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

ConQUIZtador
Trenutno vreme je: 26. Avg 2025, 15:47:12
nazadnapred
Korisnici koji su trenutno na forumu 0 članova i 0 gostiju pregledaju ovu temu.
Idi dole
Stranice:
1 2 3 5 6 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Tema: Ugovor o naoruzanju SAD  (Pročitano 71203 puta)
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

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



No. 087-06

FOR RELEASE AT

Feb 01, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







AIR FORCE







            Lockheed Martin Aeronautics Co., Marietta, Ga., is being awarded a

$164,000,000 firm fixed price, fixed price award fee, cost plus fixed fee,

time and materials, and cost reimbursement contract.  This requirement covers

sustaining services including logistics support, program management support,

engineering services, spares and technical data in support of the C-130J

peculiar systems.  At this time, $13,495,605 has been obligated.  This work

will be completed by two years of sustainment service performance.

Solicitations began August 2005 and negotiations were complete in January

2006.  The Headquarters Warner Robins Air Logistics Center, Robins Air Force

Base, Ga., is the contracting activity.  (FA8504-06-D-0001)







            Rolls-Royce Corp., Indianapolis, Ind., is being awarded a

$72,598,930 firm fixed price contract.  This requirement covers sustaining

services including logistics support, program management support, engineering

services, spares and technical data in support of the C-130J propulsion system

which includes the AE 2100D3 engine and R-391 propeller system.  At this time,

$18,914,744 has been obligated.  The Headquarters Warner Robins Air Logistics

Center, Robins Air Force Base, Ga., is the contracting activity.

(FA8504-06-C-0004).







            Northrop Grumman Space and Mission Systems Corp., Space

Technology, Redondo Beach, Calif., is being awarded a $6,012,359 cost plus

fixed fee contract modification.  This modification exercises the Option CLINs

0003AE, 0007AA, 0007AB, and 0007AC to continue on the research Upper Stage

Engine Technology (USET) effort.  The objective of the USET effort is to

enable the rapid and successful design, development, and test of liquid rocket

propulsion Turbo-pump (TPA).  This will be accomplished through developing

and/or improving upon current engineering design, physical modeling and

component performance simulation tools, in order to exceed the Integrated High

payoff Rocket Propulsion Technology (IHPRPT) Cryogenic Upper Stage Phase I

goals and strive for Phase II goals.  At this time, no funds have been

obligated. This work will be complete by January 2008.  The Headquarters Air

Force Flight Test Center, Edwards Air Force Base, Calif., is the contracting

activity.  (FA9300-04-C-0016/P00021).







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

awarded a $5,841,218 cost plus award fee, level of effort, cost reimbursable

and firm fixed price contract modification.  This project will replace all

existing radar components except the antenna and transmitter.  The major

installation effort involves the ROSA Radar Control (RDC) Configuration Item

(CI) instrumentation racks and associated console.  The RDC will integrate to

existing GFE 1.14 radar components.  The 0.14 radar facility and control room

will undergo refurbishment for functional and aesthetic enhancements.  At this

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

2008.  The Headquarters Space and Missile Systems Center, Peterson Air Force

Base, Colo., is the contracting activity.  (F04701-01-C-0001/P00281).







            Aerojet-General Corp., Sacramento, Calif., is being awarded a

$5,014,842 cost plus fixed fee contract modification.  This modification

exercise option CLIN 0007 to continue on the research Upper Stage Engine

Technology (USET) effort.  The objective of the USET effort is to enable the

rapid and successful design, development, and test of liquid rocket propulsion

Turbo-pump (TPA).  This will be accomplished through developing and/or

improving upon current engineering design, physical modeling and component

performance simulation tools, in order to exceed the Integrated High payoff

Rocket Propulsion Technology (IHPRPT) Cryogenic Upper Stage Phase I goals and

strive for Phase II goals.  At this time, total funds have been obligated.

This work will be complete by December 2006.  The Headquarters Aeronautical

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

activity.  (FA9300-04-C-0008/P00019).







_NAVY







            Northrop Grumman Systems Corp., Integrated Systems, San Diego,

Calif., is being awarded a $23,375,521 modification to a previously awarded

firm-fixed-price contract (N00019-05-C-0040) to exercise an option for the

procurement of 60 BQM-74E Aerial Targets, 60 Radar Altimeters, 15 Low Radar

Cross Section Nose Cones, and 40 Integrated Avionic Units.  The BQM-74E is a

subsonic, subscale, jet-powered aerial target capable of being air launched or

surface launched (land or shipboard).  The BQM-74E supports Fleet training

requirements for gunnery, surface-to-air and air-to-air missile exercises from

fixed sites and during open ocean and deployed remote site operations, both

air and land.  Work will be performed in San Diego, Calif. (38 percent);

Walled Lake, Mich. (16 percent); Palmdale, Calif. (14 percent); Elmira, N.Y.

(11 percent); Woodland Hills, Calif. (9 percent); Mandaree, N.D. (6 percent);

and Santa Monica, Calif. (6 percent), and is expected to be completed in

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

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

activity.







            Campbell-Ewald, Warren, Mich., is being awarded a $10,642,147

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

services in support of the Navy Recruiting Command's Navy Recruitment

Advertising Program.  Work will be performed in Warren, Mich., and is expected

to be completed by November 2006.  Contract funds will not expire at the end

of the current fiscal year.  This contract was awarded through full and open

competition.  The Fleet and Industrial Supply Center Norfolk, Philadelphia

Division, is the contracting activity (N00104-06-D-0005).







            Baldi Bros Inc.*, Beaumont, Calif., is being awarded $5,480,740

for firm-fixed-price Task Order 0006 under an

indefinite-delivery/indefinite-quantity multiple award construction contract

(N68711-04-D-3033) for the replacement of lighting and signage and repair of

shoulders-runways at Marine Corps Air Station, Yuma.  The work to be performed

provides for the design and construction to replace lighting/signage at

Runways M, N, Q, Combat Aircraft Loading Apron, and Runways 3R21L/3L-21R;

repair Shoulders-Runway 3lL/21R and Shoulders-Runway 3R/21L.  Work will be

performed in Yuma, Ariz., and is expected to be completed by July 2007.

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

contract was competitively procured via the NAVFAC e-solicitation website with

six proposals received and award made on May 12, 2004._  The total contract

amount for each contractor is not to exceed $50,000,000 (base period and four

option years) bringing the cumulative total for all four contracts to

$200,000,000.  The multiple contractors may compete for task orders under the

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

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

Diego, California, is the contracting activity.







            WinTec Arrowmaker Inc.*, Fort Washington, Md., is being awarded a

$5,051,682 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity

contract for technical and engineering services in support of the Naval Air

Warfare Center Aircraft Division's Special Communication Requirements

Division.  This contract provides for concept evolution, design, development,

integration, test and evaluation, maintenance, logistics, and life-cycle

support of Navy, Army, Air Force, Joint Services, Marine Corps, and other

agency communication-electronic platforms, equipment, systems, subsystems, and

unmanned vehicle systems.  The estimated level of effort is 72,960 man-hours.

Work will be performed in Tampa, Fla. (81.58 percent) and St. Inigoes, Md.

(18.42 percent), and is expected to be completed in February 2007.  Contract

funds in the amount o f$524,123 will expire at the end of the current fiscal

year.  This contract was competitively procured via an electronic request for

proposals as a small business set-aside; one offer was received.  The Naval

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

activity (N00421-06-D-0008).







DEFENSE LOGISTICS AGENCY







            Farm & Home Oil Co., Telford, Pa., is being awarded a minimum

$19,348,958 fixed price with economic price adjustment contract for ground

fuels.  The using services are Army, Navy, and federal civilian agencies.

Other locations of performance are Fort Dix, Dover, N.J.; Chambersburg,

Coatesville, Bethlehem, Lewisburg, Valley Forge, Willow Grove, and Benton, Pa.

  There were 252 proposals solicited and 45 responded.  Contract funds will

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

completion is Dec. 31, 2010.  The contracting activity is the Defense Energy

Support Center, Fort Belvoir, Va. (SP0600-06-D-8507)







            Sterlingwear of Boston Inc.*, East Boston, Mass., is being awarded

a maximum $16,054,885 fixed price with economic price adjustment contract for

Navy peacoats, men and women.  Proposals were solicited on the Procurement

Gateway and five responded.  This is an indefinite quantity contract

exercising option year one.  Contract funds will expire at the end of the

current fiscal year.  The date of performance completion is Feb. 2, 2007.  The

contracting activity is the Defense Supply Center Philadelphia, Pa.

(SP0100-04-D-0348)







_DEFENSE COMMISSARY AGENCY







            California Pacific Associates LLC is being awarded a requirements

contract in the estimated amount of $7,556,403, for the operation of

deli/bakeries.  The contractor's home office is in Burlingame, Calif., with

work performance at various commissaries throughout Japan, South Korea and

Okinawa with a completion date of Feb. 28, 2007.  Contract funds will not

expire at the end of the current fiscal year.  Six firms were solicited and

one proposal was 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-0006)

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


Reign in Blood

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



No. 089-06

FOR RELEASE AT

Feb 02, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_ARMY







            Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Jan. 30,

2006, a $271,369,950 modification to a firm-fixed-price contract for the Navy

Knight Hawk Helicopters (MH-60S).  Work will be performed in Stratford, Conn.,

and is expected to be completed by Dec. 31, 2007.  Contract funds will not

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

initiated on Oct. 4, 2000.  The Army Aviation and Missile Command, Redstone

Arsenal, Ala., is the contracting activity (DAAH23-02-C-0006).







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

awarded on Jan. 31, 2006, a $128,302,167 firm-fixed-price contract for Light

Armored Vehicles and Supporting Logistics and Engineering Products.  Work will

be performed in Sterling Heights, Mich. (7 percent), and London, Ontario,

Canada (93 percent), and is expected to be completed by June 30, 2008.

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

was a sole source contract initiated on Aug. 10, 2005.  The Army

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

activity (W56HZV-06-C-0255).







            DynCorp International L.L.C., Fort Worth, Texas, was awarded on

Jan. 31, 2006, an $84,882,205 modification to a firm-fixed-price contract for

Maintenance for the Entire Fleet of C-12, RC-12, and UC-35 Fixed Wing

Aircraft.  Work will be performed in Fort Worth, Texas, and is expected to be

completed by Jan. 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 March 8, 2000, and two bids were received.  The Army

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

activity (DAAH23-00-C-0226).







            Raytheon Co., Bedford, Mass., was awarded on Jan. 30, 2006, a

$64,988,899 modification to a cost-plus-fixed-fee contract for FY06 PATRIOT

Engineering Services.  Work will be performed in Burlington, Mass. (3.40

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

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

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

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

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

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

(W31P4Q-04-C-0020).







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

Jan. 30, 2006, a $29,071,598 modification to a fixed-price-incentive with

award-fee contract for Surveying, Planning, Design, Installation, and

Implementation of Information Technology Systems and Infrastructure for Wedges

2-5 Tenants.  Work will be performed in Arlington, Va., and is expected to be

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

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

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

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







            M.R. Pittman Group L.L.C.*, Harahan, La., was awarded on Jan. 27,

2006, a $25,504,250 firm-fixed-price contract for Emergency Restoration of the

London Avenue Canal Closure Structure.  Work will be performed in New Orleans,

La., and is expected to be completed by May 15, 2006.  Contract funds will not

expire at the end of the current fiscal year.  There were 48 bids solicited on

Jan. 13, 2006, and three bids were received.  The Army Corps of Engineers, New

Orleans, La., is the contracting activity (W912P8-06-C-0087).







            Raytheon Co., Tucson, Ariz., was awarded on Jan. 27, 2006, a

$20,088,800 modification to a firm-fixed-price contract for TOW 2B Aero

Generation 2 Missiles.  Work will be performed in Tucson, Ariz., and is

expected to be completed by Nov. 30, 2008.  Contract funds will not expire at

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

on July 15, 2002.  The Army Aviation and Missile Command, Redstone Arsenal,

Ala., is the contracting activity (W31P4Q-04-C-0061).







            Kidde Dual Spectrum, Goleta, Calif., was awarded on Jan. 30, 2006,

a delivery order amount of $19,775,790 as part of a $19,775,790

firm-fixed-price contract for Automatic Fire Extinguishing System Kits for the

M114 Up-Armored High Mobility Multipurpose Wheeled Vehicle.  Work will be

performed in Wilson, N.C., and is expected to be completed by Jan. 31, 2007.

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

were four bids solicited on Dec. 8, 2005, and four bids were received.  The

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

activity (W56HZV-06-D-0116).







            Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Jan. 31,

2006, a delivery order amount of $19,142,422 as part of a $19,142,422

firm-fixed-price contract for Landing Drag Braces and Spare Parts for the

Black Hawk Helicopter.  Work will be performed in Stratford, Conn., and is

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

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

on Oct. 13, 2005.  The Army Aviation and Missile Command, Redstone Arsenal,

Ala., is the contracting activity (W58RGZ-06-D-0116).







            The Boeing Co., Ridley Park, Pa., was awarded on Jan. 30, 2006, a

delivery order amount of $14,499,160 as part of a $43,856,206 firm-fixed-price

contract for Overhaul of the CH-47 Forward and AFT Rotor Heads.  Work will be

performed in Ridley Park, Pa., and is expected to be completed by Dec. 31,

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

This was a sole source contract initiated on Dec. 22, 2004.  The Army

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

activity (DAAH23-03-G-0012).







            Raytheon, Andover, Mass., was awarded on Jan. 31, 2006, a

$13,466,791 modification to a cost-plus-fixed-fee contract for the PATRIOT

(PAC-2) Missile Support Center.  Work will be performed in Andover, Mass., and

is expected to be completed by Jan. 31, 2008.  Contract funds will not expire

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

initiated on Nov. 9, 2004.  The Army Aviation and Missile Command, Redstone

Arsenal, Ala., is the contracting activity (W31P4Q-05-C-0033).







            H. Koch & Sons Co., Anaheim, Calif., was awarded on Jan. 27, 2006,

an $8,623,719 modification to a firm-fixed-price contract for the Improved

High Mobility Multipurpose Wheeled Vehicle Restraint Systems.  Work will be

performed in Anaheim, Calif., and is expected to be completed by Nov. 4, 2007.

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

was a sole source contract initiated on Oct. 24, 2005.  The Army

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

activity (W56HZV-06-C-0052).







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

awarded on Jan. 31, 2006, a delivery order amount of $5,825,860 as part of a

$32,416,116 cost-plus-fixed-fee contract for Logistics Support Services for

the M931A1 FOX Nuclear, Biological, and Chemical Reconnaissance System.  Work

will be performed in Sterling Heights, Mich., 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 July 21, 2005.  The

Army Tank-Automotive and Armaments Command, Rock Island, Ill., is the

contracting activity (DAAE20-02-G-0008).







_NAVY







            Harry Pepper & Associates, Jacksonville, Fla., was awarded Jan.

27, 2006, a $25,661,432 firm-fixed-price contract for demolition, mold

remediation and replacement of 196 bachelor quarters housing units impacted by

Hurricane Wilma at Naval Air Station, Key West.  Work will be performed in Key

West, Fla., and is expected to be completed by June 2006._  Contract funds

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

competitively procured among current multiple award construction contractors,

five in number, with Key West and mold remediation experience.  Three

proposals were received.  The Naval Facilities Engineering Command, Southern

Division, North Charleston, S.C., is the contracting activity

(N62467-06-C-0066).







            J. Walter Thompson Co., USA, Atlanta, Ga., is being awarded a

$16,150,000 modification to previously awarded GSA Task Order

(M00264-02-F-0213) for marketing and advertising services in support of the

Marine Corps recruitment programs.  The cumulative value of this contract is

$212,617,853.  Work will be performed at Atlanta, Ga., and is expected to be

completed in September 2006.  The contract funds will expire at the end of the

current Fiscal Year.  The Regional Contracting Office Northeast, Marine Corps

Base, Quantico, Va., is the contracting activity.







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

$14,874,018 ceiling-priced modification to a previously awarded

firm-fixed-price contract (N00019-04-C-0006) to provide technical services in

support of the software integration of the AIM-9X Missile capability on the

F-16 Aircraft, including technical data and support equipment for the

Government of Turkey under the Foreign Military Sales Program.  Work will be

performed in Tucson, Ariz. (70 percent); and in Eskisehir, Turkey (30

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

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

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







_DEFENSE LOGISTICS AGENCY







            Merlin Petroleum Co., Inc., of Westport, Conn., ** is being

awarded a maximum $10,881,132 fixed price with economic price adjustment

contract for ground fuel requirement.  Other location(s) of performance are

Otis AFB, Woods Hole, and Westfield, Mass.; Fort Dix, N.J.; and Groton, Conn.

Using service(s) are Army, Navy, Air Force, and federal civilian agencies.

There were 242 proposals solicited and 45 responded.  Contract funds will

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

is 31 December 2010.  The contracting activity is the Defense Energy Support

Center, Fort Belvoir, Va. (SP0600-06-D-8507).







            Propper International, Inc., Mayaguez, Puerto Rico, is being

awarded a maximum $70,955,280 firm fixed price contract for Army combat

uniform trouser and coat.  This is an indefinite quantity/delivery contract

exercising option year one.  Other location(s) of performance are Cabo Rojo,

Last Marias, Adjuntas, and Lajas, Puerto Rico.  Proposals were Web-solicited

and 36 responded.  Contract funds will not expire at the end of the current

fiscal year.  Date of performance completion is 28 March 2007.  The

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

Philadelphia, Pa. (SPM100-05-D-0408).







            DJ Manufacturing Corp., Caguas, Puerto Rico, is being awarded a

maximum $58,467,240 firm fixed price contract for Army combat uniform trouser

and coat.  This is an indefinite quantity/delivery contract exercising option

year one.  Other location(s) of performance is Cidra, Puerto Rico.  Proposals

were Web-solicited and 36 responded.  Contract funds will not expire at the

end of the current fiscal year.  Date of performance completion is 28 March

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

(SPM100-05-D-0407).







            American Apparel, Inc., Selma, Ala., is being awarded a maximum

$57,660,000 firm fixed price contract for Army combat uniform coat.  This is

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

location(s) of performance are Fort Deposit, Centre, Opp, and Roanoke, Ala.

Proposals were Web-solicited and 36 responded.  Contract funds will not expire

at the end of the current fiscal year.  Date of performance completion is 28

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

(SPM100-05-D-0406).







            Woolrich, Inc., Woolrich, Pa., is being awarded a maximum

$22,282,800 firm fixed price contract for Army combat uniform trouser.  This

is an indefinite quantity/delivery contract exercising option year one.  Other

location(s) of performance are Atlanta, Ga., Beaumont, and Seagoville, Texas,

and Greenville, Ill.  Proposals were Web-solicited and 36 responded.  Contract

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

performance completion is 28 March 2007.  The contracting activity is the

DSCP, Philadelphia, Pa. (SPM100-05-D-0410).







            Golden Manufacturing, Co., Inc., of Golden, Miss., is being

awarded a maximum $18,185,220 firm fixed contract for Army combat uniform

coat.  This is an indefinite quantity/delivery contract exercising option year

one.  Other location(s) of performance is Marietta, Miss.  Proposals were

Web-solicited and 36 responded.  Contract funds will not expire at the end of

the current fiscal year.  Date of performance completion is 28 March 2007.

The contracting activity is the DSCP, Pa. (SPM100-05-D-0409).







_AIR FORCE







            Flight Safety Services Corp., Centennial, Colo., is being awarded

a $5,092,683 firm fixed price contract modification.  This action provides for

C-5 Aircrew Training Systems Contract-Fund Option, CLINs for Dover

Modernization Program (AMP) Kits.  At this time, total funds have been

obligated.  This work will be complete by November 2006.  The Headquarters

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

activity.  (F42630-99-C-0170/P00142)

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


Reign in Blood

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



No. 091-06

FOR RELEASE AT

Feb 03, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



AIR F_ORCE







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

being awarded a $102,000,000 indefinite delivery/requirements type/firm fixed

price contract modification. This modification will raise the estimated amount

of the requirement contract to $150,000,000.  The period of performance and

scope remains unchanged.  The basic contract is for High Frequency Global

Communication System (HFGCS) stations, installation/testing, training,

engineering support, and data for the High Frequency Global Communication

System radio system.  The location of performance is Rockwell Collins Inc.,

Iowa, (15%) and Rockwell Collins, Government Systems, Richardson, Texas,

(85%).  At this time, no funds have been obligated.  Solicitation began in

August 2005 with seven proposals received.  Negotiations were complete in

January 2006.  This work will be complete by December 2011.  Headquarters

542nd Combat Sustainment Wing, Robins Air Force Base, Ga., is the contracting

activity (FA8533-06-D-0003).







            Nordic Air Inc., Geneva, Ohio, is being awarded a $33,831,471

indefinite delivery/indefinite requirement contract for Field Deployable

Environmental Control Unit (FDECU), which is an electric motor driven, skid

mounted, 5-ton air conditioner with a maximum cooling temperature of 125o F

and a total heating capacity of 48K, British Thermal Units/Hour (BTU/HR).

This program supports Air Force requirements and BEAR Mobility Equipment

requirements. It is designed and sized to support simultaneous Major Theater

Wars (MTW) and the equipment provides theater war fighters billeting,

industrial, and airfield capability to support.  This requirement is for

approximately 6,167 units.  The Air Force can issue delivery orders totaling

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

be less than the amount above.  At this time, no funds have been obligated.

This work will be complete by October 2012.  Headquarters Oklahoma City Air

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

(F34601-01-D-0276/P00028).







_ARMY







            GE Engine Services Inc., Cincinnati, Ohio, was awarded on Jan. 31,

2006, a delivery order amount of $9,093,420 as part of a $55,013,656

firm-fixed-price contract for Maintenance and Overhaul of the T700C Air

Turbine Rotor.  Work will be performed in Arkansas City, Kan., and is expected

to be completed by Jan. 31, 2011.  Contract funds will not expire at the end

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

3, 2005.  The U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala.,

is the contracting activity (W58RGZ-06-D-0061).







            Ace Precision Machining Corp.*, Oconomowoc, Wis., was awarded on

Jan. 31, 2006, a $6,364,800 firm-fixed-price contract for Combustion Liners in

Support of the Automotive Gas Turbine 1500 Engine.  Work will be performed in

Oconomowoc, Wis., and is expected to be completed by Dec. 30, 2006.   Contract

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

bids solicited on Oct. 7, 2005, and two bids were received.  The U.S. Army

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

activity (W56HZV-06-C-0192).







            Rotair Industries Inc.*, Bridgeport, Conn., was awarded on Jan.

31, 2006, a $6,313,013 firm-fixed-price contract for Helicopter Nulling

Fixtures for the Black Hawk Helicopter.  Work will be performed in Manchester,

Conn., 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 two bids

solicited on May 9, 2005, and two bids were received.  The U.S. Army Aviation

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

(W58RGZ-06-C-0075).







            United Defense L.P., Santa Clara, Calif., was awarded on Jan. 31,

2006, a $5,000,000 modification to a cost-plus-fixed-fee contract for Systems

Technical Support/Logistics Services for the Bradley Fighting Vehicle System,

Multiple Launch Rocket System, and Derivative Vehicles.  Work will be

performed in Santa Clara, Calif., and is expected to be completed by Nov. 30,

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

This was a sole source contract initiated on Dec. 28, 2000.  The U.S. Army

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

activity (DAAE07-01-C-M011).







DEFENSE LOGISTICS AGENCY







            Sprague Energy Group, Portsmouth, N.H., is being awarded a minimum

$24,077,933 fixed price with economic price adjustment contract for ground

fuels requirement.  Other locations of performance are N.Y., R.I., Mass., Vt.,

Maine, Conn., and N.J.  Using services are Army, Navy, Air Force, and federal

civilian agencies.  There were 242 proposals solicited and 45 responded.

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

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

Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-D-8512)







            Delphi Petroleum Inc.*, Westport, Conn., is being awarded a

minimum $7,066,466 fixed price with economic price adjustment contract for

ground fuels requirement.  Other locations of performance are Philadelphia,

and New Cumberland, Pa.  Using services are Navy and federal civilian agencies

in the northeast US.  There were 242 proposals solicited and 45 responded.

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

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

Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-D-8530)







_NAVY







            ATK Missile Systems Co. LLC, Woodland Hills, Calif., is being

awarded a $19,260,887 ceiling-priced modification to a previously awarded

cost-plus-incentive-fee contract (N00019-03-C-0353) for risk reduction efforts

and production of the AGM-88E Advanced Anti-Radiation Guided Missile (AARGM)

for the Government of Italy under a Ministry of Defense of the Republic of

Italy Memorandum of Agreement.  Efforts to be provided include a

point-to-point firing; modification of an aircraft to perform additional

captive flight tests; real and surrogate targets for use during captive flight

test program; development of software models of specific targets; and

establishment of an Italian source to assemble common control sections.   Work

will be performed in Mantova, Italy (37 percent), Woodland Hills, Calif. (32

percent); Pratica di Mare, Italy (25 percent), and La Spezia, Italy (6

percent), and is expected to be completed in April 2009.   Contract funds will

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

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







            Raytheon Co., Space and Airborne Systems, El Segundo, Calif., is

being awarded an estimated value $10,700,000 cost-plus-fixed-fee contract for

integrated logistics support for the F/A-18 Advanced Targeting Forward Looking

Infrared (ATFLIR) pod.  Work will be performed in El Segundo, Calif., and is

expected to be completed in December 2006.   Contract funds will not expire at

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

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

contracting activity (N00019-06-C-0084).
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

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



No. 105-06

FOR RELEASE AT

Feb 06, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



_ARMY







            Savi Technology*, Sunnyvale, Calif., was awarded on Jan. 30, 2006,

a delivery order amount of $202,500,000 as part of a $424,500,000

firm-fixed-price contract for commercial radio frequency identification.

Performance location will be determined with each delivery order, and is

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

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

on Jan. 18, 2003.  The U.S. Army Contracting Agency, Alexandria, Va., is the

contracting activity (DABL01-03-D-1002).







            AM General L.L.C., South Bend, Ind., was awarded on Feb. 2, 2006,

a $42,852,720 modification to a firm-fixed-price contract for the M1114 High

Mobility Multipurpose Wheeled Vehicles.  Work will be performed in South Bend,

Ind., and is expected to be completed by Dec. 31, 2007.  Contract funds will

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

contract initiated on July 17, 2000.  The U.S. Army Tank-Automotive and

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

(DAAE07-01-C-S001).







            Boh Bros. Construction Corp. L.L.C., New Orleans, La., was awarded

on Jan. 27, 2006, a $27,806,500 firm-fixed-price contract for Emergency

Restoration Services.  Work will be performed in New Orleans, La., and is

expected to be completed by July 6, 2006.  Contract funds will not expire at

the end of the current fiscal year.  There were 36 bids solicited on Jan. 16,

2006, and two bids were received.  The U.S. Army Corps of Engineers, New

Orleans, La., is the contracting activity (W912P8-06-C-0088).







            MWI Corp.*, Deerfield Beach, Fla., was awarded on Jan. 27, 2006, a

$26,606,383 firm-fixed-price contract for Hydraulic Pumps and Spare Complete

Skid Mounted Pump/Engine Drive Units.  Work will be performed in New Orleans,

La., and is expected to be completed by March 15, 2006.  Contract funds will

not expire at the end of the current fiscal year.  There were 48 bids

solicited on Jan. 13, 2006, and three bids were received.  The U.S. Army Corps

of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0089).







            Cummins Central Power L.L.C.*, Omaha, Neb., was awarded on Feb. 1,

2006, an $11,097,408 firm-fixed-price contract for the 35KW-60HZ Diesel

Generating System.  Work will be performed in Rock Island, Ill., 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 Jan. 24, 2006.  The U.S. Army Tank-Automotive and Armaments Command, Rock

Island, Ill., is the contracting activity (W52H09-06-C-5005).







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

2, 2006, a $6,661,955 firm-fixed-price contract for Upgrade Kits for the M270

Launcher.  Work will be performed in Grand Prairie, Texas (90 percent), and

Camden, Ark. (10 percent), and is expected to be completed by Feb. 28, 2007.

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

was a sole source contract initiated on May 18, 2005.  The U.S. Army Aviation

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

(W31P4Q-05-C-0278).







AIR FORCE







            Boeing Co., Seattle, Wash., is being awarded a $5,907,007 cost

plus award fee contract modification.  This action provides for Engineering

Change Proposal (ECP) 00904R1 for the C-130 Avionics Modernization Program,

AMC update to C-130 pre-AMP Baseline Configuration for C-130H (H1, H2, H2.5,

H3), and LC-130H.  At this time, $3,238,462 has been obligated.   The

Headquarters Air Force Materiel Command, Wright-Patterson Air Force Base,

Ohio, is the contracting activity (F33657-01-C-0047/P00077).







            BK Manufacturing Co., Arab, Ala., is being awarded a $63,880,371

firm fixed price contract.  This action provides for Captive Air Training

Missile (CATM), Mass Simulation Vehicle (MSV), and associated spares

applicable to the Air Intercept Missile (AIM-120).  The total maximum quantity

is 47,300 each of all national stock numbers.  The Air Force can issue

delivery orders totaling up to the maximum amount indicated above, although

the actual requirement may be less than the amount above.  At this time,

$606,775 has been obligated.  Solicitations began Nov. 23, 2005, and

negotiations were completed in December 2005.  This work will be complete by

November 2011.  The Headquarters 542nd Combat Sustainment Wing, Robins Air

Force Base, Ga., is the contracting activity (FA8520-06-D-002-0001).



_NAVY







            Johns Hopkins University Applied Physics Laboratory_, Laurel, Md.,

is being awarded a $30,395,531 completion-type, research and development

contract with cost-plus-fixed-fee pricing to develop a complete prosthetic

upper extremity with full motor and sensory function, equivalent to a normal

human arm and will include research areas such as neural control, sensory

input, advanced mechanics and actuators, and prosthesis design and

integration. This contract contains option that, if exercised, would bring the

cumulative value of this contract to an estimated $54,809,604.   Work will be

performed in Laurel, Md., (21.59); Salt Lake City, Utah (18.71 percent), Los

Angeles, Calif. (11.63 percent); Pasadena, Calif. (7.3 percent); Baltimore,

Md. (7.3 percent); Vienna, Austria (5.4 percent); Chicago, Ill. (5.38

percent); Fredericksburg, Va. (5.1 percent); Nashville, Tenn. (4.9 percent);

Evanston, Ill. (4.9 percent); Rochester, N.Y. (2.6 percent); Irvine, Calif.

(2.34 percent); Germantown, Md. (1 percent); Washington, D.C. (1 percent); Ann

Arbor, Mich. (0.62 percent); Umea, Sweden (0.18 percent); and is expected to

be completed  February 2008 ( February 2010 with options).  Contract funds

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

competitively procured under Defense Advanced Research Projects Agency Broad

Agency Announcement No. 05-26, and was published on the Federal Business

Opportunities website with unlimited proposals solicited.  Space and Naval

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

(N66001-06-C-8005).







            Sparton Electronics, DeLeon Springs, Fla., is being awarded a

$19,990,726 firm-fixed-price modification to previously awarded contract

(N00164-05-C-6760) for procurement of AN/SSQ-53F sonobuoys and associated

data.  AN/SSQ-53F sonobuoys are dropped from various airborne platforms and

utilized for search and detection of submerged submarines.  Work will be

performed in DeLeon Springs, Fla., and is expected to be completed by February

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

The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the

contracting activity.







            BAE Systems Information and Electronic Systems Inc., Greenlawn,

N.Y., is being awarded a $15,455,294 modification to a previously awarded

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

(N00019-05-D-0027) to exercise an option for the procurement of up to 63

AN/APX-117(V) and 293 AN/APX-118(V) Common Identification Friend or Foe (IFF)

Digital Transponder (CXP) systems; and 100 AN/APX-118(V) spares and associated

equipment and services for the U.S. Navy, U.S. Army, Special Operations

Command, U.S. Coast Guard, and for the Governments of Germany, Norway, Japan,

Korea, Greece, and Chile under the Foreign Military Sales Program.  This will

include the manufacturing, testing, modification, and delivery of the

transponder systems for use on both ships and airborne weapon system

platforms, as well as production engineering services, logistics support

services, and documentation updates.  Work will be performed in Greenlawn,

N.Y., and is expected to be completed in December 2007.  Contract funds will

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

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







            Undersea Sensor Systems Inc., Columbia City, Ind., is being

awarded a $14,208,922 firm-fixed-price modification to previously awarded

contract (N00164-05-C-6769) for procurement of AN/SSQ-53F sonobuoys and

associated data.  AN/SSQ-53F sonobuoys are dropped from various airborne

platforms and utilized for search and detection of submerged submarines.  Work

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

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

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

is the contracting activity.







            Undersea Sensor Systems Inc., Columbia City, Ind., is being

awarded a $7,970,812 firm-fixed-price modification to previously awarded

contract (N00164-05-C-6770) for procurement of AN/SSQ-62E sonobuoys and

associated data.  AN/SSQ-62E sonobuoys are dropped from various airborne

platforms and utilized for search and detection of submerged submarines.  Work

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

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

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

is the contracting activity.







            Raytheon Co., Tucson, Ariz., is being awarded a $6,030,657

modification to a previously awarded firm-fixed-price contract

(N00019-03-C-0001) for Joint Stand-Off Weapon (JSOW) transition tasks and the

10.3 software production baseline.  Work will be performed in Tucson, Ariz.,

and is expected to be completed in September 2006.  Contract funds will not

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

is the contracting activity.





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


Reign in Blood

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



No. 108-06

FOR RELEASE AT

Feb 07, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS



AIR FORCE







            The following contractors:  Aviation Communication and

Surveillance Systems LLC, Phoenix Ariz., Artex Aircraft Supplies Inc., Aurora

Ore., Astronautics Corp. of America, Milwaukee Wis., BAE Systems Information

and Electronic Systems Integration Inc., Greenlawn N.Y., BAE Systems

Information and Electronics Systems Integration Inc., Wayne N.J., Demo Systems

LLC, Moorpark Calif., Honeywell International Inc. Redmond, Wash., Innovative

Solutions and Support Inc., Exton Pa., Litton Systems Inc. (Navigation Systems

Division) a wholly owned subsidiary of Northrop Grumman Corp., Woodland Hills,

Calif., Raytheon Co., Baltimore Md., Rockwell Collins Inc., Cedar Rapids Iowa,

Thrane and Thrane Inc., Virginia Beach, Va., are being awarded a

$1,955,000,000 multiple award, indefinite delivery/indefinite quantity

contract.  This action provides for Traffic Alert and Collision Avoidance

System, Mode S/Mode 4/5 Identification Friend or Foe (IFF) Transponders,

Terrain Awareness Warning Systems, Communication Management Units, INMARSAT

SATCOM Terminals, Multi-mode Receivers, Multi-function Displays,

Multi-function Cockpit Display Units, Narrow and Full Format Cockpit Printers,

Airborne/Portable Data Loaders, Flight Data Recorders, Cockpit Voice

Recorders, Emergency Locator Transmitters, Electronics Flight Bags, Weather

Radar, Flight Management Computer/Systems, Digital Air Data Computer, Digital

Altimeters, Air Traffic Control VHF Radios, VHF Data Radios, Instrument

Landing System Receivers with FM Immunity, Embedded GPS/INS, Inertial

Navigation System Equipment. Automatic Pilot/Flight Director Equipment,

Related Test Equipment, and associated annual service agreements, Engineering

Services, and Technical Data.  The Air Force can issue delivery orders

totaling up to the maximum amount indicated above, although the actual

requirement may be less than the amount above. The locations of performance

are at a various locations listed above. At this time, $120,166,000 has been

obligated.  This work will be complete February 2009.  Solicitation began in

May 2005 and negotiations were completed in January 2006.  The Public Affairs

point of contact is (781) 478-8543.  The Headquarters Electronic Systems

Center, Hanscom Air Force Base, Mass., is the contracting activity

(FA8730-06-D-0001 through FA8730-06-D-0012, for each of twelve awards listed

above).







_NAVY







            General Dynamics Armament and Technical Product (GDATP),

Burlington, Vt., was awarded on Jan. 27, 2006, a $289,039,990

indefinite-delivery/indefinite-quantity letter contract is for 3,858 Ground

Mobile Electronics Counter Measure (ECM) Systems.  This contract is for the

development/design, integrate, test, production and installation of a Radio

Controlled Improvised Explosive Device ECM high powered jammer to include

associated engineering, support, maintenance documentation and logistic,

technical and field service support in support of Operation Iraqi Freedom and

Operation Enduring Freedom.   The work will be performed in Burlington, Vt.

(23 percent); Hanahan, S.C. (22 percent); and Sterling Heights, Mich. (7

percent); with the other half being performed by GDATP's Canadian

subcontractor, Marconi Electronic Systems (MES) in Ottawa, Canada (48

percent).  MES, in-turn, plans to subcontract work to companies back in the

United States, with a large portion going to a firm in Wisconsin.  The work is

expected to be completed July 2006.  This contract was competitively procured,

with two offers received.  Contract funds will not expire at the end of the

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

contracting activity (M67854-06-D-7004).







            Raytheon Co., Portsmouth, R.I., is being awarded a $31,797,891

firm-fixed-price modification to previously awarded contract

(N00024-03-C-6207) for procurement of Virginia Class Combat Control System

Shipsets 6 through 10 and upgrade kits for Shipsets 1 and 2.  Work will be

performed in Portsmouth, R.I. (84 percent); Bedford, Mass. (13 percent);

Manassas, Va. (3 percent), and is expected to be completed by August 2010.

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

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







            Concurrent Technologies Corp., Johnstown, Pa. is being awarded a

$6,160,901 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee type

contract for environmental testing, training, and education support services.

Specific efforts include analytical, scientific, test and engineering

expertise for evaluations, recommendations and developments regarding

corrosion technology and testing, life-cycle environmental support,

manufacturing technology support, training and education support, and

information technology support.  This contract contains one base year and

three one-year option periods, which, if exercised, would bring the total

cumulative value of the contract to $28,023,557.  Work will be performed in

Charleston, S.C. (10 percent); Pensacola, Fla. (10 percent); Tampa, Fla. (70

percent); and other areas (10 percent), and is expected to be completed by

February 2007 (February 2010 with options).  Contract funds will not expire at

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

with unlimited proposals solicited and one offer received via the Commerce

Business Daily's Federal Business Opportunities website and the SPAWAR Systems

Center E-commerce website.  The Space and Naval Warfare Systems Center,

Charleston, S.C. is the contracting activity (N65236-06-D-5871).







            Kellogg Brown & Root Services, Arlington, Va., is being awarded

$6,000,000 for Modification 09 to Task Order 0023 under a cost reimbursement,

indefinite-delivery/indefinite-quantity emergency construction capabilities

contract for immediate disaster recovery response efforts in support of the

aftermath of Hurricane Wilma for clean up and repair to the family housing

units and continued hurricane relief efforts in South Florida and the Key West

Florida region.  Award of this modification brings the total task order amount

to $96,500,000.  Work will be performed in the areas noted above, and is

expected to be completed by February 2006.  Contract funds will expire at the

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

with 59 offers solicited, three proposals received and award made on July 26,

2004._  The total contract amount is not to exceed $500,000,000, which

includes the base period and four option years.  The Naval Facilities

Engineering Command, Atlantic, Norfolk, Va., is the contracting activity

(N62470-04-D-4017).







_ARMY







            Alliant Techsystems, Plymouth, Minn., was awarded on Feb. 3, 2006,

a $38,025,000 modification to a firm-fixed-price contract for M829A3 120mm

Kinetic Energy Cartridges.  Work will be performed in Rock City, W.Va. (50

percent), Jonesborough, Tenn. (25 percent), and Radford, Va. (25 percent), and

is expected to be completed by Dec. 30, 2008.  Contract funds will not expire

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

initiated on Nov. 14, 2005.  The U.S. Army Tank-Automotive and Armaments

Command, Picatinny Arsenal, N.J., is the contracting activity

(DAAE30-98-C-1094).







            The Boeing Co., Seattle, Wash., was awarded on Feb. 3, 2006, a

$7,512,906 increment as part of an $11,088,507 cost-plus-fixed-fee contract

for Research and Development of the RADHARD by Design Program.  Work will be

performed in Seattle, Wash., and is expected to be completed by May 31, 2007.

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

were an unknown number of bids solicited via the World Wide Web on June 30,

2003, and 34 bids were received.  The Defense Advanced Research Projects

Agency, Arlington, Va., is the contracting activity (HR0011-04-C-0106).







            GE Engine Services Inc., Cincinnati, Ohio, was awarded on Feb. 3,

2006, a delivery order amount of $6,059,127 as part of a $6,059,127

firm-fixed-price contract for Overhaul and Recapitalization of the Turbine

Rotor Assembly.  Work will be performed in Arkansas City, Kan., and is

expected to be completed by March 16, 2007.  Contract funds will not expire at

the end of the current fiscal year.  There were two bids solicited on July 13,

2005, and one bid was received.  The U.S. Army Aviation and Missile Command,

Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-D-0123).







DEFENSE LOGISTICS AGENCY







            Michael Bianco*, New Bedford, Mass., is being awarded a maximum

$32,342,740 firm fixed price contract for Modular Lightweight Load Carrying

Equipment (MOLLE).  This is an indefinite delivery/quantity type contract

exercising option year two.  Using services are Army, Air Force and Marine

Corps.  Proposals were Web-solicited and seven responded.  Contract funds will

not expire at the end of the current fiscal year.  The date of performance

completion is Aug. 31, 2007.  The contracting activity is the Defense Supply

Center Philadelphia, Philadelphia, Pa. (SP0100-04-D-4184-0007)







            Buckley Energy Group*, Bridgeport, Conn., is being awarded a

minimum $14,778,014 fixed price with economic price adjustment contract for

ground fuels requirement.  Other locations of performance are Narragansett,

R.I.; Hanscom Air Force Base, and Boston, Mass.; Groton, and Hartford, Conn.;

and Manchester, N.H.  Using services are Army, Navy, Air Force, and federal

civilian agencies.  There were 252 proposals solicited and 45 responded.

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

date of performance completion is Dec. 31, 2010.  The contracting activity is

the Defense Energy Support Center, Fort Belvoir, Va. (SP0600-06-D-8519)
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

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



No. 116-06

FOR RELEASE AT

Feb 08, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



CONTRACTS



AIR FORCE







            DOSS Aviation Inc., Colorado Springs, Colo., is being awarded a

$178,218,989 firm fixed price contract.  The contract will provide for

services to support the Initial Flight Screening program.  Actual award of a

contract will be contingent upon completion of a successful national

Environmental Policy Act analysis by the Air Force at the offeror's proposed

training location in Pueblo, Colo., before mobilization and performance

begins.  The contract will include a six-month mobilization effort, one basic

year and nine one-year options and will provide ground school and flight

training for Air Force officers with follow-on assignments to undergraduate

flying training courses (Specialized Undergraduate Pilot Training and

Undergraduate Combat Systems Officer Training).  The contract is structured to

screen between 1200-1700 students per year once the program is operating at

full capacity.  The contractor will furnish all aircraft, aircraft

maintenance, fire/crash/rescue support, labor (to include certified flight

instructors), training facilities, physical and personnel security, lodging,

dining, local transportation and physical fitness facilities for the students.

  In addition, the contractor will provide office space for a permanent-party

military cadre that will oversee the students while they are in residence at

the contractor's training facility.  At this time, $3,339,674 has been

obligated.  Solicitations began August 2004, and negotiations were complete in

October 2005.  This work will be complete by September 2006.  The Headquarters

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

contracting activity (FA3002-06-C-0002).







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

$165,674,644 cost plus incentive fee contract.  The purpose of this delivery

order is to establish M5/M5 + Phase III Avionics Development-Hardware and

Software.  The M5/M5+ program will update the Modular Mission Computer based

avionics system on the USAF Blocks 40/42 and 50/52 F-16 aircraft, and the

Mid-Life Update avionics system on the European Participating Air Force Block

10/15 F-16 aircraft.  This effort supports foreign military sales to Belgium,

Denmark, Norway, the Netherlands, and Portugal.  At this time, $19,800,000 has

been obligated.  Solicitations and negotiations were completed in December

2005.  This work will be complete by September 2009.  The Headquarters

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

contracting activity (F42620-01-D-0058 SC76).







            Northrop Grumman Information Technology, McLean, Va., is being

awarded a $49,999,999 indefinite-delivery, indefinite-quantity, with cost plus

fixed fee completion orders contract.  The Intelligence Community Engineering

(ICE) 2 contract will provide research and development, software enhancements

and operations and maintenance for United States Forces Korea and its

subordinate commands.  The scope of this effort consists of systems technology

development and operation and maintenance for intelligence, functional,

operation and process analysis of sites, with substantially all performance in

the Republic of Korea.  The deliverable items will be specified in each

individual order.  At this time, $2,913,574 has been obligated.  Solicitations

were completed in October 2005 and negotiations were completed in January

2006.  This work will be complete by February 2011.  The Headquarters Air

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

(FA8750-06-D-0001).







_DEFENSE LOGISTICS AGENCY



            Philips Medical Systems North America, Bothell, Wash., is being

awarded a maximum $35,000,000 firm fixed price, indefinite delivery contract

extending for one year the performance of the contract for Imaging Systems,

Sub-Systems or Components.  Using services are Army, Air Force, Navy, Marine

Corps, Veterans Administration, and other Federal Civilian Agencies.

Proposals were Web-solicited and one responded.  This is the fourth option

year period.  Date of performance completion is Feb. 11, 2007.  The

contracting activity is the Defense Supply Center Philadelphia, Philadelphia,

Pa. (SP0200-02-D-8321).



            PRO Petroleum*, Laguna Hills, Calif., is being awarded a minimum

$8,139,350 fixed price with economic price adjustment contract for gasoline

and diesel fuels.  The other location of performance is Mercury, Nev.  Using

service is federal ivilian Agencies.  There were 28 proposals solicited and 18

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

year.  Date of performance completion is Aug. 31, 2009.  The contracting

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

(SP0600-05-D-4535).







_ARMY



_            Force Protection Industries Inc.*, Ladson, S.C., was awarded on

Feb. 3, 2006, an $18,600,000 firm-fixed-price contract for Buffalo Mine

Protected Clearance Vehicles.  Work will be performed in Ladson, S.C., 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 Jan. 27, 2006.  The U.S. Army Tank-Automotive and Armaments Command,

Warren, Mich., is the contracting activity (W56HZV-06-C-0245).

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


Reign in Blood

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



No. 122-06

FOR RELEASE AT

Feb 09, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



CONTRACTS







_NAVY







            Lockheed Martin Corp., Maritime Systems and Sensors, Eagan, Minn.,

is being awarded a $76,100,000 ceiling-priced modification to a previously

awarded indefinite-delivery/indefinite-quantity contract (N00019-04-D-0082) to

exercise an option for the A-kits, B-kits, installations, and other support

equipment required to convert P-3C update II.5 aircraft into the P-3

Anti-Surface Warfare Improvement Program configuration.  Work will be

performed in Greenville, S.C. (85 percent), and Clearwater, Fla. (15 percent),

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

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

Patuxent River, Md., is the contracting activity.







            Raytheon Co., Tucson, Ariz., is being awarded a $21,414,090

firm-fixed-price modification under a previously awarded contract

(N00024-05-C-5482) to exercise options for additional missiles and shipping

containersto satisfy FY 06 requirements.  The modification will provide 31

(ea) Evolved SEASPARROW Missiles and 22 shipping containers to satisfy FY 06

requirements for The United States.  Work will be performed in Tucson, Ariz.

(38 percent), Andover, Mass. (10 percent); Camden, Ariz. (5 percent),

Minneapolis, Minn. (1 percent), Australia (13 percent), Canada (7 percent),

Germany (7 percent), Norway (7 percent), The Netherlands (6 percent), Spain (3

percent), Denmark (1 percent), Greece (1 percent), Turkey (1 percent), and is

expected to be completed by October 2008.  Contract funds will not expire at

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

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







            Raytheon Co., Tucson, Ariz., is being awarded a $14,073,580

modification to the previously awarded firm-fixed-price Tactical Tomahawk all

up round full rate production multiyear contract (N00019-04-C-0569) to provide

additional funds for the delta material and labor associated with the

production of 65 Block IV Tactical Tomahawk Torpedo Tube Launched (TT TTL) all

up round missiles for the United Kingdom (U.K.).  The U.K. has a requirement

for 65 TT TTL missiles instead of the 65 submarine vertical launch missiles

previously ordered.  This modification provides for the delta costs between

the currently-priced Submarine Vertical Launch missiles and the TT TTL

missiles.  Work will be performed in Huntsville, Ala. (50 percent); Bethel,

Conn. (12 percent); Ontario, Calif. (11 percent); Tucson, Ariz. (8.4 percent);

Santa Ana, Calif. (5 percent); Los Alamitos, Calif. (3 percent), and

miscellaneous locations across the United States (10.6 percent), and is

expected to be completed in February 2009.  Contract funds will not expire at

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

River, Md. is the contracting activity.







            Raytheon's Network Centric Systems, St. Petersburg, Fla., is being

awarded a $10,728,864 firm-fixed-price modification under a previously awarded

contract (N00024-06-C-5102) to exercise an option for the FY 2006 requirements

of the Navy's Cooperative Engagement Capability (CEC) program.  The option is

for three antenna environmental control units, CEP input/output converter and

planar array antenna assembly which comprises the AN/USG-2(A) CEC terminal

will be government-provided.  The CEC system consists of a data distribution

system, including antenna, and the cooperative engagement processor.  Work

will be performed in Largo, Fla. (55 percent); St. Petersburg, Fla. (31

percent); Dallas, Texas (9 percent); McKinney, Texas (4 percent); and El

Segundo, Calif. (1 percent), and is expected to be completed by October 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.







_ARMY







            AM General L.L.C., South Bend, Ind., was awarded on Feb. 7, 2006,

a $43,644,888 modification to a firm-fixed-price contract for M1114 High

Mobility Multipurpose Wheeled Vehicles.  Work will be performed in South Bend,

Ind., and is expected to be completed by Dec. 31, 2007.  Contract funds will

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

contract initiated on July 17, 2000.  The Army Tank-Automotive and Armaments

Command, Warren, Mich., is the contracting activity (DAAE07-01-C-S001).







            Tyonek Fabrication Corp.*, Madison, Ala., was awarded on Feb. 6,

2006, a delivery order amount of $13,740,560 as part of a $20,805,404

firm-fixed-price contract for Fit Form Functional Replacement for the Avenger

Laser Range Finder.  Work will be performed in Madison, Ala., and is expected

to be completed by March 20, 2009.  Contract funds will not expire at the end

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

Sept. 13, 2004.  The Army Aviation and Missile Command, Redstone Arsenal,

Ala., is the contracting activity (W31P4Q-04-D-0061).







            Ronald Adams Contractor Inc.*, Thibodaux, La., was awarded on Feb.

3, 2006, an $8,991,994 firm-fixed-price contract for Emergency Levee Repairs.

Work will be performed in Plaquemines Parish, La., and is expected to be

completed by Jan. 10, 2007.  Contract funds will not expire at the end of the

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

World Wide Web on Jan. 17, 2006, and four bids were received.  The Army Corps

of Engineers, New Orleans, La., is the contracting activity (W912P8-06-C-0095).







            H. Koch & Sons Co.*, Anaheim, Calif., was awarded on Feb. 3, 2006,

a $7,888,525 modification to a firm-fixed-price contract for Improved High

Mobility Multipurpose Wheeled Vehicle restraint kits.  Work will be performed

in Anaheim, Calif., and is expected to be completed by Nov. 4, 2007.  Contract

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

source contract initiated on Oct. 24, 2005.  The Army Tank-Automotive and

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

(W56HZV-06-C-0052).







            Honeywell International Inc., Tempe, Ariz., was awarded on Feb. 6,

2006, a $5,001,508 modification to a firm-fixed-price contract for alternating

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

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

current fiscal year.  This was a sole source contract initiated on July 17,

2003.  The Army Aviation and Missile Command, Redstone Arsenal, Ala., is the

contracting activity (W58RGZ-04-C-0030).







_AIR FORCE







            L3 Communications Integrated Systems LP, Greenville, Texas is

being awarded a $30,333,712 firm fixed price order contract.  This action is

for the Phase 2 modification for a single KC-135R aircraft to support test

aerial refueling missions, communications, and information operations testing

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

began August 2004, and negotiations were complete in January 2006.  This work

will be complete by March 2007.  The Headquarters Aeronautical Systems Center,

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

(F33657-03-G-3012/Order 004705).
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

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



No. 129-06

FOR RELEASE AT

Feb 10, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



CONTRACTS







_NAVY







            General Electric Transportation Aircraft Engines, Lynn, Mass. is

being awarded a $72,157,326 two-year fixed price requirements contract for

procurement of 10 line items used on the F-404 engine, powering the F/A-18

aircraft.  This contract includes procurement for the government of Kuwait (1

percent) under the Foreign Military Sales Program.  Work will be performed in

Lynn, 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 not awarded competitively.  The Naval Inventory Control Point is the

contracting activity (N00383-06-C-003M).







_ARMY







            Absher Construction Co., Puyallup, Wash., was awarded on Feb. 8,

2006, a $45,597,000 firm-fixed-price contract for construction of a barracks

complex.  Work will be performed at Fort Lewis, Wash., and is expected to be

completed by Aug. 6, 2007.  Contract funds will not expire at the end of the

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

World Wide Web on Nov. 14, 2005, and one bid was received.  The Army Corps of

Engineers, Seattle, Wash., is the contracting activity (W912DW-06-C-0007).







            Gilbert Southern Corp.*, Fort Worth, Texas, was awarded on Feb. 3,

2006, a $31,454,922 firm-fixed-price contract for Lake Pontchartrain and

vicinity emergency restoration.  Work will be performed in New Orleans, La.,

and is expected to be completed by May 15, 2006.  Contract funds will not

expire at the end of the current fiscal year.  There were 45 bids solicited on

Jan. 21, 2006, and three bids were received.  The Army Corps of Engineers, New

Orleans, La., is the contracting activity (W912P8-06-C-0097).







            Sikorsky Aircraft Corp., Stratford, Conn., was awarded on Feb. 8,

2006, a $10,921,245 firm-fixed-price contract for stabilator amplifiers for

the UH-60 Black Hawk helicopter.  Work will be performed in Stratford, Conn.,

and is expected to be completed by Feb. 1, 2010.  Contract funds will not

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

on June 1, 2005, and two bids were received.  The Army

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

activity (W15P7T-06-C-F008).







            Boh Bros. Construction Co. L.L.C., New Orleans, La., as awarded on

Feb. 3, 2006, an $8,662,500 firm-fixed-price contract for scour repair.  Work

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

15, 2006.  Contract funds will not expire at the end of the current fiscal

year.  There were 35 bids solicited on Jan. 24, 2006, and four bids were

received.  The U.S. Army Corps of Engineers, New Orleans, La., is the

contracting activity (W912P8-06-C-0093).







_DEFENSE LOGISTICS AGENCY







            Rutter Rex, Inc., Metairie, La., * is being awarded a maximum

$28,094,160 firm fixed price contract for the Army combat uniform coat and

trousers.  Other location(s) of performance is Columbia and Tylertown, Miss.

Contract is exercising option year 1.  Proposals were Web-solicited and 36

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

Date of performance completion is April 5, 2007.  The contracting activity is

the Defense Supply Center Philadelphia, Philadelphia, Pa. (SPM100-05-D-0420)







            Tullahoma Industries, LLC, Tullahoma, Tenn., *(Small Business in

HUBZone) is being awarded a maximum $27,387,360 firm fixed price contract for

the Army combat uniform coat and trousers.  Other location(s) of performance

is Brilliant, Ala.; Gruetli-Laager, Tenn.  Contract is exercising option year

1.  Proposals were Web-solicited and 36 responded.  Contract funds will expire

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

April 5, 2007.  The contracting activity is the Defense Supply Center

Philadelphia, Philadelphia, Pa. (SPM100-05-D-0427)







            Fox Apparel, Inc., Asheboro, N.C., *(Veteran Owned Small Business)

is being awarded a maximum $2,743,000 firm fixed price contract for the Army

combat uniform, coat and trousers.  Contract is exercising option year 1.

Proposals were Web-solicited and 36 responded.  Contract funds will expire at

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

5, 2007.  The contracting activity is the Defense Supply Center Philadelphia,

Philadelphia, Pa. (SPM100-05-D-0421)







            Bremen Bowdon, Bowdon, Ga., *(Woman-owned Small Business) is being

awarded a maximum $15,960,000 firm fixed price contract for the Army combat

uniform, coat and trousers.  Contract is exercising option year 1.  Proposals

were Web-solicited and 36 responded.  Contract funds will expire at the end of

the current fiscal year.  Date of performance completion is April 5, 2007.

The contracting activity is the Defense Supply Center Philadelphia,

Philadelphia, Pa. (SPM100-05-D-0419)







            Bethel Industries, Inc., Jersey City, N.J., *(Woman-owned Small

Disadvantaged Business) is being awarded a maximum $15,909,840 firm fixed

price contract for the Army combat uniform, coat and trousers.  Contract is

exercising option year 1.  Location(s) of performance are West New York and

Union, N.J.  Proposals were Web-solicited and 36 responded.  Contract funds

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

completion is April 5, 2007.  The contracting activity is the Defense Supply

Center Philadelphia, Philadelphia, Pa. (SPM100-05-D-0135)







            Sidran, Inc., Farmers Branch, Texas, * is being awarded a maximum

$7,612,920 firm fixed price contract for the Army combat uniform, coat and

trousers.  Contract is exercising option year 1.  Proposals were Web-solicited

and 36 responded.  Contract funds will expire at the end of the current fiscal

year.  Date of performance completion is April 5, 2007.  The contracting

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

(SPM100-05-D-0422)







_AIR FORCE







            FMC Technologies, Airport Systems, Orlando, Fla., is being awarded

a $14,559,013 fixed price contract.  This action provides for FY06 production

of the 25K Next Generation Small Loader.  The order is for 24 each, plus

one-quarter year of production support.  At this time, total funds have been

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

complete by January 2007.  The Headquarters Warner Robins Air Logistics

Center, Robins Air Force Base, Ga., is the contracting activity

(FA8519-06-D-0001-0001).







            Lockheed Space Systems Co., Littleton, Colo., is being awarded a

$10,000,000 firm fixed price contract.  This action will support to the

contractor for the critical components engineering effort under the assured

access to space program.  This allows Lockheed Martin to identify and mitigate

risks affecting the availability and reliability of critical components

necessary for successful launches.  At this time, total funds have been

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

complete by December 2006.  The Headquarters Space and Missile Systems Center,

Los Angeles, Calif., is the contracting activity (F04701-98-9-0004, 0055).







            Northrop Grumman Corp., Electronic Systems, Baltimore, Md., is

being awarded a $9,044,100 firm fixed price requirements type contract.  This

action provides for F-16 aircraft radar antenna repair.  At this time, no

funds have been obligated.  Solicitations began September 2005 and

negotiations were complete in January 2006.  This work will be complete by

February 2011.  The Headquarters Ogden Air Logistics Center, Hill Air Force

Base, Utah is the contracting activity (FA8212-06-D-0003).

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


Reign in Blood

Zodijak Cancer
Pol Muškarac
Poruke 20579
Zastava SRBIJA
OS
Windows XP
Browser
Mozilla Firefox 1.0.7
CONTRACTS from the United States Department of Defense
 
No. 132-06
FOR RELEASE AT
Feb 13, 2006
Media Contact: (703)697-5131
Public/Industry(703)428-0711
 
_CONTRACTS
 
 
 
_AIR FORCE
 
 
 
Lockheed Martin Corp., Lockheed Aeronautics Co., Marietta, Ga., is being
awarded a $136,400,000 firm fixed price contract modification.  This
modification is an Undefinitized Contractual Action (UCA) to convert the
C-130J multi-year contrat from FAR part 12 to FAR part 15.  In addition, this
UCA increases the FY06 through FY08 aircraft quantity from thirty-seven (37)
to thirty-nine (39).  The two additional aircraft are FY08 USAF aircraft.
Finally, this UCA changes the mix of USAF and USMC FY06 aircraft from 9 USAF/4
USMC to 8 USAF/5USMC.  The UCA not-to-exceed for this action is #2,416,283,333
and is equal to the existing prices for the thirty-nine (39) FY06 through FY08
aircraft.  At this time, $841,846,994 has been obligated.  This work will be
complete by December 2009.  The Headquarters Aeronautical Systems Center,
Wright-Patterson Air Force Base, Ohio, is the contracting activity
(F33657-03-C-2014/P00031).
 
DECEMBER AIR FORCE CONTRACTS
 
 
 
            Due to an administrative oversight and change of personnel, these
contracts were not announced via Defense Link in December.  Questions should
be directed to TSgt Jerry Pickham at DSN 671-8598 or commercial (703)
695-0640, or email to jerry.pickham@pentagon.af.mil
[jerry.pickham@pentagon.af.mil] .
 
 
 
            Boeing Co., Wichita, Kan., was awarded on 8 December 2005, a
$1,000,000,000 indefinite delivery/indefinite quantity contract fee to provide
for Product Support Integrator (PSI) through a sole source, performance based
effort.  The PSI will be responsible for all logistics, maintenance,
modernization, and engineering activities to ensure a coordinated and
synergistic sustainment and modification, and engineering activities to ensure
a coordinated and synergistic E-4 efforts currently procured on separate
contracts are being combined into one contract.  This includes the current
Contractor Logistics Support (CLS) effort, Engineering Support Services (ESS),
Message Processing System (MPS) maintenance and software support modification
block one-production installations.  The period of performance for this
acquisition will be a five-year basic period one, five-year option period
using an indefinite delivery/indefinite quantity (ID/IQ) contract type. The
Air Force can issue delivery orders totaling up to the maximum amount
indicated above, although actual requirements may be less than the amount
above.  At this time no funds are obligated.  This work will be complete by
November 2010.  Solicitation began August 2005, and negotiations were complete
December 2005.  Public Affairs POC is Ron Mullan, (405) 739-2028.  The
Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla.,
is the contracting activity.  (FA8106-06-D-0001)
 
 
 
            Northrop Grumman Systems Corp., Integrated Systems Air Combat
Systems, San Diego, Calif., was awarded on 9 December 2005, a $990,027,153
cost plus award contract modification fee to provide for an award fee, for
period 5 of Engineering and manufacturing developing activities in support of
the Global Hawk Program.  At this time $5,751,275 has been obligated.  This
work will be complete by December 2007.  Public Affairs POC for this contract
is Capt Everdeene, (937) 785-2725.  The Headquarters Aeronautical Systems
Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
(FS3657-01-C-4600/P00128)
 
 
 
            Northrop Grumman Systems Corp. Integrated Systems Sector, Airborne
Ground Surveillance and Battle Management Systems, Melbourne, Fla., was
awarded on 23 December 2005, a $280,000,000 cost plus award fee contract.  The
E-10A is the next generation wide area surveillance platform design to provide
advanced integrated ground and air surveillance targeting capabilities to
provide the warfighter, a Battle Management Command and Control (BMC2) force
multiplier that detects, classifies, characterized and reports cruise missiles
and surface targets to the joint forces within a networked multi-sensor
command and control constellation environment.  This action covers the
Pre-System Development and Demonstration (Pre-SDD) effort through Initial
Design Review (IDR) of this program.  At this time $13,000,000 has been
obligated.  This work will be complete by May 2007.  The Headquarters
Electronic Systems Center, Hanscom Air Force Base, Mass., is the contracting
activity.  (F19628-03-C-0014 ECP 005).
 
 
 
            Raytheon Aircraft Co., Wichita, Kan., was awarded on 27 December
2005, a $268,994,493 commercial firm-fixed price contract modification.  This
action provides for Lot 13 option exercise, JPATS T-6A production aircraft Lot
12 (64each) for FY06, and Retrofit Material Kit B exercise an option.  At this
time $485,541 has been obligated.  This work will be complete by February
2009.  The Headquarters Materiel Command, Wright-Patterson Air Force Base,
Ohio, is the contracting activity.  (F33657-01-C-0022/P00109).
 
 
 
            Lockheed Martin Aeronautics Co., Ft Worth, Texas, was awarded on
23 December 2005, a $193,874,000 firm fixed price contract.  This contract
provides for advanced procurement for up to twenty-five Lot 7 aircraft and
associated equipment.  This effort supports F-22A aircraft.  Total funds have
been obligated.  This work will be complete by May 2006.  The Headquarters
Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the
contracting activity.  (FA8611-06-C-2899).
 
 
 
            Northrop Grumman Space and Mission Systems, Clearfield, Utah, was
awarded on 15 December 2005, a $156,756,017 Fixed Price Incentive (Firm
Target)/Firm Fixed Price contract modification fee to provide for Minuteman
III Guidance Replacement Program (GRP) and full rate production (FRP) for FY06
option.  Eighty (80) NS-50 Missile Guidance Sets (MGS), and thirty-six (36)
Reentry System Cable Sets.  Total funds have been obligated.  This work will
be complete by July 2008.  The Headquarters Ogden Air Logistics Center, Hill
Air Force Base, Utah, is the contracting activity.  (F42610-98-C-0001).
Modification number for this requirement has not been assigned.
 
 
 
            Northrop Grumman Space and Mission Systems, Missile Defense
Division San Bernardino, Calif., was awarded on 15 December 2005, a
$100,000,000 Indefinite delivery/Indefinite quantity Cost plus award fee
contract fee to provide for technical, engineering, and analytic services
supporting Detachment 12, Space and Missiles Systems Center, Rocket Systems
launch Program (RSLP).  RSLP conducts launches using excess ICBM rocket motors
and other government and commercial motors in various configurations for
sounding rockets, sub-orbital, and orbital delivery vehicles.  The contract
will provide a range of technical services, including support to RSLP in the
aging surveillance of rocket motors, rocket motor storage, analytic services
to assist RSLP in determining the viability of planned missions, payload
integration, quick response research, and special studies related to the use
of excess ICBM rocket motors.  At this time $1,100,000 has been obligated.
This work will be complete by December 2010.  The Headquarters Space and
Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting
activity.  (FA8818-06-D-0020)
 
 
 
            Lockheed Martin Aeronautics Co., Ft Worth, Texas, was awarded on
27 December 2005, a $99,700,000 firm fixed price & time and materials
contract.  This procurement of Foreign Military Sales (FMS) F-16C/D new
aircraft for the Peace Xenia IV (Greece) program for F-16 Block 52 aircraft.
The procurement of 20 operational single place F-16C Block 52 aircraft and 10
operational to place F-16D Block 52 aircraft will be accomplished under the
firm fixed portion of the contract.  At this time $29,160,000 has been
obligated.  This work will be complete by March 2010.  The Headquarters
Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the
contracting activity.  (FA8615-06-C-6003).
 
 
 
            Edgewater Computer Systems Inc., Ontario, Canada, was awarded on 7
December 2005, a $75,000,000 cost-plus fixed fee/Indefinite Delivery,
Indefinite Quantity contract fee contract modification to extend current
MIL-Standard-1553 data bus capabilities to preclude the expense of rewiring
platforms/weapon systems to prepare for additional avionics/electronics
capabilities which are, or will be in demand for high-band with data bus
networking.  At this time $1,495,000 has been obligated.  This work will be
complete by October 2010.  The Headquarters Aeronautical Systems Center,
Wright-Patterson Air Force Base, Ohio, is the contracting activity.
(FA8626-06-D-2083)
 
 
 
            Lockheed Martin Corp., Lockheed Martin Simulator, Training and
Support, Orlando, Fla., was awarded on 23 December 2005, a $68,000,000
undefinitized contract action contract.  This action provides for training
device, weapons systems trainer in support of C-130J and KC-130J aircraft.  At
this time $34,000,000 has been obligated.  This work will be complete by TBD.
The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base,
Ohio, is the contracting activity.  (F33657-00-C-0044)
 
 
 
            Raytheon Co. Missile Systems, Tucson, Ariz., was awarded on 28
December 2005, a $50,739,270 firm fixed price contract modification to provide
for 102 Advanced Medium-Range Air-to-Air Missile Air Vehicles under the
foreign military sales program for the following countries:  Czech Republic,
Hungary, Jordan, Malaysia, and Canada.  Total funds have been obligated.  This
work will be complete in July 2008.  Headquarters Medium Range Missile Systems
Group, Eglin Air Force Base, Fla., is the contracting activity
(FA8675-05-C-0070/P00016
 
 
 
            McDonnell Douglas Corp., St. Louis, Mo., was awarded on 16
December 2005, a $50,597,051 modification to a firm fixed price contract.
This action will exercise an option to procure T-38C aircraft upgrade packages
for FY06.  This effort supports foreign military sales to Germany, Italy,
Netherlands, Norway and Denmark.  Total funds have been obligated.  This work
will be complete by February 2007.  The Headquarters Aeronautical Systems
Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
(FA8617-04-C-6153/P00028).
 
 
 
            Boeing-Lasers and Electro-Optical Systems Technical Services,
Albuquerque, N.M., was awarded on 21 December 2005, a $49,000,000 cost
reimbursable, cost plus fixed fee indefinite quantity/indefinite delivery
completion contract.  The contractor shall provide the necessary materials,
including any hardware, facilities, supplies, travel, labor, supplies, and
services to perform HEL and Electro-optical Relay Mirror Experiments and
Systems in accordance with the contractor's statement of work date 8 December
2005 for the Air Force Research Laboratory (AFRL), Directed Energy Directorate
(DEL), Kirtland Air Force, N.M.  At this time $275,000 has been obligated.
Solicitations began in October 2005, and negotiations were completed December
2005.  This work will be complete by March 2012.  The Headquarters Air Force
Research Laboratory, Det 8, Kirtland Air Force Base, N.M., is the contracting
activity.  (FA9451-06-D-0118).
 
 
 
            McDonnell Douglas Corp., St Louis, Mo., was awarded on 21 December
2005, a $45,000,000 time and material, firm fixed price and cost plus fixed
fee contract.  This contract is for technical support for the Joint Direct
Attack Munition (JDAM) weapon system to include non-warranty inductions and
repair, annual software updates, mission planning support and
studies/analysis.  The Air Force can issue delivery orders totaling up to the
maximum amount indicated above, although actual requirements may necessitate
less than the amount above.  At this time no funds have been obligated.
Solicitations began October 2005 and negotiations were completed December
2005.  This work will be complete by December 2010.  The Headquarters Air
Armament Center, Eglin Air Force Base, Fla., is the contracting activity.
(FA8681-05-D-0277)
 
 
 
            Pratt and Whitney Aftermarket Services, Hartford, Conn., was
awarded on 21 December 2005, a $34,603,448 firm fixed price requirements type
contract.  This contract is for remanufacture of F100-PW-100/200/220/220E, the
6th through the 13th stage stators, the 4th through the 5th outer shrouds, and
the final machining and Pratt and Whitney Application 279, application of the
6th and through the 7th stage stators and the 5th outer shroud.  At this time
no funds have been obligated.  Solicitations began April 2005 and negotiations
were completed December 2005.   This work will be complete by December 2010.
The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force Base,
Okla., is the contracting activity.   (FA8104-06-D-0003).
 
 
 
            Applied Minds, Glendale, Calif., and Raytheon Co., Tucson, Ariz.,
was awarded on 1 December 2005, a $30,000,000 indefinite delivery/ indefinite
quantity contract to establish Innovation-Nodes (iNodes), which will be small,
flexible organizations that execute Rapid Reaction Innovation solution efforts
or tasks.  iNodes assemble teams from a network of experts, supply teams with
the infrastructure and enablers that allow them to accomplish their jobs
quickly and effectively, and quickly innovate, demonstrate, and deliver
prototypical hardware, software, integrated systems solutions, or services to
solve urgent operator or other user problems.  The Air Force can issue
delivery orders totaling up to the maximum indicated above, although actual
requirements may necessitate less than this amount.  At this time, $100,000
has been obligated.  This work will be complete by November 2008.
Solicitation began September 2005 and negotiations were complete November
2005.  The Air Force Research Laboratory, Kirtland Air Force Base, N.M., is
the contracting activity.  Applied Minds (FA9453-06-D-0103) and Raytheon
Missile Systems (FA9453-06-D-0104)
 
 
 
            The Boeing Co., Wichita, Kan., was awarded on 27 December 2005, a
$30,000,000 time and materials firm fixed price contract modification.   This
action provides for B-52 fleet support.   At this time $1,301,048 has been
obligated.  This work will be complete by December 2006.  The Headquarters
Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla., is the
contracting activity.  (F34601-99-C-0006-P00207)
 
 
 
            Lockheed Martin Corp., Tactical Aircraft Systems, Fort Worth,
Texas, was awarded on 16 December 2005, a $29,800,000 firm fixed price
contract to provide for provisioning spares of sole source consumable and
replenishment spares in support of the F-16 Program.  There are no known items
for quantity identified at the time of award.   As new changes and program
evolve the items and quantity will be identified and modified on to the
contract as ELINS.   This effort supports foreign military sales to Israel.
At this time no funds have been obligated.  This work will be complete by
March 2007.  Solicitations and negotiations were completed in December 2005.
The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the
contracting activity.  (FA8212-06-C-0010)
 
 
 
            Raytheon Aircraft Co., Wichita, Kan., was awarded on 30 December
2005, a $29,279,853 firm fixed price contract modification.  The supplies and
services to be procured consist of Ground Based Training System Contractor
Logistics Support for the Joint Primary Aircraft Training Systems.  This work
will be complete in December 2006.  At this time, $9,193,996 has been
obligated.  Headquarters Aeronautical Systems Center, Wright-Patterson Air
Force Base, Ohio, is the contracting activity (F33657-94-C-0006/P00363).
 
 
 
            Lockheed Martin Corp., Owego, N.Y., was awarded on 2 December
2005, a $28,062,803 firm-fixed price contract modification to provide for B-52
Avionics Midlife Improvement Program.   At this time, $7,532,920 has been
obligated.   This work will be complete by July 2008.  The Headquarters
Oklahoma City Air Logistics Center, Tinker Air Force Base, Okla. is the
contracting activity. (FA8107-04-C-0010/P00007)
 
 
 
            Thales-Raytheon Systems, Fullerton, Calif., was awarded on 21
December 2005, a $26,081,354 cost plus award fee contract modification.  The
objective of this contract is to achieve a common Battle Control Systems-Fixed
and Battle Control Systems-mobile Spiral 3 solution in order to leverage the
scarce resources of both programs.   The objective for Battle Control Systems
Spiral 3 HMI is to quickly replace the InterMaphics Human Machine Interface
(HMI) with Tactical Display Framework (TDF) HMI and perform testing through
System Acceptance Test (SAT).   At this time $2,147,494.86 has been obligated.
  This work will be complete by April 2007.   The Headquarters Electronic
Systems Center, Hanscom Air Force Base, Mass., is the contracting activity.
(FA8722-05-C-003/P00001)
 
 
 
            Boeing Co., Wichita, Kan., was awarded on 20 December 2005, a
$22,650,738 firm fixed price and time and materials contract modification.
This contract is for sustaining engineering services in support of the KC-135
series aircraft fleet.  At this time $3,824,009 has been obligated.  This work
will be complete by December 2006.  The Headquarters Oklahoma City Air
Logistics Center, Tinker Air Force Base, Okla., is the contracting activity.
(F34601-01-C-0026-P00229).
 
 
 
            Smith Aerospace, LLC, Germantown, Md., was awarded on 9 December
2005, a $22,436,951 Firm fixed price contract modification contract to provide
for B-52 Avionics Midlife Improvement Program, Data Transfer System Production
Support.   At this time $8,405,872 has been obligated.  This work will be
complete by December 2007.  The Headquarters Oklahoma City Air Logistics
Center, Tinker Air Force Base, Okla., is the contracting activity.
(FA8107-04-C-0011-P00015)
 
 
 
            Lockheed Martin Space Systems, Sunnyvale, Calif., was awarded on 9
December 2005, a $20,400,000 cost plus award fee contract to provide
sustainment support for the Mission Control Segment (MCS) hardware
Maintenance, MCS Software and Database Maintenance, Systems Engineering
Integration and Test (SEIT), and MCS Technical Manual Services.   At this time
$6,000,000 has been obligated.  This work will be complete by December 2006.
The Headquarters Detachment 11, Space and Missile Systems Center, Peterson Air
Force Base, Colo., is the contracting activity.  (FA8823-06-C-0002)
 
 
 
            Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Ft Worth,
Texas, was awarded on 23 December 2005, an $18,000,000 firm fixed price
contract modification.   This undefinitized contract action is for Long Lead
Effort for Replacement Test Aircraft (RTA) for F-22A program.  At this time
$8,820,000 has been obligated.  This work will be complete by February 2006.
The Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base,
Ohio, is the contracting activity.  (FA8611-05-C-2850)
 
 
 
            Northrop Grumman Corp., Integrated Systems-Western Region, El
Segundo, Calif., was awarded on 27 December 2005, a $17,064,878 cost
reimbursement with award fee contract modification.  This contract action
consists of Global Hawk radar development activities which includes the
following:  updates to the system requirements, delivery of
logistics/technical manual source data, delivery of an Electronic Target
Simulator/Radar Range Repeater Support Vehicle, Engineering and management
support for Working Groups and safety meetings, supports to the MP-RTIP
Government Program Office for the Global Hawk, Design Readiness Review (DDR).
At this time no funds have been obligated.  This work will be complete by
October 2008.  The Headquarters Electronic Systems Center, Hanscom Air Force
Base, Mass., is the contracting activity.   (F19628-00-C-0100/P00087)
 
 
 
            Lockheed Martin Corp., Tactical Aircraft Systems, Ft Worth, Texas,
was awarded on 16 December 2005, a $14,300,000 firm fixed price contract.
This acquisition is for provisioning spares of sole source consumable and
replenishment spares in support of the F-16 Program.  There are no known items
or quantity identified at the time of award.  As new changes and program
evolve the items and quantity will be identified and modified on to the
contract as ELINS.   This effort supports foreign military sales to Greece,
Taiwan, Chile, Jordan and Oman.   At this time no funds have been obligated.
This work will be complete by March 2007.  Solicitations and negotiations were
completed in December 2005.  The Headquarters Ogden Air Logistics Center, Hill
Air Force Base, Utah, is the contracting activity. (FA8212-06-C-0011).
 
 
 
            American Superconductor Corp., Westborough, Mass., was awarded on
23 December 2005, a $13,557,500 cost reimbursement with cost share contract
modification.  This is for planned production scale-up activities to meet the
Yttrium Barium Copper Oxide (YBCO) program's goal to establish a US-based
commercial production facility for 2nd generation High Temperature
Superconducting (HTS) material.  At this time $578,000 has been obligated.
This work will be complete by June 2008.  The Headquarters Air Force Research
Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting
activity.  (F33615-03-C-5504-P00006).
 
 
 
            Lockheed Martin Missiles and Space Co., King of Prussia, Pa., was
awarded on 12 December 2005, a $12,500,266 Cost Plus Incentive Fee contract
modification fee to provide for Intercontinental Ballistic Missile (ICBM)
provide Interim Contractor Logistics Support (ICLS) for hardware in support of
the Safety Enhancement Re-entry Vehicles (SERV) Support Equipment (SE), which
provides the capability to replace the MK21 Re-entry Vehicle (RV), from the
Peacekeeper weapon system, into the Minuteman III weapon system.  To Support
this replacement program the ICLS hardware will provide the needed coverage on
hardware problems that may take place out at the missile bases.  Total funds
have been obligated.  This work will be complete by June 2008.  The
Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the
contracting activity.  (FA8204-05-C-0005-P00003)
 
 
 
            Northrop Grumman Systems Corp., San Diego, Calif., was awarded on
19 December 2005, an $11,335,846 cost plus fixed fee contract.  This effort is
for operation of the Global Hawk System in a forward theater of operations for
a classified length of time, which includes personnel, equipment, logistics
and communication support.  Total funds have been obligated.  This work will
be complete by June 2006.  The Headquarters Aeronautical Systems Center,
Wright-Patterson Air Force Base, Ohio, is the contracting activity.
(F33657-03-G-4306 0031).
 
 
 
            Alion Science and Technology, Rome N.Y., was awarded on 20
December 2005, an $11,154,542 cost plus fixed fee requirements, research and
development contract.  This is an Advanced Materials Manufacturing and Testing
Information Analysis Center (AMMTIAC).  The following three sub-areas of
technology and operations and the respective producer and user communities:
traditional materials and process science, engineering, and technology,
including associated manufacturing process and techniques, generic and broadly
applicable manufacturing technology; and materials, manufacturing, system
testing and inspection science, engineering and technology, especially
nondestructive evaluation testing and inspection.  The scientific, technical
and operational support information (STOSI) products and services resulting
from AMMTIAC efforts are intended to increase the productivity of the DoD
Research, Development, Test, and Evaluation timely dissemination of
authoritative, accurate, and high-quality STOSI in the advanced materials,
processes, and manufacturing technologies field. AMMTIAC will monitor
information sources and extract advanced materials, processes, and
manufacturing technology-related Scientific and Technical information from
worldwide scientific, engineering, technical, analytical and operational
(including military exercise) information, whether contained in paper,
electronic, or other information media.  At this time $1,300,000 has been
obligated.  Solicitation began August 2005 and negotiations were completed
October 2005.  This work will be complete by December 2008.  The Headquarters
55th Wing (ACC), Offutt Air Force Base, Neb., is the contracting activity.
(FA4600-06-D-0003)
 
 
 
            Boeing Co., Integrated Defense Systems, Huntington Beach, Fla.,
was awarded on 23 December 2005, a $10,708,710 cost plus fixed fee contract
modification.  The navstar Global Positioning System Block IIF contract will
provide the next generation of advanced GPS satellites with enhanced
navigation support for both military and civilian users.  This modification
consists of the exercise of calendar year 2006 sustainment options for the
following items:  (a) integrated missions operations Support Center Operations
and maintenance, (b) sustainment contractor logistics Support (c) Level 2
software maintenance, (d) depot hardware maintenance, (e) critical operations
AFMC, (f) sustainment engineering support (g) backup master control station,
and (h) contractor development support.  Total funds have been obligated.
This work will be complete by December 2006.  The Headquarters Space and
Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting
activity.  (F04701-96-C-0025/P00376).
 
 
 
            Superpower Inc., Schenectady, N.Y., was awarded on 29 December
2005, a $10,697,440 cost reimbursement with cost share contract modification.
This is for planned production scale-up activities to meet the Yttrium Barium
Copper Oxide (YBCO) program's goal to establish a US-based commercial
production facility for 2nd generation High Temperature Superconducting (HTS)
material.  At this time $1,800,000 has been obligated.  This work will be
complete by June 2008.  The Headquarters Air Force Research Laboratory,
Wright-Patterson Air Force Base, Ohio, is the contracting activity.
(F33615-03-C-5508-P00008).
 
 
 
            EDO Corp., Defense Systems, North Amityville, N.Y., was awarded on
21 December 2005, a $10,234,604 fixed price incentive fee, time & materials
contract.  This effort will support the ALQ-161A Tail Warning Function
Receiver Processor Upgrade Services.  Update technical data package, deliver 5
each modified line replacement unit first article units, manufacture 103 each
line replacement unit, modification kits, install kits, test modified line
replacement units, deliver 108 each line replacement units, 14 each shop
replacement units, modification kits, install kits into spare shop replacement
units, test modified shop replacement units and deliver 14 each shop
replacement units.  Total funds have been obligated.  Solicitations began
September 2005, and negotiations were completed in December 2005.  This work
will be complete by June 2008.  The Headquarters Warner Robins Air Logistics
Center, Robins Air Force Base, Ga., is the contracting activity.
(FA8523-06-C-0003)
 
 
 
            Lockheed Martin Corp., Tactical Aircraft Systems, Ft Worth, Texas,
was awarded on 16 December 2005, a $9,900,000 firm-fixed price contract to
provide for provisioning spares of sole source consumable and replenishment
spares in support of the F-16 program:  There is no known items or quantity
identified at the time of award.  As new changes and program evolve the items
and quantity will be identified and modified on to the contract as ELINS.  At
this time no funds have been obligated.  This work will be complete by March
2007.  Solicitations and negotiations were completed in December 2005.  The
Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the
contracting activity.  (FA8212-06-C-0009).
 
 
 
            Advatech Pacific, Inc., Redlands, Calif., was awarded on 16
December 2005, a $9,500,000 cost plus fixed fee/indefinite delivery,
indefinite quantity contract to provide for a new SBIR phase III contract,
solicitation DAAH01-99-C-RO67 successful phase I effort.  The primary
technical objective of this agreement it to establish a five-year contract to
develop the engineering design and analysis tools needed that model the
physics related to propulsion.  Individual task orders will issue against the
contract upon availability of government funds.  The objective of the
Architecture Use of System Integration (AUSI) program will focus on enhancing
current tools sets in order to respond to the Air Force's need to for
improved/integrated design and analysis tools for improved modeling and
simulation.  These tools sets will include Integrate Propulsion Analysis Tool
(IPAT), Rocket Engine Transient Simulation, (ROCETS), Advanced Fuels Testing
Analysis (AFTA), and Cost.  Effective cost analysis tools will also need to be
developed to aide in the predicting of the cost incurred in the life-cycle of
a program.  The Research and Development technology will enable users to
utilize several programs simultaneously to quickly solve multidisciplinary
problems at low cost.  The program can analyze factors such as cost, schedule,
design, configurations and performance.  The integrated packages will reduce
the inefficiency of interfacing between several analysis groups.  At this time
no funds have been obligated.  This work will be complete by November 2010.
The Headquarters Air Force Flight Test Center, Edwards Air Force Base, Calif.,
is the contracting activity.  (FA9300-06-D-0003) Advatech Pacific, Inc.,
Redlands, Calif., is being awarded a $9,500,000 cost-plus fixed fee/Indefinite
Delivery, Indefinite Quantity contract fee contract modification to provide
for a new SBIR Phase III, which will provide for technical objective of this
agreement is to establish a five-year contract to develop the engineering
design and analysis tools needed that model the physics related to propulsion.
  The basic contract will have provisions for both incremental funding and full
funding.  This work will be complete by November 2010.  The Headquarters
Flight Test Center, Edwards Air Force Base, Calif., is the contracting
activity.  (FS9300-06-D-0002)
 
 
 
            Advatech Pacific, Inc., Redlands, Calif., was awarded on 6
December 2005, a $9,500,000 cost plus fixed fee/indefinite delivery,
indefinite quantity contract to provide for a new SBIR phase III contract,
solicitation DAAH01-99-C-RO67 successful phase I effort.  The primary
technical objective of this agreement it to establish a five-year contract to
develop the engineering design and analysis tools needed that model the
physics related to propulsion.  Individual task orders will issue against the
contract upon availability of government funds.  The objective of the
Architecture Use of System Integration (AUSI) program will focus on enhancing
current tools sets in order to respond to the Air Force's need to for
improved/integrated design and analysis tools for improved modeling and
simulation.  These tools sets will include Integrate Propulsion Analysis Tool
(IPAT), Rocket Engine Transient Simulation, (ROCETS), Advanced Fuels Testing
Analysis (AFTA), and Cost.  Effective cost analysis tools will also need to be
developed to aide in the predicting of the cost incurred in the life-cycle of
a program.  The Research and Development technology will enable users to
utilize several programs simultaneously to quickly solve multidisciplinary
problems at low cost.  The program can analyze factors such as cost, schedule,
design, configurations and performance.  The integrated packages will reduce
the inefficiency of interfacing between several analysis groups.  At this time
no funds have been obligated.  This work will be complete by November 2010.
The Headquarters Air Force Flight Test Center, Edwards Air Force Base, Calif.,
is the contracting activity.  (FA9300-06-D-0003)
 
 
 
            Raytheon Technical Services Co., Chula Vista, Calif., was awarded
on 16 December 2005, an $8,440,295 time and materials, firm fixed price and
cost reimbursable contract to provide for repair of various components for the
AN/TPN-19 and GPN-22 Air Traffic Control and Landing Systems.  At this time no
funds have been obligated.  This work will be complete by December 2006.
Solicitation began January 2005 and negotiations were complete by December
2005.  The Headquarters Oklahoma City Air Logistics Center, Tinker Air Force
Base, Okla., is the contracting activity.  (FA8102-06-D-0001).
 
 
 
            Raytheon Co. Missile Systems, Tucson, Ariz., was awarded on 28
December 2005, a $7,978,661 cost plus fix fee contract modification to provide
for the development of the Common Munitions Bit/Reprogramming Equipment PLUS
in support of the Advanced Medium-Range Air-to-Air Missile AIM-120D missile.
At this time, $4,824,435 has been obligated.  This work will be complete in
April 2008.  Headquarters Medium Range Missile Systems Group, Eglin Air Force
Base, Fla., is the contracting activity (FA8675-04-C-0001/P00024).
 
 
 
            Lockheed Martin Mission Systems, Colorado Springs, Colo., was
awarded on 16 December 2005, an $7,800,252 modification for a cost plus award
fee contract to provide for Type I fielding and training in support of Theater
Battle Management Core Systems.  Specifically, these requirements center on
spiral 1.1.3 field training and 1.14 training development.  At this time
$6,616,845 has been obligated.  This work will be complete by November 2006.
The Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is
the contracting activity.  (F19628-95-C-0143/P00435).
 
 
 
            Integral Systems Inc., Lanham, Md., was awarded on 23 December
2005, a $7,720,218 cost plus award fee and firm fixed price contract
modification.   This modification exercises an option for CLIN 1000 for
sustainment calendar year 2006 in support of the Command and Control
System-Consolidated (CCS-C) program.  This support includes program
management, hardware and software maintenance and updates, core and satellite
vehicle-specific software and database maintenance, and operations support for
satellite operations Center (SOC) block, at Schriever Air Force Base.  At this
time $2,708,000 has been obligated.  This work will be complete by December
2006.  The Headquarters Space and Missile Systems Center, Los Angeles Air
Force Base, Calif., is the contracting activity.  (FO4701-01-C-0012/P00087).
 
 
 
            Veridian Systems Division, Arlington, Va., was awarded on 2
December 2005, a $7,463,370 cost-plus award fee contract modification to
provide an exercise of option period five for Distributed Common Ground
Support integration Support.  Total funds have been obligated.  This work will
be complete by December 2006.  The Headquarters Electronic Systems Center,
Hanscom Air Force Base, Mass., is the contracting activity.
(F19628-01-C-0047/P00051)
 
 
 
            L3 Communications, Communications Systems West, Salt lake City,
Utah, was awarded on 20 December 2005, a $7,101,036 cost plus fixed fee,
completion type contract.  The objective of the ISR Datelink Availability
Partnership (IDAP) is to increase the production throughput of datalink
systems supporting Predator, Global Hawk, MP-CDL, and TARS platforms by
reducing testing bottlenecks and supplier material shortage issues common to
these systems.  At this time $1,750,000 has been obligated.  Solicitation
began November 2005 and negotiations were complete December 2005.  This work
will be complete by June 2008.  The Headquarters Air Force Research Lab,
Wright-Patterson Air Force Base, Utah, is the contracting activity.
(FA8650-06-C-5504)).
 
 
 
            ProLogic Inc., Fairmont, W.Va., was awarded on 19 December 2005, a
$7,090,838 cost plus fixed fee contract to research how the best to gather
required medical data from medical encounters, analyze it, and make to
available to users in support of medical planning and operations using a
Net-Centric approach identified as MED-STARS.  At this time $2,208,000 has
been obligated.  This work will be complete by October 2008.  Solicitations
began January 2005 and negotiations were completed in August 2005.  The
Headquarters Electronic Systems Center, Hanscom Air Force Base, Mass., is the
contracting activity.  (FA8726-06-C-0005).
 
 
 
            Northrop Grumman Space and Mission Systems, Redondo Beach, Calif.,
was awarded on 1 December 2005, a $6,920,000 cost-plus-fixed-fee contract to
provide a program to develop and demonstrate a wafer-scale assembly (WSA)
process for a batch fabricated SMART three-dimensional cell that will enable
affordable, scalable, high performance architectures for millimeter-wave
arrays.  At this time, $5,492,000 has been obligated.  This work will be
complete by October 2007.  Solicitation began March 2005 and seven proposals
were received.  Negotiations were complete November 2005.  The Air Force
Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting
activity.  (FA8650-06-C-7600)
 
 
 
            Radian Inc., Alexandria, Va., was awarded on 7 December 2005, a
$6,820,311 firm-fixed price contract modification to provide for Power Units
for the Deployable Power Generator Distribution System.  Total funds have been
obligated.  This work will be complete by October 2006.  The Headquarters Air
Combat Support Systems Group, Eglin Air Force Base, Fla., is the contracting
activity.  (FA8678-05-C-0030/P00004)
 
 
 
            Northrop Grumman Corp., Electronic Sensors and Systems Sector,
Defensive Systems Division, Rolling Meadows, Ill., was awarded on 30 December
2005, a $6,792,915 firm fixed price contract modification.  The supplies and
services to be procured consist of continuing Contractor Logistics Support for
the LITENING II Precision Attack Targeting System on the AV-8B Harrier II.
This work will be complete in December 2005.  At this time, $6,242,849 has
been obligated.  Headquarters Aeronautical Systems Center, Wright-Patterson
Air Force Base, Ohio, is the contracting activity (F33657-00-C-2114/P00071).
 
 
 
            ITT Industries Systems Division, Colorado Springs, Colo., was
awarded on 21 December 2005, a $6,749,860 cost plus award fee agreement
contract modification.  This contract is integrating system engineering and
sustainment of ground-based missiles warning, missile defense, and space
surveillance sensors.  The SENSOR systems currently include ground-based
radars and optical systems controlled and operated by United States Strategic
Command (USSTRATCOM) and Air Force Space Command (AFSPC).  The missions of the
Space Control Sensors Division and the Missile Warning and Defense Sensors
Division are to acquire and sustain a worldwide, ground-based network of
dedicated, collateral and contributing missile warning, space surveillance,
and intelligence data collection sensors.  These systems represent a major
portion of the United States Space Command Integrated Tactical Warning/Attack
Assessment System and the Space Surveillance Network.  Total funds have been
obligated.  This work will be complete by May 2006.  The Headquarters
Electronic Systems Center (ESC) Detachment 5 (AFMC), Peterson Air Force Base,
Colo., is the contracting activity.  (F19628-02-C-0010/P00092).
 
 
 
            Lockheed Martin Space Systems Corp., King of Prussia, Pa., was
awarded on 15 December 2005, a $6,614,630 Fixed-Price with Economic Price
Adjustment, Fixed-Price Incentive, Cost Plus Award Fee, Firm Fixed Price, Cost
Plus Fixed Fee, and Cost Contract (No Fee) contract modification fee to
exercise options for calendar year 2006 entitled, Launch Operations Support;
On-Orbit Operations Support; and Satellite Storage for the Navstar Global
Positioning System (GPS) Block IIR Program.  Total funds have been obligated.
This work will be complete by February 2006.  The Headquarters Space and
Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting
activity.  (FO4701-89-C-0073/P00337).
 
 
 
            Northrop Grumman Systems Corp., Integrated Systems Air Combat
Systems, San Diego, Calif., was awarded on 19 December 2005, a $5,751,275
award fee for period 5 of the EMD contract modification contract to provide
for an award fee, for period 5 of Engineering and manufacturing developing
activities in support of the Global Hawk Program.  Total funds have been
obligated.  This work will be complete by December 2007.  The Headquarters
Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the
contracting activity.  (F33657-01-C-4600/P00128).
 
 
 
            BAE Systems Integrated Defense Solutions, Austin, Texas, was
awarded on 21 December 2005, a $5,653,000 firm fixed price with time and
material and cost (CLINS) contract modification to provide for Full Scale
Aerial Targets (FSAT), engineering change proposal to re-introduce the RF-4C
configuration model back into QF-4 FSAT fleet.  This modification will result
in updated production data and two pre-production aircraft, and will support a
production decision for Lot 13 in FY07.  Total funds have been obligated.
This work will be complete by November 2007.  The Headquarters Special
Applications Systems Group, Eglin Air Force Base, Fla., is the contracting
activity.  (FA8675-04-C-0214/P00014).
 
 
 
            McDonnell Douglas Corp., Long Beach Calif., was awarded on 2
December 2005, a $5,556,071 firm fixed price contract modification to provide
for CY06 Global Reach Improvement Program (GRIP) follow-on projects.  Projects
include Troop Seats, Station Keeping, Defensive Systems and Terrain.  Total
funds have been obligated.  Negotiations were completed October 2005.  The
Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base,
Ohio, is the contracting activity.  (FA8614-04-C-2004/P00084)
 
 
 
            McDonnell Douglas Corp., St Louis, Mo., was awarded on 16 December
2005, a $5,272,550 task order on a fixed-price and cost plus fixed-fee line
items under indefinite delivery/indefinite quantity contract to provide for
support of Royal Saudi Air Force F-15C Mission Training System Contractor
Operator Maintenance Instructor Support for calendar year 2006.  This action
supports foreign military sales to the Royal Saudi Air Force.  Total funds
have been obligated.  This work will be complete by December 2006.
Solicitation began March 2005 and negotiations were complete by December 2005.
  The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is
the contracting activity.  (F33657-01-D-2074-QP02).
 
 
 
            Defense Systems Inc., EW Systems, Peyton, Colo., was awarded on 19
December 2005, a $5,235,048 firm fixed price, with some time and materials
line items, contract.  This action will produce and integrate narrowband
receivers into AN/MSR-T4 (TRAINS) at CONUS and OCONUS sites as specified by
the Air Combat Command (ACC).  Provides documentation and Engineering Data
package pertinent to upgraded TRAINS systems, including full and unrestricted
rights at the conclusion of the contract period.  No funds have been
obligated.  This work will be complete by delivery schedule of 12 months ARO
for each delivery order.  Date of Order through 12 months ARO 2006.  The
Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the
contracting activity.  (FA8217-06-D-0001).
 
 
 
            Boeing Co., Boeing Integrated Defense Systems, Wichita, Kan., was
awarded on 28 December 2005, a $5,072,946 time and material/firm fixed
price/cost reimbursable contract modification.  The supplies and services to
be procured consist of technical writing, illustrating, research analysis of
modification of data, evaluation of Air Force publication change request
requirements and evaluation of wiring diagram data necessary to develop,
change, or revise technical orders to support B-52 aircraft, aircraft engines,
or mobile training sets.  At this time, $3,253,010 has been obligated.  This
work will be complete in December 2007.  Headquarters Oklahoma City Air
Logistics Center, Tinker Air Force Base, Okla., is the contracting activity
(F34601-03-D-0066/P00009).
 
 
 
            Jay-Em Aerospace Corp., Cuyahoga Falls, Ohio, was awarded on 6
December 2005, a $5,066,250 firm-fixed price contract modification to provide
for 1,050 main landing gear wheels.  This work will be complete by August
2006.  The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah,
is the contracting activity.  (FA8203-06-C-0030)
 
 
 
            McDonnell Douglas Corp., Huntington Beach, Calif., was awarded on
27 December 2005, a $UNPRICED CHANGE ORDER firm fixed fee contract.  The
unpriced change order against the McDonnell Douglas Corporation, other
transaction agreement for pre/post mission engineering and critical components
under the assured access to space program.  McDonnell Douglas will perform
supply chain management and technological improvement tasks to minimize the
risk of launch failure for the Delta IV Rocket on the Evolved Expendable
Launch Vehicle Program (EELV) under the Space launch and Range System Program
Office.  No funds have been obligated.  This work will be complete by June
2006.  The Headquarters Space and Missile Systems Center, Los Angeles Air
Force Base, Calif., is the contracting activity.  (FO4701-98-9-0005-0072)
 
_NAVY
 
 
 
            Northrop Grumman Ship Systems, Pascagoula, Miss., is being awarded
a $93,825,694 cost-plus-fixed-fee modification under a previously awarded
contract (N00024-05-C-2221) to exercise options to initiate engineering and
detail design for the LHA(R) Flight 0 Amphibious Assault Ship and to procure
additional long lead time material in support of ship construction.  The
LHA(R) will replace LHA 1 Class Amphibious Assault Ships and will provide
forward presence and power projection as an integral part of joint,
interagency and multinational maritime expeditionary forces.  It will launch
tilt-rotors, helicopters, and fixed wing, short take-off vertical landing
aircraft in support of amphibious operations.  The LHA(R) Flight 0 Ship will
be a variant of the LHD 8 Amphibious Assault Ship currently being built by
NGSS and will have enhanced aviation capabilities.   Work will be performed in
Pascagoula, Miss., and is expected to be completed by December 2006.  Contract
funds will not expire at the end of the current fiscal year.  The Naval Sea
Systems Command, Washington, D.C., is the contracting activity.
 
 
 
 
 
            Sikorsky Support Services, Inc., Stratford, Conn., is being
awarded a $27,000,000 modification to a previously awarded firm-fixed-priced
contract (N00019-01-C-0109) to exercise an option for organizational, selected
intermediate, and limited depot-level maintenance for aircraft operated by the
Adversary Squadrons based at Naval Air Station (NAS), Fallon, Nev.; Marine
Corps Air Station, Yuma, Ariz.; and NAS Key West, Fla.  Work will be performed
in Fallon, Nev. (33.3 percent), Yuma, Ariz. (33.3 percent), and Key West, Fla.
(33.4 percent), is expected to be completed in February 2007.  Contract funds
in the amount of $27,000,000 will expire at the end of the current fiscal
year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting
activity.
 
 
 
            Boeing Co., Boeing Helicopter, Philadelphia, Pa. is being awarded
a $14,308,369 firm-fixed-price requirements performance based logistics
contract for support of 13 dynamic components for the H-46 aircraft.  This
contract contains one 24-month option period, which, if exercised, brings the
total estimated amount of the contract to $21,150,883.  Work will be performed
in Cherry Point, N.C., and is expected to be completed by September 2008.
Contract funds will not expire at the end of the current fiscal year.  This
contract was not competitively procured.  The Naval Inventory Control Point is
the contracting activity (N00383-06-D-005N).
 
 
 
_DEFENSE LOGISTICS AGENCY
 
 
 
            OEC Medical Systems, Inc., Raleigh, N.C., is being awarded a
maximum $50,000,000 fixed price with economic price adjustment for imaging
systems, sub-systems and component/ accessories.  Using services are Army,
Navy, Air Force, Marine Corps, federal civilian agencies, and foreign
governments.  This is an indefinite quantity type contract exercising option
year four.  There were 128 proposals solicited and 5 responded.  Date of
performance completion is February 11, 2007.  The contracting activity is the
Defense Supply Center Philadelphia, Philadelphia, Pa. (SP0200-02-D-8324).
 
 
 
_MISSILE DEFENSE AGENCY
 
 
 
            Raytheon Co., Woburn, Mass., is being awarded a sole-source
indefinite delivery, indefinite quantity, cost-plus-fixed-fee contract for
algorithm development and analysis.  Under this contract, Raytheon will
provide algorithm development and analysis of radar systems for ballistic
missile defense critical functions.  The total effort is estimated at
$48,973,884, including a two-year base period and three one-year options. It
is expected to be completed in January 2011.  The principal place of
performance will be Woburn, MA.  The award value is $48,973,884.  Research and
development funds have been provided for this contract.  The Missile Defense
Agency is the contracting activity (HQ0006-06-D-0001).
 
 
 
_ARMY
 
 
 
            United Services L.L.C.*, Dana Point, Calif., was awarded on Feb.
8, 2006, a $33,306,486 cost-plus-fixed-fee contract for maintenance services
for the Iraqi National Power Grid.  Work will be performed at Baghdad, Iraq,
and is expected to be completed by May 31, 2009.  Contract funds will not
expire at the end of the current fiscal year.  There were an unknown number of
bids solicited via the World Wide Web on Sept. 22, 2005, and four bids were
received.  The Joint Contracting Command, Baghdad, Iraq, is the contracting
activity (W91GXY-06-C-0046).
 
 
 
            McKnight Construction Co., Augusta, Ga., was awarded on Feb. 9,
2006, a $13,506,244 firm-fixed-price contract for construction of a combined
arms collective training facility.  Work will be performed at Fort Benning,
Ga., and is expected to be completed by Sept. 8, 2007.  Contract funds will
not expire at the end of the current fiscal year.  There were 295 bids
solicited on Sept. 22, 2005, and two bids were received.  The Army Corps of
Engineers, Savannah, Ga., is the contracting activity (W912HN-06-C-0012).
 
 
 
            Raytheon Network Centric Systems, Fort Wayne, Ind., was awarded on
Feb. 3, 2006, a $12,957,620 firm-fixed-price contract for AN/PSC-5D radios and
AV2040-2 medium gain tripod antennas.  Work will be performed in Largo, Fla.
(50 percent), and Fort Wayne, Ind. (50 percent), and is expected to be
completed by Dec. 3, 2007.  Contract funds will not expire at the end of the
current fiscal year.  This was a sole source contract initiated on Dec. 28,
2005.  The Army Communications-Electronics Command, Fort Monmouth, N.J., is
the contracting activity (W15P7T-06-C-L005).
 
 
 
            Weeks Marine Inc., Covington, La., as awarded on Feb. 9, 2006, an
$8,661,900 firm-fixed-price contract for maintenance dredging.  Work will be
performed in St. Mary Parish, La., and is expected to be completed by July 29,
2006.  Contract funds will not expire at the end of the current fiscal year.
There were 20 bids solicited on Oct. 12, 2004, and one bid was received.  The
Army Corps of Engineers, New Orleans, La., is the contracting activity
(W912P8-06-C-0098).
 
 
 
            M.A. Mortenson Co., Minneapolis, Minn., was awarded on Feb. 9,
2006, a delivery order amount of $8,288,704 as part of a $100,000,000
firm-fixed-price contract for a countermine training facility and dog kennel.
Work will be performed at Fort Leonard Wood, Mo., and is expected to be
completed by Sept. 30, 2006.  Contract funds will not expire at the end of the
current fiscal year.  This was a sole source contract initiated on Sept. 30,
2005.  The Army Corps of Engineers, Kansas City, Mo., is the contracting
activity (W912DQ-05-D-0015).
 
 
 
            FN Manufacturing L.L.C., Columbia, S.C., was awarded on Feb. 9,
2006, a delivery order amount of $6,566,487 as part of a $16,044,333
firm-fixed-price contract for receivers, cartridges, and breech bolts for the
M240 series of machine guns.  Work will be performed in Columbia, S.C., and is
expected to be completed by Dec. 30, 2008.  Contract funds will not expire at
the end of the current fiscal year.  There were three bids solicited on Feb.
25, 2003, and one bid was received.  The Army Tank-Automotive and Armaments
Command, Rock Island Arsenal, Ill., is the contracting activity
(DAAE20-03-D-0143).
 
 
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Veteran foruma
Svedok stvaranja istorije


Reign in Blood

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



No. 135-06

FOR RELEASE AT

Feb 14, 2006

Media Contact: (703)697-5131

Public/Industry(703)428-0711



_CONTRACTS







_ARMY







            Osborne Construction Co., Kirkland, Wash., was awarded on Feb. 10,

2006, a $35,697,600 firm-fixed-price contract for construction of replacement

housing.  Work will be performed at Fort Wainwright, Alaska, and is expected

to be completed by Aug. 31, 2007.  Contract funds will not expire at the end

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

via the World Wide Web on July 19, 2005, and two bids were received.  The Army

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

activity (W911KB-06-C-0004).







            Granite Construction Co., Watsonville, Calif., was awarded on Feb.

10, 2006, a $23,305,104 firm-fixed-price contract for demolition and reuse of

the existing asphalt runway pavement, and demolition and salvage of the

existing hangar.  Work will be performed at Dugway Proving Grounds, Utah, and

is expected to be completed by Feb. 28, 2008.  Contract funds will not expire

at the end of the current fiscal year.  There were 30 bids solicited on Sept.

30, 2005, and four bids were received.  The Army Corps of Engineers,

Sacramento, Calif., is the contracting activity (W91238-06-C-0007).







            GM GDLS Defense Group L.L.C. (Joint Venture), Sterling Heights,

Mich., was awarded on Feb. 10, 2006, an $18,019,953 modification to a

cost-plus-fixed-fee contract for repair of Battle Stryker Vehicles.  Work will

be performed in Qatar, and is expected to be completed by Dec. 31, 2006.

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

was a sole source contract initiated on Nov. 10, 2005.  The Army

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

activity (DAAE07-02-C-B001).







_NAVY







            JRH Design & Construction, Inc.*, Portsmouth, Va.; Robra

Construction, Inc.*, Virginia Beach, Va; Reid Associates, Inc.*, Virginia

Beach, Va.; and Midatlantic Construction & Design Associates, Inc.*, Yardley,

Pa., are each being awarded a maximum amount of $12,500,000, with a guaranteed

minimum of $5,000 (base period and four option years), firm-fixed-price,

indefinite-delivery/indefinite-quantity multiple award construction contract

for roofing projects in the Naval Facilities Engineering Command, Mid-Atlantic

area of responsibility.  The work to be performed provides for fully designed

projects that may include renovation, alterations, and repairs for roofing

projects, however, design/build capability may also be included in these

contracts.







            The potential cumulative total contract amount for all contracts

is $50,000,000.  Work will be performed at various Government facilities in

the Hampton Roads area of Virginia, including Yorktown (20 percent), Norfolk

(20 percent), Virginia Beach (20 percent), Portsmouth (20 percent), Chesapeake

(10 percent), and Williamsburg (10 percent).  The term of the contract is not

to exceed 60 months, with an expected completion date of February 2007

(February 2011 with options).  Contract funds will not expire at the end of

the current fiscal year.  This contract was competitively procured with 33

proposals solicited and 12 offers received.  The Naval Facilities Engineering

Command, Mid-Atlantic, Norfolk, Va., is the contracting activity

(N40085-06-D-6025/6026/6027/6028).







            Dick Pacific Construction Co. Ltd., Barrigada, Guam, is being

awarded an $11,580,422 firm-fixed-price contract for design and construction

of munitions storage igloos at Andersen Air Force Base, Guam.  The work to be

performed provides for the design and construction of facilities for new

munitions storage igloos to support forward positioning of munitions at this

strategic overseas Air Expeditionary Force Forward Operating Location.  It is

the intent for the selected design-build contractor to provide the design and

construction of a complete and usable facility for the Government, including

the following elements:  (1) standard Air Force modular storage magazine,

box-type (Hayman Igloo) at locations designated in the Andersen Air Force Base

munitions storage area; (2) access roadway and site preparation; (3)

electrical power lighting; (4) lightning protection; and, (5) intrusion

detection and telecommunication systems.  The work will be performed at

Andersen Air Force Base, Guam, 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 14 proposals solicited and five

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

Harbor, Hawaii, is the contracting activity (N62742-06-C-1302).







            Aerovironment Inc., Monrovia, Calif., is being awarded a

$9,792,039 firm-fixed-price order under a previously awarded contract

(M67854-04-D-1011) for 303 Dragon Eye Air Vehicles, 101 ground control

stations, 101 field support kits, and all required materials, services,

personnel, facilities, and support for use in the Marine Corps. The Dragon Eye

unmanned aerial system provides commanders with real-time tactical and

reconnaissance/surveillance information.  The work will be performed in Simi

Valley, Calif., and is expected to be completed December 2006.  Contract funds

will not expire at the end of the fiscal year.  The Marine Corps Systems

Command, Quantico, Va., is the contracting activity.
IP sačuvana
social share
 
Pogledaj profil WWW Skype
 
Prijava na forum:
Ime:
Lozinka:
Zelim biti prijavljen:
Trajanje:
Registruj nalog:
Ime:
Lozinka:
Ponovi Lozinku:
E-mail:
Idi gore
Stranice:
1 2 3 5 6 ... 23
Počni novu temu Nova anketa Odgovor Štampaj Dodaj temu u favorite Pogledajte svoje poruke u temi
Trenutno vreme je: 26. Avg 2025, 15:47:12
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: 0.126 sec za 14 q. Powered by: SMF. © 2005, Simple Machines LLC.