بوحميد
مبرمج مبدع
- التسجيل
- 22 يونيو 2003
- المشاركات
- 532
Contracts
On the web: http://dod.mil/contracts/2004/ct20050603.html
Media contact: +1 (703) 697-5131 Public contact: http://www.dod.mil/faq/comment.html or +1 (703) 428-0711
No. 553-05
Friday, June 3, 2005
FOR RELEASE AT 5p.m ET
--------------------------------------------------------------------------------
Contracts, Friday, June 3, 2005
CONTRACTS
AIR FORCE
Boeing Co., St Louis Mo., is being awarded an $81,934,800 contract modification to provide for Joint Helmet Mounted Cueing System, Full Rate Production 2 1 for the USAF F-15, and F-16, the Navy F/A-18 platforms, and foreign military sales countries. The following period of FY 2005, FY06 and FY07, Matrix Prices were negotiated and will be placed on the contract via medication. This effort support foreign military sales to Poland, Finland, Royal Australian Air Force (RAAF), Switzerland and Oman. Total funds have been obligated. This work will be complete December 2007. The Air Force Material Command, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-D-0026, 0028).
General Atomics Aeronautical Systems, in., is being awarded a $19,514,981 contract modification to provide for the Development and Production efforts for the Predator dual control mobile ground control station, production of Predator fixed facility (ground control station) and enhancement mod kits. At this time, $14,636,236 of the funds has been obligated. This work will be complete October 2008. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-02-G-4035-0039).
Honeywell International Inc., Tempe, Ariz., is being awarded a $15,180,571 firm fixed price contract. This service requirement contract is for repair of the F-15 aircraft mounted accessory drive secondary power system. Repair/overhaul will be accomplished on a total of four items: left-hand aircraft mounted accessory drive and right-hand aircraft mounted accessory drive. No funds have been obligated. Solicitation began January 2005 and negotiations were completed April 2005. The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (FA8208-05-D-0005).
United Technologies Corp., Pratt and Whitney Aircraft Group, East Hartford, Conn., is being awarded a $7,960,000 undefinitized contract modification to provide for undefinitized contractual action for F119 engine support to combined test force infrastructure at Edwards Air Force Base, Calif. The location of performance is United Technologies Corp., Pratt and Whitney Aircraft, East Hartford Conn. At this time, $3,980,000 of the funds has been obligated. This work will be complete February 2007. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-04-C-2852).
NAVY
Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $17,603,960 not-to-exceed modification to a previously awarded firm-fixed-price contract (N00019-04-C-0001) for initial spare parts in support of fiscal year 2005 Lot II UH-1Y and AH-1Z aircraft. Work will be performed in Amarillo, Texas, and is expected to be completed in September 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.
JLG Industries, Inc, McConnellsburg, Pa., is being awarded a $13,039,586 firm-fixed-price order for 133 extendable boom, rough-terrain forklifts (EBFLs) with associated kits, enhanced warranty, and technical data. Work will be performed in McConnellsburg, PA., and work is expected to be completed by February 2006. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, VA is the contracting activity (M67854-01-D-3008).
EPSILON Systems Solutions, Inc. San Diego, Calif., is being awarded an estimated $8,500,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the acquisition of engineering, technical, training, installation, repair, and program support of engineering systems along with personnel, tooling, and necessary facilities to perform trouble shooting and failure mode analysis, logistics support, fleet support, industrial and installation support of engineering systems. This contract contains options, which if exercised, will bring the total cumulative value of this contract to $63,200,000. The majority of the work will be performed in San Diego, Calif., but also includes requirements in Pearl Harbor, Hawaii, and in Japan, and is expected to be completed September 2005. Contract funds will expire at the end of each fiscal year. The contract was competitively procured via the Navy Electronic Comme! rce Online website and the Federal Business Opportunities website as a competitive Small Business 8 (a) set aside procurement, with one offer received. The Fleet and Industrial Supply Center, San Diego, Calif., is the contracting activity (N00244-05-D-0045).
DEFENSE LOGISTICS AGENCY
GILL Marketing, Inc., Phoenix, Ariz., * is being awarded a maximum $30,000,000 fixed price with economic price adjustment for Army, Navy, Air Force, Marine Corps, and federal civilian agencies for food service equipment and incidental services for Zone 6 – Maritime West. This is a five-year contract with a base year and 4 one-year options. Performance completion date is June 15, 2006. Contract funds will not expire at the end of the current fiscal year. There were seventy-five (75) proposals solicited and eight (8) responded. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0500-05-D-BP13).
Dietary Equipment Co., Inc., Columbia, S.C., * is being awarded a maximum $24,000,000 fixed price with economic price adjustment for Army, Navy, Air Force, Marine Corps, and federal civilian agencies for food service equipment and incidental services for Zone 1 – CONUS East. This is a five-year contract with a base year and 4 one-year options. Performance completion date is June 15, 2006. Contract funds will not expire at the end of the current fiscal year. There were seventy-five (75) proposals solicited and ten (10) responded. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, PA (SP0500-05-D-BP08).
On the web: http://dod.mil/contracts/2004/ct20050603.html
Media contact: +1 (703) 697-5131 Public contact: http://www.dod.mil/faq/comment.html or +1 (703) 428-0711
No. 553-05
Friday, June 3, 2005
FOR RELEASE AT 5p.m ET
--------------------------------------------------------------------------------
Contracts, Friday, June 3, 2005
CONTRACTS
AIR FORCE
Boeing Co., St Louis Mo., is being awarded an $81,934,800 contract modification to provide for Joint Helmet Mounted Cueing System, Full Rate Production 2 1 for the USAF F-15, and F-16, the Navy F/A-18 platforms, and foreign military sales countries. The following period of FY 2005, FY06 and FY07, Matrix Prices were negotiated and will be placed on the contract via medication. This effort support foreign military sales to Poland, Finland, Royal Australian Air Force (RAAF), Switzerland and Oman. Total funds have been obligated. This work will be complete December 2007. The Air Force Material Command, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-01-D-0026, 0028).
General Atomics Aeronautical Systems, in., is being awarded a $19,514,981 contract modification to provide for the Development and Production efforts for the Predator dual control mobile ground control station, production of Predator fixed facility (ground control station) and enhancement mod kits. At this time, $14,636,236 of the funds has been obligated. This work will be complete October 2008. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-02-G-4035-0039).
Honeywell International Inc., Tempe, Ariz., is being awarded a $15,180,571 firm fixed price contract. This service requirement contract is for repair of the F-15 aircraft mounted accessory drive secondary power system. Repair/overhaul will be accomplished on a total of four items: left-hand aircraft mounted accessory drive and right-hand aircraft mounted accessory drive. No funds have been obligated. Solicitation began January 2005 and negotiations were completed April 2005. The Headquarters Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity (FA8208-05-D-0005).
United Technologies Corp., Pratt and Whitney Aircraft Group, East Hartford, Conn., is being awarded a $7,960,000 undefinitized contract modification to provide for undefinitized contractual action for F119 engine support to combined test force infrastructure at Edwards Air Force Base, Calif. The location of performance is United Technologies Corp., Pratt and Whitney Aircraft, East Hartford Conn. At this time, $3,980,000 of the funds has been obligated. This work will be complete February 2007. The Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (F33657-04-C-2852).
NAVY
Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $17,603,960 not-to-exceed modification to a previously awarded firm-fixed-price contract (N00019-04-C-0001) for initial spare parts in support of fiscal year 2005 Lot II UH-1Y and AH-1Z aircraft. Work will be performed in Amarillo, Texas, and is expected to be completed in September 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.
JLG Industries, Inc, McConnellsburg, Pa., is being awarded a $13,039,586 firm-fixed-price order for 133 extendable boom, rough-terrain forklifts (EBFLs) with associated kits, enhanced warranty, and technical data. Work will be performed in McConnellsburg, PA., and work is expected to be completed by February 2006. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, VA is the contracting activity (M67854-01-D-3008).
EPSILON Systems Solutions, Inc. San Diego, Calif., is being awarded an estimated $8,500,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the acquisition of engineering, technical, training, installation, repair, and program support of engineering systems along with personnel, tooling, and necessary facilities to perform trouble shooting and failure mode analysis, logistics support, fleet support, industrial and installation support of engineering systems. This contract contains options, which if exercised, will bring the total cumulative value of this contract to $63,200,000. The majority of the work will be performed in San Diego, Calif., but also includes requirements in Pearl Harbor, Hawaii, and in Japan, and is expected to be completed September 2005. Contract funds will expire at the end of each fiscal year. The contract was competitively procured via the Navy Electronic Comme! rce Online website and the Federal Business Opportunities website as a competitive Small Business 8 (a) set aside procurement, with one offer received. The Fleet and Industrial Supply Center, San Diego, Calif., is the contracting activity (N00244-05-D-0045).
DEFENSE LOGISTICS AGENCY
GILL Marketing, Inc., Phoenix, Ariz., * is being awarded a maximum $30,000,000 fixed price with economic price adjustment for Army, Navy, Air Force, Marine Corps, and federal civilian agencies for food service equipment and incidental services for Zone 6 – Maritime West. This is a five-year contract with a base year and 4 one-year options. Performance completion date is June 15, 2006. Contract funds will not expire at the end of the current fiscal year. There were seventy-five (75) proposals solicited and eight (8) responded. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0500-05-D-BP13).
Dietary Equipment Co., Inc., Columbia, S.C., * is being awarded a maximum $24,000,000 fixed price with economic price adjustment for Army, Navy, Air Force, Marine Corps, and federal civilian agencies for food service equipment and incidental services for Zone 1 – CONUS East. This is a five-year contract with a base year and 4 one-year options. Performance completion date is June 15, 2006. Contract funds will not expire at the end of the current fiscal year. There were seventy-five (75) proposals solicited and ten (10) responded. The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, PA (SP0500-05-D-BP08).