Author: Serkadis

  • tube squaring and facing machines

    the new concept of squaring machines.

    COFIM can supply a full set of head from 3 mm up to 63 mm diametre tube.

    One Accu motor is available for two heads:
    head 1 : from 3-25mm
    head 2: from 20-63 mm

    the full set is suplied with :
    one metalic box
    one accu motor
    two batteries
    one charger
    two collets
    two insert tool bits

  • Brushes with mixed filament for deburring and cleaning

    Brushes with mixed filament are used for special applications. With those brushes it is possible to complete two applications in only one work step.
    Lessmann produces high quality wheel and disc brushes with mixed filament. Brushes with a mix out of steel wire and abrasive nylon above all are used for deburring work parts. The wire knocks off the burr, the abrasive nylon which has also grinding effects on the side, makes a defined rounding of the edges possible.

    It is also common to have a combination of steel wire and nylon bristles, so that surfaces can be cleaned effectively. The steel wire removes the coarse deposits, the nylon bristles take off the fine residua in the same time and they polish the work piece additionally.

    On request also other combinations of filling materials are possible.

  • MULTIFUNCTION VIBROMETER, SPECTRUM ANALYZER, DUAL BALANCER

    N500 is a complete and user friendly multi-functional two-channel analyzer, designed for vibration measurement, FFT analysis, monitoring of total vibration versus time or speed, as well as balancing rotating equipment under service conditions on 1 or 2 planes.
    Balancing management is performed by a software designed to guide the user “step-by-step”, with provision for editing and intermediate modifications to make balancing easy, even for those not expert in the field. Particularly helpful is the large backlit display 320×240–5.7” with user-friendly software implemented for analysis requirements. Quick-connect inputs are provided for the sensors with two independent and simultaneous measuring channels, plus a dedicated input for the photocell, RS232 port and double USB ports.

  • 24_7: Infographic Self-Analyzing Everyday Procedures

    24_7.jpg
    24_7 is a collection of objects in everyday day life which were taken and turned into llustrative and physical infographics capable of “informing about themselves”. Everyday procedures and functionalities were analysed, statistical and average values were calculated, and normal things were being dismantled and observed into their building pieces.

    Compelling examples that were part of an exhibition include a deconstructed analysis of average water and energy usage in a household, self-analyzing table cutlery or a globally informative coffee cup.

    See also Data-Driven Dishes, In-Formed and Color-Matching Coffee Cup.


  • Sony says no 3D PSP anytime soon, questions Nintendo 3DS announcement

    With the Nintendo 3DS announcement generating a lot of buzz today in the interwebs, a lot of people were expecting Sony to fireback with the announcement of their own. Well they didn’t, but they have a lot

  • UK Digital Economy Bill Concession Is To Allow In A Smidgen Of Due Process, After You’ve Been Declared Guilty

    As the debate continues in the UK over the Digital Economy Bill, Stephen Timms, the minister for Digital Britain, is trying to appease critics of the bill, by promising to include an appeals process for those who are accused of copyright infringement and threatened with having their internet access removed. This is mind-boggling for a few reasons. First, the admission shows that such an appeals process hadn’t been in the plan already. More importantly, it shows the general thinking: this is a guilty-until-proven-innocent process. You get accused and you’re guilty until you “appeal” and can prove that you were falsely accused. That doesn’t seem like reasonable due process. That seems like stacking the deck in favor of copyright holders against the public.

    Permalink | Comments | Email This Story





  • The March To November – Where We Go Now.

    03.23.10 10:15 AM posted by Skip MacLure

    It ain’t over ’til it’s over, and it’s not over by a long shot. Yesterday we watched as the Constitution of the United States of America had holes shot through it. I didn’t like it one bit and I resent it all to hell and gone. When I swore my oath before God to protect and defend that wonderful document I took it very seriously, as I do to this day.

    Watching the elected Representatives of this country, who also swore that oath before God, lie, cheat, break the rule of law and the covenant of the Constitution, in order to force a massive Marxi-Socialist agenda against an unwilling populace has me and this country boiling mad.

    Where do we go from here? As has been mentioned, Republican leaders wasted no time filing intent to recall notices. Legal and parliamentary maneuvering has begun in earnest. It’s not at all clear that this health care bill will have the clear sailing being touted by the LSM (lame stream media) and their leftist masters. There are some major irregularities with the passage of this legislation – and I do mean the Constitutional challenge variety.

    The next phase of the war against totalitarianism as evinced by Barack Hussein Obama will be fought in the Senate. The Constitution requires that the language of both bills be identical. It also requires that both bills be passed before they are sent to the President, whose signature makes them law. In this case the House has passed the Senate bill exactly as written, and will attempt to make changes through a second bill which they will attempt to pass through the ‘reconciliation’ process which only requires 51 votes in the Senate. It is this process that the Republicans will attempt to obstruct at every turn. read more »

    http://www.conservativeoutpost.com/m…here_we_go_now

  • Entitlement Addiction and Healthcare Taxation

    03.23.10 12:40 PM posted by Veronica Estrada

    Front-load benefits, back-ended taxation. Photo from Politico’s John Shinkle.

    Dems are wicked.

    Can I say it again?

    Gonna.

    Dems are wicked.

    And we’re borderline stupid for not anticipating these sort of political shenanigans.

    What they’re doing is in the political playbook. It’s simple: you read back, analyize and project the most awful, cruel, twisted, socialistic, sadistic outcome, then you try to trump evil and slavery.

    Possible? Maybe. If they don’t train away our right to vote.

    Carrie Budoff Brown from Politico’s Timing Right for Democrats’s Midterm Election Hopes reports on "gain before pain":

    <blockquote>Voters will get their first taste of the benefits of health care reform only a few short weeks before the November midterm elections. read more &raquo;

    http://www.conservativeoutpost.com/e…hcare_taxation

  • Judge Signs Release for Osama Bin Ladin’s 9/11 Recruiter While Obama Signs America’s

    03.23.10 12:56 PM posted by Veronica Estrada

    He may not have closed Gitmo, but he is certainly adhering to his promise avoid the military tribunals and a court circus.Silently letting our enemies free while the nation is riveted by a socialist takeover.

    This is worse than just underhanded politics, folks.

    This is evil mainifested by the power of the Executive Office.

    From the Wall Street Journal‘s Jess Bravin:

    <blockquote>"A suspected al Qaeda organizer once called "the highest value detainee" at Guantánamo Bay was ordered released by a federal judge in an order issued Monday.Mohamedou Ould Slahi was accused in the 9/11 Commission report of helping recruit Mohammed Atta and other members of the al Qaeda cell in Hamburg, Germany, that took part in the Sept. 11, 2001, terrorist attacks.

    Military prosecutors suspected Mr. Slahi of links to other al Qaeda operations, and considered seeking the death penalty against him while preparing possible charges in 2003 and 2004." read more &raquo;

    http://www.conservativeoutpost.com/j…ture_socialism

  • What good are prolife Democrats anyway?

    03.23.10 01:06 PM posted by Drew McKissick

    For years, prolife activists and leaders have worked to advance their agenda in both the Republican and the Democrat party. Obviously we’ve had more success with the GOP, but that doesn’t negate the importance of having your voice heard in both of the major American political parties.

    The "life" issue is (and should be) above partisanship.

    And for that reason, the pro-life community has nurtured pro life candidates and politicians in the Democrat party. You know, because at some point in time their votes can help advance (or stop) anti-life legislation. And when their party is in the majority, (like now), this can become even more important.

    But along came ObamaCare. Specifically, the just passed Senate version with enough loopholes and even direct language that will lead to the largest expansion of abortion since Roe vs. Wade became the law of the land in the early ’70’s.

    And where were the long nurtured prolife Democrats when it mattered? Well, some where there. But many of them weren’t. Specifically, some pretty high profile ones like Bart Stupak, who essentially held himself out as the House leader of prolife Democrats. He demonstrated just how deep his prolife principles really were when he was put on the spot by Obama and Pelosi. When he was faced with the fact that his (and a few similar Democrat) votes meant victory or defeat for the long hoped for government healthcare grab, they caved and tried to hide behind the flimsy fig leaf of an executive order as a rationalization for their treason. read more &raquo;

    http://www.conservativeoutpost.com/w…mocrats_anyway

  • Animal Drawings by Ross T Boyd, Enter to Win a Set of Notecards!

    House Cat Drawings by Ross T Boyd

    I wanted to share with you these beautiful pen and ink drawings by my friend, Phoenix-based artist Ross T. Boyd. Ross has been drawing animals of all kinds for decades, spending hours and hours on each image.  These are some of my favorite images of house cats, especially the first one, called “Cattitude,” which looks just like my new kitten McKinley.

    Ross shows his drawings at various art events around town, and he now has a CafePress store so animal lovers everywhere can get Ross’ drawings on all sorts of merchandise. Right now the shop includes Ross’ house cats as well as some of his wild cat drawings. Choose your own t-shirt, sweatshirt, greeting cards, buttons, magnets, mugs, and even tile coasters with any one of the drawings. Here are some of the items with the house cat drawings:

    Ross T Boyd Drawings at CafePress

    ENTER TO WIN A SET OF HOUSE CAT NOTECARDS!

    We are giving away a set of four notecards with some of the house cat drawings shown below. To enter, please visit Ross’ CafePress Store, then come back here and leave a comment on this post telling us which is your favorite drawing. The winner will be chosen in a random drawing on March 31. One entry per person. This giveaway is open to readers everywhere!

    House Cat Notecards by Ross T Boyd

  • Thank You

    I just wanted to say thank you so much for all the comments and emails about Sophie’s passing. I read every single one of them and I am completely overwhelmed at how incredible this community is. It is so comforting to know that others cherish their cats in the same way that I do. As I’ve said before, animal people — and cat people specifically — are some of the most compassionate and caring individuals I know and I’m honored to be a part of this group.

    Just a little story for you. Over the weekend, I was hanging around the house feeling quite sad and missing Sophie. I sat down in the lounge chair on the catio and Ando — who rarely sits in a lap — hopped up on my lap, settled in and slept in the sun for an hour. While Ando was still on my lap, I started to cry and immediately Mackenzie came marching over and hopped up on my chest to comfort me. There I sat with 30+ lbs of cat on me. Some of the best therapy I could ask for.

  • Secret passages of Mont Sainte-Odile

    Image of Secret passages of Mont Sainte-Odile located in Ottrott, France | Mont Sainte Odile

    Secret passages of Mont Sainte-Odile

    An ancient monastery, a locked room, and a mysterious book heist

    “I’m afraid my burning passion overrode my conscience. It may appear selfish, but I felt the books had been abandoned. They were covered with dust and pigeon droppings and I felt no one consulted them any more. There was also the thrill of adventure – I was very scared of being found out.”
    In 2003, Stanislas Gosse admitted to the theft of over 1000 ancient and rare books from a locked private library in a monastery perched 2500 feet up in the Voseges mountains in France. In order to accomplish this feat he climbed exterior walls and hidden stairways into a long forgotten medieval passageway with secret access behind library cupboards. He then snuck into the library, chose his victims, and left through the same route. He was not a professional thief out for money – all the books were found safely in his tiny apartment. He was a local teacher who stumbled across a map to the secret passages in the city archives and couldn’t resist the thrill.
    The picturesque and remote Mont Sainte-Odile is encircled by 10 kilometer walls, the ruins of fortifications called Mur Païen. The monastery/convent itself dates to the 7th century AD and is dedicated to St. Odile of Alsace, who was born blind, but miraculously recovered her eyesight after angelic intervention. The buildings have been destroyed and rebuilt many times, most recently in the 1600s and again in 1853. None of the monks nor staff at the building were aware of the existence of secret passages until the books started disappearing.
    The theft of the books had not gone unnoticed, but since the room was firmly locked and off limits to the public, for two years the means and method remained a mystery. It was only after the exterior windows were blocked, and locks replaced that police determined that there must be another entrance to the room. Finally the secret was discovered when a section of bookcase swung back to reveal the secret space. Rope ladders led up to the roof and then out into other rooms more commonly open to the public. It is thought that the secret passages may have originally been built to allow senior members of the monastery to listen in on monk’s conversations inside what was then the common room.
    After setting up hidden cameras to catch him in the act, police arrested Gosse still carrying climbing rope and three suitcases full of books. He received a fine, a suspended prison sentence, and was assigned community service, helping catalog the books in the library at Sainte-Odile.

    Read more about Secret passages of Mont Sainte-Odile on Atlas Obscura…

    Category: Architectural Oddities
    Location: Ottrott, France
    Edited by: Annetta, lib

  • IARPA Solicitations – March 2010

    iarpa2RFI Sirius – IARPA is interested in focused, quantitative research to understand how virtual worlds and immersive games may have RW effects, particularly those effects that could positively impact individual and group analytic performance. What are the important VW (and RW) environmental variables that control the strength and persistence of such effects? Examples of variables include, but are not limited to: degree of fidelity, image and sound quality, level of immersion, amount of repetition, social effects, narrative structure, language skills, and cultural background.  Submissions should be theory-driven, and any prospective VW or game development, along with experimental paradigms to test their effectiveness, should be informed by existing or new theories. Theories may be derived from a number of disciplines, including but not limited to: education, clinical psychology, social psychology, health care, or neurology.  The responses to this RFI will be used to help in the planning of a one to two day workshop. The results of this workshop may justify a multi-year competitive program. The selection of topics, participants, and setting of the agenda of this workshop will in part be informed by the responses, with responders potentially being invited to participate and present at this workshop. It is anticipated that this workshop will be held in May 2010.  Submission Due Date: April 12, 2010.

    Posted Date: March 12, 2010

    Solicitation Number: IARPA-RFI-10-04

  • DOD Contracts Over $5 Million—March 17, 2010 Through March 23, 2010

    dodNo. 226-10 March 23, 2010

    UNITED STATES TRANSPORTATION COMMAND

    Air Transport International of Little Rock, Ark., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012. Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W001).

    Evergreen International Airlines Inc., of McMinnville, Ore., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012.  Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W002).

    Federal Express Corp., of Washington, D.C., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012.  Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W003).

    National Air Cargo Group Inc., of Ypsilanti, Mich., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012.  Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W004).

    United Parcel Service Co., of Louisville, Ky., is one of five indefinite delivery/indefinite quantity, fixed-price contractors that has received an indefinite delivery/indefinite quantity, fixed-price award and will compete daily for business at the task order level. This program has an overall two-year estimated contract value of $869,530,594 with a contract guaranteed minimum award amount of $2,500 per awardee. The contract is for time definite, door-to-door transportation service for full pallet, less than full pallet, and outsized/oversized cargo shipments in the U.S. Central Command area of responsibility. Work will be performed internationally and the performance period is from April 1, 2010, to March 31, 2011, with a one-year option period from April 1, 2011, to March 31, 2012.  Contract funds will expire at the end of the current fiscal year. Electronic proposals were solicited and nine proposals received. The contracting activity is United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-10-D-W005).

    NAVY

    Suffolk Construction, Sarasota, Fla., is being awarded a $19,231,000 firm-fixed-price contract for design and construction of a physical fitness center at Marine Corps Base, Camp Lejeune. The work provides for design and construction of a Leadership in Energy and Environmental Design (LEED) “Gold” certified physical fitness center. Facility will be constructed as a destructive weather shelter for extreme wind events. The facility includes: indoor swimming pool, indoor running track, gymnasium with basketball/volleyball court and spectator seating, racquetball courts, unit physical training/group exercise room, aerobic/exercise area, a cardiovascular training area and a weight training/body development area. Space shall be provided for equipment storage/gear issue area, administrating area including private staff offices, a fitness assessment room, and a laundry facility, vending area, separate men/women/family locker area with showers, toilets and sauna. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $20,777,000. Work will be performed in Jacksonville, N.C., and is expected to be completed by April 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 38 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-5317).

    Sikorsky Aircraft Corp., Stratford, Conn., is being awarded an $18,160,277 firm-fixed-price modification to a previously issued delivery order under a basic ordering agreement (N00019-08-G-0010) for the procurement of MH-60S armed helicopter mission kits, which consist of 36 integrated self defense (ISD) mission kits and 33 weapons kits. Work will be performed in Tallassee, Ala. (76.1 percent); Coxsackie, N.Y. (17.6 percent); Wichita, Kan. (4.3 percent); Valencia, Calif. (1 percent); and at various locations across the U.S. (1 percent) and is expected to be completed in January 2012. Contract funds in the amount of $1,487,432 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

    Raytheon Defense and Civil Missions Solutions, Falls Church, Va., is being awarded a $15,397,523 firm-fixed-pricecontract to produce Global Broadcast Receive Suites for the Global Broadcast Service (GBS) program.  Work will be performed in Falls Church, Va. (82.5 percent), and Reston, Va.(12.5 percent) and is expected to be completed by March 2012.  Contract funds will not expire at the end of the current fiscal year.This contract was not competitively procured. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-10-C-0059).

    L-3 Communications Flight International, Newport News, Va., was awarded a $12,133,358 modification to a previously awarded firm-fixed-price, indefinite-/ndefinite-quantity contract (N00019-09-D-0018) for commercial air services, military operations support. This modification provides airborne threat simulation training for shipboard and aircraft squadron weapon systems operators and aircrew, to enhance abilities to counter potential enemy electronic warfare and electronic attack operations in an electronic combat environment. Work will be performed in Newport News, Va. (50 percent) and San Diego, Calif. (50 percent) and is expected to be completed in October 2010. 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.

    Correction: The contract modification award initially listed to be awarded March 19, 2010, to DynCorp International LLC, Fort Worth, Texas (N62732-08-C-1115) for $34,486,995 will be executed after 1700, March 23, 2010.

    ARMY

    QinetiQ of North America, Reston, Va., was awarded on Mar. 19, 2010 a $19,533,000 firm-fixed-price contract for the Man-Wearable Gun Shot Detection Systems.  Work is to be performed in Cheswick, Pa., with an estimated completion date of Mar. 19, 2012.  Bids were solicited on the World Wide Web with one bid received. Research, Development & Engineering Command Contracting Center, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-10-D-0021).

    South Carolina Commission for the Blind, Columbia, S.C., was awarded on Mar. 19, 2010 a $18,831,610 cost-plus-award-fee contract for full food services at Fort Jackson, S.C. Work is to be performed in Fort Jackson, S.C., with an estimated completion date of Feb. 29, 2012.  One bid was solicited with one bid received. Mission & Installation Contracting Command, MICC Center-Fort Bragg, N.C., is the contracting activity (W91247-10-C-0022).

    The Korte Co., St. Louis, Mo., was awarded on Mar. 18, 2010 a $9,777,181 firm-fixed-price contract for the design and construction of a 23,390 square foot Child Development Center at Vandenberg Air Force Base, Calif.  The project included infant, pre-toddler, toddler, pre-school rooms, kitchen, administrative, and lobby areas.  This project includes all utilities, site work, pavements, and outdoor play areas.  The design shall be LEED Silver certified and complies with all codes and standards, including the Vandenberg AFB Excellence Standards 2008.  Work is to be performed at Vandenberg Air Force Base, Calif., with an estimated completion date of Sept. 10, 2011.  Bids were solicited via fbo.gov with 20 bids received. U.S. Army Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-10-C-0018).

    Lord Electric Co., of Puerto Rico, Inc., San Juan, Puerto Rico., was awarded on Mar. 18, 2010 a $9,506,464 firm-fixed-price contract for the design and construction of a substation project at Fort Buchanan, Puerto Rico.  Work is to be performed in Fort Buchanan, Puerto Rico., with an estimated completion date of Apr. 18, 2011.  Fifty bids were solicited with four bids received. U.S. Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-10-C-0032).

    Gichner Systems Group, Inc., Dallastown, Pa., was awarded on Mar. 19, 2010 a $8,241,476 firm-fixed-price contract to procure 20 each 1 Side Amp Expandable Shelters & 28 each 1 side 100 AMP Expandable Shelters.  Work is to be performed in Dallastown, Pa., with an estimated completion date of July 15, 2010.  Bids were solicited through the World Wide Web with two bids received. Research, Development & Engineering Command Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W58P05-05-D-0004).

    Duncan & Thompson Construction Services, LLC., Birmingham, Ala., was awarded on Mar. 19, 2010 a $7,182,818 firm-fixed-price contract for the renovations of the Nursing Home Care Unit (NHCU) at the Veterans Affairs Medical Center, Tuscaloosa, Ala.  Work is to be performed in Tuscaloosa, Ala., with an estimated completion date of Mar. 30, 2012.  Bids were solicited through the World Wide Web with nine bids received. U.S. Army Corps of Engineers, Mobile District, Mobile, Ala., is the contracting activity (W91278-10-C-0042).

    AIR FORCE

    Mantech SRS Technologies, Inc., of Arlington, Va., was awarded a $15,422,664 contract which will provide system engineering and integration services to support launch and range systems wing by providing space launch operations for current and future launches.  At this time, the entire amount has been obligated. SMC/LRSW, El Segundo, Calif., is the contracting activity (FA8811-10-C-0002).

    Honeywell Technology Solutions, Inc., of Colorado Springs, Col., was awarded a $26,900,000 contract which will provide the Hawaii Tracking Station part of the Air Force satellite control network.  At this time, the entire amount has been obligated.  SCNG/PK, El Segundo, Calif., is the contracting activity (FA4701-02-D-0006).

    United Launch Services of Littleton, Col., was awarded an $18,377,691 contract which will support the Department of Defense’s assured access to space efforts by implementing FY10 Project Improvement-Ordnance Box and FY10 Fleet Standardization-Metallic LOX Skirt capability improvement projects under the Evolved Expendable Launch Vehicle Launch Capabilities contract.  At this time, $9,952,220 has been obligated.  SMC/LR, El Segundo, Calif., is the contracting activity (FA8816-06-C-0002).

    No. 221-10 March 22, 2010

    NAVY

    Raytheon Co., Marlborough, Mass., is being awarded a $28,144,958 firm-fixed-price modification to a previously awarded contract (N00039-08-C-0115) for eight Submarine High Data Rate Antenna Systems.  Work will be performed in Marlborough, Mass. (69 percent) and St. Petersburg, Fla. (31 percent), and is expected to be completed by December 2010.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured because Raytheon developed the submarine antenna under contract N00039-04-D-0033, which was competitively awarded Oct. 23, 1996.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

    Lockheed Martin Corp., Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $24,147,757 modification under previously awarded contract (N00030-07-C-0100) for the Trident II (D5) life extension commonality parts procurement.  This effort is to provide procurement and testing of commonality parts necessary for the Trident II (D5) life extension program.  The total contract value after award of this effort will be $1,159,319,749.  Work will be performed in Bloomington, Minn. (93.24 percent); Sunnyvale, Calif. (4.15 percent); Fairview, N.C. (2.46 percent); Marionville, Mo. (0.10 percent); and Clearwater, Fla. (0.05 percent), and work is expected to be completed May 31, 2012.  Contract funds in the amount of $11,000,000 will expire at the end of the current fiscal year.  Strategic Systems Program, Arlington, Va., is the contracting activity.

    Lockheed Martin Corp., Marietta, Ga., is being awarded a $21,900,000 cost-plus-fixed-fee, indefinite-delivery, indefinite-quantity contract for engineering and logistic services in response to obsolescence and operational and/or technical issues for the P-3 aircraft.  Services are in support of the Navy and Foreign Military Sales customers, which include all members of the P-3 airframe sustainment international working group, including the governments of Australia, Canada, Germany and Norway.  Work will be performed in Marietta, Ga., and is expected to be completed in March 2013.  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 (N00019-10-D-0015).

    Accord MACTEC JV*, Santa Ana, Calif., is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineering services to provide comprehensive environmental response, Compensation and Liability Act/Resource Conservation and Recovery Act/underground storage tanks environmental studies and other support services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  Work will be performed at Navy and Marine Corps installations and other Department of Defense installations within the NAVFAC Southwest AOR including, but not limited to, Calif. (90 percent), Ariz. (2 percent), Nev. (2 percent), N.M. (2 percent), Colo. (2 percent), and Utah (2 percent).  The contract is expected to be completed by Mar. 2015.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured as an 8(a) small business set-aside via the Navy Electronic Commerce Online website, with 12 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-D-0814).

    General Dynamics – Ordnance and Tactical Systems, St. Petersburg, Fla., is being awarded $19,961,049 for delivery order under previously awarded firm-fixed-price contract (M67854-05-D-6014) for the Production Lot 3 (PL3) procurement of 20 full rate production Expeditionary Fire Support Systems (EFSS) together with their corresponding basic issue item kits, additional authorization list hardware. The EFSS provides all-weather, ground-based, close supporting, accurate, immediately responsive, and lethal indirect fires.  The EFSS is defined as a launcher, mobility platform (prime mover), ammunition (not included in this order), ammunition supply vehicle, and technical fire direction equipment necessary for orienting the weapon on to an azimuth of fire and accurately computing firing data.  Work will be performed in St. Aubin, France (63 percent), Robbins, N.C. (20 percent), and Forest, Va. (17 percent), and work is expected to be completed by April 22, 2012.  Contract funds will not expire at the end of the current fiscal year.  The basic contract was competitively procured.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

    Lockheed Martin Corp., Maritime Systems & Sensors, Baltimore, Md., is being awarded a $14,078,054 modification to previously awarded contract (N00024-09-C-2303) for Littoral Combat Ship (LCS) class design services.  These LCS class design services provide necessary engineering, program, and technical support for LCS class ships.  This includes class baseline design services, class configuration management services, class documentation services, ship interim support, ship systems development, and other technical and engineering analyses.  Work will be performed in Norfolk, Va. (41 percent), Moorestown, N.J. (16 percent), Baltimore, Md. (15 percent), Marinette, Wis. (14 percent), Washington, D.C. (8 percent), Arlington, Va. (6 percent), and is expected to be completed by December 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.

    Ecology and Environment, Inc., Lancaster, N.Y., is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for design and/or engineering services for base development planning and engineering services for Air Installations Compatible Use Zones (AICUZ), Range Air Installations Compatible Use Zones (RAICUZ) and other encroachment-related studies at various Navy and Marine Corps facilities and other government facilities worldwide.  The preponderance of documents to be prepared under this contract are AICUZ documents including the following:  detailed analysis of aircraft noise, accident potential, land use compatibility, operations alternatives, and potential solutions to both existing and potential incompatible land use problems.  RAICUZ documents include the following: quantify range compatibility zones, aircraft noise zones and blast noise zones, develop strategies for lands affected by potential weapon impacts or noise impacts, and develop a strategy to promote compatible development on land within these areas.  Work will predominantly be performed in Md. (25 percent), Va. (20 percent), N.C (20 percent), Fla. (20 percent) and Calif., (10 percent).  Work may also be performed within the Naval Facilities Engineering Command, Atlantic area of responsibility and the adjacent waters of the Atlantic and Pacific Oceans, including the Continental United States, the Caribbean, Europe and North Africa (5 percent).  However, tasks associated with this contract may be assigned anywhere in the world.  The term of the contract is not to exceed 60 months, with an expected completion date of Mar. 2015.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with nine proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (contract number N62470-10-D-2024).

    Contingency Response Services, LLC, Fort Worth, Texas, was awarded a $9,615,384 cost-plus-award-fee task order #JN09 on March 12, 2010, under a previously awarded indefinite-delivery/indefinite-quantity global contingency services contract (N62742-06-D-1113) for debris removal in Haiti.  The work to be performed provides for removing concrete and organic rubble and debris and other selected material from right of way within the Turgeau area of Haiti or surrounding areas.  Work will be performed in Turgeau, Haiti, and is expected to be completed by Apr. 2010.  Contract funds will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

    DEFENSE LOGISTICS AGENCY

    Lockheed Martin Systems Integration, Owego, N.Y., is being awarded a maximum $14,073,970 firm fixed price, sole source contract for inertial navigation units and common cockpit spare parts.  There are no other locations of performance.  Using service is Navy.  There was originally one proposal solicited with one response.  Contract funds will not expire at the end of the current fiscal year.  The date of performance completion is March 31, 2013.  The contracting activity is the Defense Logistics Agency Procurement Operations, Philadelphia, Pa., (SPRPA1-09-G-002Y-0001).

    AIR FORCE

    Burnett Equipment, Inc., of Birmingham, Ala., was awarded a $12,497,882 contract which will provide Louden Crane System items to Tinker AFB, Oklahoma.  At this time, no money has been obligated.  OC-ALC/PKEA at Tinker Air Force Base, Oklahoma is the contracting activity. (FA8100-10-D-0003)

    No. 218-10 March 19, 2010

    DEFENSE LOGISTICS AGENCY

    AmerisourceBergen Drub Corporation, Chester Brook, Pa. is being awarded a maximum $177,500,000 firm fixed price, prime vendor contract for pharmaceutical requirements.  Other locations of performance include Texas, Massachusetts, Virginia and North Carolina.  Using services include all designated providers that are part of the Uniformed Services Family Health Plan program.  The original proposal was Web solicited with five responses.  Contract funds will not expire at the end of the current fiscal year.  This contract is exercising the second of three thirty-month option periods.  The date of performance completion is September 30, 2012.  The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-05-D-0950).

    AmerisourceBergen Drub Corporation, Chester Brook, Pa. is being awarded a maximum $110,000,000 firm fixed price, prime vendor contract for pharmaceutical requirements.  Other locations of performance include Texas, Massachusetts, Virginia and Washington.  Using services include various non-DoD agencies, National Institute of Health, Department of Justice and District of Columbia government.  The original proposal was Web solicited with five responses.  Contract funds will not expire at the end of the current fiscal year.  This contract is exercising the second of three thirty-month option periods.  The date of performance completion is September 30, 2012.  The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-05-D-0925).

    Shore Terminals LLC, San Antonio, Texas is being awarded a maximum $70,860,000 firm fixed price contract for petroleum storage services.  Other location of performance is California.  Using services are the Defense Energy Support center and federal civilian agencies.  There were originally 15 proposals solicited with four responses.  Contract funds will not expire at the end of the current fiscal year.  This contract has a five year base with one five-year option period.  The date of performance completion is March 16, 2015.  The contracting activity is the Defense Energy Support Center (DESC), Fort Belvoir, Va. (SP0600-10-C-5033).

    Wolverine World Wide, Inc., Rockford, Mich. is being awarded a maximum $7,370,410 fixed price with economic price adjustment contract for dress leather shoes.  Other locations of performance are Arizona and Michigan.  Using services are Navy, Air Force and Coast Guard.  The original proposal was Web solicited with six responses.  Contract funds will expire at the end of the current fiscal year.  This contract is exercising the fourth of four one-year option periods.  The date of performance completion is March 19, 2011.  The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SP0100-06-D-0351).

    Zimmer, Inc., Warsaw, Ind. is being awarded a maximum $6,629,467 fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract for knee and hip orthopedic implants, instrumentation sets and auxiliary products.  There are no other locations of performance.  Using services are Army, Navy, Air Force and Marine Corps.  The original proposal was Web solicited with two responses.  Contract funds will not expire at the end of the current fiscal year.  This contract is exercising the fourth option year.  The date of performance completion is March 24, 2011.  The contracting activity is the Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa. (SPM200-06-D-7202).

    NAVY

    Parsons Infrastructure and Technology Group, Inc., Pasadena, Calif. (N62470-10-D-2019) and HDR Engineering, Inc., Colorado Springs, Colo. (N62470-10-D-2020), are each being awarded a multiple award indefinite-delivery/indefinite-quantity contract for planning and engineering services at various Navy and Marine Corps facilities and other government facilities worldwide.  The maximum dollar value, including the base period and four option years, of the two contracts combined is $60,000,000.  This effort provides for preparation of plans, project planning documents, cost estimates, planning studies, visioning and scenario workshops/planning, geo-spatial information and service, and preparation of Navy and Marine Corps planning and engineering services for projects.  The preponderance of documents to be prepared under this contract includes but is not limited to the following:  global shore infrastructure plans, base development plans, activity master plans, regional shore infrastructure plans, regional Integration plans, maintenance and sustainment plans, integrated logistics plans, encroachment action plans, family housing and bachelor quarters comprehensive neighborhood plans, activity overview plans, project planning documentation, asset evaluations, basic facilities requirements documentation, facilities planning documents.  Work will performed in N.C. (24 percent), Fla. (16 percent), Va. (13 percent), Conn. (8 percent), Md. (6 percent), Ariz. (6 percent), Ga. (5 percent), R.I. (4 percent), Maine (3 percent), N.J. (3 percent), W.V. (2 percent), Miss. (2 percent), N.Y. (2 percent), and Calif. (1 percent).  Work may also be performed within the Naval Facilities Engineering Command, Atlantic area of responsibility and the adjacent waters of the Atlantic and Pacific Oceans, including the Continental United States, the Caribbean, Europe and North Africa (5 percent).  However, tasks associated with this contract may be assigned anywhere in the world.  The term of the contract is not to exceed 60 months, with an expected completion date of Mar. 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

    DynCorp International LLC, Fort Worth, Texas, is being awarded a modification to decrease the maximum dollar value by $34,486,995 on a previously awarded cost-plus-award-fee contract (N62742-08-C-1115) to provide support services for Philippines operations support in the Republic of the Philippines for the Joint Special Operations Task Force – Philippines.  The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide support services.  After award of this modification, the total cumulative contract value will be $177,186,271.  Work is performed in the Republic of the Philippines, and is expected to be completed by Sep. 2012. Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

    Progeny Systems Corporation, Manassas, Va., is being awarded a $23,134,194 option exercise under previously awarded contract (N00024-08-C-6297).  The option is for AN/WLY-1 System, Active Intercept & Ranging (AI&R) System and Archival Media Center (AMC) production and engineering services for the Navy’s modernization of existing active intercept acoustic signal processing systems onboard all submarines in order to satisfy the functional requirements for acoustic intercept capability in the Virginia class submarines.  Tactical recording and storage of acoustic data is provided by the AMC.  The effort under this contract will provide for continuous development that optimizes use of commercial-off-the-shelf (COTS) technologies, common submarine COTS-based sonar system hardware and software elements, future technology insertion initiatives and improved total ownership cost.  Work will be performed in Manassas, Va., and is expected to be completed by September 2011.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, D.C. is the contracting activity.

    Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $11,807,094 modification to a previously awarded cost-plus-incentive-fee contract (N00019-07-C-0097) to definitize the requirement to provide and install P5 Combat Training System Group A provisions into all F-35 Joint Strike Fighter Low Rate Initial Production Lot 2 Aircraft.  Work will be performed in El Segundo, Calif. ( 89 percent ) and Fort Worth, Texas (11 percent), and is expected to be completed in February 2011.  Contract funds in the amount of $5,507,094 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

    Clark-Nexsen/CH2M Hill, San Diego, Calif., is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for geographic information systems, professional surveying, mapping and engineering services and support at various Navy and Marine Corps facilities and other government facilities worldwide.  Work will predominantly be performed in Calif. (25 percent), Wash. (15 percent), Fla. (15 percent), Va. (15 percent) and Texas (15 percent).  Work may also be performed within the Naval Facilities Engineering Command, Atlantic area of responsibility and the adjacent waters of the Atlantic and Pacific Oceans, including the continental United States, the Caribbean, Europe and North Africa (15 percent).  However, tasks associated with this contract may be assigned anywhere in the world.  The term of the contract is not to exceed 60 months, with an expected completion date of Mar. 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-10-D-2023).

    Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $9,944,691 firm-fixed-price order against a previously issued basic ordering agreement (N00019-07-G-0008) to procure 62 swashplate actuators (7 for U.S. Air Force CV-22; 55 for U.S. Marine Corps MV-22); 307 flaperon actuators (50 for Air Force CV-22; 257 for U.S. Marine Corps MV-22).  In addition, this order provides for the training and support equipment tools for regulator control units, and intercom set controllers specific to the MV-22 and CV-22 aircraft.  Work will be performed in New York, N.Y. (99 percent) and Arville, France (1 percent), and is expected to be completed in January 2012.  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.

    DRS C3 System, Inc., Stevensville, Md., is being awarded a $7,935,427 cost-plus-fixed-fee contract for research and development activities associated with integrated power system (IPS) advanced modules and IPS ship design tools.  This effort supports the research and development of various alternative technologies associated with advanced power systems and development of ship design tools that support the design development of advanced IPS ship concepts and that quantifies technical risks associated with the integrated technology.  DRS C3 System, Inc will develop an advanced hydrodynamics simulation tool and related ship design software and an advanced design, modeling & simulation tool for capability-based ship design that includes IPS technology.  Work will be performed in Stevensville, Md., and is expected to be completed by March 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via broad agency announcement; 81 white papers were received, 24 proposals were requested, and 23 awards have been made.  The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-10-C-4214).

    AIR FORCE

    Triune Group of Dayton, Ohio was awarded a $48,500,000 contract which will provide the Air Force Knowledge Now operations and maintenance, development, knowledge engineering and functional support services.   At this time, $1,391,878.70 has been obligated.  ASC/PKEIE, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8604-10-D-7045).

    Lockheed Martin Integrated Systems of Santa Maria, California was awarded a $20,599,510 contract modification which extends RSA IIA support to complete the Mission Flight Control Center.  At this time, the $2,770,000 has been obligated.  SMC/LRSW/PK, El Segundo, California is the contracting activity (FO4701-95-C0029, P00314).

    Boeing Company of St. Louis, Missouri was awarded a $14,288,369 contract which will provide the Joint Helmet Mounted Cueing Systems full rate production for the Air Force, Navy and Foreign Military Sales for Belgium.  At this time, the total amount has been obligated.  641 AESS/SYKA, Wright-Patterson Air Force Base, Ohio (F33657-01-D-0026).

    Net-Scale Technologies of Morganville, New Jersey was awarded a $5,771,541 contract which will provide a deep learning program to discover and instantiate a single set of methods that will yield more useful representations.   At this time, $1,564,943 has been obligated. AFRL/PKD at Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8650-10-C-7019).

    No. 214-10 March 18, 2010

    NAVY

    Hensel Phelps Construction Co., Irvine, Calif. (N62473-10-D-5405); Harper Construction Co., Inc., San Diego, Calif. (N62473-10-D-5406); Barnhart, Inc., San Diego, Calif. (N62473-10-D-5407); Sundt Construction, Inc., Tempe, Ariz. (N62473-10-D-5408); RQ Construction, Inc., Carlsbad, Calif. (N62473-10-D-5409); R. A. Burch Construction Co., Inc., Ramona, Calif. (N62473-10-D-5410); Solpac Construction, Inc., dba Soltek Pacific Construction Co., San Diego, Calif. (N62473-10-D-5411); T. B. Penick & Sons, Inc., San Diego, Calif. (N62473-10-D-5412); and Clark Construction Group – California, LP, Costa Mesa, Calif. (N62473-10-D-5413), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple-award construction contract for commercial and institutional building construction at various locations predominantly within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value, including the base period and four option years, for all nine contracts combined is $900,000,000. Hensel Phelps Construction Co. is being awarded task order 0001 at $5,775,000 for the design and construction of an industrial machine shop facility at the Marine Corps Logistics Base, Barstow, Calif. Work for this task order is expected to be completed by December 2010.  All work will be performed at various federal sites within the NAVFAC Southwest AOR including, but not limited to, Southern California (94 percent), Arizona (5 percent), and New Mexico (1 percent). The term of the contracts is not to exceed 60 months, with an expected completion date of March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with 54 proposals received. These nine contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, is the contracting activity.

    Lockheed Martin Corp., Simulation, Training and Support, Orlando, Fla., is being awarded an $83,305,442 cost-plus-incentive-fee contract to design, develop, fabricate, integrate, and test the electronic Consolidated Automated Support System. In addition, this provides for the procurement of 14 engineering development models during the system design and development phase of the contract. Work will be performed in Orlando, Fla. (61 percent); Hunt Valley, Md. (26 percent); North Reading, Mass.(12 percent); and Reston, Va. (1 percent), and is expected to be completed in March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-C-0225).

    AECOM Technical Services, Inc., Raleigh, N.C., is being awarded a maximum $30,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for utilities design and engineering services for projects located at Marine Corps installations at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point. Work performed includes utility infrastructure design projects; providing/replacing/upgrading sanitary collection and treatment systems; potable water supply, treatment, and distribution systems; stormwater collection and conveyance systems; installation of security fencing and entry control facilities; installation/repair of shoreline erosion control measures; design of new and resurfacing of existing airfields, roads, and parking lots; performing property and topographic surveys; and facility site work to include demolition, underground storage tank removal, layout, and site preparation. Work will be performed in Jacksonville, N.C. (75 percent), and Havelock, N.C. (25 percent), and is expected to be completed by March 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with 28 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-D-5313).

    Mikros Systems Corp.*, Fort Washington, Pa.,is being awarded a maximum amount $25,959,991 indefinite-delivery/indefinite-quantity contract for the procurement of adaptive diagnostic electronic portable test sets that will be used by technicians to maintain, calibrate and diagnose problems with complex electronic radar systems. Work will be performed in Fort Washington, Pa. (90 percent), and various other locations (10 percent), and is expected be completed by September 2015. Contract funds willnot expire at the end of the current fiscal year. This contract was competitively procured as a Phase III Small Business Innovation Research action; one offer was received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-10-D-GR63).

    Raytheon Network Centric Systems, St. Petersburg, Fla., is being awarded a $13,680,670 modification to previously awarded contract (N00024-08-C-5202) for the design agent and engineering services for the cooperative engagement capability (CEC) system. This contract combines purchases for the Navy (97 percent) and the government of the United Kingdom (3 percent) under the Foreign Military Sales program. Work will be performed in Largo, Fla. (80 percent); St. Petersburg, Fla. (19 percent); and Dallas, Texas (1 percent), and is expected to be completed by September 2011. 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.

    Ocean Systems Engineering Corp., Oceanside, Calif., is being awarded $9,034,935 for task order # 0068 under previously awarded firm-fixed-price contract (M67854-02-A-9020).  The scope of this effort is to provide on-going engineering, technical, acquisition, administrative, and management support to the Marine Air-Ground Task Force (MAGTF) Command and Control Systems Program Management Office; and a liaison representative on-site at Communications-Electronics Command, Program Executive Office for Command, Control and Communications Tactical, Project Manager Battle Command. This statement of work includes Combat Operations Center; MAGTF command and control combat operations center capability blocks 2010 and 2012; joint tactical common operational picture workstation; target location designation handoff system; advanced field artillery tactical data system; blue force situational awareness family of systems; joint interface control officer support system; and potential technology insertion opportunities under the science and technology transition office. The programs require support through all phases of the acquisition cycle. Work will be performed in Quantico, Va., and is expected to be completed in March 2011. Contract funds in the amount of $4,458,469 will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Va., is the contracting activity.

    Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $7,873,660 modification to a previously awarded cost-plus-award-fee contract (N00019-02-C-3002) for the development, fabrication, and qualification of a polymer matrix composite drag brace for use on the main landing gear on the F-35 joint strike fighter aircraft. Work will be performed in Helmond, the Netherlands (67 percent), and Ft. Worth, Texas (33 percent), and is expected to be completed in October 2014. 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.

    P&S Construction, Inc.*, Lowell, Mass., is being awarded a $6,257,000 firm-fixed-price contract for main gate security improvements at Naval Weapons Station Earle. Work includes gate access realignment; reinforced fencing; new security fencing surrounding the guardhouse area; new hardened guard house; base-wide alarm duress system; site lighting; permanent vehicle inspection shelter with closed circuit television; undercarriage video surveillance equipment; permanent passive security barriers; two active pop-up vehicle barriers; new connector road to explosive ordnance disposal; demolition of existing pass and identification office; construction of new pass and identification office within a new inspection facility; and 54 parking spaces. The contract also contains one unexercised option which, if exercised, would increase cumulative contract value to $6,276,950. Work will be performed in Colts Neck, N.J., and is expected to be completed by Oct. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site with 16 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-9441).

    AIR FORCE

    Boeing Co., Long Beach, Calif., was awarded a $272,581,553 contract which will exercise FY10 third quarter option contract line items for the C17 Globemaster III sustainment partnership contract. At this time, the entire amount has been obligated.  330 ASW, Robins Air Force Base, Ga., is the contracting activity (FA8614-04-C-2004, P00525).

    DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

    Kentucky Bioprocessing, LLC, is being awarded a $17,900,500 other transaction/technology investment agreement for developing a proof-of-concept platform capable of yielding a purified vaccine candidate using a whole plant-based process. Work will be performed in Owensboro, Ky., and is expected to be completed in March 2011.  Funds will not expire at the end of the current fiscal year. A solicitation was issued via Federal Business Opportunities on March 6, 2009; more than 25 bids were received. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va. (HR0011-10-3-0004).

    ARMY

    Disc-O-Bed, LP, Duluth, Ga., was awarded on March 16, 2010, a $12,000,000 firm-fixed-fee contract to procure bunk beds with foot lockers and spare parts.  The original estimated dollar value was $1,000,000.  This action is to increase the amount of this indefinite-delivery/indefinite quantity to $12,000,000.  Work is to be performed in Duluth, Ga., with an estimated completion date of Sept. 3, 2013.  Bids were solicited on the World Wide Web with one bid received. RDECOM Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W58P05-08-D-0015).

    Arete Associates, Northridge, Calif., was awarded on March 17, 2010, a $7,810,252 cost-plus-fixed-fee contract for the Defense Advanced Research Projects Agency. The program seeks to develop advanced technologies to provide superior situational awareness to war fighters operating in maritime environments.  Work is to be performed in Arlington, Va. (76.6 percent); Tucson, Ariz. (9.9 percent); North Billerica, Mass. (4.9 percent); and various other locations (8.9 percent), with an estimated completion date of June 16, 2011.  One bid was solicited with one bid received. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity (HR0011-10-C-0006).

    NextiraOne Federal, LLC, Herndon, Va., was awarded on March 12, 2010, a $6,954,688 indefinite-delivery/indefinite-quantity contract.  This project manager, network service center performance work statement addresses the Installation Information Infrastructure Modernization Program effort to engineer, furnish, install, secure, test, document, migrate, and cutover a turn-key solution to upgrade the existing infrastructure and facilities at Germany 3C (Hohenfels).  Work is to be performed at Fort Sam Houston, Texas, with an estimated completion date of June 12, 2011.  Ten bids were solicited with ten bids received. Army Contracting Command, National Capitol Regional Contracting Center, Alexandria, Va., is the contracting activity (W91QUZ-06-D-0027-0005).

    *Small business

    No. 211-10 March 17, 2010

    DEFENSE LOGISTICS AGENCY

    Cardinal Health, Inc., Dublin, Ohio, is being awarded a maximum $206,434,187 requirements-type, prime vendor contract for distribution of pharmaceutical items. Other locations of performance are North Carolina and California. Using service is the Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with four responses. Contract funds will not expire at the end of the current fiscal year. This contract is a 20-month base with two 20-month option periods. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0027).

    Cardinal Health, Inc., Dublin, Ohio, is being awarded a maximum $150,000,000 firm-fixed-price, indefinite-quantity, prime vendor contract for pharmaceutical items for the U.S. Naval fleet, USNS Mercy, and USNS Comfort. Other locations of performance are Massachusetts, North Carolina, Texas, Florida, Washington, New Jersey and California. Using service is the Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0001).

    Coastal Pacific Food Distributors*, Stockton, Calif., is being awarded a maximum $18,000,000 fixed-price with economic price adjustment, sole-source contract for full-line food distribution. There are no other locations of performance. Using services are Army, Navy, Air Force and Marine Corps. There was originally one proposal solicited with one response. Contract funds will expire at the end of the current fiscal year. The date of performance completion is Sept. 13, 2010. The Defense Supply Center Philadelphia (DESP), Philadelphia, Pa., is the contracting activity (SPM300-09-D-3280).

    World Fuel Services, Inc., dba World Fuel Services of FL, Miami, Fla., is being awarded a maximum $9,606,443 fixed-price with economic price adjustment contract for fuel. Other locations of performance are in Hawaii. Using services are Army, Navy and Air Force. There were originally two proposals solicited with two responses.  Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 31, 2014. The Defense Energy Support Center (DESC), Fort Belvoir, Va., is the contracting activity (SP0600-10-D-0040).

    Oshkosh Corp., Oshkosh, Wis., is being awarded a maximum $7,157,519 firm-fixed-price, sole-source contract for transfer transmission. There are no other locations of performance. Using service is Army. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is March 12, 2015. The Defense Logistics Agency -Warren (DSCC-ZG), Warren, Mich., is the contracting activity (SPRDL1-10-D-0020).

    DMS Pharmaceutical Group, Inc.*, Park Ridge, Ill., is being awarded a maximum $2,245,907 requirements-type, prime vendor contract for distribution of pharmaceutical items. Using service is Department of Defense. The original proposal was solicited on the Federal Business Opportunities Web site with one response. Contract funds will not expire at the end of the current fiscal year. This contract is a 20-month base with two 20-month option periods. The date of performance completion is Feb. 28, 2012. The Defense Supply Center Philadelphia (DSCP), Philadelphia, Pa., is the contracting activity (SPM2DX-10-D-0130).

    NAVY

    Northrop Grumman Shipbuilding, Inc., Newport News, Va., is being awarded an $80,886,408 cost-plus-fixed-fee, level-of-effort contract for fiscal 2010 advance planning to prepare and make ready for the refueling complex overhaul of the USS Abraham Lincoln (CVN 72) and its reactor plants. This effort will provide for all advanced planning, ship checks, design, documentation, engineering, procurement, fabrication, and preliminary shipyard or support facility work. The contract includes options which, if exercised, would bring the cumulative value of this contract to $678,568,820. Work will be performed in Newport News, Va., and is expected to be complete by February 2011. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-2110).

    BAE Systems Land & Armaments, LP, Santa Clara, Calif., is being awarded $74,090,258 for firm-fixed-priced delivery order #0006 under previously awarded contract (M67854-07-D-5026) for the purchase of Marine Corps transparent armor gun system kits, battery powered motorized traversing unit – manual traversing unit kits, and turret assemblies. Work will be performed in Santa Clara, Calif., and is expected to be completed by September 2010. Contract funds in the amount of $4,740,748 will expire at the end of the current fiscal year. This contract was not competitively procured. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

    Lockheed Martin Corp., Maritime Systems and Sensors, Manassas, Va., is being awarded a $26,604,000 modification to previously awarded contract (N00024-04-C-6207) to exercise a cost-plus-incentive fee/award-fee option for engineering and technical services for the acoustic system improvement and integration in support of the commercial-off-the-shelf Acoustic Rapid Insertion System (A-RCI) program. Work will be performed in Manassas, Va., and is expected to be completed by June 2010. Contract funds in the amount of $1,759,160 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

    DCS Corp.*, Alexandria, Va., is being awarded an $11,499,976 modification to a previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (N68936-05-D-0002) to provide weapons and systems integration support services to the Naval Air Warfare Center Weapons Division’s integrated product teams and weapons support facilities, and their associated weapons. The estimated level of effort for this modification is 176,017 man-hours. Work will be performed in China Lake, Calif. (90 percent), and Pt. Mugu, Calif. (10 percent), and is expected to be completed in August 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

    Oasys Technology, LLC*, Manchester, N.H., is being awarded a $10,726,660 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hand-held thermal binoculars.  The thermal binoculars are used for detection, targeting, and surveillance in low visibility environments. Multiple lenses are available for use to modify the field of view for broader or more focused detection as required. The thermal binocular systems will allow the operators to fulfill their mission more quickly, efficiently, and safely. The thermal binoculars are thermal imaging devices that can be used as either a hand-held detector or a mounted detector. Work will be performed in Manchester, N.H., and is expected to be completed by March 2015.  Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities Web site, with one offer received. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-10-D-JQ65).

    ARMY

    Atlantic Diving Supply, Inc., Virginia Beach, Va., was awarded on March 12, 2010, a $45,576,936 firm-fixed-price contract for the delivery order to purchase Generation III extreme cold weather clothing system kits.  Work is to be performed in Newark, N.J. (24 percent); Mayagüez, Puerto Rico (24 percent); Lansing, Mich. (18 percent); Fall River, Mass. (10 percent); Tullahoma, Tenn. (10 percent); Virginia Beach, Va. (5 percent); Post Falls, Idaho (5 percent); North Conway, N.H. (2 percent); and Mukilteo, Wash. (2 percent), with an estimated completion date of Dec. 20, 2011.  Bids were solicited on the World Wide Web with three bids received. U.S. Army RDECOM Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W911QY-07-D-0003).

    General Dynamics Land Systems, Sterling Heights, Mich., was awarded on March 12, 2010, a $37,380,000 cost-plus-fixed-fee contract for the modification P00142, exercising an option for systems technical support for the ABRAMS tank program.  Work is to be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 19, 2011.  One bid was solicited with one bid received. TACOM-Warren, AMSCC-TAC-AHLC, Warren, Mich., is the contracting activity (W56HZV-07-C-0046).

    AC First, Fort Worth, Texas, was awarded on March 12, 2010, a $25,688,609 firm-fixed-price contract for the Installation Information Infrastructure Modernization Program telecommunications systems program management, information technology planning, logistics, and field support service, in support of Project Manager Network Service Center, Project Director Defense Communication Systems-Southwest Asia.  This requirement was competed amongst the unrestricted suite of contractors covered under Task Area 12, within the Field & Installation Readiness Support Team multiple-award indefinite-delivery/indefinite-quantity.  Work is to be performed throughout various locations worldwide with focus on Southwest Asia – primarily Afghanistan, Kuwait, and Iraq – with an estimated completion date of March 14, 2011.  Fifteen bids were solicited with one bid received. Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W911SE-07-D-0004).

    Elite CNC Machining, Largo, Fla., was awarded on March 12, 2010, a $20,038,550 firm-fixed-price contract for the procurement of 1,628,827 M918 projectile assemblies in support of the M918 target practice cartridge.  Work is to be performed in Largo, Fla., with an estimated completion date of Sept. 30, 2013. Bids were solicited on the World Wide Web with two bids received. Army Contracting Command, CCRC-AL, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0044).

    Laser Devices, Inc., Monterey, Calif., was awarded on Mar. 10, 2010 a $6,940,000 firm-fixed-price contract for a sustainment order 10,000 PEQ-15A multi-functional aiming lights for the U.S. project manager soldier sensors and lasers.  Delivery of all units will be completed by January 2011.  Work is to be performed in Monterey, Calif., with an estimated completion date of Jan. 31, 2011. Bids were solicited by limited sources justification with one bid received. U.S. Army Research, Development and Engineering Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-05-D-0029).

    MISSILE DEFENSE AGENCY

    Raytheon Co., Integrated Defense Systems of Woburn, Mass., is being awarded a sole-source modification for $17,421,524 under contract HQ0006-03-C-0047. The modification includes both fixed-price and cost-plus-award-fee line items. Under this contract modification, Raytheon will continue concurrent test, training, and operations support unit integration (Phase II) for AN/TYP-2 X-Band radar. The work will be performed in Woburn, Mass. The performance period is through November 2010.   Fiscal year 2010 research, development, test and evaluation funds will be utilized for this effort.   The Missile Defense Agency is the contracting activity (HQ0006).

    Pratt & Whitney Rocketdyne, Inc., of Canoga Park, Calif., is being awarded a cost-plus-fixed-fee change order modification for $14,222,473 under its contract, HQ0006-08-C-0044. Under this contract modification, Pratt & Whitney Rocketdyne will complete risk reduction efforts to demonstrate the technology and improve the technology and manufacturing readiness of the components needed in a high performance interceptor liquid fuel upper stage system. The work will be performed in Canoga Park, Calif. This performance period ends in March 2011. The amount obligated on this action is $12,300,000 using fiscal year 2009 research, development, test and evaluation funds. The Missile Defense Agency is the contracting activity.

    AIR FORCE

    United Launch Services, Littleton, Colo., was awarded a $15,065,010 contract which will provide for the acquisition of launch vehicle propellants and gaseous commodities for Air Force space missions. At this time, $15,065,101 has been obligated.  SMC/LRSW, El Segundo, Calif., is the contracting activity (FA8816-06-C-0002, P00194).

    Aleut Facilities Support Services, LLC, Aurora, Colo., was awarded a $6,876,579 contract which will exercise the fourth option year, to provide non-personal services for customer support; infrastructure and facility maintenance; physical plant operation; and environmental and property management for Cheyenne Mountain Air Force Station, Colorado. At this time, the entire amount has been obligated. 21 CONS/LGCAB, Peterson Air Force Base, Colo., is the contracting activity (FA25174-06-C-5005, P00027).

    *Small Business

  • US Transportation Commission Solicitations – March 2010

    Transportation CommissionRFI, Air Mobility CRADA – United States Transportation Command (USTRANSCOM) is seeking non-federal partners (“Collaborators”) for consideration to enter into Cooperative Research and Development Agreements (CRADAs) (described in 15 USC 3710a) to collaborate in analysis, modeling, simulation, wargaming and experimentation into future capabilities related to advanced air mobility concepts.  USTRANSCOM will consider partnering in this effort only with wholly U.S.-owned Collaborators with no foreign parent ownership.  Large and small businesses may respond to this announcement if they possess the qualifications and facilities needed for this effort.  CRADA partners will explore innovatoive concepts of operation for future air mobility systems in support of the warfighter. White Papers Due: April 14, 2010.

    Posted Date: March 19, 2010

    Solicitation Number: USTCTT0310

  • National Business, Labor and Environmental Groups Urge Senate Energy Bill Authors to Include Domestic Manufacturing Investments

    FOR IMMEDIATE RELEASE
    CONTACTS:

    Sam Haswell: (415) 371-1700 x201
    March 24, 2010

    Groups Call Sen. Sherrod Brown’s IMPACT Act Key to Unlocking U.S. Clean Energy Job Creation

    SAN FRANCISCO – More than 17 national business, labor and environmental groups signed on to a letter addressed to Sens. John Kerry, Lindsey Graham and Joe Lieberman today urging the senators to boost U.S. job growth by including critical domestic clean energy manufacturing investments in their bipartisan climate and clean energy bill. Currently, 70 percent of American clean energy systems and components are manufactured overseas.

    For More Information

    Contact:
    Sam Haswell
    Phone: 415-371-1700 ext. 201
    Haswell (at) apolloalliance.org

    IMPACT Letter of Support

    Summary of Investments for Manufacturing Progress and Clean Technology (IMPACT) Act of 2009

    Support Sen. Brown’s IMPACT Act

    Importance of Clean Energy Manufacturing Sector

    Biographies of Sen. Brown, Phil Angelides and the other news conference participants

    Apollo Green Manufacturing Action Plan

    The New Apollo Program

    Signature Stories

    The Green Room

    Specifically, the groups – which include the Apollo Alliance, AFL-CIO, Environmental Defense Fund and the United Steelworkers, among others – called on the senators to ensure that “America becomes not only a consumer of clean-energy technologies, but also a leading producer of them” by including Senator Sherrod Brown’s Investments for Manufacturing Progress and Clean Technology (IMPACT) Act in their broader clean energy and climate legislation.

    The IMPACT Act would authorize $30 billion to establish state-level revolving loan funds to help small and medium-sized manufacturers retrain workers, retool facilities for clean energy production, and become more energy efficient. It would also expand funding for the Manufacturing Extension Partnership, thereby ensuring that manufacturers have access to the technical assistance needed to enter clean energy supply chains. Such provisions, which were already included in the House-passed American Clean Energy and Security Act, would create 680,000 direct American manufacturing jobs and nearly 2 million indirect jobs over the next five years.

    The IMPACT Act has been endorsed by more than 220 businesses across the country, the National Association of Manufacturers, and a diverse range of organizations and labor unions. More on the IMPACT Act, including the full list of endorsers, is available at the Apollo Alliance website.

    “As America transitions to cleaner sources of energy, investment in domestic clean energy manufacturing and industrial efficiency are the key to creating American jobs making the products demanded by this shift, developing technologies here that will drive the 21st century global energy economy….and achieving true energy independence,” the letter reads.

    The letter’s signatories include the Apollo Alliance, 1Sky, AFL-CIO, American Council for an Energy-Efficient Economy, Center for American Progress Action Fund, Climate Protection Action Fund, Change to Win, Energy Conversion Devices, Environmental Defense Fund, Gamesa USA, Green For All, Infinia Corporation, Laborers’ International Union of North America, National Wildlife Federation, Natural Resources Defense Council, Solar Energy Industries Association, and the United Steelworkers of America.

    The full text of the letter is available here.

  • DoD Solicitations – March 2010

    dod

    Genetic Studies of Food Allergies Concept Award – The intent of this award mechanism is to support the exploration of a highly innovative new concept or untested theory that addresses an important problem relevant to the genetics of food allergies. Innovation and novelty of the concept are the most important aspects of this award mechanism. The Concept Award is not intended to support a logical progression of an already established research project, but instead, supports high-risk studies that have the potential to reveal entirely new avenues for investigation. Innovative research may introduce a new paradigm, challenge existing paradigms, look at existing problems from new perspectives, or exhibit other uniquely creative qualities. This may include high-risk, potentially high-gain approaches to genetic research focused on food allergies, provided that the scientific rationale supports the feasibility and development of the proposed concept. Research that is an incremental advance upon published data is not considered innovative and will not be considered for funding under this award mechanism. Total Funding: $790K.  Eligibility: All.  Pre-Application Due Date: May 27, 2010.  Application Due Date: June 10, 2010.

    Posted Date: March 23, 2010

    Funding Opportunity Number: W81XWH-10-GSFARP-CA

    ————————————————————————————–

    Genetic Studies of Food Allergies Idea Award – The Idea Award is designed to support innovative ideas and high-impact approaches relevant to the genetics of food allergies. This award mechanism is designed to support new ideas, not ideas that are extensions of existing work. Applications should have a high probability of revealing new avenues of investigation. Research projects should include a well-formulated, testable hypothesis based on strong scientific rationale.  The GSFARP seeks applications from all areas of basic, preclinical, and epidemiological research. The following are significant features of this award mechanism: 1) Innovation; 2) Impact; and 3) Preliminary Date.  Total Funding: $900K.  Pre-Application Due Date: May 27, 2010.  Application Due Date: June 10, 2010.

    Posted Date: March 23, 2010

    Funding Opportunity Number: W81XWH-10-GSFARP-IA

    ————————————————————————————–

    Prostate Cancer Training Award – The Prostate Cancer Training Award supports predoctoral or postdoctoral training opportunities focused on prostate cancer research or patient care for individuals in the early stages of their careers. The trainee will be considered the Principal Investigator (PI) and author of the proposal. These awards primarily provide salary support for the PI and require the active involvement of a mentor who is an established prostate cancer researcher, as evidenced by a demonstrated record of funding and publications in prostate cancer research.  The PCRP seeks applications from the wide spectrum of basic to clinical research, that are responsive to at least one of the PCRP focus areas. It is encouraged, although not required, that Prostate Cancer Training Award applications also be responsive to at least one of the PCRP overarching challenges. It is the responsibility of the PI to clearly and explicitly articulate how the project addresses the following important aspects of the Prostate Cancer Training Award: 1. Principal Investigator and Mentor: The PI must demonstrate strong qualifications for and a commitment to pursuing a career as a prostate cancer researcher or clinician. 2. Training Program and Environment: The PI must outline an individualized training program designed to prepare him/her for an independent career in prostate cancer research or patient care. An environment appropriate to the proposed training and research project must be clearly described.  Total Award: $3.5M.  Eligibility: All.  Pre-application Due Date: May 5, 2010.  Closing Date: May 26, 2010.

    Posted Date: March 3, 2010

    Funding Opportunity Number: W81XWH-10-PCRP-PCTA

    ————————————————————————————–

    Prostate Cancer Physician Research Training Award – The Physician Research Training Award supports a mentored training experience to prepare physicians with clinical duties and/or responsibilities for productive careers in prostate cancer research. Applications must include a robust description of an individualized training program appropriate to the area of study, which may include coursework and seminars that will provide the Principal Investigator (PI) with experience in key areas such as statistics, bioethics, and/or relevant basic science disciplines. This award requires the involvement of a designated mentor with an established research program in prostate cancer. This award is intended to provide aggressive protection of at least 40% of the PI’s time for research. The PI must demonstrate a commitment to a career in prostate cancer research and clinical practice. In addition, salary for up to a 50% combined level of effort from one to two key support personnel may be provided by this award. Up to $10,000 in funds per year from this award may be used for research supplies and equipment. These funds may be used for research with laboratory animals and human biological substances, as well as research with human subjects, provided that the funds are not used to support clinical trials. PIs may participate in clinical trials as part of their training for this award, but funding for the clinical trials must come from a source other than this award. The PCRP seeks Physician Research Training Award applications from the wide spectrum of basic to clinical research, that are responsive to at least one of the PCRP focus areas. It is strongly encouraged, although not required, that applications also be responsive to at least one of the PCRP overarching challenges.

    Posted Date: March 3, 2010

    Funding Opportunity Number: W81XWH-10-PCRP-PRTA

    ————————————————————————————–

    Neurofibromatosis Research Program (NFRP) Postdoctoral Traineeship Award (PTA) – The intent of the training award is to enable recent medical or other doctoral degree graduates to obtain the necessary experience to pursue an independent career in NF research. Candidates for this award should exhibit a strong desire to pursue a career in NF research. Under this award mechanism, the postdoctoral trainee is considered the Principal Investigator (PI) and, as such, should write the project narrative with appropriate direction from the mentor. The focus of these awards is on the PI, the mentor, and the training program and environment. These awards primarily provide salary support for the PI and require the active involvement of a designated mentor who is an established NF researcher, as evidenced by a demonstrated record of funding and publications. While the PI is not required to have previous experience in NF research, applications for this award must focus on NF research. The FY10 NFRP encourages applications that specifically address the critical needs of the NF community in the following areas: 1) Complications of NF with high mortality such as neoplasms and cerebrovascular abnormalities; 2) Complications of NF with high morbidity such as skeletal maladies, learning deficits, hormone-associated effects, and pain; 3) Refinement and standardization of imaging techniques, molecular and cellular markers, and quality of life metrics for use in future clinical trials; and 4) Translational research such as the development or preclinical testing of therapeutic agents for the treatment of NF. Total Funding: $600K. Eligibility: All. Pre-Application Due Date: April 29, 2010. Closing Date: May 20, 2010.

    Posted Date: March 2, 2010

    Funding Opportunity Number: W81XWH-10-NFRP-PTA

    ————————————————————————————–

    Neurofibromatosis Exploration – Hypothesis Development Award – The EHDA supports the initial exploration of innovative, high-risk, high-gain, and potentially groundbreaking concepts in the neurofibromatosis and/or Schwannomatosis research fields. Results of studies conducted through this award may provide the scientific rationale upon which a new hypothesis can be based, or they should provide initial principles of an innovative hypothesis. This award is designed to provide investigators with the opportunity to pursue serendipitous observations. The FY10 NFRP encourages research proposals that specifically address the critical needs of the NF community in the following areas: 1) Complications of NF with high mortality such as neoplasms and cerebrovascular abnormalities; 2) Complications of NF with high morbidity such as skeletal maladies, learning deficits, hormone-associated effects, and pain; 3) Refinement and standardization of imaging techniques, molecular and cellular markers, and quality of life metrics for use in future clinical trials; and  4) Translational research such as the development or preclinical testing of therapeutic agents for the treatment of NF.  Total Funding: $725K.  Eligibility: All. Pre-Application Due Date: April 29, 2010. Closing Date: May 20, 2010.

    Posted Date: March 2, 2010

    Funding Opportunity Number: W81XWH-10-NFRP-EHDA

    ————————————————————————————–

    Neurofibromatosis New Investigator Award – The intent of the NFRP NIA is to support the career transition and/or continued development of promising independent investigators in the field of neurofibromatosis research. Experience in NF research is allowed, but not required. However, Principal Investigators (PIs) with a limited background in NF research are strongly encouraged to have a collaborator who is experienced in the NF field. NIA proposals must include preliminary data originating from the PI, research team, or collaborator that is relevant to NF and the proposed project. The FY10 NFRP encourages research proposals that specifically address the critical needs of the NF community in the following areas: 1) Complications of NF with high mortality such as neoplasms and cerebrovascular abnormalities; 2) Complications of NF with high morbidity such as skeletal maladies, learning deficits, hormone-associated effects, and pain; 3) Refinement and standardization of imaging techniques, molecular and cellular markers, and quality of life metrics for use in future clinical trials; and 4) Translational research such as the development or preclinical testing of therapeutic agents for the treatment of NF. Research involving human subject use is permitted; however, clinical trials are not allowed under this funding opportunity. PIs wishing to apply for funding for a clinical trial should utilize the FY10 NFRP Clinical Trial Award mechanism. Total Funding: $1.8M.  Eligibility: All.  Pre-Application Due Date: April 29, 2010.  Closing Date: May 20, 2010.

    Posted Date: March 2, 2010

    Funding Opportunity Number: W81XWH-10-NFRP-NIA

    ————————————————————————————–

    Tuberous Sclerosis Complex Exploration – Hypothesis Development Award – The EHDA supports the initial exploration of innovative, high-risk, high-gain, and potentially groundbreaking concepts in tuberous sclerosis complex research. Results of studies conducted through this award should provide the scientific rationale upon which a new hypothesis can be based, or these results should provide initial principles of an innovative hypothesis. This award is designed to provide investigators with the opportunity to pursue serendipitous observations. The presentation of preliminary data is encouraged, but not required. It is the responsibility of the Principal Investigator (PI) to clearly and explicitly articulate the project’s innovation and the potential impact on TSC.  Total Funding: $900K.  Eligibility: All.  Pre-Application Due Date: April 29, 2010. Closing Date: May 20, 2010.

    Posted Date: March 2, 2010

    Funding Opportunity Number: W81XWH-10-TSCRP-EHDA

    ————————————————————————————–

    Tuberous Sclerosis Complex Career Transition Award (CARTA) – The CARTA supports TSC researchers during the transition from postdoctoral training to an independent position. This award will cover up to two years of postdoctoral training followed by up to two years of a faculty-level position. Under this award mechanism, the postdoctoral candidate is considered the Principal Investigator (PI).  Important aspects of this award are as follows: 1) The award covers the last two years of a postdoctoral fellowship and the first two years of an independent faculty position. 2) Career transition and development plans must be clearly articulated. 3) A mentor must be named who will support and guide the PI during the postdoctoral period of the award. 4) All applications must include preliminary data relevant to TSC research and the proposed project. Clinical trials are not allowed under this award mechanism. PIs wishing to apply for funding for a clinical trial should utilize the Clinical Research Award mechanism.  Total Funding: $500K.  Eligibility: All.  Pre-Application Due Date: April 29, 2010.  Closing Date: May 20, 2010.

    Posted Date: March 2, 2010

    Funding Opportunity Number: W81XWH-10-TSCRP-CARTA

    ————————————————————————————–

    Prostate Cancer Population-Based Research Award – The FY10 Population-Based Research Award mechanism supports high-impact, population-based approaches to prostate cancer research. These studies, if successful, should contribute significantly to the elimination of death and suffering from prostate cancer. Proposed research must be responsive to at least one of the FY10 PCRP overarching challenges and at least one of the focus areas. The overall goal of this award is to generate unique information and/or tools that can only be achieved from the perspective of statistical analysis of a defined patient population. Applications may propose retrospective, prospective, case control, cohort, or other population-based study designs, provided the population sample is of sufficient size to demonstrate statistical significance. The study should address a well-developed hypothesis that is conceptually sound and specific for prostate cancer. The statistical expertise of the study team should be clearly described and evident in the study plan. It is expected that investigators will demonstrate appropriate access to the population(s) needed for the study. Research proposed under this award may include the following areas: 1) Biomarkers; 2) Predictors of response to therapy; 3) Disease aggressiveness; 4) Epidemiology; 5) Genomics (germline or somatic); 6) Health disparity; 7) Molecular genetics; 8 ) Risk prediction. Research involving human subject use is permitted under this funding opportunity, but is restricted to studies without clinical trials.  It is the responsibility of the Principal Investigator (PI) to clearly and explicitly articulate how the project addresses the following important aspects of the award: 1. Impact: Research that has high impact will, if successful, significantly accelerate the elimination of death and suffering from prostate cancer. 2. Statistical plan: A robust statistical plan is required and should be supported with requisite statistical expertise in the study team. 3. Human subject plan: Applicants should provide documentation demonstrating access to, and ability to recruit, the appropriate population(s) or patient samples in numbers sufficient to achieve statistical significance. 4. Preliminary data: The presentation of preliminary data to support the study feasibility is required. Any preliminary data provided should be from the laboratory of the PI or member(s) of the collaborating team. 5. Responsiveness to PCRP overarching challenges and focus areas: The relevance of the research problem to at least one of the PCRP overarching challenges and at least one of the PCRP focus areas.  Total Funding: $2.9M.  Eligibility: All.  Closing Date: May 26, 2010.

    Posted Date: March 2, 2010

    Funding Opportunity Number: W81XWH-10-PCRP-PBRA

    ————————————————————————————–

    Prostate Cancer Laboratory-Clinical Transition Award – The goals of the FY10 PCRP are aimed towards eliminating death and suffering from prostate cancer. All applications for the PCRP Laboratory Clinical Transition Award must address at least one of the following PCRP overarching challenges: 1) Develop effective treatments for advanced prostate cancer; 2) Distinguish lethal from indolent disease.  Applications for the PCRP Laboratory Clinical Transition Award must also address at least one of the following FY10 PCRP focus areas: a) Biomarkers: Discovery and validation of biomarkers for the detection, prognosis, and progression of prostate cancer; b) Genetics: Understanding the genetics and epigenetics responsible for susceptibility, disease progression, and treatment outcomes for clinically significant prostate cancer; c) Imaging: Development of new imaging technology for the detection and prognosis of prostate cancer, including progression to systemic disease; d) Survivorship: Studies on the impacts of treatment, nutrition, metabolism, and exercise on the well being of prostate cancer patients and their families; e) Therapy: Identification of new targets, pathways, and therapeutic modalities or molecules for the treatment of prostate cancer; f) Tumor Biology: Understanding the heterogeneity and microenvironment for the prognosis and progression of prostate cancer.  Total Funding: $2.4M. Eligibility: All.  Pre-application Due Date: May 5, 2010.  Application Due Date: May 26, 2010.

    Posted Date: March 2, 2010

    Funding Opportunity Number: W81XWH-10-PCRP-LCTA

    ————————————————————————————–

    Prostate Cancer Health Disparity Research Award – The Health Disparity Research Award supports new ideas that represent innovative approaches to prostate cancer health disparity research with the potential to make an important contribution to eliminating death and suffering from prostate cancer. The Health Disparity Research Award reflects the PCRP’s commitment to resolving disparities in prostate cancer incidence, morbidity, and mortality by funding health disparity-focused projects. Studies proposed for this award mechanism are expected to improve the understanding of, and ultimately eliminate, health disparities. Applicants for this award must explicitly state how the proposed research is related to an area of prostate cancer health disparity. Appropriate health disparity areas include, but are not limited to, race and ethnicity, socioeconomic status, access to health care, insurance status, age, geography, and cultural beliefs.Total Funding: $4.3M.  Eligibility: All.  Pre-application Due Date: May 5, 2010.  Application Due Date: May 26, 2010.

    Posted Date: March 2, 2010

    Funding Opportunity Number: W81XWH-10-PCRP-HDRA

  • Warner Bros. Latest Movie Release Strategy? Confuse The Hell Out Of The Market And Prop Up Blockbuster?

    It’s tough to figure Warner Bros. out these days. It got both Netflix and Redbox to agree to delay renting new release movies for 28 days in an effort to get more people to purchase DVDs. For this, it got hit with a class action lawsuit. But now comes the news that it’s signed a new deal with the financially troubled Blockbuster that has no such restriction. This has lots of people scratching their heads. The obvious answer is that Blockbuster is promising Warner a lot more money…

    But there’s a bigger issue here, which goes beyond just commentators scratching their heads: this is going to confuse a lot of customers at a time when that’s the last thing Warner Bros. should be doing. Your average movie renter isn’t paying attention to the silly games that Warner execs are playing, and all they want to know is how come they can’t rent the latest release. If Warner somehow convinced all players not to rent until a certain date, then that would effectively have just shifted the release date further back (a dumb move in an age when windows are shrinking… but that’s Hollywood for you). However, by having the movie available for rental in some places, but not others, it’s now setting itself up for mass customer confusion, where people will hear that a movie is available, but then get pissed off that it’s not available in their preferred rental system.

    It’s as if the folks in Hollywood haven’t been paying attention to what happens to companies that aren’t providing what their customers want.

    Permalink | Comments | Email This Story





  • Quick thoughts on the HTC HD2’s new Cousin

    image

    With the HTC HD2 T-mobile version being merely hours before release… Sprint found it as a great time to announce its cousin. In a world where HTC tries to make as much as they can, and companies try to win costumers, I think this  move is just being a little unfair.

    T-mobile, just tomorrow, is releasing what might be their best device ever, and it seems Sprint is not playing fairly and stealing their shine a little. They recently announced their new Evo, which will be the first 4G Android device to hit Sprint, and coincidentally, its specs are almost identical to the HD2’s. The device comes with a lot of the same, but does have some upsides like the 8MP camera and kickstand, but with Windows Mobile and Metal/Sexiness on the HD2’s side, I think we know who could be the clear winner.

    This seems a bit unfair, but I guess there was no other show except CTIA that they could unveil this new device. They spoke of a summer release but some news is coming in about a late May release. With that time, T-mobile has to market the life out of the HTC HD2, and sell as much as they can, because as soon as the public hears of a 4G phone with a kick stand and a 8MP camera, sales will drop.

    What do you guys think? After this being announced so close to T-mobile’s release of the HD2… do you think its fair? Will you still buy an HD2? Answer below.

    Update: I just noticed a comment that made me think. We cannot really call these two devices cousins because the Evo 4G is pretty much man handling the HD2 with many things. The 4G is first, HDMI,FF camera and  8MP rear camera. I think that give the Evo 4G grounds to call the HD2 little brother, other than the 4G part of course, since Sprint does not have a big map and T-Mobile’s 3G has 4G like speeds.