 17, 2007. Contract funds will not expire at the end of the current fiscal year. There were 12 bids solicited on May 25, 2006, and four bids were received. The U.S. Property and Fiscal Office, Annville, Pa., is the contracting activity (W912KC-06-C-0007).

 Laughlin, Marinaccio &amp; Owens of Arlington, Va., was awarded Aug. 21 a delivery order amounting to $7,798,350 as part of an estimated $173,020,929 firm-fixed price contract with indefinite delivery, indefinite quantity with cost to develop a national paid-media plan for the Army National Guard's Spring 2007 media efforts addressing non-prior military service aspiring recruits. These include high school and college prospects, and those from the non-graduate work force. The campaign also will address prospects with prior military service, those separating from active-duty military service and current Guard members. Work will be performed by the firm in Arlington, Va., and is expected to be completed by Aug. 20, 2007. The National Guard Bureau of Arlington, Va., is the contracting activity. Army Public Affairs can be reached at (703) 692-2000. (DAHA90-02-D-003)

 Better Built Construction Services Inc./Jack Gibson Construction Co., (Joint Venture), Trenton, Ohio, was awarded on Aug. 17, 2006, a $7,473,000 firm-fixed-price contract for construction of a joint services lodging facility. Work will be performed in Youngstown, Ohio, and is expected to be completed by March 31, 2008. Contract funds will not expire at the end of the current fiscal year. There were 27 bids solicited on June 9, 2006, and three bids were received. The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0038).

 Technical &amp; Management Services Corp.*, Beltsville, Md., was awarded on Aug. 17, 2006, a $7,016,775 increment as part of a $26,891,322 time and materials contract for construction of the Iraqi Law Enforcement Technical Center continuation effort. Work will be performed in Baghdad, Iraq, and is expected to be completed by July 24, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 24, 2006. The Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-05-C-0139).

 NAVY

 Fargo Pacific, Inc.*, Hagatna, Guam; Tumon Corp.*, Tamuning, Guam; Sun Woo Corp., dba Core Tech International*, Tamuning, Guam; Reliable Builders, Inc.*, Tamuning, Guam; and AIC International, Inc.*, Hagatna, Guam, are being awarded a maximum amount of $25,000,000, guaranteed minimum of $25,000 (base period), indefinite-delivery/indefinite-quantity, design-build multiple award construction contract for new construction, renovation/modernization and routine/maintenance of Government shore-based facilities in the territory of Guam. The total contract amount is not to exceed $100,000,000 (base period and three one-year options). Fargo Pacific, Inc., is being awarded the first task order at $433,000 for repair and renovation of Building 121, Fire Station at the Naval Computer and Telecommunications Station, Finegayan, Guam. Work for this task order is expected to be completed by January 2007. The remaining four contractors are being awarded the minimum guarantee of $25,000.
Work will be performed throughout the Territory of Guam, and is expected to be completed by August 2007 (August 2010 with options). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured as a HUBZone set-aside via the Naval Facilities Engineering Command e-solicitation website with six proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Marianas, Guam, is the contracting activity (N40192-06-D-2550/2551/2552/2553/2554).

 Chesapeake Contractors, JV LLC*, Williamsburg, Va.; York River Electric*, Yorktown, Va.; Bay Electric Corp.*, Newport News, Va.; THR Enterprises, Inc.*, Norfolk, Va.; and Arriba Corp.*, Norfolk, Va., are being awarded a maximum amount of $8,000,000, guaranteed minimum of $5,000 (base period), an 8(a) design/build multiple award construction contract for construction, renovation, alteration, design, and repairs of Government facilities in the Hampton Roads Area of Va. and N.C. The not to exceed amount for each contract is $40,000,000, bringing the total potential for all contracts to $200,000,000. Work will be performed in the Hampton Roads area of Va. (85%) including Virginia Beach, Norfolk, Yorktown, Suffolk, Williamsburg, and N.C. (15%) including Jacksonville and Cherry Point, and work is expected to be completed August 2007 (August 2011 with options). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with 90
proposals solicited and 12 offers received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-06-D-6005/6006/6007/6008/6009).

 Solpac, Inc., dba Soltek Pacific, San Diego, Calif., is being awarded $18,565,000 for firm-fixed price Task Order 0003 under an indefinite-delivery/indefinite-quantity multiple award construction contract (N68711-03-D-7059) for the design and construction of a combined arms military operations in urban terrain (MOUT) facility at the Marine Air Ground Task Force Training Command, Marine Corps Air Ground Combat Center, Twentynine Palms. The project includes single and multi-story (3-5 story) reinforced concrete buildings with seismic upgrades, reinforced concrete foundations, and concrete slab on grade. Construction includes a variety of building types and interior plan configurations consisting of partitions constructed with exterior grade plywood over. Buildings will be designed for military combat training, are not intended for daily habitation. Work will be performed in Twentynine Palms, Calif., and is expected to be completed by December 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 16 proposals received and award made on Sept. 30, 2003. The total contract amount is not to exceed $100,000,000 or 60 months (base period and four option years), whichever comes first. The multiple contractors (five in number) may compete for task orders under the terms and conditions of the existing contract. Two offers were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

 STIDD Systems, Greenport, N.Y., is being awarded a $5,111,160 modification to previously awarded contract (M67854-05-F-1039) for 60 Diver Propulsion Devices (DPD), DPD battery chargers, shipping containers, and the extended range option. Work will be performed in Greenport, N.Y., and is expected to be completed by November 2006. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico Va., is the contracting activity.

 AIR FORCE

 McDonnell Douglas Corp., St. Louis, Mo., is being awarded a $23,289,862 firm-fixed price requirements contract. This contract is for remanufacture of KC-135 flight control surfaces. At this time, no funds have been obligated. This work will be complete 6 months beyond the expiration of ordering period. The length of the contract is three years. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8103-06-C-0070).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 Lockheed Martin Aeronautics Co., Palmdale, Calif., is being awarded a $14,620,922 modification exercising options to a previously awarded other transaction for prototypes agreement to continue development and demonstration of the hypersonic technology vehicle portion of the Falcon program. Work will be performed in Palmdale, Calif., and will be completed in September 2008. This Agreement is incrementally funded; no funds are being obligated at this time. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-04-9-0010/P00021).

 DEFENSE LOGISTICS AGENCY

 Sysco Food Services of Seattle, Kent, Wash., is being awarded a maximum 5,800,000 firm fixed price with economic price adjustment contract for full line food distribution for Anchorage and Fairbanks, Alaska. This is an indefinite quantity type contract exercising option year one of a 5-year contract with 4 one-year option periods. . Using services are Army, Air Force, and Job Corps. Proposals were Web-solicited and 3 responded. Contract funds will expire at the end of the current fiscal year. Date of performance completion is August 26, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM30006D3160).
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 8/23/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 23 Aug 2006 17:04:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 803-06
FOR RELEASE AT
August 23, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 DEFENSE COMMISSARY AGENCY

 Four Seasons Produce Incorp., 400 Wabash Road, P.O. Box 788, Ephrata, PA 17522-0788 was awarded an indefinite delivery, requirements type contract on Aug. 22, 2006 to provide fresh fruits and vegetables (FF&amp;V) for resale at 41 commissary store locations throughout Connecticut, Delaware, District of Columbia, Illinois, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, New Jersey, New York, Ohio, Pennsylvania, Rhode Island, Virginia and Wisconsin. The estimated award amount is $76,439,296. Contractor will deliver FF&amp;V to the store locations as needed. The contract is for a 2-year base period beginning Sep. 22, 2006 through Aug. 31, 2008. Two 1-year option periods are available. If both option periods are exercised, the contract will be completed Aug. 31, 2010. Contract funds will not expire at the end of the current fiscal year. Ninty-one firms were solicited and twelve offers were received. The contracting activity is the Defense Commissary Agency, Resale
 Contracting Division, Resale Services Support Branch, 1300 E Avenue, Fort Lee, Va., 23801-1800 (HDEC02-06-D-0013).

 Military Produce Group LLC, 1106 Ingleside Road, Norfolk, VA 23502 was awarded an indefinite delivery, requirements type contract on Aug. 22, 2006 to provide fresh fruits and vegetables (FF&amp;V) for resale at 36 commissary store locations throughout Alabama, Arkansas, Florida, Georgia, Louisiana, Mississippi and Tennessee. The estimated award amount is $78,184,914. Contractor will deliver FF&amp;V to the store locations as needed. The contract is for a 2-year base period beginning Sep. 22, 2006 through Aug. 31, 2008. Two 1-year option periods are available. If both option periods are exercised, the contract will be completed Aug. 31, 2010. Contract funds will not expire at the end of the current fiscal year. Ninty-one firms were solicited and eight offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Services Support Branch, 1300 E Avenue, Fort Lee, Va., 23801-1800 (HDEC02-06-D-0014).

 AIR FORCE

 Lockheed Martin Co., Ft. Worth, Texas., is being awarded a $6,324,425 firm fixed price contract modification. This contract provides for provisioned items order modification, which will procure the spare parts for the Greece Peace Xenia IV F-16C/D aircraft. At this time $6,324,425 has been obligated. This work will be complete June 2007. Headquarters 84th Combat Sustainment Wing, Hill Air Force Base, Utah, is the contracting activity. (FA8212-06-C-0012/PM0017)

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 8/24/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 24 Aug 2006 17:04:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 807-06
FOR RELEASE AT
August 24, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

  CONTRACTS

 AIR FORCE

Lockheed Martin Corp., Owego, N.Y., is being awarded a $36,000,000 cost-plus incentive fee contract modification. This action provides for continuing development and integration of several on-going A/OA-10C Suite 3 Precision Engagement fleet modernization and upgrade efforts. At this time $17,029,000 has been obligated. This work will be complete July 2007. Headquarters Aeronautical Systems Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8635-06-C-6030).

Jetsmart Aerospace LLC, Alameda, Calif., is being awarded an $11,632,450 indefinite delivery indefinite quantity type contract. This action is for repair and overhaul of the C-130 auxiliary power units and associated components for the 85 series, and four bearing gas turbine engines. These services are in support of secondary power systems for the Air Force C-130 aircraft and start carts. The estimated quantities for the contract includes the minimum, maximum, and best-estimated quantities based on annual demand or repair rates for each of the applicable line items, and quantity estimates vary per individual item. Approximately 17 repairs contract line items of various input and output configurations will be incorporated into the contract. In addition, and individual contract line item for both not separately data and over and above labor will also be incorporated into the contract. At this time no funds have been obligated. This work will be complete August 2009.
Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (FA8208-06-D-0001).

Aerojet General Corp., Sacramento, Calif., and ATK Thiokol, Brigham City, Utah are being awarded a $49,000,000 indefinite delivery indefinite quantity contract each. The Air Fore is initiating major efforts to develop new or enhanced technologies in missile propulsion and related inspection systems and service life assessment tools that will lead to the transition of the new technologies into propulsion systems for a prompt global strike capability, a land-based strategic deterrent, and an operationally responsive space lift system. The technology development efforts will be conducted by any contract award through this BAA will be conducted under the guidance of the integrated high payoff rocket propulsion technology program and the technology for the sustainment of strategic systems program. The desired technologies span all areas of application for solid rocket motors, including ballistic and space boost, post boost propulsion and tactical motors. The development
activities to be undertaken will also include advanced technologies for predicting and monitoring the remaining service life of solid rocket motors as well as for the modeling and simulation functions to design and assess the performance of solid rocket motors. Analytical tasks required under indefinite delivery/indefinite quantity could fall within the entire range from design conception to performance prediction, including but not limited to, design analysis, structural and thermal analysis, ballistic assessment, and life cycle cost prediction. At this time no funds have been obligated. This work will be complete July 2014. Headquarters Air Force Flight Test Center, Edwards Air Force Base, Calif., is the contracting activity (FA9300-06-D-0008 and FA9300-06-D-0004 respectively).

ARMY

Overlook Systems Technologies Inc. of Vienna, Va., was awarded Aug. 22 an indefinite quantity, indefinite delivery firm-fixed price contract with an estimated value of $32,134,013 to assist in managing the engineering, program oversight and technical development of positioning, navigation and timing efforts for the Defense Department's Office of the Assistant Secretary of Defense for Networks and Information Integration. The work will be performed at the contractor's Vienna, Va., facilities as well as at government facilities in Los Angeles, Calif.; Albuquerque, N.M.; and Colorado Springs, Colo. This work is estimated to be completed by Aug. 31, 2011. The Contracting Center of Excellence at the Pentagon is the contracting activity. Army Public Affairs can be reached at (703) 692-2000 (W74V8H-06-D-0014).

Bryan Construction Inc. of Colorado Springs, Colo., was awarded Aug. 22 a firm-fixed price construction contract at an estimated value of $12,892,102 to build a Global Hawk maintenance hanger. The project includes the two-bay maintenance hanger and an aircraft parking apron at Beale Air Force Base, Colo. The project is scheduled to be complete by Feb. 29, 2008. Twenty bids were solicited Jan 19, 2006, and four bids were received. The U.S. Army Corps of Engineers, Sacramento, is the contracting activity. Army Public Affairs can be reached at (703) 692-2000 (W91238-06-C-0023).

General Atomics Aeronautical System of San Diego, Calif., was awarded August 22 a cost plus fixed-fee contract for $11,466,000 as part of an estimated $23.4 million contract to acquire four extended range multi-purpose unmanned aerial vehicles, the associated support equipment and initial spare parts. This work will be completed by Aug. 31, 2007, and will take place at four locations: San Diego, Adelanto and Palmdale, Calif.; and Salt Lake City. The U.S. Army Aviation and Missile Command at Redstone Arsenal, Ala., is the contracting activity. Army Public Affairs can be reached at (703) 692-2000 (W58RGZ-06-C-0208).

MPRI Inc. of Alexandria, Va., was awarded August 22 a firm-fixed price requirements-type contract for $11,196,996 as the base-period portion of an estimated $34,272,571 contract (if all options are exercised) for recruiting services to the U.S. Army Recruiting Command. The work will be performed at any of the Army's 1,700 recruiting stations nationwide. The contract is for Sep. 1, 2006, to Aug. 31, 2007, with two one-year options through Aug. 31, 2009. Bids were solicited via web site on March 21 and 10 bids were received. The Army Contracting Agency Southern Region, Fort Knox Directorate of Contracting at Fort Knox, Ky., is the contracting activity. Army Public Affairs can be reached at (703) 692-2000 (W9124D-06-D-0034).

 NAVY

Readiness Management Support, LC, Panama City, Fla., is being awarded an estimated $29,846,837 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based contract to provide air traffic management and electronic equipment maintenance services to support air traffic control operations, airfield management, air to ground communications operations and maintenance, surveillance and precision radar systems operations and maintenance, voice communications systems operations and maintenance, and aviation weather systems operations and maintenance at multiple locations in the U.S. Central Command Air Force area of responsibility in Southwest Asia, primarily Afghanistan. Work will be performed in Southwest Asia, and is expected to be completed February 2007. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition. The Space and Naval Warfare Systems Center
Charleston, S.C., is the contracting activity (N65236-06-D-6864).

Raytheon Missile Systems, Tucson, Ariz., is being awarded an $11,328,645 modification to a previously awarded firm-fixed-price contract (N00019-03-C-0001) for the procurement of joint standoff weapon all up rounds (50 AGM-154A-1 and 54AGM-154C), one AGM-154 dummy air training missile, and 150 containers, including logistics support, technical data, and administrative/financial data for the Government of Turkey. Work will be performed in Tucson, Ariz., and is expected to be completed in April 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command is the contracting activity.

CCI, Inc.*, Anchorage, Alaska, is being awarded a $7,422,500 firm-fixed-price contract for design and construction for a transducer test/calibration facility at Portsmouth Naval Shipyard. The work to be performed provides replacing an existing outdated, undersized, and failing acoustical test and calibration tank and associated control center with a new acoustic test and calibration facility connected to existing Building 306. The new facility shall include a 19 meter diameter by 14 meter deep wooden acoustic test tank constructed adjacent to Building 306. Work will be performed in Kittery, Maine, and is expected to be completed by February 2008. Contract funds will expire at the end of the current fiscal year. This contract was a sole source negotiated procurement under the U.S. Small Business Administration's 8(a) program. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-06-C-2823).

Raytheon Co., Tucson, Ariz., is being awarded a $6,523,892 ceiling-priced letter contract modification to a previously awarded firm-fixed-price contract (N00019-04-C-0569) for the manufacture of 135 C Kits for the FY04/05 Composite Capsule Launching System (CCLS) capsule modification kits and 191 C Kits for the FY06 CCLS capsule retrofit kits. The C Kits provide the capsule closure assembly for the CCLS in order for the CCLS capsule to be compatible with the SSGN submarine environment. Work will be performed in Los Alamitos, Calif. (40 percent); Carpentersville, Ill. (40 percent); and Tucson, Ariz. (20 percent), and is expected to be completed in December 2007. Contract funds in the amount of $867,543 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

SYMTX, Inc.*, Austin, Texas, is being awarded a $5,298,321 modification to a previously awarded firm-fixed-price contract (N68335-05-C-0078) to exercise an option for seven Jet Engine Test Instrumentation Units (3 T-6, 2 T-10, and 2 T-36), including associated technical documentation. Work will be performed in Austin, Texas, and is expected to be completed in July 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

Atlantic Positioning Systems, a division of Atlantic Microwave Corp., Bolton, Mass., is being awarded a $5,056,000 letter contract for procurement of the Image Detection System, related spares, technical support, training and documentation, for installation aboard the Italian Navy's Multi-Purpose Vessel. Work will be performed in Clearwater, Fla., and is expected to be completed by June 2008. Contract funds will not expire at the end of the current fiscal year. This contract supports the Government of Italy under the Foreign Military Sales program. The contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-C-4210).

 DEFENSE LOGISTICS AGENCY

MidAmerican Energy Co., Davenport, Iowa, is being awarded a maximum 9,561,871 firm fixed price contract for electricity and ancillary services for Argonne, Ill. Using services are Federal civilian agencies. There were 29 proposals solicited and 7 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is June 30, 2007. Contracting activity is Defense Energy Supply Center, Fort Belvoir, Va. (SP060-05-D-8017).
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 8/25/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 25 Aug 2006 17:04:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 813-06
FOR RELEASE AT
August 25, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

ARMY

 Northrop Grumann of Linthicum Heights, Md., was awarded Aug. 22 a firm-fixed price letter contract amounting to $73,999,589 for vehicular intercom systems, components and spare parts.The work will be conducted in Linthicum Heights, Md., and is to be completed by Oct. 31, 2008.The U.S. Army Communications Electronics Command Acquisition Center is the contracting activity.Army Public Affairs can be reached at (703) 692-2000 (W15P7T-06-C-L010).

 Netfires LLC of Grand Prairie, Texas, was awarded Aug. 23 a cost-plus-incentive-fee contract for $54,806,630 as part of an estimated $1,151,822,232 contract to procure the Non-Line of Sight Launch System Naval Littoral Combat Ship Integration, System Development and Demonstration.The work will be conducted in Tucson, Ariz., and Baltimore.It will be completed by Aug. 31, 2010.The U.S. Army Aviation &amp; Missile Command is the contracting activity.Army Public Affairs can be reached at (703) 692-2000 (W31P4Q-04-C-0059).

 Arthur Langhus Layne LLC of Tulsa, Okla., was awarded Aug. 23, 2006 an indefinite quantity, indefinite delivery firm-fixed price contract with an estimated value of $7,500,000 for environmental training and services for Fort Polk, La., and the Southwest Division of the U.S. Army Engineer District, Tulsa, Okla.The work is to be completed by Aug. 23, 2011 and the contract is for a five-year period, not to exceed $7,500,000.The U.S. Army District in Tulsa, Okla., is the contracting activity.Army Public Affairs can be reached at (703) 692-2000 (W912BV-06-D-2016).

 Stewart &amp; Stevenson Tactical Vehicle Systems Limited Partnership of Sealy, Texas, was awarded Aug. 23, 2006 a firm-fixed price cost-reimbursement contract for $9,005,722 as part of the negotiation of an equitable adjustment for the family of medium tactical vehicles.The work is being performed in Sealy, Texas, and will be completed by Nov. 15, 2008.Two bids were solicited Aug. 15, 2002, and two offers were received.The U.S. Army Tank-Automotive Command in Warren, Mich., is the contacting activity.Army Public Affairs can be reached at (703) 692-2000 (DAAE07-03-C-S023).

 Patti Shipyard Inc. of Pensacola, Fla., was awarded Aug. 23, 2006 a firm-fixed price contract for $12,964,700 for the procurement of a quarters barge.The work will be performed in Pensacola and will be complete by Aug. 16, 2007.Bids were solicited via the Internet July 6 and two offers were received.The U.S. Army Engineer District, Philadelphia, is the contracting activity.Army Public Affairs can be reached at (703) 692-2000 (W912BU-06-C-0014).

NAVY

 Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $12,176,400 modification to a previously awarded firm-fixed-price contract (N00019-95-C-0209) for the procurement of six MV-22 AE-1107C gas turbine engines to complete the Fiscal Year 2006 option.Work will be performed in Indianapolis, Ind., and is expected to be completed in January 2008.Contract funds will not expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 BAE Systems Information and Electronic Systems, Inc., Greenlawn, N.Y., is being awarded a $7,156,851 order against a previously issued firm-fixed-price indefinite-delivery, indefinite-quantity contract (N00019-05-D-0027) for the AN/APX-117(V) and AN/APX-118(V), common identification friend or foe digital transponders systems and associated equipment for the Navy and Army.This will include the development, manufacture, test, modification, and delivery of Mode 5 kits and units for use on both ships and on airborne weapon system platforms, as well as production engineering services, logistics support services, documentation updates, and continued support for Mode 5 development and integration.Work will be performed in Greenlawn, N.Y., and is expected to be completed in December 2008.Contract funds will not expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
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 8/28/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Mon, 28 Aug 2006 17:14:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 822-06
FOR RELEASE AT
August 28, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 AIR FORCE

Karta Technologies Corp., San Antonio, Tex., was awarded on Aug. 24, 2006, a $75,000,000 indefinite delivery/indefinite quantity contract. This action provides for information modernization technology (ITM) services for the Air Force Surgeon General's Information Technology (IT) Branch (AF/SGR). At this time $2,500,000 has been obligated. This work will be complete August 2011. Headquarters Air Force District Washington, Bolling Air Force Base, D.C., is the contracting activity (FA7014-06-D-0017).

Space Data Corp., Chandler, Ariz., is being awarded a $49,000,000 firm fixed price contract. This contract action will provide near space communication relays for voice and data and performance for command and control for primary and secondary payloads, primary payload version 1 and version 2; including launch system design, launch system components, and launch system supportability. At this time $1,473,798 has been obligated. This work will be complete August 2011. Headquarters Space and Missile Center, Los Angeles Air Force Base, Calif., is the contracting activity (FA8818-06-D-0034 and Order Number 0001).

SemiSouth Laboratories, Inc., Starkville, Miss., is being awarded a $22,500,000 indefinite delivery/indefinite quantity with cost plus fixed-fee (completion) type task orders contract. The objective of this Small Business Technology Transfer (STTR Phase III) is to extend the design, fabrication, and reliability testing, of advanced silicon carbide power devices toward military qualification and reproducible manufacturability for product development and commercial sale. At this time $3,950,000 has been obligated. This work will be complete August 2011. Headquarters Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-06-D-2608/Task Order 0001).

Northrop Grumman Corp., Rolling Meadows, Ill., was awarded on Aug 24, 2006, a $7,006,572 firm fixed price contract modification. This action provides for the Electronic Systems Test Set (ESTS) Program extended contractor transition support. This modification covers the ESTS controller upgrade Phase 2 follow-on (ECP#2) effort, performed by the Northrop Grumman Corp. This modification effort will address the obsolescence issue with the controller and will increase the effectiveness and efficiency of the ESTS stations for diagnostic screenings of the F-15 aircraft. At this time $3,789,000 has been obligated. This work will be complete August 2006. Headquarters Aeronautical Systems Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (F41608-93-C-0064/P00217).

Woodward FST, Zeeland, Mich., was awarded on Aug. 24, 2006, a $6,667,708 firm fixed price contract. This action provides for spray rings, spares in support of the F100-PW engine (F15/F16). At this time $6,667,708 has been obligated. Solicitations began May 2006 and negotiations were complete July 2006. This work will be complete at a rate of 10 per month, 12 months after first article approval and continuing at that rate until completion. Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the contracting activity (FA8104-06-C-0212).

J.K. Hill and Associates, Inc., Virginia Beach, Va., is being awarded a $6,181,018 fixed-price award fee, firm fixed price requirements, and cost contract modification. This action provides for base supply services to include supply, fuels and logistics material control activity services for the Air Force Flight Test Center, at Edwards Air Force Base, California. At this time no funds have been obligated. This work will be complete September 2007. Headquarters 95th Air Base Wing, Edwards Air Force Base, Calif., is the contracting activity (FO4700-02-C-003/P00037).

 NAVY

Lockheed Martin Systems Integration, Owego, N.Y., is being awarded a $27,074,891 ceiling-priced modification to a previously awarded cost-plus-award-fee contract (N00019-05-C-0030) for integration equipment for the VH-71 System Integration Laboratory. Work will be performed in Owego, N.Y., and is expected to be completed in August 2008. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command is the contracting activity.

Raydon Corp., Daytona Beach, Fla., is being awarded a $26,654,353 cost plus-fixed fee, indefinite-delivery/indefinite-quantity completion service contract for the development, modification, manufacturing, installation and site support, testing, training services, contractor maintenance and program management support for ground system trainers. This requirement will support ground system trainers such as: table-top trainers, institutional maneuver training systems (i.e., Simulation Network, air and ground convoy operational training systems and appended training systems (i.e., Light Armored Vehicle Full-Crew Interactive Skills Trainer, etc.), which network and share common operating environments and requirements. This contract includes options which, if exercised, would bring the cumulative value of this contract to $44,850,964. Work will be performed in Daytona Beach, Fla., and is expected to be completed by August 2009. Contract funds will not expire at the end of the
current fiscal year. This contract was competively procured with 15 proposals solicited and one offer received via the Commerce Business Daily. The Naval Surface Warfare Center Indian Head Division, Indian Head, Md., is the contracting activity (N00174-06-D-0033).

York International Corp., York, Pa., is being awarded an $18,925,753 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and technical services in support of various centrifugal air conditioning and refrigeration systems onboard various Navy ships throughout the country. Work will be performed in Norfolk, Va. (60 percent); San Diego, Calif. (30 percent); and Groton, Conn. (10 percent), and is expected to be completed by August 2010. Contract funds in the amount of $160,000, will expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-06-D-0021).

CH2M Hill Constructors, Inc., Atlanta, Ga., is being awarded $7,499,456 for modification 02 to Task Order 0050 under a previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity remedial action contract (N62467-01-D-0331) for heating, ventilation and air conditioning (HVAC) remediation and repair for the Nursing Towers in Building 1 at Naval Medical Center, San Diego. Award of this modification brings the total task order amount to $7,583,422. Work will be performed in San Diego, Calif., and is expected to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with three proposals received and award made on Aug. 15, 2002. The total contract amount is not to exceed $110,000,000, which includes the base period and four option years. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting
activity.

Raytheon Co., Tucson, Ariz., is being awarded a $7,215,717 modification to a previously awarded firm-fixed-price contract (N00019-04-C-0569) to upgrade Block IV Tomahawk Missile guidance test sets for the Navy (2) and the United Kingdom (2) Royal Navy, to include the redesigned guidance electronics unit and anti-jam GPS receiver being incorporated into the all-up-round under obsolescence management. In addition, this modification provides for the procurement of two new Block IV Tomahawk Missile guidance test sets for the Navy. Work will be performed in Tucson, Ariz., and is expected to be completed in March 2009. This contract combines purchases for the Navy ($6,345,665; 88 percent) and the United Kingdom ($870,052; 12 percent). Contract funds in the amount of $2,499,474 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Rolls Royce, Bristol, England, is being awarded $6,157,143 for priced order 5369 under an existing basic ordering agreement contract (N00383-04-G-001M) for the procurement of turbine blades, HP Stage 2 used in support of the F-402 engine. Work will be performed in Bristol, England, and work is expected to be completed by August 2009. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Inventory Control Point is the contracting activity.

Raytheon Technical Services Co., Indianapolis, Ind., is being awarded a $5,631,766 estimated value delivery order against a previously awarded cost-plus-fixed-fee contract (N00019-05-G-0008) to provide, integrate, and support the flight test demonstration of a tactical imaging sensor capable of inherent target cueing functionality in a SHAred Reconnaissance Pod mounted on an F/A-18E/F aircraft. Work will be performed in Indianapolis, Ind. (70 percent); China Lake, Calif. (20 percent); and North Logan, Utah (10 percent), and is expected to be completed in August 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.

 DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., El Segundo, Calif., is being awarded a maximum 24,824,563 firm fixed price contract for aircraft parts. Using services are Army, Navy, Air Force, and Marine Corps. This is a sole source competition with 7 solicited and 1 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is August 27, 2007. This is a three year contract with one base year and two 1-year options. Contracting activity is Defense Supply Center Columbus, Columbus, Ohio (SPM7A2-06-D-7002).

Tesoro Refining and Marketing Co., San Antonio, Texas, was awarded on Aug. 25, 2006, a minimum 6,030,475 fixed price with economic price adjustment contract for jet fuel for the Army. Other location of performance is Pohakuloa, Hawaii. There were 10 proposals solicited and 6 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Dec. 31, 2009. Contracting activity is Defense Energy Support Center, Fort Belvoir, Va. (SP0600-05-D-1267).
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 8/29/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Tue, 29 Aug 2006 17:14:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 829-06
FOR RELEASE AT
August 29, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

CONTRACTS

NAVY

 Bell-Boeing Joint Program Office, Amarillo, Texas, is being awarded a $23,046,910 modification to a previously awarded cost-plus-incentive-fee contract (N00019-04-C-6517) for the Block A/B upgrades required to retrofit one MV-22 aircraft (aircraft #17) to convert it to an Aircraft Maintenance Trainer.Work will be performed in Cecil Field, Fla. (40 percent); Fort Worth, Texas (40 percent); and New River, N.C. (20 percent), and is expected to be completed in August 2008.Contract funds will not expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $16,450,000 delivery order against a previously awarded basic ordering agreement (N00019-06-G-0001) for 70 painted Marine Corps turned exhaust kits for the AH-1W.Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2008.Contract funds in the amount of $940,000 will expire at the end of the current fiscal year.The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 Electric Boat Corporation, Groton, Conn., is being awarded a $13,735,892 cost-plus-fixed-fee modification under previously awarded contract (N00024-04-C-2100) for consolidated design agent, planning yard, engineering and technical support for active nuclear submarines.The contract provides support for the design and installation aspects of shore support facilities.Work will be performed in Groton, Conn. (94 percent); Bangor, Wash. (3 percent); and Kings Bay, Ga. (3 percent), and is expected to be completed by August 2007.Contract funds will not expire at the end of the current fiscal year.The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

 Science and Engineering Systems Inc., Huntsville, Ala., is being awarded a $19,521,801 firm fixed price contract.This action provides large aircraft starting systems and is in the basic contract period for two pre-production samples, test data, technical manuals, instructional media, provisioning data, and a quantity of 33 each for production.At this time, no money has been obligated.The work will be completed August 2008.The location of performance is Huntsville, Ala.Robins Air Force Base, Ga., is the contracting activity (FA8533-06-D-0007).

 TAC Industries, Springfield, Ohio, is being awarded a $9,999,878 firm fixed price contract.This action provides for 21,300 top cargo tie down nets; 40,432 each side cargo tie down nets.At this time, $9,999,878 has been obligated.The location of performance is Springfield, Ohio. This work will be complete September 2008. Robins Air Force Base, Ga., is the contracting activity. (FA8533-05-D-0001-0005).

DEFENSE LOGISTICS AGENCY

 BP West Coast Products LLC., La Palma, Calif., is being awarded a maximum $19,744,956 fixed price with economic price adjustment, indefinite delivery, indefinite quantity contract for fuel.Using service is Defense Energy Support Center.There were six proposals solicited with one response.Date of performance completion is September 30, 2006.Contracting activity is Defense Energy Support Center (DESC), Fort Belvoir, VA (SP0600-06-D-0509).


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 8/30/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Wed, 30 Aug 2006 17:18:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 838-06
FOR RELEASE AT
August 30, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 AIR FORCE

 Magnum Medical Joint Venture, Angleton, Tex and Luke and Associates, Merritt Island, Fla., are each being awarded a $1,926,000,000 indefinite delivery/indefinite quantity; fixed price with economic price adjustment contract. This action provides for the contractors to recruit, qualify and retain health care workers at 63 Air Force medical treatment facilities in 58 geographic locations. The Air Force can issues delivery orders totaling up to the maximum amount indicated above, although the actual requirements may be less than the amount above. To date $500,000 has been obligated to each contractor. The work will be complete November 2010. The Air Force District Washington, Bolling Air Force Base, Washington D.C., is the contracting activity. Public Affairs point of contact is Ms. Linda Card at 202-767-4782 (FA7014-06-D-0015 and FA7014-06-D-0016).

 Southern Management, Goldsboro, N.C., is being awarded a $30,000,000 indefinite delivery indefinite quantity contract. This action provides for repair airfield/pavement base pavements, indefinite delivery/indefinite quantity contract at Seymour Johnson Air Force Base, N.C. This project includes, but is not limited to: maintenance repair, or new construction of asphalt pavement, walkways, concrete pavement, curb and guttering repair, clearing grubbing, excavation, fill, aggregate base course, milling of bituminous pavement, inlets, catch basins, drainage pipe, pavement markings, removal of rubber/pavement, inlets, catch basins, drainage pipe, pavement markings, removal of rubber/pavement markings, seeding/sod, trees and shrubs, soil erosion control, railroad work, and airfield/street lighting. This work will be complete August 2007. To date, $8,000 has been obligated. The 4th Fighter Wing, Seymour Johnson Air Force Base, N.C., is the contracting activity (FA4809-06-D-C004).

 Information Systems Inc., McLean, Va., is being awarded a $26,255,000 indefinite delivery/indefinite quantity cost plus award fee contract modification. The Technical Services and Space Operations Support contract provides services to operate, maintain, and support the Space Warfare Center (SWC) located at Schriever Air Force Base, CO. The SWC is also the Air Staff executive agent for the Air Force's Tactical Exploitation of National Capabilities program. The contract is directed toward examining, assessing, and developing the means to integrate national system and DoD space system support to enhance combat, and research and development capabilities within the Air Force. This includes and/or involves integrating existing and advanced technology weapons, platforms, and special test facilities; as well as the technical expertise, intelligence, surveillance, and reconnaissance, microstates, space control, lasers, high power microwaves, and communications to assist SWC related
 activities. At this time, no money has been obligated. The work will be completed September 2007. The 50th Space Wing, Schriever Air Force Base, Co., is the contracting activity (FA2550-01-D-0003/P00016).

 NAVY

 Reyes Construction, Inc.*, Pomona, Calif.; Cutting Edge Concrete Services, Inc.*; Oro Grande, Calif.; Hal Hays Construction, Inc.*, Riverside, Calif.; and Pave-Tech, Inc.*, Carlsbad, Calif., are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction and repair primarily by design-build or secondarily by design-bid-build of paving, both portland cement concrete and hot mix asphalt, and associated site improvements at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility. The total contract amount is not to exceed $100,000,000 (base period and four option years) with a guaranteed minimum of $25,000. Work will be performed at various Navy and Marine Corps installations within the Southwest Division AOR including, but not limited to, California (80 percent), Arizona (16 percent), Nevada (2 percent), and New Mexico (2 percent), and is expected
to be completed August 2007 (August 2011 with options). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as unrestricted via the NAVFAC e-solicitation website with eight proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-06-D-1062/1063/1064/1065).

 Crowder Construction Co., Apex, N.C., is being awarded a $13,673,600 firm-fixed-price construction contract for wastewater treatment plant biological nutrient removal system repairs, Marine Corps Air Station, Cherry Point, N.C. The work to be performed includes the modification and construction of wastewater treatment plant components, including demolition, site preparation, earthwork, pavements, utilities and all incidental related work. The work will be performed in Cherry Point, N.C., and is expected to be completed March 2008. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with two offers received. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-06-C-4007).

 Communication &amp; Power Industries, Microwave Power Products Division, Palo Alto, Calif., is being awarded a maximum $11,400,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for major repair/replacement of a minimum 2 to a maximum of 600 high band traveling wave tubes in support of the AN/ALQ-126B system. The AN/ALQ-126B system is an air-born defensive electronic counter measures system. The contract combines support for the Navy (90 percent) with the governments of Korea (5 percent) and Japan (5 percent) under the Foreign Military Sales Program. Work will be performed in Palo Alto, Calif., and is expected to be completed by August 2011. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured and advertised via the Internet, with four offers received. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-06-D-8956).

 Logistic Systems International Inc., Jacksonville, Fla., is being awarded a $10,000,000 firm-fixed-price contract to re-engineer, revise/enhance and migrate the current journeymen level engineer instructor-led training classes at the Center for Naval Engineering in Norfolk, Va., into self-paced instruction courses. Work will be performed in Jacksonville, Fla. and is expected to be completed in December 2008. Contract funds in the amount of $10,000,000 will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; nine offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61339-06-C-0166).

 Pole Zero Corp.*, West Chester, Ohio, is being awarded a $9,877,062 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Co-Site UHF SATCOM filters and interface adapters in support of the Air Force Remote Radio Secure Voice System Program. Work will be performed in West Chester, Ohio, and is expected to be completed in August 2007. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity (N00421-06-D-0036).

 Kalman &amp; Co., Inc., Virginia Beach, Va., is being awarded $9,582,905 for award term task order 0006 to previous awarded task order 0004 under a previously awarded contract (M67854-03-A-5158) for business and analytical support for the Joint Program Executive Office, Chemical and Biological Defense Systems. Funding in the amount of $5,093,759 is being applied at the time of award. The contractor will conduct comparative analysis of costs, quantify benefits and attendant risks, and fully evaluate each alternative through appropriate stakeholder business forums and will develop best business practices and effective course of action selection criteria for the portfolio of acquisition programs and initiatives. Ancillary efforts will include subject matter expertise representation at stakeholder sponsored forums, POM and budget planning, preparing Congressional testimony and briefings, and ensuring a comprehensive program of technology insertion is established and
maintained. Work will be performed in Falls Church, Va., and is expected to be completed in August 2007. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contract activity.

 Triton Services, Inc. Easton, Pa., is being awarded a maximum $6,329,570 firm-fixed-price, indefinite delivery/indefinite quantity contract, for major repair/replacement of a minimum 2 and a maximum of 400 low band traveling wave tubes in support of the AN/ALQ-126B system. The AN/ALQ-126B system is an air-born defensive electronic counter measures system. Work will be performed in Easton, Pa., and is expected to be completed by August 2011. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured and advertised via the Internet, with four offers received. The contract combines support for the Navy (90 percent) with the governments of Korea (5 percent) and Japan (5 percent) under the Foreign Military Sales Program. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-06-D-8989).

 General Dynamics Network Systems, Inc., Needham Heights, Mass. is being awarded a $5,500,000 fixed-price incentive-fee task order under the Air Force's network-centric solutions contract for the Automated Digital Network System Increment III (FA8771-04-D-0007, NS03). Automated Digital Network System Increment III will provide an all Internet protocol converged voice, video, and data solution, with the ability to transport non-Internet Protocol legacy applications. Additional capabilities include Internet protocol version 4 and version 6 dual stack, enhanced Quality of Service, increased system bandwidth and throughput, and ciphertext core routing. Work will be performed in Needham Heights, Mass., and is expected to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with seven proposals solicited and two offers received. The Space and Naval Warfare Systems Command, San Diego, Calif.
is the contracting activity (FA8771-04-D0007).

 Sauer Incorp., d/b/a Sauer Southeast, Jacksonville, Fla., is being awarded $5,073,637 for firm-fixed task order 0002 under previously awarded multiple award construction contract (MACC) (N62467-05-D-0181) for design and construction of Hanger 5, Building 285 and Building 195 roof repairs, Naval Air Station Joint Reserve Base New Orleans, La. Work will be performed in New Orleans, La., and is expected to be completed by June 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured and award made to multiple contractors on Aug. 29, 2005. The basic total contract amount is not to exceed $350,000,000, which includes the base period and four option years. The MACC contractors (eight in number) may compete for task orders under the terms and conditions of the existing contract. Four proposals were received for this task order. The Naval Facilities Engineering Command Southeast, North Charleston, S.C., is the
contracting activity.

 MCC Construction Corp., Storrs, Conn., is being awarded $5,280,462 for firm-fixed-price modification 01 to task order 0037 under previously awarded indefinite-delivery, facilities management job order contract (FMJOC) (N62472-03-D-0077) to exercise option 1 to Task Order 0037 for specific maintenance to Building 308 at the Naval Supply Activity, Mechanicsburg, Pa. The task order modification is for the replacement of chiller, pumps, and cooling tower at the Naval Supply Activity, Mechanicsburg, Pa. The basic FMJOC was competitively procured via the NAVFAC e-solicitation website with seven proposals received and award was made on Aug. 15, 2003. The total contract amount is not to exceed $30,000,000, which includes the base period and four option years. The award of this option brings the total task order value to $11,501,529. Work will be performed in Mechanicsburg, Pa., and is expected to be completed December 2008. Contract funds will not expire at the end of the current
fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, 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 8/31/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Thu, 31 Aug 2006 17:04:00 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 841-06
FOR RELEASE AT
August 31, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 NAVY

 Contingency Response Services, LLC, Irving, Texas, is being awarded a maximum $450,000,000 (guaranteed minimum of $100,000) cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract to provide short term facilities support services with incidental construction in response to natural disasters, humanitarian efforts, contingencies and other requirements (i.e. due to non-performance by an incumbent contractor or instances where there is an unanticipated lapse in service) at various locations (including remote locations) throughout the world. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities support services. Work will be performed at multiple sites worldwide - the exact location of individual efforts will be designated on individual task orders, and work is expected to be completed August 2007 (August 2011 with
options). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation website with four offers received. The Naval Facilities Engineering Command, Pacific, Services Contracts Division, Hawaii, is the contracting activity (N62742-06-D-1113).

 Northrop Grumman Ship Systems (NGSS), Pascagoula, Miss., is being awarded a $95,892,863 cost-plus-award-fee/cost-plus-fixed-fee contract for DDG 1000 Zumwalt Class destroyer detail design, maintenance of the DDG 1000 integrated data environment (IDE), and procurement of vendor furnished information (VFI) and long lead material (LLM) to support detail design. The total value of the detail design effort is $307,511,633, with $39,412,519 funded at contract award for advanced zone detail design. The remaining detail design efforts are included in a priced option valued at $268,099,114. The IDE maintenance effort will be fully funded at contract award in the amount of $11,480,344. Also at contract award, NGSS will be awarded a Not-to-Exceed (NTE) line item for procurement of VFI and LLM valued at $45,000,000. The maximum amount for which the Government is liable under the NTE prior to definitization is $22,500,000 (total funding at contract award). The mission of the DDG 1000
Zumwalt Class of Destroyers is to provide affordable and credible independent forward presence/deterrence and to operate as an integral part of the Naval, Joint, or Combined Maritime Forces. DDG 1000 will provide advanced land attack capability in support of the ground campaign and contribute Naval, Joint, or Combined battle-space dominance in littoral operations. Work will be performed in Pascagoula, Miss., and is expected to be completed by September 2007. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-06-C-2304).

 American Science &amp; Engineering, Billerica, Mass., is being awarded a $46,490,587 firm-fixed-price service contract for service and maintenance support for 67 Z-Backscatter Systems, associated manuals, and spare parts. Work will be performed in various locations within the countries of Iraq and Afghanistan, and work is expected to be completed May 2009. Contract funds will expire by the end of the current fiscal year. This contract is a sole source award to American Science &amp; Engineering as they are the sole proprietor of the maintenance service of the Z-Backscatter System. The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-06-C-5163).

 John C. Grimberg, Co., Inc., Rockville, Md., is being awarded a $10,918,000 firm-fixed-price contract for construction of the Academic Program Center/Graduate School of Nursing addition project at the National Naval Medical Center, Bethesda, Md. The building addition includes expansion of an underground parking area, classrooms and administrative office space. The work will be performed in Bethesda, Md., and is expected to be complete by December 2007. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured via the NAVFAC e-solicitation website with seven offers received. Naval Facilities Engineering Command Washington, Washington, D.C., is the contracting activity, (N40080-06-C-0014).

 BAE Systems San Francisco Ship Repair, San Francisco, Calif, is being awarded a $6,798,108 firm-fixed-price contract for a 94-calendar-day regular overhaul and drydocking of Military Sealift Command's fast combat support ship USNS Rainier (T-AOE 7). This is a major drydock and overhaul of various ships equipment, machinery, navigational gear and underway replenishment equipment. The work includes main propulsion shafting, preservation of the hull and freeboard and overhauling of sea valves. The contract includes options which, if exercised, would bring the total contract value to $8,642,058. Work will be performed in San Francisco, Calif., and is expected to be completed in December 2006. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with two offers received. The Military Sealift Fleet Support Command, Norfolk, Va., is the contracting activity (N40442-06-C-2500).

 Science Applications International Corporation (SAIC), San Diego, Calif., is being awarded a potential $6,080,435 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for Command Control, Communications, Computer and Intelligence (C4I) software applications and databases. Specific efforts will include engineering products related to C4I software applications and database or database management systems for current and new C4I systems. System engineering efforts may include support for the web-enablement of applications and services to support service oriented architectures and net-centric warfare efforts. The technical support shall entail the full range of software development including system requirements, design, implementation, integration, and documentation. This contract is one of six contracts awarded: all six awardees will compete for task orders during the ordering period. This one-year contract includes four, one-year options, which, if exercised,
 will bring the potential, cumulative value of the contract to $28,915,647. Work will be performed in San Diego, Calif., and is expected to be completed August 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities website and posting to the SPAWAR e-Commerce Central website, with 10 offers received. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-06-D-0028).

 Sound &amp; Sea Technology, Inc.*, Edmonds, Wash., is receiving $5,647,000 for modification P00005 under a previously awarded cost-plus-award-fee contract (N62473-06-D-3005) to exercise option year one. The work to be performed provides for ocean engineering services that include project planning and execution of sub-sea cable projects including shore landings, seafloor engineering, ocean work platform support, underwater construction tool development, offshore structure and buoy projects, marine power systems, heavy load handling engineering, and harbor and waterside security projects. This modification will increase the value of the contract by bringing the total contract value to $11,231,723. The total contract amount is not to exceed $29,530,702. Work will be performed at various installations under Naval Facilities Engineering Service Center's area of responsibility worldwide, and work is expected to be completed August 2007. Contract funds will not expire at the end
of the current fiscal year. The basic contract was competitively procured via the Naval Facilities Engineering Command e-solicitation website with two offers received. The Naval Facilities Engineering Command Southwest, Specialty Center Contracts Core, Port Hueneme, Calif., is the contracting activity.

 Forward Slope, Inc., San Diego, Calif., is being awarded a potential $5,642,799 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for Command Control, Communications, Computer and Intelligence (C4I) software applications and databases. Specific efforts will include engineering products related to C4I software applications and database or database management systems for current and new C4I systems. System engineering efforts may include support for the web-enablement of applications and services to support service oriented architectures and net-centric warfare efforts. The technical support shall entail the full range of software development including system requirements, design, implementation, integration, and documentation. This contract is one of six contracts awarded: all six awardees will compete for task orders during the ordering period. This one-year contract includes four, one-year options, which, if exercised, will bring the potential,
cumulative value of the contract to $26,573,446. Work will be performed in San Diego, Calif., and is expected to be completed August 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities website and posting to the SPAWAR e-Commerce Central website, with 10 offers received. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-06-D-0133).

 MAXIM Systems, Inc., San Diego, Calif., is being awarded a potential $5,542,847 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for Command Control, Communications, Computer and Intelligence (C4I) software applications and databases. Specific efforts will include engineering products related to C4I software applications and database or database management systems for current and new C4I systems. System engineering efforts may include support for the web-enablement of applications and services to support service oriented architectures and net-centric warfare efforts. The technical support shall entail the full range of software development including system requirements, design, implementation, integration, and documentation. This contract is one of six contracts awarded: all six awardees will compete for task orders during the ordering period. This one-year contract includes four, one-year options, which, if exercised, will bring the potential,
cumulative value of the contract to $26,210,734. Work will be performed in San Diego, Calif., and is expected to be completed August 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities website and posting to the SPAWAR e-Commerce Central website, with 10 offers received. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-06-D-0135).

 FGM, Inc., San Diego, Calif., is being awarded a potential $5,503,478 indefinite-delivery/ indefinite-quantity, cost-plus-fixed-fee contract for Command Control, Communications, Computer and Intelligence (C4I) software applications and databases. Specific efforts will include engineering products related to C4I software applications and database or database management systems for current and new C4I systems. System engineering efforts may include support for the web-enablement of applications and services to support service oriented architectures and net-centric warfare efforts. The technical support shall entail the full range of software development including system requirements, design, implementation, integration, and documentation. This contract is one of six contracts awarded: all six awardees will compete for task orders during the ordering period. This one-year contract includes four, one-year options, which, if exercised, will bring the potential, cumulative value
 of the contract to $26,837,830. All work will be performed in San Diego, Calif., and work is expected to be completed August 2007. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via publication on the Federal Business Opportunities website and posting to the SPAWAR e-Commerce Central website, with 10 offers received. The Space and Naval Warfare Systems Center, San Diego, Calif., is the contracting activity (N66001-06-D-0132).

 DEFENSE LOGISTICS AGENCY

 Science Applications International Corporation, Fairfield, N.J., is being awarded a maximum $500,000,000 fixed price with economic price adjustment for maintenance, repair and operations (MRO) supplies for the Northeast Region, Zone 1. This is an indefinite delivery/quantity contract exercising option year 1. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Proposals were Web-solicited and 7 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Aug. 30, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM500-04-D-BP24).

 Graybar Electric Company, St. Louis, Mo., is being awarded a maximum $400,000,000 fixed price with economic price adjustment for maintenance, repair and operations (MRO) supplies for the Northeast Region, Zone 2. This is an indefinite delivery/quantity contract exercising option year 1. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Proposals were Web-solicited and 7 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Aug. 30, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM500-04-D-BP25).

 BOH Environmental, LLC, New Orleans, La., is being awarded a maximum $40,000,000 fixed price with economic price adjustment for specialized shipping/storage containers, accessories, and related items. Using services are Army, Navy, Air Force, and Marine Corps. This is a sole source competition with 1 solicited and 1 responded. This contract is exercising year 3 of three one-year options. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Sept. 4, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0500-01-R-0009).

 Wolverine World Wide, Rockford, Mich., is being awarded a maximum $7,733,987 fixed price with economic price adjustment for men and women safety shoes. Using services are Army, Navy, and Air Force. Locations of performance include Jonesboro, Ark.; Big Rapids and Cedar Springs, Mich. There were 70 proposals solicited and 3 responded. This is an indefinite delivery/quantity type contract. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is Aug. 31, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0100-06-D-0352).

 Crown Clothing Company, Vineland, N. J., * is being awarded a maximum $5,016,276 firm fixed price for men's wool coat for Marine Corps. This is an indefinite delivery/quantity contract exercising option year 1. There were 4 proposals solicited and 4 responded. Contract funds will expire at the end of the current fiscal year. Date of performance completion is Aug. 31, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0100-05-D-0504).

 DEFENSE COMMISSARY AGENCY

 Spokane Produce Incorporated, is being awarded an indefinite delivery, requirements type contract to provide fresh fruits and vegetables (FF&amp;V) for resale at 9 commissary store locations throughout Washington, Montana and Idaho. The estimated award amount is $23,686,896.50. Contractor will deliver FF&amp;V to the store locations as needed. The contract is for a two year base period beginning Oct. 1, 2006 through Sept. 30, 2008. Two one-year option periods are available. If both option periods are exercised, the contract will be completed Sept. 30, 2010. Contract funds will not expire at the end of the current fiscal year. Seventy-five firms were solicited and six offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Services Support Branch, (HDEC02-06-D-0015).

 Di Tomasos Inc., is being awarded an indefinite delivery, requirements type contract to provide fresh fruits and vegetables (FF&amp;V) for resale at multiple commissary store locations in the state of Alaska. The estimated award amount is $6,661,885.00. Contractor will deliver FF&amp;V to the store locations as needed. The contract is for a two year base period beginning Oct. 1, 2006 through Sept. 30, 2008. Two one-year option periods are available. If both option periods are exercised, the contract will be completed Sept. 30, 2010. Contract funds will not expire at the end of the current fiscal year. Seventy-five firms were solicited and three offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Services Support Branch, (HDEC02-06-D-0016).


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
Opera 9.01
Subject:
Contracts for 9/1/2006
From:
DoD Contracts <dlcontracts_sender@DTIC.MIL>
Date:
Fri, 1 Sep 2006 17:10:01 -0400
To:
DODCONTRACTS-L@DTIC.MIL

CONTRACTS from the United States Department of Defense

No. 844-06
FOR RELEASE AT
September 01, 2006
Media Contact: (703) 697-5131/697-5132
Public/Industry(703) 428-0711

 CONTRACTS

 NAVY

Northrop Grumman Space &amp; Mission Systems Corp., Fairfax, Va., is being awarded a $218,759,069 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for technical services in support of the U.S. Joint Forces Command, Joint Warfighting Center. This contract includes a base period of two years, plus two additional two-year options, which if exercised, bring the total estimated value of the contract to $686,108,614. Work will be performed in Suffolk, Va. (95 percent), and various government sites (5 percent), and work is expected to be completed by August 2008. Contract funds in the amount of $13,000,000 will expire before the end of the current fiscal year. This contract was competitively procured through Navy Electronic Commerce Online, with two offers received. The Fleet and Industrial Supply Center, Norfolk, Contracting Department Philadelphia Division is the contracting activity (N00140-06-D-0060).

NAMMO Raufoss AS, Raufoss, Norway, is being awarded an $8,449,616 firm-fixed-price contract for 39,776 rounds of MK 285 40 mm programmable pre-fragmented, high explosive (PPHE) ammunition. The NAMMO AS 40 mm PPHE cartridge utilizes an electronically programmable time fuze (Mk438), which also has a point detonating and self-destruct function. The programming allows the round to detonate at the correct moment to cause maximum impact on targets hidden behind cover, on rooftops, behind corners, inside buildings or in trenches. Work will be performed in Raufoss, Norway, and is expected to be completed by November 2007. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured. The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-06-C-4879).

 AIR FORCE

Today the Air Force is awarding a $1,900,000,000 indefinite delivery/indefinite quantity contract to the following contractors: Aerospace Engineering Spectrum, Ltd., South Ogden, Utah ; Anteon Corporation, Fairfax, Va.; CACI Technologies, Inc., Chantilly, Va.; Lockheed Martin Integrated Systems, Bethesda, Md.; MTC Technologies, Dayton, Ohio; Science Applications International Services, San Diego, Calif.; TCS Design and Management Services, Warner Robins, Ga.; DRS Technical and Management Service, Beltsville, Md.; TYBRIN Corporation, Fort Walton, Beach, Fla.; The University of Dayton Research Institute, Dayton, Ohio. This action provides for Engineering and technical services in support of the Design and Engineering Support Program II to support all AFMC weapon systems, subsystems, and related processes. The Design and Engineering Support Program II contract will address technical areas such as laboratory services, technical documentation, courseware development, systems
design, engineering, development, software, environmental, health, and safety. This work will be complete June 2012. To date each contractor has been obligated $50,000. Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah is the contracting activity. Public Affairs point of contact is Marilu Trainor at 801-777-2286 (FA8222-06-D-0001, FA8222-06-D-0002, FA8222-06-D-0003, FA8222-06-D-0004, FA8222-06-D-0005, FA8222-06-D-0006, FA8222-06-D-0007, FA8222-06-D-0008, FA8222-06-D-0009, FA8222-06-D-0010).

BAE Systems/Rockwell Collins, Datalink Solutions, Cedar Rapids, Iowa, is being awarded a $10,563,384 firm-fixed-price contract. This action provides for the purchase of 18 countermeasure test sets. This work will be complete 18 months after receipt of order. To date, $10,563,384 has been obligated. Headquarters Warner Robins Air Logistics Center, Robins Air Force Base, Ga., is the contracting activity (F09603-03D-00010172).

Harris Technical Services Corp., Colorado Springs, Co., is being awarded a $38,520,247 cost plus incentive fee, with award fee and performance incentives contract modification. This action provides for operations, maintenance, logistics and training support for the Air Force Satellite Control Network weapon system at remote tracking stations around the world. Also, maintenance and logistics support of Global Positioning System; orbital analysis of military satellites in orbit in support of military satellite controllers; and provide security forces at New Boston Air Force Station, New Hampshire. The work will be completed September 2007. To date $32,274,876 has been obligated. The 50th Space Wing, Schriever Air Force Base, Co. is the contracting activity (FA2550-00-C-0010/P00179).

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $5,877,875 firm fixed price contract. This action acknowledges the delay and disruption cost impacts to the Global Hawk EMD contract for incorporation of the Fielding Strategy Acceleration. To date $5,877,875 has been obligated. The work will be complete October 2009. Headquarters Aeronautical Systems Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8620-01-C-4600).

Radian Inc., Alexandria, Va., is being awarded a $6,964,937 firm fixed price contract modification. This action provides for prime power units and various secondary equipment of the Deployable Power Generator Distribution System. To date $6,964,937 has been obligated. The work will be complete eight to twelve months after award, depending on item. Headquarters Air Combat Support Systems Group, Eglin Air Force Base, Fla., is the contracting activity (FA8676-06-C-0105/P00008).

McDonnell Douglas Corp., St. Louis, Mo., is being awarded a $9,487,236 cost plus fixed fee contract. The Air Force is awarding a Joint Capabilities Technology Demonstration contract was approved by OSD to demonstrate the military utility of a low collateral damage warhead comprised of a composite case and multi-phase blast explosive fill integrated onto a Small Diameter Bomb I weapon. This new weapon variant is called a Focused Lethality Munition. This effort is for integrating and testing the new warhead onto the Small Diameter Bomb I weapon. To date $3,000,000 has been obligated. The work will be complete September 2007. Headquarters Air Armament Center, Eglin Air Force Base, Fla., is the contracting activity (FA8681-06-C-0228).

BAE Systems Technical Services, Fort Walton Beach, Fla., is being awarded a $7,200,000 firm fixed price, cost reimbursable, cost plus fixed fee, and fixed price incentive fee contract modification. The Instrumentation Radar Support Program provides serviceable radar components and subsystems and technical field support for instrumentation radar of the C and X band families located on 25 ranges in the United States and in four foreign countries (United Kingdom, Republic of Korea, Taiwan an Germany). The contractor augments the maintenance capabilities of using agencies with one-of-a-kind parts and supplies, on-site overhauls and emergency technical support. To date no funds have been obligated. The work will be complete September 2007. The 45th Space Wing, Patrick Air Force Base, Fla., is the contracting activity (F08650-01-C-0066/P00193).

Phoenix Management Inc., Austin Tx., is being awarded a $19,164,623 firm fixed price award fee contract with cost reimbursement and labor hour contract line items contract. The purpose of this multi-wing logistics support contract is to provide a variety of non-personal logistics support service for HQ AFSPC/A4R and the 21st Space Wing Logistics Readiness Squadron at Peterson Air Force Base, Colorado, 50th Logistics Readiness Flight at Schreiver Air Force Base, 460th Logistics Readiness Squadron at Buckley Air Force Base, Colorado, 341st Logistics Readiness Squadron Malmstrom Air Force Base, Montana, 90th Logistics Readiness Squadron F.E. Warren Air Force Base, Wyoming, and the 30th Logistics Readiness Squadron Vandenberg Air Force Base, California. The services include Base Supply Support (to include Mobility Bags (MOBAGS) and Individual Body Armor (IBA) Management, HAZMART Function, Fuels Management and Support, Missile Material Control), CE Materiel Control, Vehicle
Operation and Maintenance, Base Transportation, Surface Freight Operations, Regional Supply Backstop Support. To date no funds have been obligated. The work will be complete September 2007. The 21st Space Wing, Peterson Air Force Base, Co. is the contracting activity (F05603-01-C-0001).

Defense Systems, North Amityville, N.Y., is being awarded a $10,000,000 firm fixed price contract. This action provides for bomb rack units, in support of F-22 aircraft. To date $5,000,000 has been obligated. The work will be complete January 2009. Headquarters 542d Combat Sustainment Wing, Robins Air Force Base, Ga., is the contracting activity (FA8520-06-C-0015).

McDonnell Douglas Corp., Long Beach, Calif., is being awarded a $7,109,090 time and material contract modification. This contract modification to the C-17 Globemaster III Sustainment Partnership (GSP) contract to increase ceiling and funding FY04/FY05 and increase funding for FY06 Material Improvement Projects (MIPs) for the USAF. The MIP program was established on P00037 based on estimated performance requirements for non-recurring engineering and retrofit. This estimated annual program does not identify specific MIPs to be performed, just general requirements. To date $11,718,877 has been obligated. The work will be complete September 2011. Headquarters Aeronautical Systems Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8614-04-C-2004/P00130).

 ARMY

AM General L.L.C., South Bend, Ind., was awarded on Aug. 24, 2006, a $41,722,493 modification to a firm-fixed-price contract for M1152A1 vehicles for the high mobility multi-purpose wheeled vehicle. Work will be performed in South Bend, Ind., and is expected to be completed by Dec. 31, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 17, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Aug. 25, 2006, a delivery order amount of $25,000,000 as part of a $194,083,293 cost-plus-fixed-fee contract for the mobile gun system vehicle and nuclear biological chemical reconnaissance vehicle test support. Work will be performed in Sterling Heights, Mich. (80 percent), and London Ontario, Canada (20 percent), and is expected to be completed by Oct. 31, 2007. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on April 6, 2000, and 17 bids were received. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-D-M051).

O'Gara-Hess &amp; Eisenhardt Armoring Co., Fairfield, Ohio, was awarded on Aug. 25, 2006, a $36,802,362 modification to an undefinitized contract for production of Frag Kit #5 Field Kits. Work will be performed in Fairfield, Ohio, and is expected to be completed by Feb. 28, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 10, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-C-S019).

BAE Systems Ordnance Systems Inc., Kingsport, Tenn., was awarded on Aug. 28, 2006, a $31,000,000 modification to a firm-fixed-price contract for the Production Base Support Program. Work will be performed in Kingsport, Tenn., and is expected to be completed by July 31, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 9, 2006. The U.S. Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-98-E-0006).

DNE Technologies, Wallingford, Conn., was awarded on Aug. 23, 2006, a delivery order amount of $18,416,832 as part of a $60,620,160 firm-fixed-price contract for Procurement of the AN/FCC-100 Multiplexer Items. Work will be performed in Wallingford, Conn., and is expected to be completed by Nov. 30, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 14, 2001. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-01-D-A019).

The Goodyear Tire &amp; Rubber Co., Akron, Ohio, was awarded on Aug. 24, 2006, a $17,668,237 firm-fixed-price contract for the pneumatic tires for the high mobility multipurpose wheeled vehicle. Work will be performed in Topeka, Kan., and is expected to be completed by Aug. 25, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on June 27, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (W56HZV-06-C-0650).

GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights, Mich., was awarded on Aug. 28, 2006, a delivery order amount of $15,800,000 as part of a $4,802,051,639 firm-fixed-price contract for the air conditioning kits for the Stryker Vehicle. Work will be performed in Auburn, Wash., and is expected to be completed by March 31, 2008. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on April 20, 2006. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-00-D-M051).

AM General L.L.C., South Bend, Ind., was awarded on Aug. 25, 2006, a $14,982,084 modification to a firm-fixed-price contract for procurement of Fragment 5 Retrofit Field Kits. Work will be performed in South Bend, Ind., and is expected to be completed by Dec. 31, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on July 17, 2000. The U.S. Army Tank-Automotive and Armaments Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).

United Parcel Service, Washington, D.C., was awarded on Aug. 24, 2006, a delivery order amount of $13,008,913 as part of a $51,400,000 firm-fixed-price contract for Support of the Defense Logistics Agency's Surface Small Package Program. Work will be performed in Susquehanna, Pa. (16 percent), New Cumberland, Pa. (16 percent), San Joaquin, Calif. (23.7 percent), Mechanicsburg, Pa. (16 percent), Richmond, Va. (3 percent), Anniston, Ala. (1.5 percent), Barstow, Calif. (1.5 percent), San Diego, Calif. (1.5 percent), Jacksonville, Fla. (1.5 percent) Albany, Ga. (1.5 percent), Warner Robbins, Ga. (1.5 percent), Cherry Point, N.C. (1.5 percent), Corpus Christi, Texas (1.5 percent), Norfolk, Va. (1.5 percent), Depot Hill, Utah (1.5 percent), Puget Sound, Wash. (1.5 percent), Red River, Texas (1.5 percent), Tobyhanna, Pa. (1.5 percent), Oklahoma City, Okla. (1.5 percent), and Columbus, Ohio (1.5 percent), and is expected to be completed by Sept. 30, 2007. Contract funds will not
expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on Aug. 20, 2003, and three bids were received. The Military Surface Deployment and Distribution Command, Alexandria, Va., is the contracting activity (W81GYE-04-D-0034).

FEDEX Ground Package Systems Inc., Coraopolis, Pa., was awarded on Aug. 24, 2006, a delivery order amount of $11,493,525 as part of a $48,200,000 firm-fixed-price contract for Support of the Defense Logistics Agency's Surface Small Package Program. Work will be performed in Susquehanna, Pa. (16.8 percent), New Cumberland, Pa. (16.8 percent), San Joaquin, Calif. (26 percent), Mechanicsburg, Pa. (16.8 percent), Richmond, Va. (3 percent), Anniston, Ala. (1.5 percent), Barstow, Calif. (1.5 percent), San Diego, Calif. (1.5 percent), Jacksonville, Fla. (1.5 percent) Albany, Ga. (1.5 percent), Warner Robbins, Ga. (1.5 percent), Cherry Point, N.C. (1.5 percent), Corpus Christi, Texas (1.5 percent), Norfolk, Va. (1.5 percent), Depot Hill, Utah (1.5 percent), Puget Sound, Wash. (1.5 percent), Red River, Texas (1.5 percent), Tobyhanna, Pa. (1.5 percent), Oklahoma City, Okla. (1.5 percent), and Columbus, Ohio (1.5 percent), and is expected to be completed by Sept. 30, 2007. Contract
funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on Aug. 20, 2003, and three bids were received. The Military Surface Deployment and Distribution Command, Alexandria, Va., is the contracting activity (W81GYE-04-D-0033).

Atherton Construction Inc., Las Vegas, Nev., was awarded on Aug. 25, 2006, a $9,032,341 firm-fixed-price contract for Army family housing improvements. Work will be performed in Dugway Proving Grounds, Utah, and is expected to be completed by Feb. 19, 2007. Contract funds will not expire at the end of the current fiscal year. There were 26 bids solicited on April 20, 2006, and three bids were received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-06-C-0024).

Butt Construction Company Inc.*, Dayton, Ohio, was awarded on Aug. 23, 2006, an $8,923,000 firm-fixed-price contract for design and construction of a command and control facility at the Joint Systems Manufacturing Center. Work will be performed in Lima, Ohio, 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 27 bids solicited on June 20, 2006, and five bids were received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0043).

Raytheon Co., Andover, Mass., was awarded on Aug. 23, 2006, an $8,470,082 modification to a cost-plus-fixed-fee contract for FY 06 PATRIOT Engineering Services. Work will be performed in Burlington, Mass. (3.4 percent), Huntsville, Ala. (8.79 percent), Andover, Mass. (9.65 percent), Tewksbury, Mass. (76.64 percent), El Paso, Texas (1.47 percent), and Norfolk, Va. (.05 percent), and is expected to be completed by Jan. 9, 2009. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 26, 2003. The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-04-C-0020).

Universal Technologies Inc.*, Estill Springs, Tenn., was awarded on Aug. 24, 2006, a delivery order amount of $7,611,600 as part of a $43,948,250 firm-fixed-price contract for manufacture, inspection, assembly, packing and delivery of M192 Lightweight Ground Mount Units. Work will be performed in Estill Springs, Tenn., and is expected to be completed by Aug. 30, 2011. Contract funds will not expire at the end of the current fiscal year. There were an unknown number of bids solicited via the World Wide Web on April 21, 2006, and six bids were received. The U.S. Army Tank-Automotive and Armaments Command, Picatinny, N.J., is the contracting activity (W15QKN-06-D-0023).

General Dynamics C4 Systems, Taunton, Mass., was awarded on Aug. 28, 2006, a $7,259,000 increment as part of a $202,503,038 cost-plus-award-fee contract for an engineering change to the Warfighter Information Network - Tactical System Development and Demonstration. Work will be performed in Taunton, Mass. (50 percent), and Gaithersburg, Md. (50 percent), and is expected to be completed by Jan. 31, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Aug. 1, 2006. The U.S. Army Communications-Electronics Command, Fort Monmouth, N.J., is the contracting activity (DAAB07-02-C-F404).

R.L. Alvarez, TMS Contracting L.L.C., and Howard W. Pence (Joint Venture)*, Clarksville, Tenn., was awarded on Aug. 24, 2006, a $5,855,387 firm-fixed-price contract for design and construction of Gate 4, primary access control point upgrade. Work will be performed at Fort Campbell, Ky., and is expected to be completed by Sept. 1, 2007. Contract funds will not expire at the end of the current fiscal year. There were 32 bids solicited on June 19, 2006, and five bids were received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-06-C-0039).

 DEFENSE LOGISTICS AGENCY

Alaska Structures, Inc., Anchorage, Alaska, is being awarded a maximum $96,000,000 firm fixed price contract for shelters, components, and trailers. This is an indefinite delivery contract exercising option year 1 of a base year and four 1-year term options. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Other location of performance is Mesilla Park, N.M. Proposals were Gateway-solicited and 10 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 2, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM100-05-D-6064).

Anchor Industries, Evansville, Ind., is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters exercising option year 1 of a base year and four 1-year term options. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Proposals were Gateway-solicited and 10 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 2, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM1C1-06-D-6005).

Base-X Expedition Shelters, Fairfield, Va., is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters, trailers, and components. This contract is exercising option year 1 of a base year and four 1-year term options. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Proposals were Gateway-solicited and 10 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 2, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM100-05-D-6063).

Celina Tent, Inc., Celina, Ohio, is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters. This is an indefinite delivery contract exercising option year 1 of a base year and four 1-year term options. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Proposals were Gateway-solicited and 10 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 2, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM1C1-06-D-6001).

DHS Systems, LLC, Orangeburg, N.Y., * is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters, components, and trailers. This is an indefinite delivery contract exercising option year 1 of a base year and four 1-year term options. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Proposals were Gateway-solicited and 10 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 2, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM100-05-D-6060).

Johnson Outdoors, Binghamton, N.Y., is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters, and components. This is an indefinite delivery contract exercising option year 1 of a base year and four 1-year term options. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Proposals were Gateway-solicited and 10 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 2, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM100-05-D-6059).

Schutt Industries, Clintonville, Wis., is being awarded a maximum $96,000,000 firm fixed price contract for a variety of shelters and trailers. This is an indefinite delivery contract exercising option year 1 of a base year and four 1-year term options. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Proposals were Gateway-solicited and 10 responded. Contract funds will not expire at the end of the current fiscal year. Date of performance completion is September 2, 2007. Contracting activity is Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM1C1-06-D-6002).

Aircraft Braking Systems Corp., Akron, Ohio, is being awarded a maximum $7,436,353 firm fixed price contract for aircraft supplies. This is an indefinite quantity contract. Using services are Army, Navy, Air Force, and Marine Corps. This is Gateway-solicited sole source competition and 1 responded. Contract funds will expire at the end of the current fiscal year. Date of performance completion is September 2, 2007. Contracting activity is Defense Supply Center Richmond (DSCR), Richmond, Va. (SP0400-02-D-9403).

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 ... 15 16 18 19 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 25. Avg 2025, 23:09:09
nazadnapred
Prebaci se na:  

Poslednji odgovor u temi napisan je pre više od 6 meseci.  

Temu ne bi trebalo "iskopavati" osim u slučaju da imate nešto važno da dodate. Ako ipak želite napisati komentar, kliknite na dugme "Odgovori" u meniju iznad ove poruke. Postoje teme kod kojih su odgovori dobrodošli bez obzira na to koliko je vremena od prošlog prošlo. Npr. teme o određenom piscu, knjizi, muzičaru, glumcu i sl. Nemojte da vas ovaj spisak ograničava, ali nemojte ni pisati na teme koje su završena priča.

web design

Forum Info: Banneri Foruma :: Burek Toolbar :: Burek Prodavnica :: Burek Quiz :: Najcesca pitanja :: Tim Foruma :: Prijava zloupotrebe

Izvori vesti: Blic :: Wikipedia :: Mondo :: Press :: Naša mreža :: Sportska Centrala :: Glas Javnosti :: Kurir :: Mikro :: B92 Sport :: RTS :: Danas

Prijatelji foruma: Triviador :: Nova godina Beograd :: nova godina restorani :: FTW.rs :: MojaPijaca :: Pojacalo :: 011info :: Burgos :: Sudski tumač Novi Beograd

Pravne Informacije: Pravilnik Foruma :: Politika privatnosti :: Uslovi koriscenja :: O nama :: Marketing :: Kontakt :: Sitemap

All content on this website is property of "Burek.com" and, as such, they may not be used on other websites without written permission.

Copyright © 2002- "Burek.com", all rights reserved. Performance: 0.101 sec za 14 q. Powered by: SMF. © 2005, Simple Machines LLC.