[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Advanced Research Projects Agency (DARPA), Contracts Management Office (CMO), 3701 N. Fairfax Dr., Arlington VA 22203-1714 SUBJECT: A -- METHODS AND TOOLS FOR PERFORMANCE MODELING, MEASUREMENT, ANALYSIS, EVALUATION AND PREDICTION SOL BAA97-12 DUE 021197 POC Dr. Frederica Darema, DARPA/ITO, FAX: (703)522-7161. DESC: DARPA is sponsoring a competition to address research directions in performance methods and tools for modeling, measurement, analysis and evaluation of parallel and networked systems, and the applications executing on such systems. We use the term Performance Technology for this research thrust. There are in development, at any given time, future generations of advanced computing and information systems driven by the needs of applications of the highest leverage for science and education, national security, and national economic competitiveness. Realization of the benefit from these systems requires that they perform with high efficiency on high-end resource-intensive applications. Effective integration of enhanced capabilities of measuring, modeling, analyzing, and predicting the performance of computing systems into the hardware and software design process could lead to substantial decrease in the development time of future advanced computing systems and increase the effectiveness of these systems when they are delivered. Future advanced computing systems will be actualized by distributed/networked systems (heterogeneous processors, metacomputing systems) embodying parallel architectures and complex memory hierarchies, continuing the trend seen in today's high-end systems. Many factors affect the performance of such complex systems and the applications executing on them. These include the processor and hardware system architecture, the network architecture, various system software components, and the mapping of end-user applications and their algorithms to the architecture. There exists an array of isolated modeling and simulation methods and tools, aimed to understand the behavior of isolated components in these systems. The methods and tools range from queuing models to instruction-driven simulators. However, the existing methods do not have the capability to provide the well-defined hierarchical structuring needed to model systems of the level of complexity under consideration. To understand the behavior of such systems, substantial improvements in the current methods and tools are needed to measure, model, and analyze computer systems, at all levels (from the application, to the software, to the hardware level), and to develop a performance framework to permit analysis of the entire system. Major technical challenges include the development of multilevel methods and tools (application and application-enablers levels, system software, and hardware levels, including the network levels ), hierarchical or multiscale approaches (multiple levels of resolution for components at each level), and scalable approaches to modeling the behavior of the entire system, or the behavior at each level as affected by behavior of components in the other levels, and how the behavior of these components or the system scales as one moves from the present prototype to the future machine. The DARPA supported efforts in ECAD for multilevel modeling and design methods at the device, chip, and board levels have contributed to major advances in the design of such components. The present thrust is intended to enable equivalent capabilities at the computing system levels above the device and chip levels. This competition is aimed to foster research for developing performance methodologies that have predictive as well as evaluation capabilities. In particular, we are interested in methods that provide hierarchical or multilevel analysis of such systems, enable assessment of the effects of individual hardware and software layers and components of the systems, and have predictive capabilities in terms of scaling of the applications or the systems. Various approaches to developing tools that implement such modeling methods will be pursued. This competition will seek concept studies that lead towards the development of a layered, multi-level, scalable performance engineering capability spanning applications, systems software, and hardware. The development of this capability requires advances in the following areas: 1. FUNCTIONAL SPECIFICATION METHODS. The ability to create performance modeling methods and models, and validate such, at all levels of applications, systems software, and hardware in a coherent fashion that will allow coupling and integration. 2. MODEL VALIDATION AND INTEGRATION. The ability to create and validate models at multiple levels of detail and to construct total system models involving multiple levels of resolution without significant loss of accuracy. 3. MEASUREMENT AND ABSTRACTION. The ability to measure really complex systems and to produce meaningful and useful abstractions from those measurements. 4. PERFORMANCE SPECIFICATION LANGUAGES. Definition of the needed interfaces and a performance specification language for enabling interoperability of tools at the different system levels and different resolution levels. Some applications by which this research may be motivated and driven include at least the following: A. Design and validation of the technologies developed under the QUORUM, Active Nets, and Evolutionary Design of Complex Software DARPA programs. B. Adaptive "on the fly" control of application execution in large-scale meta-computing systems. C. Performance evaluation of future systems whose performance meets the needs of the most demanding DoD applications. Additional information may be found in the report on the DARPA/NSF Workshop on Performance, September 19-20, 1996, which is expected to appear on the web in the near future. Contact the administrative address for details. AWARDS SCOPE: Proposed research should investigate innovative approaches and techniques that lead to or enable revolutionary advances in the state-of-the-art. Specifically excluded is research which primarily results in evolutionary improvement to the existing state of practice or focuses on a specific system or hardware solution. This competition seeks to foster multidisciplinary collaboration of researchers in languages, compilers, problem solving environments, computer architects and networking researchers who will develop fundamentally new approaches and will implement these ideas on prototype performance frameworks and novel tools, NOT mere enhancements of existing tools. It is expected that proposed methods and ideas will be well developed and substantiated by implementation of the performance frameworks. Several such multidisciplinary projects will be selected to be funded for three years, commencing in Fiscal Year 1997. The awardees are expected to present a status report at an appropriate forum in the November 1997 - April 1998 time frame. Since we are seeking methods and tools that analyze system behavior as well as multilevel analysis, interaction among researchers in relevant sub-areas is considered essential. GENERAL INFORMATION: Proposers must submit an original and six copies of full proposals by 4:00 PM (ET), Tuesday, February 11, 1997, in order to be considered. Proposers must obtain a pamphlet, BAA 97-12 Proposer Information, which provides further information on the areas of interest, submission, evaluation, funding processes, and full proposal formats. This pamphlet may be obtained by fax, electronic mail, or mail request to the administrative contact address given below, as well as at URL address http://www.ito.darpa.mil/Solicitations.html. Proposals not meeting the format described in the pamphlet may not be reviewed. This Commerce Business Daily notice, in conjunction with the pamphlet BAA 97-12 Proposer Information, constitutes the total BAA. No additional information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for same will be disregarded. The Government reserves the right to select for award all, some, or none of the proposals received. All responsible sources capable of satisfying the Government's needs may submit a proposal which shall be considered by DARPA. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals and join others in submitting proposals. However, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of this research for exclusive competition among these entities. Evaluation of proposals will be accomplished through a scientific review of each proposal using the following criteria, which are listed in descending order of relative importance: (1) overall scientific and technical merit, (2) potential contribution and relevance to DARPA mission, (3) offeror's capabilities and related experience, (4) plans and capability to accomplish technology transition, and (5) cost realism. All administrative correspondence and questions on this solicitation, including requests for information on how to submit a proposal to this BAA, must be directed to one of the administrative addresses below by 4:00 PM, February 4, 1997, e-mail or fax is preferred. DARPA intends to use electronic mail and fax for some of the correspondence regarding BAA 97-12. Proposals may not be submitted by fax or email, any so sent will be disregarded. The administrative addresses for this BAA are: Fax: 703-522-7161 Addressed to: DARPA/ITO, BAA 97-12, Electronic Mail: baa9712@darpa.mil, Electronic File Retrieval: http://www.ito.darpa.mil/Solicitations.html, Mail:DARPA/ITO, ATTN: BAA 97-12, 3701 N. Fairfax Drive, Arlington, VA22203-1714. CITE: (I-348 SN012154) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--DEFENSE PRODUCTION ACT (DPA) INDIUM POSPHIDE WAFERS (INP) SOL BAA-97-01-MTPD DUE 011597 POC Mary Jones, Contract Negotiator, WL/MPTD (937) 255-4427; Willa Eichelman, WL/MPPD, (937) 255-9665 DESC: The original BAA which was published 16 December 1996 is amended as follows: Proposal response date is changed from 8 Jan 97 to 15 Jan 97. Under Preparation Instructions add (5)Preparation Cost: This announcement does not commit the Government to pay for any response preparation cost. The cost of preparing proposals in response to this BAA is not considered an allowable direct charge to any resulting or any other contract. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. In paragraph E. Basis for award (5) (b) should read as follows: Amount and quality of cost share dollars proposed. No other evaluations criteria will be used. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract, any, all part or none of the proposals received. Paragraph F. Points of Contact should read as follows: The Contracting Point of Contact is Ms. Mary Jones, Wright Laboratory, Manufacturing Technology Directorate, Processing and Fabrication Division, Defense Production Act Branch, WL/MTPD, Wright-Patterson AFB OH 45433-7605, (937) 255-4427. CITE: (W-351 SN012375) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA, Johnson Space Center, BJ232, Houston, TX 77058 SUBJECT: A--REQUEST FOR COMMENT FOR UPDATED SOW FOR OUTSOURCING OF INFORMATION TECHNOLOGY SUPPORT FOR THE JOHNSON SPACE CENTER. SOL 9-BJ23-06-6-17M DUE 121396 POC Contract Specialist: Judith A. Sparks, (281) 483-4152 Contract Officer: Ronald Johnson, (281) 483-4164 DESC: This modification is issued for the purpose of requesting comments from interested parties on the updated draft statement of work. Using client browsers, such as MOSAIC or NETSCAPE, interested parties may locate the homepage at "http://www.jsc.nasa.gov/itc". Industry comments are again requested to assist the Government in improving the SOW structure. Offerors are invited to respond via electronic mail or hardcopy to Judith A. Sparks at NASA/JSC, mail code BJ232, Houston, TX 77058. Initial comments are requested by January 15, 1997. Offerors are encouraged to continue monitoring the homepage location for continuing information. CITE: (I-351 SN012450) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Elektrocieplownia "Torun" SA, Contact: Dr. Andrzej Jeziorski, = Director ul. Ceramiczna 6, 87-100 Torun, POLAND, Tel. 48 56 484-848, Fax = 48 56 484-888, Telex 0552451 SUBJECT: B--TORUN COMBINED CYCLE COMBINED HEATING POWER (CHP) POWER PLANT = CONVERSION SOL N/A POC Erik Thoresen, USTDA, Room 309, SA-16, Washington, D.C. 20523-1602, = Tel: (703) 875-4357, Fax No.: (703) 875-4009 DESC: Elektrocieplownia Torun SA ("Torun") hereby amends its former = announcement for a Request for Proposals ("RFP") for a feasibility study = for the Torun Combined Cycle Combined Heating and Power (CHP) Power Plant = Conversion. The new due date for submission of proposals is January = 16,1997. The U.S. Trade and Development Agency ("TDA") has provided a = US$301,372 grant to Torun to conduct the feasibility study. The TDA = GrantAgreement is intended to partially fund the cost of goods and = services required for the Study, which is valued at US$351,372, NOT = $301,372. In addition to the TDA Grant, the Offeror selected by Torun = will be expectedto contribute the balance ($50,000) in expenses and/or = in-house costs incurred to complete the full $351,372 Terms of Reference = ("Offeror Cost Share"). While this Offeror Cost Share requirement was = stated in Annex 2 (Definitional Mission) and Annex 4 (TDA Grant = Agreement) of the original RFP, it was not explained in the body of the = RFP. Cost is still not a factor in the evaluation of proposals. Since the = omission of the Offeror's Cost Share requirement from the body of the = original RFP was material, any proposal submitted before this = notification must be amended or replaced. All Offerors still interested = in competing for this Study must submit an amended version of their = proposal or an entirely new proposal to Torun. An Amendment to the RFP is = available from TDA, at Room 309, SA-16, Washington,D.C. 20523-1621. = Requests for the RFP should be faxed to the IRC, TDA at 703-875-4009. CITE: (I-348 SN012133) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: ZE Patnow-Adamow-Konin SA, Contact: Mr. Tadeusz Zawacki, Director, = ul.Kazimierska 45, 62-510 Konin, POLAND, Tel. 48 63 473-000, Fax 48 63 = 473-030, Telex 04 82 21 SUBJECT: B--PATNOW POWER STATION REPOWERING PROJECT SOL N/A POC Erik Thoresen, USTDA, Room 309, SA-16, Washington, D.C. 20523-1602, = Tel: (703) 875-4357, Fax No.: (703) 875-4009 DESC: ZESPOL ELEKTROWNI PATNOW-ADAMOW-KONIN SA ("ZE PAK") hereby amends = its former announcement for a Request for Proposals ("RFP") for a = feasibility study for the Patnow Power Station Repowering Project. The = new due date for submission of proposals is January 16, 1997. The U.S. = Trade and Development Agency ("TDA") has provided a US$401,360 grant to = ZE PAK to conduct the feasibility study. The TDA Grant Agreement is = intended to partially fund the cost of goods and services required for = the Study, which is valued at US$501,360, NOT $401,360. In addition to = the TDA Grant, the Offeror selected by ZE PAK will be expected to = contribute the balance ($100,000) in expenses and/or in-house costs = incurred to complete the full $501,360 Termsof Reference ("Offeror Cost = Share"). While this Offeror Cost Sharerequirement was stated in Annex 2 = (Definitional Mission) and Annex 4 (TDA Grant Agreement) of the original = RFP, it was not explained in the body ofthe RFP. Cost is still not a = factor in the evaluation of proposals. Sincethe omission of the Offeror's = Cost Share requirement from the body of theoriginal RFP was material, any = proposal submitted before this notificationmust be amended or replaced. = All Offerors still interested in competing forthis Study must submit an = amended version of their proposal or an entirelynew proposal to ZE PAK. = An Amendment to the RFP is available from TDA, atRoom 309, SA-16, = Washington, D.C. 20523-1621. Requests for the RFP shouldbe faxed to the = IRC, TDA at 703-875-4009. CITE: (I-348 SN012135) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Companhia do Metropolitano de Sao Paulo, Av. Paulista, 402, 13th = andar, Sao Paulo, S.P. Brazil, CEP 01310-903, Phone: (55)11 281-6101, = Fax: (55) 11 285-0323 SUBJECT: B--FEASIBILITY STUDY ON INTEGRATION OF EAST AND WEST COMMUTER RAIL = LINES AND REHABILITATION OF EAST LINES SOL N/A POC Carol Stillwell, USTDA, Room 309, SA-16, Washington, D.C. = 20523-1602, Tel: (703) 875-4357, Fax No.: (703) 875-4009 DESC: Companhia Paulista de Trens Metropolitanos (CPTM), Sao Paulo, = Brazil. CPTM invites submission of qualifications and proposal data = (collectively referred to as the "Proposal") from interested U.S. firms = which are qualified on the basis of experience and capability to = undertake a financial and technical feasibility study of CPTM's plan for = commuter rail lines integration and for rehabilitation of the East Line; = definition of conditions for possible privatization of these CPTM = projects; and development of tender solicitation packages. The overall = commuter rail system consists of 270 km of rail lines, serving 91 = stations. The East corridor provides services over 83 km, with an = infrastructure and rolling stock equipment in need of rehabilitation. A = new line of 7.3 km is necessary in order to link the east and west lines = which would allow for uninterrupted service. The U.S. firm selected will = be paid in U.S. dollars from a $553,300 grant to CPTM from the U.S. Trade = and Development Agency (TDA). The contractor for the study will be = selected on the following criteria: 1) Proposed Personnel and relevant = experience of specific Work Team, including language capabilities, in = particular in South America (20%); 2) Experience of Offeror = Company/Companies on rail transportation systems, safety systems, = multi-modal rail transportations systems requiring track-sharing = arrangements (20%); 3) Experience with privatization or project planning = for concessions on rail transportation projects (20%); 4) Experience and = capabilities in conducting financial analyses and structuring financing = plans for public infrastructure projects to be privatized or concesssioned, in particular rail projects (20%); 5) = Proposed Work Plan Methodology for completing the study (20%). A detailed = Request for Proposals (RFP), which includes requirements for the = Proposal, the Terms of Reference, and a background definitional mission = report are available from TDA, at Room 309, SA-16, Washington, D.C. = 20523-1621. Requests for the RFP should be faxed to the IRC, TDA at = 703-875-4009. In the fax, please include your firm's name, contact = person, address, and telephone number. Some firms have found that RFP = materials sent by U.S. mail do not reach them in time for preparation of = an adequate response. Firms that want TDA to use an overnight delivery = service should include the name of the delivery service and your firm's = account number in the request for the RFP. Firms that want to send a = courier to TDA to retrieve the RFP should allow one hour after faxing the = request to TDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be = honored. Please check your internal fax verification receipt. Because of = the large number of RFP requests, TDA cannot respond to requests for fax = verification. Requests for RFPs received before 4:00 PM will be mailed = the same day. Requests received after 4:00 PM will be mailed the = following day. Please check with your courier and/or mail room before = calling TDA. Only U.S. firms and individuals may bid as prime contractors = on this TDA financed activity. However, U.S. firms may use subcontractors = from the host country for up to 20 percent of the TDA grant amount. While = not mandatory, firms are encouraged to do so by CPTM. Interested firms, = their subcontractors and employees of all participants must qualify under = TDA's nationality requirements as of the due date for submission of = qualifications and proposals and, if selected to carry out the = TDA-financed activity, must continue to meet such requirements throughout = the duration of the TDA-financed activity. All goods and services to be = provided by the selected firm shall have their nationality, source and = origin in the U.S. or Brazil. Details of TDA's nationality requirements = and mandatory contract clauses are also included in the RFP. Interested = U.S. firms should submit their Proposal in Portuguese (1 original, 4 = copies) and English (1 copy) directly to CPTM in Sao Paulo, Brazil by = 4:00pm local time February 5, 1997. Price will not be a factor in = contractor selection, and therefore, cost proposals should NOT be = submitted. CPTM reserves the right to reject any and/or all Proposals. = CPTM also reserves the right to contract with the selected firm for = subsequent work related to the project. CPTM is not bound to pay for any = costs associated with the preparation and submission of Proposals. CITE: (I-348 SN012138) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: B -- 2.75 INCH ROCKET MOTOR GRAIN ANALYTICAL SOFTWARE, TO INCLUDE INSTALLATION AND TRAINING. SOL N0017497Q0107 DUE 122696 POC Michele F. Gilroy, Contract Specialist, Code 1142R, (301)743-6575, fax (301)743-6547. DESC: 2.75 Inch Rocket Motor Grain analytical software, to include installation and training. Software is used for the analysis of cracks in the 2.75 Inch Rocket Motor Grain. Contract action will be other than full and open competition under the authority of 10 USC 2304 (c) (1), only one responsible source. Proposed source: Alliant Techsystems, Inc. CITE: (I-348 SN012153) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: 11 CONS/LGCX, 500 Duncan Ave., Ste. 250, Bolling AFB, DC 20332-0305 SUBJECT: B--CAMPAIGN SUPPORT ANALYSIS SOL F49642-97-R-0036 POC Joseph Gatto, Contract Specialist, (202) 767-7982, or Lisa Romney, Contracting Officer, (202) 767-8099. DESC: The 11th Contracting Squadron (11CONS/LGCX) intends to procure on a competitive basis a Time and Materials, Requirements type contract to provide Campaign Analysis Support described below. The performance period will be for a base period plus four one-year options. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide campaign analysis support to Air Force Studies and Analysis (AFSAA) and sponsored agencies. AFSAA requires Information Technology (IT) and advisory and assistance services to support a wide range of analysis requirements including theater-level conflict modeling and simulation analysis to support force structure and key Air Force program decisions. Required support services consist of the following three general areas: (1) THUNDER model and database maintenance, development, and enhancement; (2) Campaign analysis support; (3) User group support. The scope of Area 1 includes technical support to AFSAA's current campaign analysis tool THUNDER. THUNDER is a two-sided, theater-level model designed to simulate conventional air-land combat. THUNDER and supporting analysis tools are written in SIMSCRIPT II.5 and SIMGRAPHICS II.5. The technical support shall include researching and implementing modifications to the THUNDER model and databases, to accomplish required upgrades and enhancements; investigation and incorporation of state-of-the-art campaign analysis methodologies into THUNDER; development and implementation of verification and validation techniques; and configuration management of the model and databases. The scope of Area 2 includes research and analysis necessary to investigate campaign analysis tools and methodologies; the relationship between engagement-level, mission-level, and campaign-level models; how models from each hierarchical level are used to feed data and calibrate other levels of models; and campaign analysis issues related to determining the impact of the air campaign component to the overall combat outcome at the theater level. Transition to and support for future enhanced state-of-the-art campaign analysis tools, models and methodologies. The scope of Area 3 includes designing and conducting THUNDER basic and advanced training courses; maintaining a current set of documentation for THUNDER; researching and implementing fixes to THUNDER runtime and database errors; and organizing/hosting an annual user group meeting. Requirements under these areas will range in scope and length from quick reaction (1-6 months) studies dealing with urgent issues to longer (6-12 months) in-depth efforts. Contractor personnel must have a TOP SECRET clearance or the ability to obtain one, and must be able to obtain a waiver to access the ``no contractor'' Intelligence Data Base (IDB). The contractor must also possess and maintain the ability to be within two hours commuting time of the Pentagon, Washington, DC. The solicitation will be unrestricted and issued to both large and small businesses. The RFP is expected to be released on or about 10 Feb 97. A pre-proposal conference may be convened. Date, time and location for said conference will be stated in the solicitation. The SIC code for this effort is 7371, with a size standard of $18 million. All responsible sources may submit an offer which will be considered. Firms requesting a copy of the RFP must identify the RFP number given above. No telephone requests will be accepted. CITE: (M-351 SN012342) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Federal Bureau of Prisons, 320 First Street, N.W., Suite 618, Washington, D.C. 20 SUBJECT: B--TASK FORCE ON PRISON CONSTRUCTION STANDARDIZATION AND TECHNIQUES FOR USE DURING EARLY PLANNING SOL 1CO-0228 DUE 011797 POC Donna P. Fox, Contracting Officer (202) 307-3223. DESC: The Federal Bureau of Prisons/National Institute of Corrections is seeking proposals from Criminal Justice Specialist(s) (i.e. professional criminal justice/correctional planners, architechts/engineers experienced with correctional facilities etc.) knowledgeable generally in the areas of (1) the planning and functional programming of correctional facilities, (2) correctional facility design (both small and large facilities) and (3) sources of criminal justice system and correctional information. Offerors wishing consideration shall submit a request for solicitation in writing via facsimile to (202) 514-0523 ATTN: Donna Fox, Contracting Officer. If facsimile is not an option, written requests may be mailed to Federal Bureau of Prisons, 320 First Street, Suite 618, Washington, D.C. 20534 ATTN: Donna Fox, Contract Specialist. In an effort to reduce the number of duplicate inquiries, PLEASE SEND ONLY ONE request. Telephonic requests for solicitation WILL NOT be accepted. This solicitation contains provisions for award of a contract period from date of award through September 30, 1997. It is the Government's intention to make a single award to the offeror whose proposal offers the best value to the Government in terms of price and other factors as defined in the solicitation. Proposals will be due no later than 12:00 noon (Eastern Standard Time) on January 17, 1997 at the location specified in the solicitation package. This date is tentative and is subject to change. CITE: (I-351 SN012453) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Miami VA Medical Center, 1201 N.W. 16th Street, Miami, FL 33125-1693 SUBJECT: C--CORRECT LIFE SAFETY CODE DEFICIENCIES SOL RFP 546-38-97 DUE 010697 POC Darlene McGary, (305) 324-3239 DESC: Standard Forms 254, 255 and other applicable forms as required in the original synopsis are to be received by January 6, 1997 in lieu of January 5, 1997. CITE: (I-351 SN012314) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: DEPT OF VETERANS AFFAIRS, 16111 Plummer St., Sepulveda, CA 91343 SUBJECT: C--A/E SERVICES FOR FIRE ALARM PANEL REPLACEMENT SOL N/A POC Mike McGinley, 818/895-9354, Contracting Officer DESC: Original CBD ad of 12/5/96 is modified to add the requirement of including a Licensed Industrial Hygienist and a Fire Protection engineer (FPE) on the A/E Design Team. All other terms and conditions remain unchanged. CITE: (I-351 SN012324) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, Maryland 21045-0701 SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL/ENGINEERING SERVICES FOR THE AREA OF ERIE (ZIP 155, 157-168) IN THE STATE OF PA FOR NEW CONSTRUCTION SOL 232098-97-A-0028 DUE 011097 POC Purchasing Specialist, D.W. Tokasz (410) 997-6214. DESC: The contract for A/E Services will be for two years, with individual work orders being issued. Projects will consist of repair/alteration and new construction work. Each work order will be negotiated as an individual fixed price contract. Work orders for any one project should not exceed $250,000.00. The contract may be renewed for three, one year periods. The total amount of work ordered over the five-year period may not exceed $2,500,000.00, or be less than $5,000.00. Architectural firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project. Additional data and or photographs showing applicable and related experience may accompany the SF 255 subject material will not be returned. Submittals must be postmarked by January 10, 1997. Interested firms with more than one office must indicate on their SF 255 the staffing composition of the office in which the work will be performed. A current SF 254 is required for each consultant. Consideration will be given to firms responding to this advertisement in accordance with the foregoing instruction in the following order of preference: 1. Firms and consultants with successful prototypical design implementation experience and/or related project type experience; 2. Firms located within the area of the Erie District, Pennsylvania (zip codes 155, 157-168); 3. Firms located in the state of Pennsylvania. Architectural firms will be considered as local only if their sole office is in the local geographical area or they have a local branch office and all the architectural design, coordination, and management of the project will be performed in that office. Selection criteria will take into account the number of contracts for any individual firm to a maximum of 2 contracts for any combination of contracts at the same time with the Postal Service; computer capabilities and expertise shall be considered; performance histories on Postal Service projects; and previous experience performance references. The prime firm shall have a minimum of three (3) registered architects fully CAD/D experienced. The contract contains a requirement for firms to provide evidence of current insurance of $200,000.00 of errors and omissions per claim and a copy must be attached to the package. Participation of Minority-Owned Businesses is a consideration in U.S. Postal Service architectural selections. It is prohibited to pay any fee, commission, percentage, or brokerage fee to any person or firm contingent upon or resulting from award of a contract for this solicitation. No other general notification for this project will be made. This is not a request for proposal. CITE: (M-351 SN012350) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, Maryland 21045-0701 SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL/ENGINEERING SERVICES FOR THE STATE OF OHIO FOR NEW CONSTRUCTION SOL #232098-97-A-0029 DUE 011097 POC Purchasing Specialist, D.W. Tokasz (410) 997-6214. DESC: The contract for A/E Services will be for two years, with individual work orders being issued. Projects will consist of repair/alteration and new construction work. Each work order will be negotiated as an individual fixed price contract. Work orders for any one project should not exceed $250,000.00. The contract may be renewed for three, one year periods. The total amount of work ordered over the five-year period may not exceed $2,500,000.00, or be less than $5,000,00. Architectural firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project. Additional data and or photographs showing applicable and related experience may accompany the SF 255 subject material will not be returned. Submittals must be postmarked by January 10, 1997. Interested firms with more than one office must indicate on their SF 255 the staffing composition of the office in which the work will be performed. A current SF 254 is required for each consultant. Consideration will be given to firms responding to this advertisement in accordance with the foregoing instruction in the following order of preference: (1) Firms and consultants with successful prototypical design implementation experience and/or related project type experience; (2) Firms located within 50 miles of the major metropolitan areas in the State of Ohio (Cincinnati, Columbus, Cleveland, and Akron); (3) Firms located in the state of Ohio. Architectural firms will be considered as local only if their sole office is in the local geographical area or they have a local branch office and all the architectural design, coordination, and management of the project will be performed in that office. Selection criteria will take into account the number of contracts for any individual firm to a maximum of 2 contracts for any combination of contracts at the same time with the Postal Service; computer capabilities and expertise shall be considered; performance histories on Postal Service projects; and previous experience performance references. The prime firm shall have a minimum of three (3) registered architects fully CAD/D experienced. The contract contains a requirement for firms to provide evidence of current insurance of $200,000.00 of errors and omissions per claim and a copy must be attached to the package. Participation of Minority-Owned Businesses is a consideration in U.S. Postal Service architectural selections. It is prohibited to pay any fee, commission, percentage, or brokerage fee to any person or firm contingent upon or resulting from award of a contract for this solicitation. No other general notification for this project will be made. This is not a request for proposal. CITE: (M-351 SN012351) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Princeton University, Plasma Physics Laboratory, P.O. Box CN17, Princeton, NJ 08543 SUBJECT: C--A/E SERVICES, CANCELLATION OF REQUIREMENT FOR BASIC ORDERING AGREEMENT(S) FOR MISCELLANEOUS CIVIL/STRUCTURAL MECHANICAL, AND ELECTRICAL PROJECTS AT PPPL POC Sharon Warkala, Sr. Subcontract Administrator, 609-243-2691 DESC: Notice of cancellation of requirement to establish A/E BOAs as described in CBD notice published in Issue No. PSA-1705 on October 22, 1996. Princeton Plasma Physics Laboratory will not proceed with evaluation leading to award of BOAs. PPPL will maintain documentation (SF254/255) submitted by firms in response to the original CBD notice on file for consideration as future projects may arise. CITE: (I-351 SN012429) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Federal Emergency Management Agency; Acquisition Operations Division; Flood, Fire, and Mitigation Branch; 500 C Street, SW, Room 350; Washington DC 20472 SUBJECT: C--EVALUATION OF EROSION HAZARDS SOL EMW-97-RP-0004 DUE 021097 POC William Roberson, Contract Speicalist 202/646-3622 Patricia A. English, Contracting Officer 202/646-4257 DESC: This is a survey to locate potential sources capable of performing the following proposed requirement: Conduct a study, which evaluates the economic impact that erosion and erosion mapping has on the National Flood Insurance Program (NFIP), its policyholders, and communities prone to erosion. Section 577, entitled "Evaluation of Erosion Hazards," of the National Flood Insurance Reform Act (NFIRA) mandates that a study be conducted which includes the mapping of erosion hazard areas for a "statistically valid and representative number of communities with erosion hazard areas throughout the United States, including coastal [and] Great Lakes...areas." This mapping effort is currently being conducted by 18 State Coastal Zone Management (CZM) agencies or their designees. The purpose of this project is to have the Contractor conduct an inventory of structures located within the mapped erosion hazard areas; and using the data collected in the inventory, evaluate the economic impact that erosion and erosion mapping has on the NFIP, its policyholders, and coastal communities. Section 577 of the NFIRA requires that the economic impact analysis "shall be conducted by a private independent entity," therefore firms, corporations, etc., with current or past contracts with FEMA through the NFIP cannot apply for this contract. Also, state or local governments cannot apply for this contract. Minimum capabilities must include documented evidence of experience and expertise in the following areas: 1. Experience and flexibility in drawing on diversified expertise from various sectors (e.g., universities, environmental organizations, corporations, and government) to examine scientific and economic issues and develop national policy options. 2. Ability to coordinate research and manage a variety of intellectual resources including scientists; economists; insurance specialists; developers; Federal, State, and Local officials; and land use planners. 3. Experience in management of large- scale federal investigative projects. 4. Experience and involvement with policy implementation activities including providing congressional testimony. Firms with these capabilities are invited to submit three (3) copies of their capabilities statement within fifteen (15) calendar days from the date of this notice. Information furnished should include: 1) The number and professional qualifications of technical and other appropriate personnel; 2) Company experience related to the proposed project; 3) A current financial statement; 4) Other literature which demonstrates the minimum capabilities listed above; 5) A statement of the degree to which the applicant can share costs, as priority will be given to applicants willing to cost-share. The Government will not pay or otherwise reimburse respondents for information submitted. Based upon responses received, the Government reserves the right to set-aside any and all procurements that may result hereunder for small or minority-owned businesses. If the evaluation of the responses received concludes that none of the responding firms have the necessary capabilities, then this acquisition will be conducted as a Sole Source Procurement with The Heinz Center, and no further synopsis will be issued. However, if one or more responses received are determined to have the necessary capabilities, then this acquisition will be re-synopsized as being available for full and open competition. CITE: (I-348 SN012122) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: U.S. Postal Service, Facilities Service Office, Attn: Robert Manka, Project Coordinator, 2 Hudson Place, 5th floor, Hoboken, NJ 07030-5502 SUBJECT: C--FIXED PRICE A/E SERVICES CONTRACT FOR THE DESIGN & CONSTRUCTION ADMINISTRATION OF THE REMOVAL AND REPLACEMENT OF THE HVAC SYSTEM AT THE NEW YORK, NY--MURRAY HILL ANNEX FACILITY SOL 332495-96-A-0120 DUE 011597 POC Robert Manka, Project Coordinator, (201) 714-5443. DESC: This will be a Fixed Price Contract to perform A/E Services for the Design & Construction Administration associated with the complete revamp of the existing HVAC System for the 100,000 S.F. USPS Murray Hill Annex facility in New York, NY. Firms that have the qualifications to perform the services described previously are invited to submit a completed SF-255, Architect/Engineer and related services questionnaire for a specific project, and a completed SF-254 for each of its proposed consultants to the office shown above, postmarked not later than January 15, 1997. The selection will be conducted by using the submitted SF-255 and the SF-254s. Interested firms with more than one office must indicate on their SF-255 the staffing composition of the office in which the work will be performed. Consideration will be given to firms responding to this advertisement in accordance with the instruction in the following order of preference: (1) within 5 miles of New York City, NY; (2) within 25 miles of New York City, NY; (3) All other firms. Architectural/Engineering Firms will be considered as local only if their sole office is in the local geographical area or they have a local branch office and all the architectural-engineering design, coordination, and management of the project will be performed in that office. The Architect/Engineering firm must have a minimum of five years experience as a professional engineering firm and be in the preferred area. The minimum acceptable engineering compliment for the prime firm, or office, and it's consultants is: 1 Electrical Engineers, 1 Environmental Engineer, 2 Mechanical Engineer, and 1 Structural Engineer. The contract contains a requirement for firms to provide evidence of current insurance of $200,000.00 of errors and omissions per claim. It is prohibited to pay any fee, commission, percentage, or brokerage fee to any person or firm contingent upon or resulting from award of a contract for this project. No other general notification for this project will be made. Submissions will not be retained or returned. This is not a request for proposals. CITE: (M-351 SN012370) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: U.S. Property & Fiscal Office for Kansas, 2737 S. Kansas Ave., Topeka, Kansas 66611-1170 SUBJECT: C--INDEFINITE DELIVERY A/E CONTRACT POC Ms. Sandy Summers, Contract Specialist, (913) 274-1212; Mr. Tom Coleman, Contracting Officer, (913) 274-1211. DESC: Indefinite Delivery Contract for multiple discipline Architect-Engineer design services to produce maintenance, repair, alteration or construction drawings, specifications and cost estimates for the Kansas Air National Guard at McConnell AFB, Kansas. The A/E firm shall provide expertise in civil, mechanical, structural, electrical, architectural disciplines and construction inspection as well as have the ability to deliver contract documents on short notice. Delivery orders may be issued for a period of one (1) year from the date of contract award with the option to extend for one (1) additional year. Delivery orders shall not exceed the cumulative amount of $1,500,000.00 per year and the maximum amount for any one delivery order shall not exceed $300,000.00. Evaluation criteria in order of importance are: (1) Professional qualifications to design construction, repair and maintenance projects. Specific disciplines in descending order of importance are Architectural, Mechanical, Electrical, Civil, Structural, and Surveying; (2) Specialized Experience and Technical Competence; (3) Capacity to accomplish work in the required time; (4) Locations; (5) Past Performance; (6) Demonstrated success in prescribing use of recycled materials and achieving waste reduction as well as energy efficiency; and (7) Volume of work previously awarded by DOD. Qualified firms desiring consideration shall submit an SF 254 and SF 255 for principal A/E and SF 254 for all consultants to the U.S. Property and Fiscal Office for Kansas, 2737 Kansas Avenue, Topeka, Kansas 66611-1170. All responses received within 30 calendar days from date of this Notice will be considered. A firm fixed price contract with firm fixed price delivery orders is contemplated. This is not an RFP. CITE: (M-351 SN012424) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: U.S. Department of Agriculture, Agriculture Research Service, Administrative and Financial Management, Procurement and Property Branch, 14th & Independence Avenue, S.W., Room 1310 South Building, Washington, D.C. 20250 SUBJECT: D--CABLETRON ITEMS SOL N/A POC Contact Point, Shirley Bailey, (202) 720-8227, Contracting Officer DESC: The Government is seeking a contractor to provide the following Cabletron equipment and parts: 1)24 port 10Base-T hub stack 24 RJ45 and 2 epim slots SNMP intelligent Cabletron SEHI-25, 28 each, 2) 24 port 10Base-T hub stack 24 RJ45 and 2 EPIM slots non-intelligent Cabletron SEH-24, 36 each, 3) Interconnect cable for SEHI hub to connect to SEH hub, Cabletron 9380111, 28 each, 4) Interconnect cable for SEH hub to connect to another SEH hub Cabletron 9380110, 8 each. Written quotations will be solicited. The anticipated award date is January 13, 1997. CITE: (W-351 SN012330) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: U.S. Department of Agriculture, Agriculture Research Service, Administrative and Financial Management, Procurement and Property Branch, 14th & Independence Avenue, S.W., Room 1310 South Building, Washington, D.C. 20250 SUBJECT: D--CABLETRON ITEMS SOL N/A POC Contact Point, Shirley Bailey, (202) 720-8227, Contracting Officer DESC: The Government is seeking a contractor to provide the following Cabletron equipment and parts: 1)24 port 10Base-T hub stack 24 RJ45 and 2 epim slots SNMP intelligent Cabletron SEHI-25, 28 each, 2) 24 port 10Base-T hub stack 24 RJ45 and 2 EPIM slots non-intelligent Cabletron SEH-24, 36 each, 3) Interconnect cable for SEHI hub to connect to SEH hub, Cabletron 9380111, 28 each, 4) Interconnect cable for SEH hub to connect to another SEH hub Cabletron 9380110, 8 each. Written quotations will be solicited. The anticipated award date is January 13, 1997. CITE: (W-351 SN012331) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Department of Veterans Affairs Medical Center, 50 Irving Street, N.W., Washington, DC 20422 SUBJECT: D--CAD SERVICES SOL RFQ 688-38-97 DUE 010897 POC Joan F. Van Middlesworth, Contracting Officer (202)745-8413 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request of Quotation number RFQ 688-38-97. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 90-42. The SIC Code for this solicitation is 7373. The small business size standard is $18 Million. Contractor will furnish all labor, materials, equipment, transportation, and supplies to produce CAD drawings of Building 1 (694,000 S.F. approx) and Building 6 (152,000 S.F. approx) areas at the VA Medical Center in Washington, D.C. using computer generated floor and utility plan system. Completion time for the Base Bid and all of its alternates is 300 days ARO. Bid Items are as follows: GROUP I Building 1 - Base Bid Item 1. Architectural Floor Plans shall include: walls, doors, windows, all plumbing fixtures, partitions,columns, all partitions (fixed and portable), stairs, room numbers,occupancy/room functions, square footage, department ownership. Completion time is 90 days ARO. Estimated Quantity 694,000 SF. Alternate Item 2. Add Utility Plans to Base Bid including pipes, valves, steam traps, AOV Systems, Sprinkler System, dampers, Fire Alarm devices, ductwork, and equipment (i.e. Air Handlers, Exhaust Fans, MCC's, Electrical Panels, transformers, electrical outlets thermostats, pumps, and exposed ducts), as well as sizes of ducts. Add 30 days to completion time. Estimated Quantity 694,000 SF. Alternate Item 3. Reflected Ceiling Plan (grid,lights, return and supply vents, sprinkler heads, furdowns, smoke or heat detectors, and exit lights). Add 30 days to completion time. Estimated Quantity 694,000 SF. Alternate Item 4. Other Plans includes communication lines, device locations, paging system, TV/Radio systems, Nurse Call systems, and Security Systems. Add 30 days to completion time. Estimated Quantity 694,000 SF. SUMMARY BID FOR GROUP I Building 1 (Items 1-4). GROUP II Building 6 - Alternate Item 5. Architectural Floor Plans shall include: walls, doors, windows, all plumbing fixtures, partitions, columns, all partitions(fixed and portable), stairs, room numbers, occupancy/room functions, square footage, department ownership. Add 30 days to completion time. Estimated Quantity 152,000 SF. Alternate Item 6. Utility Plans including pipes, valves, steam traps, AOV Systems, Sprinkler System, dampers, Fire Alarm devices, ductwork, and equipment (i.e. Air Handlers, Exhaust Fans, MCC's, Electrical Panels, transformers, electrical outlets, thermostats, pumps, and exposed ducts), as well as sizes of ducts and pipes. Add 30 days to completion time. Estimated Quantity 152,000 SF. Alternate Item7. Reflected Ceiling Plan (grid,lights, return and supply vents, sprinkler heads, furdowns, smoke or heat detectors, and exit lights). Add 30 days to completion time. Estimated Quantity 152,000 SF. Alternate Item 8. Other Plans includes communication lines, device locations, paging system, TV/Radio systems, Nurse Call systems, and Security Systems. Add 30 days to completion time. Estimated Quantity 152,000 SF. SUMMARY BID FOR GROUP II Building 6 (Items 5-8). The award will be made on either an individual item basis or summary bid basis, whichever results in the lowest cost to the Government. Therefore, to assure proper evaluation of all bids, a bidder quoting a summary bid price must also quote a price on each individual item included in the summary bid price. In the event the offer exceeds the funds available, a single award will be made on Group I, followed by Group II, or by items in order of priority or a combination of Group I and the items in Group II. The Bid Items are listed in order of priority. Special Requirements include: Verification and review of existing as-built drawings, old and active construction documents, and detailed field surveying. Plans must be drawn on AutoCad Release 12, drawing on another format and converting to AutoCad is not acceptable. If later version of AutoCad is used, vendor shall update existing VA AutoCad version. All drawings shall be drawn to full scale. Additional layer names used (other than AutoCad Standard) shall be followed per VA Designation. Multiple colors per layer will not be used. All files will be .DWG Format supplied on 3-1/2" diskettes. Dark Colors shall not be used. Text to be Roman Simplex. Each floor of each building shall be a separate file. Vendor shall complete one area before going to another (each wing and floor is considered an area). Vendor shall give the VA completed area drawings to review periodically through the project. Progress payments may be allowed based on these submissions. All blocks used on diskette shall be submitted. Scanning or Digitizing Of existing drawings and/or roster to vendor conversion shall not be used. Accuracy requirements (Roster to Vector Conversation) for all work shall be as follows: Drawings will use OSNAP commands. Lines will intersect as intended. AutoCad standard commands will be used. The measuring equipment must utilize electronic distance measuring with an accuracy of 5 mm per 10000 feet. All exterior walls, interior walls and corridors will be established via this method. All other required information will be gathered using a tape measure, measured from the closest "known". Measurement shall be within 1/4 inch. Accumulative error on CAD will be kept to a minimum (1" per 100 LF). All tape measuring will reference surveyed "knowns" in as much as possible. Acceptance time will be60 days from bid opening date. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-commercial Items and52.212-5 Contract Terms and Conditions including clauses incorporated by reference under Section (b)(6) 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action For Handicapped Workers (29 U.S.C. 793), 52.222-37 Employment Records of Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-41 Service Contract Act of1965 as Amended, 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment, 52.225-3 Buy American Act-Supplies (41 U.S.C. 10). Other clauses include 52.232-18 Availability of Funds, and 852.216-70 Estimated Quantities. A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful bidder within the time for acceptance specified in the offer shall result in a binding contract without further actions by either party. Bidders responding to this announcement shall submit a unit price for each item along with the information required in 52.212-1 and a completed copy of provision 52.212-3 to VA Medical Center (688/90C), 50 Irving Street, NW, Room 1B-112, Washington, DC20422 by January 8, 1997 at 2:00PM Local Time. All responsible sources will be considered. CITE: (I-351 SN012439) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DHHS/PHS/FDA/Office of Facilities, Acquisitions, and Central Services, Division of Contracts and Procurement Management, HFA-521, 5600 Fishers Lane SUBJECT: D--SITE LICENSE FOR SENTRYGATE PLUS SOFTWARE SOL C50887 DUE 010297 POC Debbie Hammond, Contract Specialist (301) 443-1555, Dennis Hunt, Contracting Officer, (301) 443-1555, (301) 594-3702 FAX DESC: The Food and Drug Administration (FDA) intends to award a purchase order on a sole source basis to acquire a site license for maintenance for SentryGate Plus software for VAX 6410's, VAX 6620's, and MVAX 4100's. This license will be for twenty-eight (28) sites. SentryGate Plus Product Code: R01AUDTRMSC. See Numbered Note 22. CITE: (W-351 SN012468) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DHHS/PHS/FDA/Office of Facilities, Acquisitions, and Central Services, Division of Contracts and Procurement Management, HFA-521, 5600 Fishers Lane SUBJECT: D--BROADCAST TV SERVICE LINKS SOL 057869 DUE 010297 POC Debbie Hammond, Contract Specialist (301) 443-1555, Dennis Hunt (301) 443-1555, (301) 594-3702 FAX DESC: The Food and Drug Administration (FDA) intends to award a purchase order on a sole source basis to acquire Broadcast TV Service Links to be set for eleven (11) various government locations in the Montgomery County area in order to receive videoconferencing meetings. See Numbered Note 22. CITE: (W-351 SN012470) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: Department of the Treasury (DY), Internal Revenue Service, IS:S:ITG, c/o ISC, 2701 Prosperity Ave, Rm 4434D, Fairfax, VA 22031 SUBJECT: D--COMMERCIAL SECURITY AUDIT MANAGEMENT/AUDIT ANALYSIS PRODUCTS SOL 0-7-10-V0-V4-N18 0001 DUE 011497 POC Randy Osborn, 703-876-4542, 202-283-1411 DESC: The Internal Revenue Service (IRS) is seeking sources who can provide commercial-off-the-shelf products for security audit management (audit collection, audit reduction, audit translation) and security audit analysis for a limited duration useability functionality, interoperability and performance testing on a no-cost basis by an existing IRS contractor. The hardware/software products will be installed, tested and evaluated in any or all of the following IRS Proof-of-Concept test environments: Unix Wae, MP-RAS, DC/OSX, Sun Solaris and Windows NT. Vendors may respond to either one or all of the following areas of security audit management: 1) Native Security Audit Collection which must collect the security audit data native to each platform that generates audit data such as operating systems, database management systems and applications and 2) Security Audit Translation/Security Audit Reduction to translate seurity audit data from its native form to a user-defined enterprise wide standard form and too include a reduction process. The IRS will base its initial evaluation on the following criteria: 1) Scalability to support enterprise security audit data in a sysem as large as that required by the IRS; 2) Support of audit analysis techniques, i.e., trends/variance detection, attack signature detection; 3) Range of test platforms and operating environments supported; 4) Reliability in the test environments; 5) Performance in the test environment and 6) Ease of installation, integration and use of test platforms. All interested vendors must submit the following infrmation for each system they are responding to within 60 days of this notice: 1) Descriptive technical literature including information on the product's supported platforms, operating systems and technical architecture; 2) Statement of the products' commerial availability plus current catalogs; 3) vendors amenability to loaning the offered products to the IRS, at no cost, for testing, and 4) any other pertinent documentation that will assist the IRS. Vendors will be notified in writing, within 30 days after completion of the evaluations/testing of the results. Selection for testing neither implies endorsement nor is an expressed or tacit commitment or agreement b the IRS to acquire the products at a later date. Selection for testing will neither provide vendors with an advantage nor preclude them from bidding on related future procurements. At this time, there is neither a solicitation package available nor is oneanticipated in the near future. CITE: (I-351 SN012384) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA - Forest Service, 4931 Broad River Road, Columbia, South Carolina 29210-4021 SUBJECT: F--AERIAL SEEDING AND FERTILIZATION SOL IFB R8-12-97-13 DUE 021197 POC Contact Contracting Officer Delia K. Heath at (803) 561-4000 for information. For solicitations and/or plans contact Ruby Little at (803) 561-4017. DESC: The Sumter National Forest plans to contract for Aerial Seeding and Fertilization on approximately 981 acres, on the Enoree Ranger District, Chester, Union, Newberry, Laurens and Fairfield Counties, South Carolina. The contractor shall furnish all equipment, materials, supervision, transportation, labor, and supplies to aerial seed approximately 86 acres of National Forest land for wildlife and aerial fertilize approximately 895 acres for soil and watershed improvement in accordance with the specifications and provisions of the solicitation. No materials, labor or supplies will be furnished by the Forest Service unless specifically identified in the Government Furnished Property clause. CITE: (I-351 SN012323) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS CITY MO 64106-2896 SUBJECT: F--LONG TERM OPERATION AND MAINTENANCE RESPONSE ACTION CONTRACTS FOR EPA REGION II SOL DACW41-97-R-0005 DUE 012497 POC Contract Specialist Norma M. Reynolds (816) 426-6484 (Site Code DACW41) DESC: CORRECTION: Reference original publication of solicitation previously published in Commerce Business Daily issued 11 December 1996. Original publication is modified by deleting the first two sentences and the fifth sentence after the sentence in parethesis which are as follows: "The Government may elect to award a single task order contract or multiple task order contracts, to small business(es) for a total acquisition value of $14 Million. For multiple awards, individual task orders will be awarded bsed on factors such as past performance on earlier task orders under the multiple award contract(s), quality of services, cost control, price costs or other factors that the Contracting Officer believes are relevant to the award of each task order. The minimum order for each contract is $280,000.00 during the five year contract period." The following sentences shall be incorporated into the original publication after he sentence in parenthesis and replace the deleted sentences: The Government may elect to award up to two - 5 year multiple award task order contracts to small business(es). Total cumulative value of contract(s) under this solicitation may not exceed $14,00,000. Each contract's individual minimum guarantee is one task order worth at least $280,000. Maximum individual total contract value for each contract is either $13,720,000 or the cumulative value of both contracts awarded under this solicitation. Any additional task orders will be awarded on the subjective determination of the Contracting Officer based on past performance on the first and any other precding tasks orders under these contracts. Such subjective determination will consider the contractor's past performance of cost, technical and schedule management and any other factors that the Contracting Officer believes relevant to the award of each new ask order. All other information reflected in the 11 December 1996 Commerce Business Daily issue remains the same. CITE: (I-351 SN012390) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Ozark-St. Francis National Forest, 605 West Main Street, P.O. Box 1008, Russellville, AR 72801 SUBJECT: F--HARDWOOD SITE PREPARATION USING CHAINSAWS ON THE BOSTON MOUNTAIN RANGER DISTRICT, OZARK, ARKANSAS SOL 0Z-09-10-97 DUE 012397 POC Contracting Officer, Julia Cain, (601) 965-4391, Procurement Technician, Virginia A. Thomas, (501) 964-7298. DESC: Contractor shall furnish all labor, supplies, tools, material, transportation, supervision to do Natural Site Preparation using handtools or power tools on 290 acres of National Forest Land. This project is located on the Boston Mountain Ranger District, Ozark, Arkansas. CITE: (M-351 SN012426) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Ozark-St. Francis National Forest, 605 West Main Street, P.O. Box 1008, Russellville, AR 72801 SUBJECT: F--PINE SITE PREP USING SAWS AND CHEMICALS ON THE BAYOU RANGER DISTRICT, HECTOR, ARKANSAS SOL 0Z-06-10-97 DUE 012397 POC Contracting Officer, Julia Cain, (601) 965-4391, Procurement Technician, Virginia A. Thomas, (501) 964-7298. DESC: Contractor shall furnish all labor, supplies, tools, material, transportation, supervision and shall perform pine site preparation on 489 acres of National Forest Land. This project is located on the Bayou Ranger District, Hector, Arkansas. CITE: (M-351 SN012427) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Malheur National Forest, PO Box 909, John Day, OR 97845 SUBJECT: F--SEED ORCHARD PLANTING SOL SOL-RFQ-4-97-11 DUE 021097 POC Contact Point, Barb Forsman (541) 575-3174; Contracting Officer, Marle Brandt DESC: Project is located on the Long Creek Ranger District and consists of Tree Planting of approximately 21 thousand trees in the Blue Mountain Seed Orchard and Austin Seed Orchard. Could include rototilling prior to planting. This proposed procurement is totally set-aside for small business. CITE: (I-351 SN012461) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Ochoco National Forest, PO Box 490; Prineville, OR. 97754 SUBJECT: F--TREE PLANTING AND RIPARIAN PLANTING, PAULINA R.D. SOL Sol. No. 7-97-7 DUE 022097 POC Contact Point, Cecilia Rogers 541/416-6534 or Fax 541/416-6661 DESC: Project consists of plant, interplant, tube and stake all trees on 900 acres on the Paulina Ranger district of the Ochoco National Forest. Contractor will jelly roll trees. There will also be an option item for the planting of approximately 4,000 Mountain Alder of riparian planting on 150 acres. Planting is estimated to start on April 14, 1996 and contract time is 30 days. Solicitation to be issued January 22, 1997. Bonding will be required. This project is 100% set-aside for small business concerns CITE: (I-351 SN012474) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: G--Social Services OFFADD: Department of the Navy, NAWCAD Contracts Competency Division, MS32 22541 Millstone Road, Patuxent River, MD 20670-5304 SUBJECT: G--SPORTS OFFICIATING SERVICES SOL N00421-97-R-1100 DUE 021397 POC Megan M. Russell, Code 25521I, Contract Specialist, (301)342-1825 x. 114, Rebecca J. Wathen, Code 25521A, Contracting Officer, (301)342- 1825 x. 133. DESC: The Morale Welfare and Recreation Department at the Naval Air Warfare Center Aircraft Division has a requirement for Sports Officiating Services for on-base football, softball, volleyball and basketball. Officials shall have current certification from the governing body of the sport they will officiate. They shall follow local and national rules and wear the proper uniform for the sport they are officiating. Officials should know all of the rules and regulations of the sport they will be officiating. A full Statement of Work will be provided in the solicitation. The period of performance is for one base year and four option years. Solicitation requests may be faxed to (301)342-1864 to the attention of Megan Russell. All responsible sources may submit a proposal which will be considered. The estimated solicitation release date is January 13, 1997. CITE: (I-351 SN012440) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave. Suite 500, Everett, WA SUBJECT: J -- USS NIMITZ (CVN-68) SOL N62799-97-B-0017 DUE 021497 POC E. Perez, Jr., 206-304-5807 DESC: 97-TAV, Upkeep 1, 03/06/97 to 04/04/97 period of performance. Work to be accomplished misc work . Work will be performed at Puget Sound Naval Shipyard. Sources who currently hold or are qualified for and willing to enter into an Agreement for Boat Repair/Master Ship Repair Agreement DFAR (217.71) prior to award, may submit a bid which shall be consider by this agency. Firms which do not, possess an Agreement for Boat Repair Agreeement are ineligible for award unless adequate time exists to permit the navy to perform an assessment of their MSR application to execute the ABR/MSRA without impacting the vessel's availability dates. CITE: (I-348 SN012116) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: J --CCA SOL F09603-97-R-81611 DUE 020397 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Larry E. Johnson/Lykb/[912]926-7053 DESC: This PR is initiated to establish a requirements type contract for OD- 106 components. Fax Nr 912-926-7572 The approximate issue/response date will be 03 Jan 97. To: Hazeltine Corp, Greenlawn Ny 11740-1600. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-349 SN012175) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Military Sealift Command, Atlantic, Military Ocean Terminal, Bayonne, NJ 07002-5399 SUBJECT: J--RESTRICTED AVAILABILITY SOL N62381-97-R-0058 DUE 030697 POC Catherine Graham, Contract Specialist, 201-823-7140. DESC: Performance Period: On/abt 05 Jul 1997 thru 04 Aug 1997 - - Work to be performed at Contractor's Facility - - USNS Apache (T-ATF 172); Closing Date: 2 P.M., 06 Mar 1997 at Military Sealift Command, Atlantic, Bayonne, NJ 07002-5399 - - A responsible offeror shall be considered eligible if the offeror has previously executed a Master Ship Repair Agreement prior to the award of the contract. CITE: (I-351 SN012315) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supply Directorate, Contracting Department, Supply MCAS, PSC Box 8018, Cherry Point, NC 28533-0018 SUBJECT: J--MAINTENANCE ON CASTLE BRAND STERILIZERS SOL N00146-97-R-0001 POC Susan Rice, Contract Specialist (SUL1H), (919) 466-2007, (FAX (919) 466-4056), Procurement Asst., Linda Marcum, (919) 466-2895, Contracting Officer, Paula Robinson, (919) 466-2844. DESC: Correction: This action as originally publicized in the CBD under Solicitation No. N00146-97-R-0001 is corrected to change the Solicitation No. to N00146-97-R-0008. The anticipated closing date is corrected to 97 Jan 12. The Contract Specialist is changed to Susan Rice as indicated above. All other information publicized in the original synopsis is correct. CITE: (M-351 SN012358) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: U.S. Bureau of Reclamation, 2800 Cottage Way, Room W-1540, Sacramento, CA 95825-1898 SUBJECT: J--MAINTENANCE SERVICES FOR VARIOUS GOVERNMENT-OWNED ADP EQUIPMENT SOL 97-SI-20-10003 DUE 013197 POC Evelyn Yamamoto, Contract Specialist, (916) 979-2231/James McDonough, Contracting Officer, (916) 979-2178 DESC: Maintenace service for Government-owned automated data processing g equipment (ADPE), telephone support for all covered systems, and remote diagnostic support, installed at the Federal Building, 2800 Cottage Way, Sacramento, California, for FY97, pluss two 12-month option periods. The Contractor will be required to provide preventative, remedial, and on-call maintenance support for various types of equipment. This procurement is a 100 percent small business set-aside, the size standard for which is a c oncern, including its affiliates, having an average sale or receipts for its preceding three years not in excess of $12,500,000. All sources responding to this synopsis shall submit information relating to business status, including as to whether small, large, minority-owned, and/or woman owned. The standard industrial classification code is 7378. The solicitation will be issued on or about December 31, 1996. For copies of the solicitation, contact Evelyn Yamamoto at (916) 979-2231. The first copy of t he solicitation will be issued free of charge; each additional copy requested will be $1.00, nonrefundable. CITE: (I-351 SN012377) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: U.S. Bureau of Reclamation, 2800 Cottage Way, Room W-1540, Sacramento, CA 95825-1898 SUBJECT: J--MAINTENANCE SERVICES FOR VARIOUS GOVERNMENT-OWNED ADP EQUIPMENT SOL 97-SI-20-10003 DUE 013197 POC Evelyn Yamamoto, Contract Specialist, (916) 979-2231/James McDonough, Contracting Officer, (916) 979-2178 DESC: Maintenace service for Government-owned automated data processing g equipment (ADPE), telephone support for all covered systems, and remote diagnostic support, installed at the Federal Building, 2800 Cottage Way, Sacramento, California, for FY97, pluss two 12-month option periods. The Contractor will be required to provide preventative, remedial, and on-call maintenance support for various types of equipment. This procurement is a 100 percent small business set-aside, the size standard for which is a c oncern, including its affiliates, having an average sale or receipts for its preceding three years not in excess of $12,500,000. All sources responding to this synopsis shall submit information relating to business status, including as to whether small, large, minority-owned, and/or woman owned. The standard industrial classification code is 7378. The solicitation will be issued on or about December 31, 1996. For copies of the solicitation, contact Evelyn Yamamoto at (916) 979-2231. The first copy of t he solicitation will be issued free of charge; each additional copy requested will be $1.00, nonrefundable. CITE: (I-351 SN012379) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: DIRECTORATE OF CONTRACTING, ATTN AFRC-FM-DC, 2103 S 8TH AVENUE, FORT MCCOY WI 54656-5153 SUBJECT: J--MAINTENANCE OF GOVERNMENT-OWNED TELEPHONE SWITCH AND TELEPHONE PLANT SOL DAKF61-97-Q-0031 DUE 012197 POC Purchasing Agent Janell Moseley (608) 388-4455 Contracting Officer Brenda Heuer (Site Code WPC0NT) DESC: Provide all labor, equipment, materials, travel, and accessories to perform full service maintenance, both remedial and preventive, both remote and on- site, on government-owned Mitel SX2000 telephone switch and telephone plant at Sheridan Reserve Ceter, Fort Sheridan IL for the period 1 February 1997 through 30 September 1997. Request for quote must be in writing accompanied by a non-refundable certified check, cashiers check, or money order payable to U.S. Treasury in the amount of $8.00 per quote. o company, personal, registered checks, or cash will be accepted. The estimated issue date of the RFQ is 7 January 1997. All responsible sources CITE: (I-351 SN012395) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: J--GENERATOR PULSE;POWER METER SOL F41608-97-29537 DUE 012797 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Bond, Anthony,Capt/Ldkac/[210]925-6534 DESC: repair of the items listed below: generator pulse 4ea 6625-01-264-2280 power meter 1ea 6625-01-266-5930dq completion of teardown anlaysis is required to be complete w ithin 30 days after receipt of reparables government furnished drawings and specifications are not available The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 27 Feb 97. Written procedure will be used for this solicitation. To: Wavetek U S Inc, San Diego Ca 92123-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 22,26. CITE: (I-351 SN012411) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Contracting Division, Marine Corps Base, P.O. Box 8368, Camp Lejeune, NC 28547-8368 SUBJECT: J--APPLIANCE REPAIR SOL M6700197B0002 DUE 020397 POC Contact Purchasing Agent, Pat Cromwell, (910) 451-3016. DESC: Service contract for on site repair of appliances for Family Housing at Camp Lejeune, NC 28542, for a basic period with four (4) one year option periods. Types of appliances are Refrigerators: Gibson, Hotpoint, General Electric, White, Westinghouse, 1986--1996 models, estimated annual service calls--800 EA; Estimated annual pickups/deliveries/installations, 40 EA. Stove/Range: Westinghouse, Tappan, Hardwick, Magic Chef, Whirlpool, 1989--1996 models, estimated annual service calls--600 EA; Estimated annual pickups/deliveries/installations 20 EA. Dishwashers: Whirlpool, Kenmore, 1984--1996 models, estimated annual service calls--300 EA; Estimated annual pickups/deliveries/installation 20 EA. Response time to the resident to be within 24 hours. All repairs to be completed within 48 hours. The proposed resultant contract will be a firm-fixed price requirements type contract. Contract will be 100% set-aside for small business concerns. No telephone requests for solicitations will be accepted. Request for solicitation should be in writing only or by fax (fax number (910) 451-2331). All responsible sources may submit a bid which will be considered. CITE: (M-351 SN012425) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (vpl-3), U. S. Coast Guard, Maintenance & Logistics Command Atlantic, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102 SUBJECT: J--110-WPB LIFTING CRADLE SOL DTCG80-97-Q-3FABF4 DUE 010697 POC Contact SK2 Willie Mayo, Purchasing Agent (757) 628-4660 DESC: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) number DTCG80-97-Q-3FABF4. This solicitation document will incorporate provisions and clauses that are in effect through Federal Acquisition Circular 90-42. The Standard Industrial Classification code is 3449 and the size standard is 500 employees. The following is a description for the listed services. 1. Provide all labor and materials to fabricate the Island Class Patrol Boat lifting cradle listed in CG DWG 110 WPB-085-010. Contractor shall install all soft wood and provide all spreader bars and additional wood to accompany cradle. Contractor shall prepare and preserve all metallic surfaces and ship to Puerto Rico. As prescribed in FAR 52.12-2 Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Required Delivery Date. The following FAR Clauses will apply to this solicitation: 52.219-6 Notice of Total Small Business Set-Aside, 52.222-41 Service Contract Act of 1965, as amended. Offers are due on 31 December 1996 1200 Commander (VPL-3) MLCLANT 300 East Main Street, Suite 600, Norfolk, VA 23510-9102 Attn: SK2 Willie Mayo For information and copies of Specifications call (757)628-4660. The material is required on or before 16 January 1997. CITE: (I-351 SN012445) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: NASA, Johnson Space Center, BE13, Houston, TX 77058 SUBJECT: J--ENVIRONMENTAL CONTROL AND LIFE SUPPORT SYSTEMS (ECLSS) ENGINEERING SUPPORT SOL 9-BE13-40-7-23P DUE 011597 POC Contract Specialist: Jeff Johnson, (281) 483-1862 Contract Officer: Lisa Rea Phillips, (281) 483-8395 DESC: NASA/JSC plans to issue a Request for Proposal (RFP) for Environmental Control and Life Support Systems (ECLSS) Engineering and Test Support. The Environmental Test Article (ETA) is an Orbiter- configured ECLSS test chamber which includes an Active Thermal Control Systems and Atmospheric Revitalization Systems. It is the only integrated facility of its kind to support payload testing, flight anomaly testing, flight configuration system performance evaluations and system upgrade performance evaluations for the Orbiter. The Life Support Systems Integration Facility (LSSIF) is a large three story closed chamber that has been outfitted for integrated testing of regenerative life support hardware with human test subjects. The government intends to solicit and negotiate with only one source. Negotiations are anticipated with Hamilton Standard Management Services, Inc. (HSMS). The preponderance of flight hardware used in the ETA and LSSIF have been provided to JSC through previous contracts with HSMS. HSMS has significant experience with the ETA hardware, the advanced regenerative ECLSS hardware in the LSSIF, and ECLSS test activities, as well as possesses unique company-owned trouble-shooting equipment which would be unavailable to another contractor, which make it cost- ineffective as well as harmful to program schedules for the government to contract with another vendor for this effort. See Numbered Notes 22 and 26. Requests for copies of the RFP must be submitted to the contract specialist or the contracting officer. An ombudsman has been appointed to hear concerns from offers and potential offerors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the ajudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Brian Duffy at 281-483-6050. Concerns, issues, and disagreements which cannot be resolved at the installation may be referred to the NASA ombudsman, Tom Luedtke at 202-358-2090. RFP will be released on or about 15 days after publication in the Commerce Business Daily (CBD). Firm date for receipt of offers will be stated in the RFP. All responsible sources may submit an offer which shall be considered by the agency. If there are any questions, the contract specialist may be contacted via E-mail at jjohnso2@ems.jsc.nasa.gov or by phone at (281) 483-1862 or the contracting officer may be contacted via E-mail at lrea@ems.jsc.nasa.gov or by phone at (281) CITE: (I-351 SN012447) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Department of Commerce, NOAA, 200 World Trade Center, Room 209, Norfolk, VA 23510-1624 SUBJECT: J--DOCKSIDE REPAIR NOAA SHIP OREGON II SOL 51-EANA-7-00029 DUE 013097 POC Ingrid L. Sparger, (757)441-6562 DESC: j--DOCKSIDE REPAIR - NOAA SHIP OREGON II, TO BE PERFORMED AT THE NATIONAL MARINE FISHERIES IN PASCAGOULA, MS. PERFORMANCE PERIOD TO COMMENCE APPROXIMATELY MARCH 3, 1997, AND SHALL BE COMPLETED ON OR BEFORE APRIL 2, 1997. BASIC CONTRACT ITMES WILL INCLUDE LIFERAFT INSPECTION; ELECTRICAL REPAIRS; MSD FAST SYSTEM REPAIRS; PIPING REPAIRS; HYDRAULIC SYSTEM REPAIRS; AND OTHERS. VESSEL WILL BE AVAILABLE FOR INSPECTION IN JANUARY 1997, IN MOREHEAD CITY, NORTH CAROLINA (DATES TO BE PROVIDED IN THE SOLICITATION). CHARACTERISTICS OF NOAA SHIP OREGON II: LENGTH OVERALL - 170 FEET, BEAM (MOULDED) - 34 FEET, FORWARD DRAFT - 11 FEET- 4 INCHES, AFT DRAFT - 13 FEET- 4 INCHES, DISPLACEMENT - 870 LONG TONS, PROPULSION - DIESEL, SINGLE SCREW CPP, TWIN FAIRBANKS-MORSE 720 BHP EACH, CRUISING SPEED - 12 KNOTS, ELECTRIC SERVICE - 440 VOLTS AC, 3 PHASE, 200 AMP SERVICE (100 AMP LOAD AVG.) ALL RESPONSIBLE SOURCES MAY SUBMIT A BID WHICH SHALL BE CONSIDERED BY THE AGENCY. COPIES OF THE SOLICITATION WILL BE PPROVIDED IN RESPONSE TO WRITTEN OR FAXED REQUESTS RECEIVED DIRECTLY FROM THE REQUESTOR. TELEPHONE REQUESTS WILL NOT BE HONORED. REQUESTS FOR COPIES OF THIS SOLICITATION MAY BE FAXED TO (757) 441-3786. NUMBERED NOTES 1 AND 26 APPLY. EMAIL Ingrid.L.Sparger@noaa@gov EMAILDESC: CITE: (W-351 SN012467) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Cmdr, MARCORSYSCOM, 2033 Barnett Ave., Ste 315, Code CTQSR, Quantico, VA 22134-5010 SUBJECT: K--MODIFICATION OF H-60 GUN MOUNT FOR USE ON RIVERINE ASSAULT CRAFT SOL M67854-97-M-2029 DUE 123196 POC Mr. Stephen L. Riffe 703-784-5822 Ext X228 FAX 703-784-5826. DESC: The United States Marine Corps System Command intends to negotiate a sole source contract with Military Systems Group, Inc. of Nashville, Tennessee, for the modification of their H60 gun mount to a H24 gun mount. The modification will allow the mount to accommodate and employ the recently fielded M240G machine gun. The H24 mount, which has been previously safety certified, will be used on the Riverine Assault Craft. This modification is projected to occur during FY-97. Interested persons must provide a statement of interest within 15 days of this announcement to the Contract Person listed above. CITE: (I-351 SN012321) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: K--UPGRADE GENERAL PURPOSE ELECTRONIC TEST STATIONS (GETS) SOL DAAH01-97-R-0075 DUE 013197 POC Jeff Fowler, Contracting Officer, AMSMI-AC-CACB, (205)876-5590 Randall Allen, Contracting Officer, AMSMI-AC-CACB, (205)842-7819 (PCA). DESC: Upgrade existing GETS test equipment to the latest PATRIOT Project Office (PPO) approved configuration through procurement of GETS modification kits and installation services. See Numbered Note(s): 22. CITE: (I-351 SN012480) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Commanding Officer, Civil Engineering Unit, P.O. Box 21747, 709 W. 9th Street, Room 817, Juneau, Alaska 99802-1747 SUBJECT: L--11,00 HOUR TOP-END OVERHAUL ON ONE CATERPILLAR D3512 DIESEL GENERATOR AT USCG LORAN STATION PORT CLARENCE, NOME, ALASKA SOL DTCG87-97-P-643021 DUE 011397 POC L. S. Fermin, Procurement Assistant, (907)463-2413 DESC: DTCG87-97-P-643021 - 11,000 Hour Top-End Overhaul/Caterpillar Generator, USCG Loran Station Port Clarence, Nome, Alaska Request for Quotations DTCG87-97-Q-643021 due 01/13/97 POC Loni Fermin, Procurement Assistant, (907) 463-2413. Provide all equipment, common and special tools, travel and incidentals necessary to perform factory recommended 11,000 hour service, inspection and rebuild procedures on (1) Coast Guard owned Caterpillar model 3512, serial number 67Z01067 generator located at USCG Loran Station Port Clarence. Work includes, but is not limited to providing all labor necessary for the inspection and rebuild procedures, including parts/materials as outlined in the Caterpillar recommended 11,000 hour service and rebuild procedures listed in Caterpillar Publication SEBU6103-4 dated 4/1/94, SEBU6701-01 dated 11/1/93. Upon completion of 11,000 hour overhaul the Contractor shall test run the engine generator under full load for four (4) hours and verify factory operating specifications. The Contractor is responsible for his own transportation and that of his equipment to and from LORAN Station Port Clarence. Work must be performed by a master factory trained mechanics for work on 3512 generator. Work shall be accomplished in a professional manner and in strict adherence to current Caterpillar company recommended requirements and procedures and complete all work within 45 days of award of Purchase Order. All parts used shall be genuine Caterpillar Tractor Co. parts meeting all manufacturer original equipment specifications. The standard subject identification code is 7699 and the average sales for the previous 3 years is $3.5 million. Request for Quotation to be issued 03 January 1997. Quotations must be submitted to this office no later than 13 January 1997. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. There is no charge for these documents. All responsible sources may submit a Quotation which shall be considered. Quotations may be submitted via facsimile (907) 463-2416. L.Fermin/CEUJuneau@internet.uscg.mil Civil Engineering Unit CITE: (D-348 SN012125) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: L--ENGINEERING AND TECHNICAL SERVICES SOL N00140-97-R-0262 POC David Gagliardi, Contract Negotiator, (215)697-9626. DESC: The Fleet and Industrial Supply Center (FISC) Norfolk Det Philadelphia intends to acquire non-personal Contractor Engineering and Technical Services (CETS) by qualified field service personnel for the purpose of informing, instructing and training Department of the Navy Personnel in the installation, operation and maintenance in support of the F-14 Aircraft Program - Development Test Equipment (DTE) and Interim Peculiar Ground Support Equipment (IPGSE) for the F-14 Avionics and AN/ASM-175. The proposed procurement consists of one (1) tasks:(#30439). The basic contract period will be 01 March 97 through 30 September 97. The task will also contain three option periods (two 12-month periods plus a third 3-month option period. The period of performance, inclusive of option will total 34 man months. This period covers the Government's minimum needs.The solicitation will contain specifications for Contract Field Services (CFS) as appropriate. Services will be at the Intermediate and/or Organizational level, as specified. The place of performance for the task will be NAWC WPNS DIV Point Mugu, CA. The solicitation will contain specification and qualifications for the types of services required. A Labor Hour contract is anticipated. All responsible sources may submit a proposal which shall be considered by the Fleet and Industrial Supply Center (FISC) Norfolk Det Philadelphia. The solicitation will require the submission of cost/price and technical proposals. Requests for solicitations should be made by letter or telefax directed to FISC Det Phila Code 0343C FAX 215-697-9738. The applicable Standard Industrial Classification Number is 8711. SYN 053. CITE: (I-351 SN012476) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services--Potential Sources Sought OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: L--CONTRACTOR ENGINEERING AND TECHINCAL SERVICES SOL 97-002 POC L. DiToro, Contract Administrator (215)697-0133/0134. DESC: SEND ALL REQUESTS TO NAESU, 700 ROBBINS AVE., BLDG., 2A, PHILADELPHIA, PA 19111-5084. ATTN: CODE 2.6.1.B. This is a SOURCE SEEKING SYNOPSIS for Contractor Engineering and Technical Services (CETS) in support of F18, S3, and P3 Aircraft Equipment. This synopsis is being issued in an attempt to develop a full and open competitive environment for the acquisition of CETS for the specific programs listed herein should they become an official procurement. NOTE: THESE ARE NOT REQUESTS FOR PROPOSALS. THIS IS NOT A FORMAL PROCUREMENT AND THEREFORE THERE IS NOT SOLICITATION. The sources sought/market survey is published in order that potential sources may learn of futures CETS requirements. This synopsis is seeking Contractor Field Service (CFS) personnel and their primary purpose is to provide to Navy and Marine maintenance technicians on-site proficiency training, technical guidance and information in the evaluation of unusal field problems and render technical guidance related specificially to the programs cited below. The object of CFS is to elevate the technical skills and abilities of Military and Civilian personnel of the Department of Defense responsible for the operation and maintenance of the system/equipment to the level of self-sufficiency. CFS personnel must be "experts" on the specific programs/equipment listed herein and must be able to provide and teach formal on-site classroom courses and on-the-job training for these programs and must be able to do so their first day on the job. They must be able to provide a liaison through which technical information related to maintenance and operational problems available in the plant can quickly be disseminated to Military and Civilian personnel of the Department of Defense. Firms having the engineering and technical field service capabiilities described about are invited to submit complete information to the office listed. Information should include: the total number of employees and professional qualifications of personnel specially qualified in the CETS area as outlined; an outline of previous CETS efforts including specific services previously performed or being performed in the listed CETS area; specific resumes of representatives detailing their qualifications and any other available descriptive literature. Respondents WILL NOT be notified of the results of the evaluation of the information submitted, however, sources deemed fully qualified will be included on the recommended source list if this become a formal procurement. This effort may include up to 168 work months of support during the period 1 Jan 98 through 31 Dec 99 at a single or multiple locations (world-wide or aboard ship). The CFS personnel shall provide instruction, information and training to DOD personnel in the installation, operation, and maintenance of: PROGRAM: F-18; EQUIPMENT: FLIR and HARM, AAR42; HARM Avionics AAS38 F18 Forward Looking Infrared Including AAM60 and Associated Equipment, Peripherals and Software Interpretation Including CATIIID; BILLETS General Electronics; PROGRAM: S3; EQUIPMENT: OR89/AA, OR/263, AAR-42 Forward Looking Infrared Radar, APR-137 Radar, ASQ-81 Magnetic Anomaly Detection; Billet: Radar. PROGRAM: P3; EQUIPMENT: AN/APS-137(V)2 Inverse Synthetic Aperature Radar, (ISAR) system and associated support equipment. Billet: Radar. These servces will also be in connection with diagnosing and correcting problems which keep equipment in a "down" status. CFS personnel must be capable of handling the most complex and intricate equipment problems. Access to and understanding of the technical data based for the equipment listed herein is essential. Responses should be submitted in writing to Commanding Officer, NAESU, 700 Robbins Ave., Bldg. 2A, Philadelphia, PA 19111-5084, Attn: Code 2.6.1B within 20 calendar days from publication of this notice. Your reply should cite NAESU Reference No. 97-002 and the date/issue of the CBD synopsis to which you are replying. Address the specific systems/equipment referenced in the synopsis for which you possess the requisite technical capability. The NAESU points of contact are Ms. K. Cane (Competition Advocate) for contractual matters at (215)697-0133/34 or for technical matter T. Ricci at (215)697-0112. SYN 051. CITE: (I-351 SN012479) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: N--Installation of Equipment OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: N -- INTEGRATED MODIFICATIONS FOR F-14 AIRCRAFT SOL N/A POC Contact, Jennifer M. Chropuvka, Phone (703)604-6100 DESC: The Naval Air Systems Command (NAVAIRSYSCOM) intends to award a contract to the Northrop Grumman Corporation, Bethpage, New York for the concurrent installation of some or all of the following systems and structural modifications onto F-14 aircraft: ALR-67 Radar Receiving Set; Bol Chaff; Digital Flight Control System (DFCS); Embedded Global Positioning System (GPS) Inertial Navigation System (INS)(EGI); Miniaturized Airborne GPS Receiver (MAGR); Night Vision; Low Altitude Navigation and Targeting InfraRed for Night (LANTIRN); Rockets; TARPS Digital Imagery (DI); Wing Leading Edge; and Fuselage Station 353 Frames. Northrop Grumman, as the original designer, developer, and sole producer of the F-14 aircraft, is the only known source who possesses the required expertise and knowledge to execute a concurrent installation of some or all of these systems onto F-14 aircraft in time to meet fleet deployment requirements. See note No. 22 - NAVAIR Synopsis No. 20194-96. CITE: (I-348 SN012132) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: VA Medical Center, 200 Veterans Ave., Beckley, WV 25801 SUBJECT: Q -- SCARCE MEDICAL ONCOLOGIST SOL RFP 517-11-97 DUE 020697 POC David Kekel, Contracting Officer, 304-255-2121 X4136 DESC: Service of contractor to provide 1 Radiation Oncologist to the VA Medical Center, 200 Veterans Ave, Beckley, WV 25801 for a period of 1 year with 1 renewable option year. Contractor will conduct an oncology outpatient clinic at the Medical Center twice a week that will consist of, but not limited to, Evaluation, Follow-up, and Treatment. Will also be required to provide inpatient consultations on an as needed basis. Oncologist must be certified by the American Board of Medicine and is either board certified or has documented evidence of successfully treating patients in the field of Hematology/Oncology over the past five (5) years. Will be required to go through the credentialing and privileging requirements of the VA Medical Center, Beckley, WV. Requests for solicitation package must be submitted in writting or faxed to (304) 256-5498. SIC 8011. CITE: (I-348 SN012129) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: DHHS, Indian Health Service, Office of Health Program Research and Development, Contracts and Grants Branch, 7900 South J. Stock Road, Tucson, Arizona 85746-9352 SUBJECT: Q--PROFESSIONAL PROVIDER HEALTH CARE SERVICES SOL RFP No. 249-97-R-0004 DUE 123197 POC Monica R. Mendoza, Contract Specialist, (520) 295-2464 or Lyska A. Lomayesva, Senior Contracting Officer, (520) 295-2456. DESC: Provide professional provider health care services to Native Americans and Alaska Natives who are Indian Health Service (IHS) Contract Health Service (CHS) eligible beneficiaries. Services are to be provided in the Contractor's facilities or in a hospital located within the Tucson Area IHS CHS delivery area where physicians have staff privileges. In accordance with the IHS Payment Policy, the IHS will contract only with those providers who will accept, as payment in full, reimbursement at rates no higher than the prevailing Medicare allowable rates (including deductibles and co-payment). Period of performance to be one year from the date of award plus four one-year option periods. Multiple awards may result from this solicitation. All responsible sources may submit a proposal that will be considered by the agency. Anticipated release date for solicitation is January 6, 1997. CITE: (M-351 SN012349) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: DHHS, Indian Health Service, Office of Health Program Research and Development, Contracts and Grants Branch, 7900 South J. Stock Road, Tucson, Arizona 85746-9352 SUBJECT: Q--DENTAL SERVICES SOL RFP No. 249-97-R-0005 DUE 013197 POC Monica R. Mendoza, Contract Specialist, (520) 295-2464 or Lyska A. Lomayesva, Senior Contracting Officer, (520) 295-2456. DESC: Provide dental services to Native Americans and Alaska Natives who are Indian Health Service (IHS) Contract Health Service (CHS) eligible beneficiaries. Principle users will be members of the Pascua Yaqui Tribe. Services are to be provided in the Contractor's facilities. Period of performance will be one year from the date of award plus two one-year option periods. Multiple awards may result from this solicitation. All responsible sources may submit a proposal that will be considered by the agency. Anticipated release date for solicitation is January 6, 1997. Anticipated award date is April 1, 1997. CITE: (M-351 SN012364) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: VA Medical Center, 421 North Main Street, Northampton, MA 01060-1288 SUBJECT: Q--PHYSICAL THERAPY SERVICES SOL 631-3-97 DUE 020497 POC Douglas R. Brown DESC: The VA Medical Center is seeking Physical Therapy Services to be performed at the VAMC, Northampton, MA and SOPC, Springfield, MA for the period 3/1/97-2/28/98, with 1 one-year option for renewal. The physical therapists assigned by the contractor to perform the services shall be licensed, and the physical therapist assistants shall be certified, in a state, territory or commonwealth of the United States or District of Columbia. Requests for RFP must be in writing or via fax at 413-582-3119. Solicitation documents will be available approximately 1/2/97. CITE: (I-351 SN012446) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Housing and Urban Development, 301 West Bay Street, Suite 2200, Jacksonville, Florida 32202-5121 SUBJECT: R -- REAL ESTATE PROPERTY SALES CLOSING SERVICES SOL 001-97-063 DUE 013197 POC Contact Mary Freyling, Government Technical Representative, (904) 232- 1983. DESC: Real Estate Property Sales Closing Services for properties owned by the U.S. Department of Housing and Urban Development. The geographic area covered by this solicitation includes Duval, Clay, Putnam, St Johns, Flagler, Nassau and Baker Counties in Florida. The contract will be for one year with four option years. All responsible sources may submit a bid. Requests for solicitations must be in writing via U.S. mail or to facsimile number (904) 232-1752. See Numbered Note(s): 1. CITE: (I-348 SN012151) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: R --ENGINEERING SERVICES SOL F09603-97-R-51923 DUE 020397 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Jerry Brady/Lnkb/[912]926-2607 DESC: This Purchase Request is initiated to obtain Engineering Services for the USM-464 Proof of the concept for a display and software media performance enhancement. This effort on the ALQ-122 TPS is for a notebook computer to replace the Miltope Hard Disk and Centeral Processor. Fax No: 912-926-7572 Classified The approximate issue/response date will be 06 Jan 97. To: Lockheed Martin Corp, Nashua Nh 03061-0868. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). See Note (s) 22, 26. CITE: (I-349 SN012173) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: R --ENGINEERING SERVICES SOL F09603-97-R-51924 DUE 020397 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Jerry Brady/Lnkb/[912]926-2607 DESC: This purchase request is initiated to obtain Engineering Services for the USM-464 to test two new Prototype Solid State High Band Generators. Prototypes will be used to validate performance of the new design to enter into a Production Contract. Fax No: 912-926-7572 Classified The approximate issue/response date will be 06 Jan 97. To: Lockheed Martin Corp, Nashua Nh 03061-0868. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). See Note (s) 22, 26. CITE: (I-349 SN012174) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Federal Energy Regulatory Commission (FERC), 888 First Street, NE, Washington, DC 20426 SUBJECT: R--HYDROELECTRIC ENVIRONMENTAL SUPPORT SERVICES SOL FERC97-RFP-70171 DUE 010897 POC Steven A. Shapiro, Contract Specialist, 202-219-1154, FAX 202-208-0987, David F. Orszak, Contracting Officer DESC: The Federal Energy Regulatory Commission (FERC) has a requirement and intends on awarding a contract for an estimated one year, plus four - one year options. The proposed award is for environmental support services in the area of water resources management relating to licensing and compliance, dam safety and inspections. FERC plans on conducting a pre-solicitation conference on or about January 14, 1997. The purpose of the pre-solicitation is to inform prospective contractors about the FERC's hydroelectric requirements, the major evaluation criteria, and the overall procurement process. Interested offerors should notify Mr. Shapiro prior to January 8, 1997, in writing. All eligible offerors responding to this notice will receive a copy of the draft statement of work at the conference or by mail if unable to attend the conference. No solicitation is available at this time. Responses to this notice will be considered as a request for the solicitation as no further Commerce Business Daily announcements will be issued. Upon issuance of the solicitation all eligible offerors may submit a proposal for consideration to the agency. Note 26 applies. All interested parties should reply by either mail or telefacsimile to the address and number stated above. LINK n/a LINKDESC: EMAIL steve.shapiro@ferc.fed.us EMAILDESC: CITE: (W-351 SN012279) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Federal Energy Regulatory Commission (FERC), Division of Procurement, 888 First Street NE, Room 4J-03 Washington, DC 20426 SUBJECT: R--HYDROELECTRIC ENVIRONMENTAL SUPPORT SERVICES SOL FERC97-RFP-70171 DUE 010897 POC David F. Orszak, Contracting Officer, Steven A. Shapiro, Contract Specialist, (202)219-1154,fax (202)208-0987 DESC: The Federal Energy Regulatory Commission (FERC) has a requirement and intends on awarding a contract for an estimated one year, plus four - one year options. The proposed award is for environmental support services in the area of water resource management relating to licensing and compliance, dam safety and inspections.FERC plans on conducting a pre-solicitation conference on or about January 15, 1997. The purpose of the pre-solicitation conference is to inform prospective offerors about the FERC's hydroelectric requirements, the major evaluation criteria, and the overall procurement process. Interested offerors should notify Mr. Shapiro prior to January 8, 1997, in writing. All eligible offerors responding to this notice will receive a copy of the draft statement of work at the conference or by mail if unable to attend the conference. No solicitation is available at this time. Responses to this notice will be considered as a request for the solicitation as no further Commerce Business Daily announcements will be issued. Upon issance of the solicitation all eligible offerors may submit a proposal for consideration to the agency. Note 26 applies. All interested parties should reply either by mail or by telefacsimile to the address and number stated above. CITE: (I-351 SN012283) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, Naval Sea Systems Command, SEA 0264, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: R--SUPPORT SERVICES SOL N00024-97-R-6401 POC Patricia Watchorn, Contract Specialist, (703) 602-7501 DESC: The Naval Sea Systems Command has a requirement for support services for the Amphibious Warfare Program Office (PMS377) and LPD 17 Amphibious Transport Dock Ship Program Office (PMS317). This requirement will replace N00024-91-C-6456 with TRW Systems Division. The total requirement is for approximately 2,124,604 manhours consisting of a base year of 526,662 manhours plus four option years as follows: Option 1: 415,374 manhours; Option 2: 383,508 manhours; Option 3: 399,530 manhours; and Option 4: 399,530 manhours. Facilities should be located within close proximity to the Naval Sea Systems Command HQ. Specifications are contained in Solicitation N00024-97-R-6401(Q) which will be posted on the INTERNET/WORLD WIDE WEB (WEB) on 03 January 1997. A limited number of hard copies will be available on a "first come, first served" basis beginning at 9:00 a.m., 03 January 1997 at the Naval Sea Systems Command, Zachary Taylor Office Building, National Center Building 3, NAVSEA Industry Liaison Office, Room 5E40, 2531 Jefferson Davis Highway, Arlington, VA. Interested parties with INTERNET access can use WEB browsers such as NETSCAPE and MOSAIC to access the NAVSEA CONTRACTS WEB page at "http://sea02www.navsea.navy.mil/". Users with dial-up host connection to the INTERNET (such as America On Line, CompuServe or Prodigy) can access the NAVSEA CONTRACTS WEB page by using their INTERNET access software and the address listed above. The procurement package, which includes related files, (i.e. RFP, CDRLs and DD254) listed under the solicitation number, can be downloaded directly to your workstation. In addition, offerors are hereby notified that any written requests submitted for copies of the solicitation will not be acted upon. Offerors are required to obtain copies of the solicitation in the manner detailed above. Also, copies of the potential bidders list will be available only on the NAVSEA CONTRACTS WEB page and in the NAVSEA Industry Liaison Office approximately 10 days after the posting of the solicitation. Questions concerning this procurement may be directed to Patricia Watchorn at (703) 602-7501. CITE: (I-351 SN012293) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Guard Bureau, Acquisition Contracting Division, Skyline VI, Suite 401b, Falls Church, VA 22041-3201 SUBJECT: R--ADVERTISING SERVICES FOR THE SUPPORT OF THE NATIONAL GUARD BUREAU ARMY RECRUITING AND RETENTION BRANCH SOL DAHA90-96-R-0026 DUE 031597 POC Linda Krough, Contract Specialist, (703) 681-0625, or Ms. Barbara Mather, Contracting Officer, (703) 681-0626. DESC: This modification is issued to change the release date of the RFP to on or about 15 March 1997. Proposals will be due 30-45 days thereafter. DAHA90-97-R-0026 is the same RFP. If you have already submitted a request for the solicitation, there is NO NEED to resubmit your request. CITE: (M-351 SN012334) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Office of Personnel Management, 1900 E Street, NW., Room SB-427, Washington, DC 20415 SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND PERSONNEL MANAGEMENT SUPPORT SERVICES SOL OPM-RFQ-97-00236JDH DUE 011597 POC Jackie D. Harris, Contract Negotiator, (202) 606-1570, Contracting Officer, Alfred F. Chatterton III, (202) 606-2240, FAX (202) 606-1464. DESC: The Office of Personnel Management (OPM), 1900 E Street, NW, Room SB 427, Washington, DC 20415, intends to issue Request For Quote Number OPM-RFQ-97-00236JDH that will lead to the award of multiple blanket purchase agreements for classification services supporting the Office of Merit Systems Oversight in Washington, DC. The contractors will be required to perform the following tasks for assigned General Schedule positions: (1) conduct fact-finding telephone interviews; (2) apply OPM classification standards; (3) apply Fair Labor Standards Act (FLSA) coverage criteria; (4) making classification and FLSA determinations; (5) assess related factors such as position description accuracy; and (6) document those determinations in written evaluation statements. The contractors must possess knowledge of classification principles and policies, the FLSA, and the classification audit process. The contractors must also be able to communicate effectively orally and in writing and have a familiarity with the OPM and/or other Federal agency classification appeals process. The period of performance will be from the date of award through September 30, 1997. This procurement will be conducted as a set-aside for small business concerns. The SIC Code for this requirement is 8742. To be considered as a small business, the firm's maximum annual receipts can not exceed $5 million dollars. Requests for copies of the solicitation should be received, in writing, no later than ten days from the date of this listing. Telephone requests will not be honored. However, faxed requests are acceptable. The fax number is (202) 606-1464. Only one copy of the RFQ will be sent to each requestor. The RFQ will be available electronically through OPM's procurement Homepage on the World Wide Web on or about December 31, 1996. To download the RFQ from the Home Page, you will need the following: a Personal Computer or terminal; a modem; and communications software. The Web address for the OPM Procurement Home Page is: http://www.opm.gov/procure. If you download the RFQ, please send an electronic mail message to afchatte@opm.gov containing your company's name and address. This will insure that you receive copies of any amendments issued to the RFQ. See note 26. All responsible sources may submit an offer which will be considered. CITE: (M-351 SN012344) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Imagery And Mapping Agency, 3200 South Second Street, St. Louis, MO 63118-3399 SUBJECT: R--SIGN LANGUAGE INTERPRETER SOL NMA40297R0002 DUE 022097 POC Contact Joan Reagan, Contract Specialist, 314-260-1206/Paulette Martin, Contracting Officer DESC: The National Imagery and Mapping Agency (NIMA) in the St. Louis area is soliciting firm fixed price offers for deaf interpreting services. The performance period on the requirement type contract will be one year with 4 one year option periods. The interpreter will serve in a variety of settings including, but not limited to: recruitment interviews, career counseling, performance evaluation discussions, formal and informal meetings, ceremonies, specialized meetings, seminars and training programs all with a two hour maximum on continuous interpreting. The potential contractor will hold one of the following certificates: Interpreting Certificate and Transliterating Certificate; Certificate of Interpreting and Certificate of Transliterating; Comprehensive Skills Certificate; or a Midwest Quality Assurance Screening and Testing Certificate. Additionally, the contractor will have 5 years experience and will be required to adhere to Missouri State standards for interpreters. The contractor must be able to obtain a Top Secret, SCI clearance and maintain that level through the duration of the contract. A demonstration of receptive and interpretive skills is required prior to contract award. Skills required for contract performance will be demonstrated including interpreting simultaneously and with equal facility from spoken English to American Sign Language, Pidgin Signed English or Signed English and vice versa. The RFP will be available through written request only. Requests may be faxed to 314-260-1206, Joan Reagan. All qualified firms are welcome to propose. To certify as a small business concern, the company and its affiliates can not exceed an average annual receipt for the preceding three fiscal years of $5,000,000 in the SIC of 7389. See Notes 1 and 26. CITE: (I-351 SN012430) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of Veterans Affairs (VA), Chief, A&MMS (90C), FORT LYONS, CO SUBJECT: R--8712-A/E SERVICES FOR 8B- EAST PSYCHIATRIC WARD RENOVATION SOL 567-07-97 DUE 012297 POC John G. Apodaca,(719) 384-3146, Contracting Officer DESC: A/E Services for Project No. 567-310, 8B-East Psychiatric Ward Renovation. Services will include complete design, preliminary plans, working drawings, specifications and construction period services. Project includes significant work to create a modern treatment milieu for patient care. Project includes installation of elevator to access second floor. Construction cost estimated between $1,000,000 and $5,000,000. Responsible firms wishing consideration must demonstrate industrial hygienist capabilities for background asbestos check. Area of consideration is limited to a 250 mile radius. This is a Small Business Set-Aside, SIC 8712. Firms wishing to be considered must submit SF 254/255 to be received in this office by close of business January 22, 1997 with a letter identifying project number. This is NOT A RFP. CITE: (I-351 SN012444) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Immigration & Naturalization Service, Procurement Division, 425 I Street, NW., Room 2208, Washington, DC 20536 SUBJECT: R--ADMINISTRATIVE SUPPORT SERVICES--CUBAN LOTTERY POC Joseph Garforth, (202) 514-3630, Contracting Officer. DESC: This notice is for SOURCES SOUGHT for comments and a NOTICE OF AN IFB, NO OTHER NOTICE WILL BE ISSUED. The Immigration and Naturalization Service (INS) invites industry comments on the proposed approach for the acquisition of administrative support services for the Special Cuban Migration Program (SCMP). The SCMP is also known as the Cuban lottery. A draft solicitation will be issued in December/January, for industry comments. All comments or questions concerning the draft must be received in this office no later than 15 days, calendar days after the release of this draft. The INS will not respond in writing to comments received, nor will it release any comments to industry. The INS will not incur any liability for nor will it pay any cost incurred in, responding to this request for comments. This draft may be requested in writing only either by FAX or by letter. No telephone inquiries or request will be accepted. Direct letter inquiries to Joseph Garforth, Contracting Officer, Immigration and Naturalization Service, 425 I St., NW., Room 2208, Washington, DC 20536. Direct fax inquiries to Joseph Garforth (202) 514-3353. The final solicitation is expected to be issued February/March, 1997. All bids must be received by this office no later than 30 days after the release of the IFB. Only written request for the final solicitation will be accepted, either by FAX or letter, same address and fax number as above. CITE: (M-351 SN012382) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock Tower Building, PO Box 2004, Rock Island, Illinois 61204-2004 SUBJECT: S--JANITORIAL SERVICES, ADMINISTRATION & MAINTENANCE COMPLEX, SAYLORVILLE LAKE, POLK COUNTY, IOWA SOL DACW25-97-Q-0047 DUE 010397 POC Contact Rosanne Spencer (309) 794-5239/ Contracting Officer Bonnie R. Donelson (309) 794-5241 DESC: This project consists of Janitorial Services at Administration & Maintenance Complex at Saylorville Lake, Polk County, Iowa--Contract period will be March 1, 1997 - February 28, 1998 with two option years--Request for Quote will be furnished at no cost-The proposed procurement listed herein is uder the 100% Small Business Set aside. The SIC code for this solicitation is 7033. CITE: (I-348 SN012114) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration,Public Buildings Service,450 Golden Gate Ave nue,San Francisco,CA 94102-3434 SUBJECT: S-JANITORIAL FOR SSA HUNTINGTON PARK SOL GS-09P-97-KSC-0030 DUE 013197 POC Contact,Tracy Wilmot,415/522-3360,Contracting Officer,Tracy G. Wilmot,415/5 22-3360 DESC: Provide Janitorial and Related Services at the Social Security Building 630 3 Rugby Park, Huntington Park, CA. This notice is issued to obtain proposals fr om all small business concerns qualified and interested in providing service for the building described herein. This is a 100% small business set-aside acquisi tion source selection procedures will be utilized to evaluate offerors and selec tion based on greatest value. The approximate solicitation issue date is Decembe r 31, 1996, with a request for proposals scheduled for January 31, 1997, by 1:00 p.m. local time. Period of Performance: April 1, 1997 through March 31, 1998 with four one-year option periods. Copies of this solicitation may be requested by FAX (415) 522-3118 ATTN: T. Wilmot or in writing to GSA, 4th Floor, 9PMFC, 450 Golden Gate Ave., San Francisco, CA 94102. Telephone requests will not be a ccepted. CITE: (I-348 SN012123) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting, Building 24, Fort Missoula, Missoula, MT 59804 SUBJECT: S--REFUSE COLLECTION SERVICES SOL R1-16-97-641 DUE 012297 POC Contact Point, Audrey Boller, 406/329-3764, Contracting Officer, Susan Beron, 406/329-3769 DESC: The Forest Service requires Refuse Collection Services for the Bitterroot National Forest. Collection includes providing appropriate containers at designated locations on 4 Ranger Districts, 1 Job Corps Center, 1 Headquarters and an assortment of recreation sites and disposal at a landfill outside of Ravalli County, MT. This project will be advertised as a Commercial Item written quotation, and will be solicited under the new Simplified Acquisition Procurement (SAP) rules. Quotes are due January 22, 1997. Contract will be for the period of February 1, 1997 through January 31, 1998. All responsible sources may submit an quote which will be considered. CITE: (I-348 SN012126) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Public Works Office, Naval Weapons Station Earle Colts Neck, NJ 07722-5000 SUBJECT: S -- SHUTTLE BUS AND CHARTER SERVICES FOR NAVAL WEAPONS STATION EARLE SOL N62472-97-B-2839 DUE 020697 POC Ms. Patricia Ring, Contract Specialist, (908) 866-2151. DESC: This procurement is a 100% set-aside for small business concerns. The services required include the provision of all labor, material, fuel and equipment necessary to provide shuttle bus, van and charter services. Shuttle bus requirements when ordered include routes at Naval Weapons Station Earle between Waterfront and Main Station areas with stops at Malls during after hours periods. Charter buses may be required on weekend days or for special events. Shuttle van services when ordered include routes between Main Station Areas and Fort Monmouth Patterson Medical Clinic. More than one bus at a time for each route may be ordered depending upon the service requirements at the time of the order. The contract term shall commence within 15 days of Notice of Award and end on 30 September 1997, with Government options to extend the term of the contract for additional periods. Total duration of the contract, including the exercise of any options, shall not exceed 60 months (5 years). NO COLLECT CALLS. Written requests only. FAX requests are acceptable. FAX no. is (908) 866-1122. CITE: (I-348 SN012131) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Walter Reed Army Medical Center, Attn: DPCA, NAF Contracting Office, Washington, DC 20307-5001 SUBJECT: S--CONCESSION CONTRACT FOR FOOD SERVICE SOL NAF-HH1-97-P-0001 DUE 012097 POC Veronica McKever, (202) 782-0321/0425/3619, Contracting Officer. DESC: Concession Contract. Provide American Cuisine Food, personnel to cook, wait on tables, clean dining/kitchen areas, remove all trash from work area. Anticipated date of release is 30 January 1997. Sources wishing a copy of this solicitation should request in writing to the address above, no telephone request will be accepted. Sources requesting this solicitation package shall enclose Tax Identification Number with request. CITE: (M-351 SN012295) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: GSA, Property Management Contracts Br., 5 PMC Room 3324 (DPN 33-3), 230 South Dearborn Street, Chicago, IL 60604-1696 SUBJECT: S--MAJOR GENERAL EMMETT J. BEAN CENTER SOL GS-05P-97-GAC-0016 DUE 032797 POC Evelyn Smith, (312) 353-3955. DESC: Establish and operate, in the contractor's name, the food service facilities at the Major General Emmett J. Bean Center, 8899 East 56th St., Indianapolis, Indiana, for the purpose of dispensing food, nonalcoholic beverages and such other items as may be authorized by the Contracting Officer, in accordance with all terms and conditions specified in the solicitation. This cafeteria is to be operated for the benefit of approximately 4200 employees, who will be occupants of the above referenced building. The Government shall not be held responsible for any variation from this employee population figure, since the extent of occupancy is not guaranteed. The contractor shall make a financial investment over the term of the contract to improve and include innovative approaches in the provision of the Cafeteria, the ``C'' Store concept and the required vending. The contractor shall indicate in detail the proposed concepts, plans, operation, and financial investment the company is making in this offer. The contractor can use the space and all Government-owned equipment in the 1st floor existing cafeteria to enhance his proposal. The contractor shall propose new market techniques to provide the Cafeteria service in a ``Food Court'' setting with a wide variety of food selections prepared and served at the point of service. In addition to the typical cafeteria type service, the contractor shall provide a detailed description of the latest market concepts such as self-service soup, pasta, salad, potato, taco and sandwich bars; pizza, chicken, and fast food stations. The contractor may offer services each day or may schedule alternate service days. As a means to provide a variety of selections, the contractor may provide his own concepts and products and/or incorporate product branding. The contractor shall develop, design and install all decor and equipment that is necessary for his proposed operation in the existing 1st floor serving area. This proposal shall include a detailed scope of work, floor plans, and equipment details including installation. The contractor shall include a detailed financial breakdown of the required investment (including installation) the company is willing to invest and depreciate over the five year terms of the contract. The estimated start date is August 1, 1997. Contact Evelyn Smith by mail, phone, or FAX (312) 353-0240 to obtain a complete solicitation. You may also submit E-mail requests to EVELYN.SMITH@GSA.GOV. CITE: (M-351 SN012300) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Regional Contracts Office, USAID/Dakar, Department of State, Washington, D.C. 20521-2130. SUBJECT: S--ADVISORY SERVICES TO THE GOVERNMENT OF SENEGAL RELATING TO THE PRIVATIZATION OF A PARA-STATAL ORGANIZATION. SOL N/A DUE 010697 POC Carlton M. Bennett, Regional Contracting Officer, USAID/Dakar, Dakar, Senegal. International Telephone No. (221)23-58-80, International Fax (221)23-29-65. DESC: The United States Agency for International Development, USAID/Dakar, announces its intent to award a sole-source, follow- on contract to Price Waterhouse LLP of Arlington, VA. Under the proposed contract Price Waterhouse shall provide advisory services to the Government of Senegal in their efforts to privatize SONACOS, the peanut oil para-statal. Price Waterhouse provided similar services to the Government of Senegal under a USAID-financed Indefinite Quantity Contract (IQC). The expiration of the IQC prior to the successful completion of the privatization of SONACOS necessitates the award of this contract. The justification for this sole-source award is Section 706.302- 70 of the USAID Acquisition Regulations or AIDAR, which provides authority to waive full and open competition when it would impair or otherwise have an adverse effect on programs conducted for the purpose of foreign aid, relief, and rehabilitation. The involvement of Price Waterhouse in the early stages of the privatization effort has been a key factor in the success that the Government of Senegal has obtained thus far. Successful completion of the privatization process requires continued involvement by Price Waterhouse. Estimated Cost of the Contract is $270,000. Price Waterhouse LLP, 1616 Fort Myer Drive Arlington, Va. 22209. International Address: USAID/Dakar Residence Mbacke 2, Avenue Abdoulaye Fadiga Dakar, Senegal. See Note 22. CITE: (I-351 SN012313) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: GSA, Philatlantic Realty Services District, The Wanamaker Building 100 Penn Square East, Philadelphia, PA 19107-3396 SUBJECT: S--PROFESSIONAL SECURITY SERVICES AS DEFINED BY SOLICITATION DOCUMENTS. SOL GS-03P-97-AZD-0041 DUE 020497 POC Point of Contact - John J. Mountain, Contract Specialist, 215-656-6117, Contracting Officer - John J. Mountain, 215-656-6117 DESC: Indefinite quantity requirements term contract for professional security services described as armed, unarmed guard and building security officer services as defined by the solicitation specification. The Contractor shall perform professional services as required at owned and leased Federal facilities located in the listed Counties of the southern part of the State of New Jersey. This requirement is 100% set aside for Small Business participation only. SIC Code 7381. The resulting contract award shall be for a one year base period of performance, with the possibility of four consecutive one year option periods of performance. Previous history: This is a first time solicitation for this expanded geographic area for required services. There are incumbent Contractors performing similar type services at some specified locations, however, this is a completely revised scope of work. Solicitation documents are expected to be available on or about January 3, 1997. Copies may be obtained by written request only directed to the attention of Ms. Dyann Jacobs, at the address shown above, or by facsimile directed to the following number: (215)656-6065. CITE: (D-351 SN012339) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: S--OPERATION & MAINTENANCE (O & M) OF THE NATURAL GAS DISTRIBUTION AT FORT GEORGE G. MEADE, MD POC Edward M. Rutherford, 410-962-0190/Contracting Officer, James K. Hershey, 410-962-0174 DESC: This office intends to award a GSA Schedule Areawide Utilities Contract, GS-OOP-93-BSD-0010 under FSC S111, to Baltimore Gas and Electric Company for privatization and service of the Natural Gas distribution system at Ft. George G. Meade, MD. Ft. George G. Meade conducted a study which showed that the privatization of it's natural gas distribution maybe cost effective. Ft. George G. Meade, in compliance with Department of the Army policy, is pursuing the acquisition of natural gas service concurrent with the privatization (sale) of its natural gas system. Privatization is the transfer (sale) of government-owned utility systems to private, cooperative, municipal or regional utility systems in situations where the privatization of the utility systems may be cost-effective without jeopardizing the reliability of service or the security of the mission. The contract period for gas service will not exceed 10 years. The Standard Industrial Classification (SIC) for this procurement is 4939 with a size standard of $5,000,000. All responses sources may submit a bid, proposal, or quotation which shall be considered. Responses to this shall be in writing and no telephone or telefaxed requests will be accepted. CITE: (I-351 SN012365) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 1st Contracting Squadron, 74 Nealy Avenue, P.O. Box 65775, Langley AFB, VA 23665-0775 SUBJECT: S--CUSTODIAL SERVICES SOL F44600-97-R0002 DUE 011097 POC SSgt. Michael J. Costlow, (804) 764-7460. DESC: This project consists essentially of, but is not limited to, providing Custodial Services at Langley Air Force Base, Virginia. This solicitation is considered for 100% set-aside competitive acquisition limited to eligible 8(a) concerns pursuant to the Small Business Act (15 U.S.C. 637(a)(1). Technically Acceptable Low Offer procedures will be utilized for this solicitation. The Standard Industrial Code is 7349. The performance period is 01 October 1997 through 30 September 1998 with options to extend up to a total of five years. Interested 8(a) concerns should request a copy of this solicitation expeditiously as possible since this solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) Program in accordance with FAR 5.205(f)(4). Telephone requests will not be honored. Written requests for bid sets may be made by facsimile (FAX No. (804) 764-7447). CITE: (M-351 SN012371) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 60th Contracting Squadron, 60 CONS/LGCV, 350 Hangar Avenue, Bldg. 549, Travis AFB, CA 94535-2632 SUBJECT: S--PROVIDE LAUNDERING OF GOVERNMENT OWNED HOSPITAL LINEN FOR DAVID GRANT MEDICAL CENTER, TRAVIS AFB, CA SOL F04626-97-B0006 DUE 013197 POC Vallarie V. Kilkenny, Contract Administrator, (707) 424-7752; Rena Fagan, Contracting Officer, (707) 424-7740. DESC: To furnish all labor, personnel, equipment, supplies, facilities and transportation necessary to provide laundering of hospital linens in accordance with Title 22 specifications. This synopsis is issued in order to identify interested prospective bidders where the site of performance is unknown. This contract is subject to the Service Contract Act. Wage determinations have been requested for the following counties: Sacramento, Contra Costa, Alameda, San Joaquin, Solano, San Francisco, Santa Clara and Sonoma. The Contracting Officer will request wage determinations for additional localities if asked to do so in writing by 4:30 p.m., Pacific Time, 23 Dec 96. Basic bid period (seven months) plus 4 one-year option periods. Work to be performed at contractor's facility. All responsible sources may submit a bid proposal which shall be considered. Issue on or about 31 Dec 96. The Standard Industrial Code 7219. The related Small Business Size Standard is $3.5 million. The proposed contract listed here is being considered 100% set aside for Small Business (SB) Concerns. Interested SB Concerns should provide in writing to the Contracting Officer as early as possible, but not later than 15 days after receipt of this notice specifically 1) a list of references past and present government/commercial contracts similar to the work described in this notice, which includes the contract number, title of contract, dollar value, name of person to contact, and telephone number 2) a positive statement of self certification as a SB Concern. If adequate interest is not received from SB Concerns, the solicitation will be issued on an unrestricted basis. Therefore, replies to this office are required from all interested businesses as well as SB Concerns. Bidders's must provide a Zip+4 in return address when requesting the bid package. FAX all inquiries to (707) 424-2389. Telephonic requests for bid packages will not be honored. This is not an acquisition of commercial items. See Note 26. CITE: (M-351 SN012423) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: VA Medical Center, 1601 SW Archer Rd, Gainesville, FL 32608-1197 SUBJECT: S--GARBAGE/TRASH COLLECTION & DISPOSAL SOL 573-019-97 DUE 020797 POC Sally Thomas, Contract Specialist (352) 374-6022 FAX# (352) 374-6117 DESC: Furnish all necessary labor, materials and transportation to perform the services "Collection and removal of Garbage/Trash from Government owned and Contractor provided receptacles" located at this Medical Center in conformance with the requirements and specifications of the contract. Contractor will assume full responsibility for compliance with all Federal, State, County and City Laws, rules and regulations governing removal and disposal of waste material. Bidders must have City of Gainesville license to haul or convey trash. Bidders must be experienced, with adequate equipment, facilities and personnel to perform this service. Solicitation will be available on or after 1/3/97, and pre bid conference and site inspection will be offered. Bid opening date 2/7/97 with a projected start date of 03/01/97 through 02/28/98 with one additional year for renewal. All requests must be made in writing to the Contracting Officer, faxed request are acceptable. The Standard Industrial Classification (SIC) Code for this service is 4953. CITE: (I-351 SN012481) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources Sought OFFADD: U.S. Dept. of Commerce, National Oceanic & Atmospheric Administration, Western Administrative Support Center, Acquisition Management Division, Procurement Branch, WC33, 7600 Sand Point Way NE, Seattle, WA 98115-0070 SUBJECT: S -- SATELLITE COMMUNICATIONS VIA INMARSAT-C INTERNATIONL COMMUNICATION NETWORK. SOL WASC7-713 DUE 123096 POC Randall Brown (206) 526-6226 FAX (206) 527-5448 DESC: Sources sought to provide continuous commercial satellite communications service via the Inmarsat-C internatonal communication network. Vendor shall provide satellite communication service in order to provide data position reports sent from NMFS marine mobile units from various locations in the Pacific Ocean. Data Position reports are used to track fishing vessels. Period of performance shall be for one year. This is a small purchase action with an estimated value of less than $100,000. All responsible sources may submit a proposal which shall be considered by the agency. CITE: (I-348 SN012117) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources Sought OFFADD: 90th Contracting Squadron, 7505 Marne Loop, Francis E. Warren AFB, WY 82005-2860 SUBJECT: S--ELECTRIC UTILITY SERVICE POC Mrs. Gloria Hutchinson, (307) 775-3749, Contract Specialist. DESC: Potential sources are being sought for electric utility service at F.E. Warren AFB, Wyoming. The estimated requirement is for 2,100 to 2,500 MWh monthly for an average yearly consumption of 26,600 to 27,800 MWh. Sources interested are requested to submit their request no later than 20 Dec. 96. In their request they must indicate their business status, large or small. This synopsis is an advance notice for information and planning only and is not a solicitation. CITE: (M-351 SN012361) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: National Inst. of Health, National Cancer Inst., 6120 ExecutiveBlvd., Rm. 634, Bethesda, Maryland 20892 SUBJECT: T--PRINTING: "UNDERSTANDING GENE TESTING" SOL RFQ-NCI-70017(NQ) DUE 011497 POC Cynthia Brown, Purchasing Agent, (301) 402-4509, Patricia Haun, Contracting Officer, (301) 402-4509. DESC: Title: Understanding Gene Testing", 36 page text plus a 4 page BRC & seperate 4 page cover. Level 1 printing and finishing attributes are required for this specification. Reference GPO publication 310.1 for attribute requirement. 150,000 copies and the final films used in the production of printing, 5-7/8" x 9-1/8", saddle wire stitch binding along the 9-1/8" dimension. Proofs: 2 sets of laminated color proofs, (for the entire publication), made only from films, stripped to show the full press sheet imposition, indicating guide, gripper and ruled-up for all the bindery trim-outs of each form, plus dylux proofs, with all elements in proper position, folded and trimmed to the final size. NCI, Office of Cancer Communications shall retain one complete proof set. Papers: covers -80lb. white #1 dull finish cover, target brightness of 87. (celesta, centura, signature, vintage, or an approved equal), text: - -80 lb. white #1 dull finish text, target brightness of 87., BRC - -110 lb. exact white index stock, or equal. Inks: 4 color process, gray PMS 401, Gray PMS 404 and Black Ink. Solid inks required, no builds allowed. Inks shall contain MINIMUM percentages of vegetable oil in compliance with federal procurement mandates as follows: Heat-set litho/10%,sheet-fed litho?20%, forms/20%. Coating: spot gloss (or aqueous coat) and dry-trapped spot dull finish varnish out-side covers 1-4 only. Dry-trapped spot gloss varnish all the illustrations within the text pages having a PMS 404 Dull Gray background color. Margins: bleeds, follow trim marks on furnished camera copy. All responsible sources may submit a quotation which shall be considered by the agency. See numbered note #1, **The RFQ will be available on or about 12/31/96 and written responses alog with descriptive material will be due on or about Jan. 13, 1997. NO collect calls will be accepted. CITE: (I-351 SN012310) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: National Cancer Institute, Research Contracts Branch, PSCS 6120 Executive Blvd., EPS/634 Bethesda, Maryland 20892-7227 SUBJECT: T--T- CANCER RESEARCH: BECAUSE LIVES DEPEND ON IT SOL RFQ70019-NS DUE 012297 POC Patricia Haun, Contracting Officer, 301-402-4509. DESC: Title: "Cancer Research: Because Lives Depend on It, 6 die cut File Folders, 78 pages of text copy and 1 die cut and glued file box. Level 2 printing and finishing attributes are required for this specification. Reference GPO Publication 310.1 for attribute requirements. Quantity, 25,000 sets and the final films used in the production of printing. Trim Size, 6 file folders: diecut to 11-1/2" x 18-5/8", folded once to 11-1/2" x 9-5/8", file box: diecut to 15-1/2" x 20-7/8", fold & glued to 12" x 10" x (7/8"spine). 2 sets of Proofs: Provide laminated color proofs, (for all the diecut pieces), made only from films, stripped to show the full press sheet imposition, indicating guide, gripper and ruled-up for all the bindery trim-outs of each form, plus dylux proofs, with all elements in the proper position, folded and trimmed to the final size. NCI, Office of Cancer Communications shall retain a complete proof set. Paper: Folders & Box - 100 lb. white #1 dull finish cover, target brightness of 87. (Centura, Signature, Vintage, or an approved equal) Text Leaves - 70 lb. white #1 offset opaque text, target brightness of 89. (Hammermill, Simpson, Springhill, or an approved equal). Inks: PMS 1235 Orange, PMS 2727 Blue and Dense Black. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates as follows: Heat-set litho/10%, sheet-fed litho/20%, forms/20%. Coating: Overall aqueous coat, satin finish, the outside box only. Margins: Bleeds, follow trim marks on furnished camera copy. Display Examination: Examination of the camera copy is an integral part of these specifications. No additional payment will be allowed due the contractor's failure to examine the copy and thoroughly understand the nature and extent of the work to be performed. All responsible sources may submit a quotation which shall be considered by the agency. See number note 1. No collect calls will be accepted. CITE: (I-351 SN012316) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: San Francisco Regional Printing Procurement Office, U.S. Government Printing Office, 536 Stone Road, Suite I, Benicia, CA 94510-1170 SUBJECT: T--OFFSET PRINTING SOL Program 3971-S DUE 011397 POC Richard Lee, (707) 748-1970. Contracting Officer: J. O'Connor. DESC: Single award contract, from 2/1/97 to as late as 1/31/00--for Dept of Energy (SLAC)--copy pickup in, delivery to, Menlo Park, CA--??quarterly newsletter: approx. 4,000 copies of approx. 28 to 68 (avg. 44 pages) per order--216 x 279 mm (8-1/2 x 11")--4/c process + Pantone color and aqueous coating--operations include copy pickup, proofs, press checks, printing, binding, delivery--15 to 20 workday production schedule--quality attributes level II--bid request on firm's letterhead. CITE: (M-351 SN012373) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services--Potential Sources Sought OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 1001, 761ST TANK BATTALION AVE, FORT HOOD TX 76544-5059 SUBJECT: T--CIVILIAN ENTERPRISE NEWSPAPER SOL PA0123-9612-1312 POC Contract Specialist Rebecca Coon - E-mail address: coonr@hood-emh3.army.mil or written request to Chet Nunley, Chief Internal Information, Public Affairs Office, III Corps & Ft Hood, Ft Hood, TX 76522 (Site Code DAKF48) DESC: The agreement between the current contractor and Fort Hood for the Fort Hood Sentinel Civilian Enterprise Newspaper will expire in August 1997. Fort Hood is interested in obtaining proposals to produce the Fort Hood Sentinel for one year with an optin to renew each year for five years. Proposals are due 28 February 1997. The first newspaper is to be delivered no later than 7 August 1997. The Contractor shall provide all personnel, equipment, labor, supplies, tools, materials, supervision and other ites necessary to print and distribute a weekly civilian enterprise newspaper for III Corps and Fort Hood, Texas. Fort Hood will select the successful offeror by evaluating the reputation and proven ability of the offeror to provide 25,000 issues weekly of a newspaper whose appearance, layout, quality, and photo reproduction meet the current professional standards of the industry. The newspaper's editorial section ill be written and submitted to the Contractor each week by Fort Hood Public Affairs Office personnel. Offerors must provide evidence of responsibility, performance capability, and financial stability, to include ability to follow newspaper guidelines estalished in Department of Defense Instruction 5120.4-DOD Newspapers and Civilian Enterprises Publications; Army Regulation 210-10 and Army Regulation 360-81. The successful offeror shall provide a choice of traditional type styles and special fonts to achieve a quality appearance consistent with current professional standards, demonstrate a capability to receive and transmit digital images via modem for use in n IBM Windows or equally capable computer system environment and demonstrate the proven quality of the offeror's full-color photographs and line art reproduced from digitally scanned images. The offeror selected will be responsible for all photographic bac shop and production work in accordance with the Public Affairs Officer's design instructions. The revenue which the Contractor receives from the sale of advertisements in the Fort Hood Sentinel shall constitute full payment to the Contractor. All CITE: (I-351 SN012394) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: National Guard Bureau, Acquisition Contracting Division, Ngb-aqc-i, 5109leesburg Pike, Suite 401-b, Falls Church, Va 22041-3201 SUBJECT: U--C-130H/J AIRCREW REFRESHER TRAINING DUE 021497 POC Gloria Freeman, (703) 681-0607 DESC: The National Buard Bureau, on behalf of the Air Reserve and USAF Active Duty components, has continuing requirements for refresher training for C-130H/J aircrews. The subject procurement is a follow-on to the training currently being furnished under AETC Contract F41689-91-D-0501 by Reflectone Training Center. The contemplated indefinite-quantity contract is anticipated to include a base period (remainder of FY97 ) and four one-year option periods. Solicitation release is anticipated on or about 3 January 1997. Proposals are anticipated due not later than 14 February 1997. Contract award is anticipated on or about 31 March 1997. The required refresher training consists of (1) aircrew long course (five days per class, 18 hours classroom instruction and 12 hours in an appropriately configured C-130H/J flight simulator; (2) aircrew short course (three days per class, 12 classroom hours and 12 C-130H/J flight simulator hours; and (3) crew resource management (CRM) (five hours per class, two classroom hours, a two hour line oriented flight training (LOFT) mission in C-130H/J flight simulator, plus a thirty minute each pre-and post-mission briefing). Estimated number of classes per year (subject to change): FY97 (40 long, 290 short, and 33 CRM); FY98 (80 long, 580 short, and 660 CRM); FY99 (80 long, 580 short, and 660 CRM); FY00 (80 long, 580 short, and 660 CRM); FY01 (80 long, 580 short, and 660 CRM). Detailed requirements will be specified in the solicitation document. Responsible prospective offerors should request a copy of the solicitation in writing not later than 3 January 1997. Requests are to be submitted via letter or telefacsimilie to the Contracting Officer, Ms Robin Davis, at that above listed address (FAX: 703-681-0668). Oral telephone requests will not be accepted. Offerors must be capable of furnishing fully qualified courseware, instructors, training facilities, and C-130H flight simulators (available in H1, H2 and H3 configurations) immediately upon contract award. Like items for the C-130J configuration must be available not later than 1 Jul 1997. To be considered fully qualified, courseware and flight simulators must be certified to USAF/FAA standards. This notice does not obligate the government to issue requests for proposals or award contracts for the subject training services. The government shall not be obligated to pay for any information developed and/or furnished by potential sources in response to this notice. CITE: (W-351 SN012262) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: National Guard Bureau, Acquisition Contracting Division, Ngb-aqc-i, 5109leesburg Pike, Suite 401-b, Falls Church, Va 22041-3201 SUBJECT: U--C-130H/J AIRCREW REFRESHER TRAINING DUE 021497 POC Gloria Freeman, (703) 681-0607 DESC: The National Buard Bureau, on behalf of the Air Reserve and USAF Active Duty components, has continuing requirements for refresher training for C-130H/J aircrews. The subject procurement is a follow-on to the training currently being furnished under AETC Contract F41689-91-D-0501 by Reflectone Training Center. The contemplated indefinite-quantity contract is anticipated to include a base period (remainder of FY97 ) and four one-year option periods. Solicitation release is anticipated on or about 3 January 1997. Proposals are anticipated due not later than 14 February 1997. Contract award is anticipated on or about 31 March 1997. The required refresher training consists of (1) aircrew long course (five days per class, 18 hours classroom instruction and 12 hours in an appropriately configured C-130H/J flight simulator; (2) aircrew short course (three days per class, 12 classroom hours and 12 C-130H/J flight simulator hours; and (3) crew resource management (CRM) (five hours per class, two classroom hours, a two hour line oriented flight training (LOFT) mission in C-130H/J flight simulator, plus a thirty minute each pre-and post-mission briefing). Estimated number of classes per year (subject to change): FY97 (40 long, 290 short, and 33 CRM); FY98 (80 long, 580 short, and 660 CRM); FY99 (80 long, 580 short, and 660 CRM); FY00 (80 long, 580 short, and 660 CRM); FY01 (80 long, 580 short, and 660 CRM). Detailed requirements will be specified in the solicitation document. Responsible prospective offerors should request a copy of the solicitation in writing not later than 3 January 1997. Requests are to be submitted via letter or telefacsimilie to the Contracting Officer, Ms Robin Davis, at that above listed address (FAX: 703-681-0668). Oral telephone requests will not be accepted. Offerors must be capable of furnishing fully qualified courseware, instructors, training facilities, and C-130H flight simulators (available in H1, H2 and H3 configurations) immediately upon contract award. Like items for the C-130J configuration must be available not later than 1 Jul 1997. To be considered fully qualified, courseware and flight simulators must be certified to USAF/FAA standards. This notice does not obligate the government to issue requests for proposals or award contracts for the subject training services. The government shall not be obligated to pay for any information developed and/or furnished by potential sources in response to this notice. CITE: (W-351 SN012263) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: National Guard Bureau, Acquisition Contracting Division, Ngb-aqc-i, 5109leesburg Pike, Suite 401-b, Falls Church, Va 22041-3201 SUBJECT: U--C-26B PILOT TRAINING SOL DAHA90-97-R0004 DUE 021497 POC Gloria Freeman, 703-681-0607 DESC: The National Guard Bureau, on behalf of the Air National Guard, has continuing requirements for initial and refresher training for C-26B aircrews. The subject procurement is a follow-on to the training services currently being furnished under AETC Contract F41689-91-C-0504 by Flight Safety International. The contemplated indefinite-quantity contract is anticipated to include a base period (remainder of FY97) and four one-year option periods. Solicitation release is anticipated on or about 3 January 1997. Proposals are anticipated due not later than 14 February 1997. Award is anticipated on or about 31 March 1997. The required training consists of the following courses: (1) initial pilot course (13 days per class consisting of 66 hours of academic instruction and 24 hours flight simulator training); (2) pilot refresher course (4 days per class consisting of 20 hours of academic instruction and 12 flight simulator hours); (3) flight instrument course (six hours of certifiable instrument training that may be integrated within the other courseware); and (4) crew resource management (CRM) (five hours per class consisting of two hours of classroom instruction, a two hour line oriented flight training (LOFT) mission in a C-26B flight simulator, plus a thirty minute each pre-and post-mission briefing). A portion of the initial and refresher pilot courses must include avionics-focused instruction using an avionics part task trainer. Detailed requirements will be specified in the solicitation document. Prospective offerors should request a copy of the solicitation in writing not later than 3 January 1997. Requests are to be submitted via letter or telefacsimilie to the Contracting Officer, Ms Robin Davis, at the above listed address (FAX 703-681-0668). Oral telephone requests will not be accepted. Offerors must be capable of furnishing fully qualified courseware, instructors, training facilities, C-26B avionics part task trainers, and C-26B flight simulators immediately upon contract award. To be considered fully qualified, courseware and flight simulators must be certified to FAA standards. The Government is not obligated to issue requests for proposals or award contracts for the subject training services. The Government shall not be obligated to pay for any information developed and/or furnished by potential offerors in response to this notice. CITE: (W-351 SN012264) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: National Guard Bureau, Acquisition Contracting Division, Ngb-aqc-i, 5109leesburg Pike, Suite 401-b, Falls Church, Va 22041-3201 SUBJECT: U--C-26B PILOT TRAINING SOL DAHA90-97-R0004 DUE 021497 POC Gloria Freeman, 703-681-0607 DESC: The National Guard Bureau, on behalf of the Air National Guard, has continuing requirements for initial and refresher training for C-26B aircrews. The subject procurement is a follow-on to the training services currently being furnished under AETC Contract F41689-91-C-0504 by Flight Safety International. The contemplated indefinite-quantity contract is anticipated to include a base period (remainder of FY97) and four one-year option periods. Solicitation release is anticipated on or about 3 January 1997. Proposals are anticipated due not later than 14 February 1997. Award is anticipated on or about 31 March 1997. The required training consists of the following courses: (1) initial pilot course (13 days per class consisting of 66 hours of academic instruction and 24 hours flight simulator training); (2) pilot refresher course (4 days per class consisting of 20 hours of academic instruction and 12 flight simulator hours); (3) flight instrument course (six hours of certifiable instrument training that may be integrated within the other courseware); and (4) crew resource management (CRM) (five hours per class consisting of two hours of classroom instruction, a two hour line oriented flight training (LOFT) mission in a C-26B flight simulator, plus a thirty minute each pre-and post-mission briefing). A portion of the initial and refresher pilot courses must include avionics-focused instruction using an avionics part task trainer. Detailed requirements will be specified in the solicitation document. Prospective offerors should request a copy of the solicitation in writing not later than 3 January 1997. Requests are to be submitted via letter or telefacsimilie to the Contracting Officer, Ms Robin Davis, at the above listed address (FAX 703-681-0668). Oral telephone requests will not be accepted. Offerors must be capable of furnishing fully qualified courseware, instructors, training facilities, C-26B avionics part task trainers, and C-26B flight simulators immediately upon contract award. To be considered fully qualified, courseware and flight simulators must be certified to FAA standards. The Government is not obligated to issue requests for proposals or award contracts for the subject training services. The Government shall not be obligated to pay for any information developed and/or furnished by potential offerors in response to this notice. CITE: (W-351 SN012265) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: DHHS, Headquarters West Indian Health Service, 5300 Homestead Road, NE., Albuquerque, NM 87110-9999 SUBJECT: U--TRAINING CONFERENCE SERVICES SOL RFP HQW97-001/JA DUE 121196 POC Janice Arthur, Contract Specialist, (505) 837-4112. DESC: This action originally publicized in the CBD dated November 6, 1996 is canceled in its entirety. Requirement is canceled due to budget constraints. CITE: (M-351 SN012383) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: NATIONAL GUARD BUREAU, ATTN: ACQUISITION CONTRACTING DIVISION, 5109 LEESBURG PIKE, SUITE 401B, FALLS CHURCH VA 22041-3201 SUBJECT: U--C-26B PILOT TRAINING SOL DAHA90-97-R-0004 DUE 021497 POC Contract Specialist Gloria Freeman (703) 681-0607 (Site Code DAHA90) DESC: The National Buard Bureau, on behalf of the Air National Guard, has continuing requirements for initial and refresher training for C-26B aircrews. The subject procurement is a follow-on to the training services currently being furnished under AETC Cotract F41689-91-C-0504 by Flight Safety International. The contemplated indefinite-quantity contract is anticipated to include a base period (remainder of FY 97) and four one-year option periods. Solicitation release is anticipated on or about 3 January 197. Proposals are anticipated due not later than 14 February 1997. Award is anticipated on or about 31 March 1997. The required training consists of the following courses: (1) initial pilot course (13 days per class consisting of 66 hours of academic instruction and 24 hours flight simulator training); (2) pilot refresher course (4 days per class consisting of 20 hours of academic instruction and 12 flight simulatorhours); (3) flight instrument course (six hours of certifiable instrument training that may be integrated within the other courseware); and (4) crew resource management (CRM) (five hours per class consisting of two hours of classroom instruction, a two hou line oriented flight training (LOFT) mission in a C-26B flight simulator, plus a thirty minute each pre-and post-mission briefing). A portion of the initial and refresher pilot courses must include avionics-focused instruction using an avionics part task trainer. Estimated number of classes per year (estimates are subject to change) are: FY 97 (10 initial, 32 refresher, 42 flight instrument, and 42 CRM; FY98 (20 initial, 63 refresher, 83 flight instrument, and 83 CRM); FY99 (20 initial, 63 refresher, 83 flight instrument, and 83 CRM); FY00 (20 initial, 63 refresher, 83 flight instrument, and 83 CRM); FY01 (20 initial, 63 refresher, 83 flight instrument nd 83 CRM). Detailed requirements will be specified in the solicitation document. Prospective offerors should request a copy of the solicitation in writing not later than 3 January 1997. Requests are to be submitted via letter or telefacsimilie to the Contracting Officer, Ms Robin Davis, at the above listed address (FAX 703- 681-0668). Oral telephone requests will not be accepted. Offerors must be capable of urnishing fully qualified courseware, instructors, training facilities, C-26B avionics part task trainers, and C-26B flight simulators immediately upon contract award. To be considered fully qualified, courseware and flight simulators must be certified to AA standards. The Government is not obligated to issue requests for proposals or award contracts for the subject training services. The Government shall not be obligated to pay for any information developed and/or furnished by potential offerors in response to this notice. CITE: (I-351 SN012403) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: NATIONAL GUARD BUREAU, ATTN: ACQUISITION CONTRACTING DIVISION, 5109 LEESBURG PIKE, SUITE 401B, FALLS CHURCH VA 22041-3201 SUBJECT: U--C130H/J AIRCREW REFERSHER TRAINING SOL DAHA90-97-R-0003 DUE 021497 POC Contract Specialist Gloria Freeman (703) 681-0607 (Site Code DAHA90) DESC: The National Guard Bureau, on behalf of the Air Reserve and USAF Active Duty components, has continuing requirements for refresher training for C- 130H/J aircrews. The subject procurement is a follow-on to the training services currently being furnised under AETC Contract F41689-91-D-0501 by Reflectone Training Center. The contemplated indefinite-quantity contract is anticipated to include a base period (remainder of FY 97) and four one year option periods. Solicitation release is anticipated on or abut 3 January 1997. Proposals are anticipated due not later than 14 February 1997.Contract award is anticipated on or about 31 March 1997. The required refresher training consists of (1) aircrew long course (five days per class, 18 hours classroom instruction and 12 hours in an appropriately configured C-130H/J flight simulator; (2) aircrew short course (three days per class, 12 classroom hours and 12 C-130H/J fligt simulator hours, and; (3) crew resource management (CRM)(five hours per class, two classroom hours, a two hour line oriented flight training (LOFT) mission in C-130H/J flight simulator, plus a thirty minute each pre-and post mission briefing). Estimated umber of classes per year (subject to change): FY 97 (40 long, 290 short, and 33 CRM); FY 98 (80 long, 580 short, and 550 CRM); FY 99 (80 long, 580 short, and 660 CRM); FY00 (80 long, 580 short, and 660 CRM); FY01 (80 long, 580 short, and 660 CRM). Detailed requirements will be specified in the solicitation document. Responsible prospective contractors should request a copy of the solicitation in writing notlater than 3 January 1997. Requests are to be submitted via letter or telefacsimilie to the Contracting Officer, Ms Robin Davis, at the above listed address (FAX: 703- 681-0668). Oral telephone requests will not be accepted. Offerors must be capable of furishing fully qualified courseware, instructors, training facilities, and C-130H flight simulators (available in H1, H2 and H3 configurations) immediately upon contract award. Like items for the C-130J configuration must be available not later than 1 Jul 1997. To be considered fully qualified, courseware and flight simulators must be certified to USAF/FAA standards. This notice does not obligate the governmet to issue requests for proposals or award contracts for the subject training services. The government shall not be obligated to pay for any information developed and/or furnished by potential sources in response to this notice. CITE: (I-351 SN012404) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services--Potential Sources Sought OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 SUBJECT: U--EEO/EAP COUNSELING SERVICES SOL N00178-97-Q-1037 DUE 013197 POC P. A. Canciglia, Contract Specialist, Code SD112 or Paul Learn, Contracting Officer, Code SD11 on (540) 653-7478 or email pcancig@nswc.navy.mil. DESC: The Dahlgren Division of the Naval Surface Warfare Center is seeking 8(a) sources, to provide administrative and technical support for the full range of Equal Employment Opportunity (EEO)/Employee Assistance Program (EAP) counseling services as required by law. These services will include, but may not be limited to: - technical assistance, advisory support, counseling intervention, referral, and training for a broad range of work-related and/or personal difficulties within the purview of equal employment opportunity discrimination, job performance, attendance, and/or lifestyle concerns. Types of tasks include advisory support, counseling, and appropriate referral or resolution of individual, interpersonal, or group conflicts, diagnosis, counseling assistance, behavioral change intervention, and appropriate referral of personal/family lifestyle issues which may include, but is not necessarily limited to, drug/alcohol abuse, finances, gambling, codependency, emotional problems, define and solve EEO problems in the informal stage through fact finding from various sources, e.g., interviews, records, regulations, problem identification, evaluation to determine cause and effect relationships, drawing conclusions, developing and recommending solutions, or relationships, drawing conclusions, developing and recommending solutions, or making appropriate referrals. The contractor will be required to provide these services to NSWCDD and its authorized tenant host activities located in Dahlgren, Virginia. (65 miles south of Washington, D.C.) This list indicates the type of tasks to be ordered and is not intended to be all inclusive. Interested offerors are invited to demonstrate their capabilities by providing the following information by Jan 31, 1997 (1) Identification of business size, (2) overview of specific expertise in the above mentioned technical and administrative areas, one page maximum, (3) overview of general corporate expertise in the above-mentioned areas, one page maximum, (4) description of resources available to support tasks, one page maximum, (5) demonstration of ability to provide full range of services to and from home office, including the ability to provide a 24-hour response to a request for EEO and/or EAP counseling services, one page maximum, (6) demonstration of experience in designing, developing, and presenting seminars and workshop, on various subjects. Specifically in areas mentioned in the above technical areas, (7) Rough order of magnitude to prove two man years of support (one for EEO and one for EAP services) to include a complete breakdown indicating labor and other direct costs and all proposed burdens and profits, (8) demonstration of corporate experience by providing contract number, contract type, contract completion date, duration of contract award in months, contract amount, total work years of effort, contracting agency with current point of contact and phone number and contract summary, (descriptive overview), one page maximum for each contract number. A set-aside determination will be made based on the following preferential order of business classification: 8(a) concerns, and small businesses. This is a sources sought synopsis and no solicitation package currently exists. This Synopsis will be available on the World Wide Web at "http://www.nswc.navy.mil/" under "Procurement Division" or "http://proc_div.nswc.navy.mil". All responsible sources may submit a capability statement which will be considered. CITE: (I-351 SN012457) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Department of Transportation, Maritime Administration, Office of Acquisition, MAR-380, 400 7th Street, SW, Room 7310, Washington DC 20590 SUBJECT: V--V-LAYBERTHING SERVICES FOR TWO READY RESERVE FORCE VESSELS SOL DTMA91-96-B-00011 POC Contact Point - Ben Burnowski, (202) 366-1932 DESC: Correction to CBD notice for IFB DTMA91-96-B-00011 published October 3, 1996. The geographic area is changed from the Central Atlantic Coast area between Baltimore, MD, and North Carolina inclusive to the Virginia Tidewater area. CITE: (I-351 SN012282) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083. SUBJECT: V--PROVIDE PACK AND CRATE SERVICES, SCHEDULE II, LOCAL DRAYAGE SOL N68335-97-R-0071 POC Ms. Elaine Lovering, Contract Specialist, Code 223EL, 908-323-5221. DESC: The proposed acquisition is for Inbound moves in and around Ocean, Monmouth, Burlington County areas in accordance with a performance work statement which includes the contractor furnishing all personnel, equipment, facilities, supplies, services, and materials for the preparation of personal property of military members and civilian employees for movement of drayage and related services. This is a 100% Small Business Set-Aside. Request copies in writing or by facsimile (908) 323-2165. CITE: (I-351 SN012464) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential Sources Sought OFFADD: U.S. Postal Service, International Business Unit, Room 370-IBU, 475 L'Enfant Plaza West, S.W., Washington, DC 20260-6500 SUBJECT: V--COLLECTION, SORTATION, PREPARATION, AND TENDERING OF INTERNATIONAL MAIL DUE 013197 POC Ron Rusnak (609) 778-9771. DESC: A prequalified wholesaler program is being offered to establish relationships between the USPS and wholesalers of international mail so that the business of both parties is increased through worksharing. The Prequalified Wholesaler Program consists of collection, sortation, preparation, and tendering of international mail to the USPS at specific locations. All interested firms must submit a letter of request to the address above to receive details on the program and the set of qualifying criteria. CITE: (M-351 SN012294) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: USPS Facilities Service Office, 6 Griffin Road North, Windsor, CT SUBJECT: X -- SOLICITATION FOR PROPOSALS FOR EXISTING SPACE AND CONSTRUCT AND LEASE SOL 082530-97-A-0022 DUE 011097 POC William S. Moncrief, Real Estate Specialist (860) 285-7181. DESC: The U. S. Postal Service seeks proposals to lease existing space, to be modified or facility to be constructed in the Town of Lincoln, RI. The preferred area is within one mile of the existing facility. Space requirements are for either existing space or about 8,725 sf or, for a new construction leased facility, about 8,725 sf on a minimum site size of 83,000 sf. The lease term is for a minimum of twenty years with four 5-year renewal options. Proposals will be received through January 10, 1997. Proposals must be submitted by principals only on specified forms and in accordance with the official advertisement for space. Solicitation packages may be purchased by sending a non-refundable cashier's check or money order made payable to "USPS Disbursing Officer" in the amount of $25.00 to Geraldine Miller, U. S. Postal Service, 181 Corliss Street, Providence, RI 02904-9112. CITE: (I-348 SN012150) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Electronic Systems Center, Operational Contracting Div., Construction Branch (PKOC), 104 Barksdale Street, Hanscom AFB, MA 01731-1806 SUBJECT: Y -- CONSTRUCT ELEVATOR, BUILDING 1302F SOL F19650-97B0006 DUE 013197 POC SrA Joseph Peloquin, Contract Specialist, 617-377-2369; Daniel Grejdus, Contracting Officer, 617-377-2949. DESC: The project involves the construction of a handicapped accessible elevator with associated lobby spaces, in a three story facility, bldg 1302F, Hanscom AFB, Lexington, MA. The principal items of work include, but are not limited to: demolition, excavation, concrete, masonry, rough and finish carpentry, doors and hardware, drywall, syspended ceiling systems, flooring, painting, plumbing, HVAC, lighting, conveying systems, electrical work, and fire protection work. There will be bid options for night work, elevator finishes, and masonry work. An exclusionary period will not be applied to the work. The magnitude of construction for the entire project is between $250,000 and $500,000. The performance period for this project will be 153 days. Firms interested in receiving an IFB package should respond in writing to: ESC/PKOC, 104 Barksdale St., Hanscom AFB, MA 01731-1806, Attn: SrA Joseph Peloquin. Requests may also be faxed to 617-377-4324. It is anticipated that the solicitation package will be released on or about 28 Dec 96. CITE: (I-348 SN012113) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047 SUBJECT: Y--FY97 ROSWELL DISTRICT FENCES SOL 1422-N670-B97-0020 DUE 021997 POC Contact Sharon Krenek, Procurement Clerk, 303/236-9433 DESC: Construct barbed wire fence Type-A, and also a 35" woven wire with one top strand of barbed wire fence. Gates, panels, and corners. This project is located in Chavez and Eddy counties, New Mexico. The performance period is 120 calendar days after receipt of Notice to Proceed. Estimated price range is between $100,000 and $250,000. Please submit written requests for the solicitation to the above address or fax request to 303/236-9470; include name, address, phone number, and solicitation number. All responsible sources may submit an offer which will be considered. CITE: (W-351 SN012267) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDA-Forest Service, Pacific Northwest Region, Okanogan National Forest, 1240 S. Second Ave., Okanogan, WA. 98840 SUBJECT: Y--BATHROOM RECONSTRUCTION AT THE TONASKET RANGER DISTRICT SOL R6-8-97-04 POC Contact Point. Rita Robson 509/826-3392, Procurement Assistant DESC: This project consists of the demolition of two existing restrooms in an office and the construction of two ADA accessible restrooms. The work includes the removal of stud walls, plumbing fixtures, supply and waste plumbing, electrical fixtures, vinyl tile flooring, a storage closet, and a brick chimney; and the construction of accessible restrooms including supplying and installing all required components. The price range is between S25,000-S100,000. This project is unrestricted CITE: (I-351 SN012302) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: National Park Service, Grand Teton National Park, P.O. Drawer 170, Moose, WY 83012 SUBJECT: Y--CONSTRUCT ONE FOUR-PLEX AND ONE DUPLEX AT THE FLAGG RANCH AREA IN GRAND TETON NATIONAL PARK SOL IFB 1460-7-0002 DUE 032097 POC Thayne O'Brien (307) 739-3447. DESC: Work consists of the construction of a four-plex (approximately 3,000 sq. ft.) and a duplex housing unit (approximately 2,400 sq. ft.) at the Flagg Ranch Area of Grand Teton National Park. Design is established so that units may be either modular or of stick-build construction. Work is scheduled to begin in May of 1997. The project is located at the Flagg Ranch Area in Grand Teton National Park, approximately 60 miles north of Jackson Hole in Teton County, Wyoming. Small Business Size standard--$17,000,000.00 in annual revenues; SIC Code 1522. All responsible sources may submit an offer which will be considered. CITE: (M-351 SN012353) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer In Charge of Construction, 520 Turner Street, Pensacola, FL 32508-5225 SUBJECT: Y--INSTALL SUPERVISOR CONTROL DATA ACQUISITION (SCADA) SYSTEM AT CORRY WATER PLANT, BUILDING 2230, PENSACOLA, FL SOL N65114-95-B-2082 DUE 020797 POC Technical inquiries prior to bid opening must be submitted in writing to the address listed above, or faxed to (904) 452-4505, Attention: Karla Ishmael, Contract Specialist DESC: The work includes the expansion of the Ilex SCADA System to include the monitoring and control of the water plant pumps and chemical feed and incidental related work. There is a $65.00 Non-refundable fee per set of plans and specifications. Forward your written request and company check or money order (cash and personal checks will not be accepted) to Defense Automated Printing Service, 280 Hovey Road, Pensacola, FL 32508-1048, Attention: Tom Morris. Planholders lists will be provided upon written request only (fax to (904) 452-4511) and will be U.S. mailed, not faxed. You may pick up plans from the printing office at the Hovey Street address between 9:00 a.m. and 10:00 a.m. (no exceptions). Plans and specifications will be available approximately 30 days prior to bid opening date. Estimated Cost: $100,000 - $250,000 CITE: (I-351 SN012367) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer In Charge of Construction, 520 Turner Street, Pensacola, FL 32508-5225 SUBJECT: Y--REPLACE BOILER NO. 3, BUILDING 2270, NTTC, CORRY STATION, PENSACOLA, FL SOL N65114-95-B-2076 DUE 020797 POC Technical inquiries prior to bid opening must be submitted in writing to the address listed above, or faxed to (904) 452-4505, Attention: Karla Ishmael, Contract Specialist DESC: The work includes the removal of an existing boiler, installation of a 500 HP firetube boiler and incidental related work. There is a $55.00 Non-refundable fee per set of pla ns and specifications. Forward your written request and company check or money order (cash and personal checks will not be accepted) to Defense Automated Printing Service, 280 Hovey Road, Pensacola, FL 32508-1048, Attention: Tom Morris. Planholders lists will be provided upon written request only (fax to (904) 452-4511) and will be U.S. mailed, not faxed. You may pick up plans from the printing office at the Hovey Street address between 9:00 a.m. and 10:00 a.m. (no exceptions). Plans and specifications will be available approximately 30 days prior to bid opening date. Estimated Cost: $100,000 - $250,000 CITE: (I-351 SN012368) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Y--P-548 INFANTRY SQUAD DEFENSE RANGE, MARINE CORPS BASE, CAMP PENDLETON, CALIFORNIA SOL N68711-94-B-1707 DUE 022797 POC For Plans and Specs info call 619-532-2082/Contract Specialist, David Garcia, 619-532-3038/Contracting Officer, Katherine G. Luhmann. DESC: PRESOLICITATION NOTICE - The work includes the construction of an Infantry Squad Defense (ISD) Range, there are stationary infantry targets (SIT), moving infantry targets (MIT), and infantry hostile fire simulators (IHFS). Support facilities for this range are a control tower, field service head, operations/storage building, general instruction building, bleacher enclosure, ammunition breakdown building, and incidental related work complete and ready for use.--The estimated cost is between $1,000,000 and $5,000,000. - -- Firm Fixed Price Contract. -- Contract duration is approximately 365 calendar days. -- This proposed contract will be unrestricted. - --The Standard Industrial Code is 1542 and the annual size standard is $17 million. It is recommended the subcontracting goals reflect a minimum goal of 5% for Small Disadvantaged Business Subcontracting effort. Bidders should request in writing stating IFB number N68711-94-B-1707, with complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier.--Telephone requests will not be accepted.--There will be a charge for plans and specs that is yet to be determined. The fee will be non-refundable.--Mail requests with a check payable to DEFENSE PRINTING SERVICE to Southwest Division, Naval Facilities Engineering Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San Diego, CA 92132-5187 or fax requests to (619) 532-2083.--Fax requests will be accepted but, WILL NOT be processed until your check has been received by this office.--Submit one (1) check per project.--Solicitation packages are limited to two (2) sets per prime and one (1) set per subcontractor/supplier.--Bidders responding under this advertisement will not be required to resubmit request once formally advertised.--Tentative issue date is on or about 27 January 1997 with a bid opening date of approximately 30 days later (NOTE: BOD stated above is TENTATIVE).--Responses are due no later than 15 calendar days after publication of the advertisement in the CBD. CITE: (I-351 SN012465) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDA Forest Service, Homer Garrison Federal Building, 701 N. First St., Lufkin, Texas 75901 SUBJECT: Y--REPAIR OF BRIDGE 215 AND CONSTRUCTION OF WOOD PEDESTRIAN WALKWAYS ON EACH SIDE OF BRIDGE SOL IFB R8-13-96-28 DUE 020497 POC Sherra Taylor (409) 639-8523 DESC: Bid opening date for this project has been changed to February 4, 1997. CITE: (I-351 SN012475) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth, KS 66048 SUBJECT: Y--CONSTRUCTION OF A SEGREGATION BUILDING AND UNICOR FACTORY AT THE FEDERAL CORRECTIONAL INSTITUTION IN WASECA MINNESOTA SOL IFB 275-0213 DUE 021097 POC Cindy Townsend, Supervisory Regional Contract Specialist, (913) 682- 8700 Ext 608. DESC: 17. The Federal Bureau of Prisons has a requirement for the construction of a Segregation Building and Unicor Factory at the Federal Correctional Institution, Waseca, Minnesota. Specifications must be requested in writing to Wold Architects, 6th West 5th Street, St. Paul, Minnesota 55102. A non-refundable fee of $156.00 is required for each set of specifications. The magnitude of construction is between one and five million. This is an all or none bid. Specifications will be issued up to five days prior to bid opening. All responsible sources may submit an offer which will be considered. All dates are estimated CITE: (I-351 SN012478) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, Kansas City Facilities Service Office, 6800 W. 64th St., Suite 100, Overland Park, KS 66202-4179 SUBJECT: Y--NEW CONSTRUCTION LEASED FACILITY, PATTONSBURG, MO 64670-9998 SOL 193045-97-A-0013 DUE 011497 POC Technical questions: John Federico at (913) 831-1855, Ext. 438. Proposal Questions: Candice L. Fuller at (913) 831-1855, Ext. 435. DESC: The U.S. Postal Service is soliciting for proposals to construct and lease back a new 2,520 sq.ft. leased facility in Pattonsburg, Missouri, on a controlled site of approximately 27,188 sq.ft. located on the northwest corner of Main Street and Second Avenue. After December 16, 1996, plans and specifications may be obtained for a NON-REFUNDABLE fee from "Bill" at Kelly Blueprint, 8877 West 75th, Overland Park, KS 66204-2275, telephone 913/341-2333. Contact Kelly Blueprint in writing for lists of planholders or fax your request to them at 913/341-7143. No telephone requests will be accepted. DO NOT CONTACT THE POSTAL SERVICE FOR PLANS AND SPECIFICATIONS OR PLANHOLDER LISTS. For questions concerning this project, please contact Candice L. Fuller, Real Estate Specialist, at (913) 831-1855 ext. 435. Any questions concerning design, contact John Federico, Architect/Engineer, at (913) 831-1855 ext. 438 CITE: (W-351 SN012489) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities--Potential Sources Sought OFFADD: United States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC, 2811 West Dublin Granville Road, Room 211, Columbus, Ohio 43235-2788 SUBJECT: Y--CONSTRUCT ALTERATIONS FOR BUILDINGS 885 & 888 SOL DAHA33-97-B-0002 POC Major Kay Hensen, (614) 889-7207. DESC: Construct Alterations for Buildings 885 & 888, Ohio Air National Guard, Rickenbacker International Airport, Columbus, Ohio. Work involves renovation of the interiors of two large Aircraft Hangars. The project for Building 885 includes renovation of the existing locker room and shower area; and renovation of existing maintenance area for an Non-Destructive Inspection (NDI) Shop. The project for Building 888 includes converting aircraft maintenance bays into: an Aerospace Ground Equipment Shop; an Aircraft Engine Shop; a Survival Equipment Shop; an Aircraft Parts Warehouse; locker room; administrative office space; and the construction of a 60+ foot fire resistance wall. These projects will include additional partition walls of drywall on metal studs, suspended acoustical ceilings, carpet and title flooring, new electrical fixtures, fire detection/suppression, heating, air conditioning, and plumbing. The project is estimated to cost between $1,000,000.00 and $5,000,000.00. This solicitation is unrestricted. The Standard Industrial Classification (SIC) Code is 1542. The applicable small business size standard including affiliates is no more than $17.0 Million average annual revenue for the previous three years. The solicitation package will be issued on or about December 19, 1996, with bid opening 30 days later. There is a Seventy ($70.00) dollar non-refundable charge for the solicitation package. Payment must be paid in the form of a cashier's check, certified check, or money order payable to the U.S. Treasury. Request for Packages must be in writing, no telephone or facsimile requests will be accepted. Indicate the firm's size status such as large business, small business, small disadvantaged business, or 8(a) when requesting the solicitation. All responsible sources may submit a bid which shall be considered. Direct written requests to the United States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC, 2811 W. Dublin Granville Rd., Room 211, Columbus, Ohio 43235-2788. CITE: (M-351 SN012380) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities--Potential Sources Sought OFFADD: United States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC, 2811 West Dublin Granville Road, Room 211, Columbus, Ohio 43235-2788 SUBJECT: Y--CONSTRUCT ALTERATIONS FOR BUILDING 875 SOL DAHA33-97-B-0003 POC Major Kay Hensen, (614) 889-7207 DESC: Construct Alterations for Building 875, Ohio Air National Guard, Rickenbacker International Airport, Columbus, Ohio. Work involves renovation of the interior of a 40,000 sf industrial facility. The new space will be predominantly administrative space, with some shop space and warehousing space. The project calls for the erection of partition walls of drywall on metal studs, suspended acoustical ceilings, carpet and tile flooring, fluorescent light fixtures, fire detection/suppression, heating, air conditioning, and plumbing. The project is estimated to cost between $1,000,000.00 and $5,000,000.00. This solicitation is unrestricted. The Standard Industrial Classification (SIC) Code is 1542. The applicable small business size standard including affiliates is no more than $17.0 Million average annual revenue for the previous three years. The solicitation package will be issued on or about December 19, 1996, with bid opening 30 days later. There is a Seventy ($70.00) dollar non-refundable charge for the solicitation package. Payment must be paid in the form of a cashier's check, certified check, or money order payable to the U.S. Treasury. Request for Packages must be in writing, no telephone or facsimile requests will be accepted. Indicate the firm's size status such as large business, small business, small disadvantaged business, or 8(a) when requesting the solicitation. All responsible sources may submit a bid which shall be considered. Direct written requests to the United States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC, 2811 W. Dublin Granville Rd., Room 211, Columbus, Ohio 43235-2788. CITE: (M-351 SN012381) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities--Potential Sources Sought OFFADD: HQ Space and Missile Systems Center (AFMC) SMC/PKD, 400 North Douglas St. Ste 212E, Los Angeles AFB, CA 90245-2805 SUBJECT: Y--ADDITION TO LOS ANGELES MILITARY FAMILY HOUSING SOL F04693-97-B-0001 DUE 021297 POC Melvyn Wright, Contracting Officer, (310)363-5114. DESC: Space and Missile Systems Center. Operational Contracting Construction Division/PKDK is seeking interested sources to provide construction services to construct additional Base Military Family Housing at the addition to Pacific Heights Housing site, San Pedro, California. This acquisition consists of, but is not limited to performing all operations necessary for the demolition of existing structures, clearing and grubbing, saving several trees identified on drawings, streeets, storm drainage and sanitary sewer systems. The construction of seventy two (72) single Military Family Homes, with garages,including site grading, earth moving, streets, storm drainage systems, sanitary sewer, domestic/fire water systems, electrical/telephone and cable television system, landscaping, retaining walls, fencing and activity climber areas all located on 24.4 acres. IFB F04693-97-B-0001 is expected to be issued on or about 6 Jan 1997. Bid opening to be on or about 12 Feb 97. SIC 1521. Estimated contract performance period is 440 calander days. The construction drawings and specifications are on CD ROM, INTERGRAPH 2D. Plans and specifications may be examined without charge at SMC/PKDK, 400 No Douglas St, STE 212E, Los Angeles AFB, EL Segundo, CA. Call for appointments at 310-363-5114 or obtain the IFB package with an associated fee of $200.00 (N0N-REFUNDABLE) per package. Checks should be made payable to the "UNITED STATES TREASURY". The estimated construction cost range is over $10,000,000.00. The proposed acquisition is open to both Large and Small business concerns. Firms desiring bid packages must submit a written request to SMC/PKDK, 400 North Douglas Street, Los Angeles AFB, CA 90245-2805, ATTN: Melvyn Wright, Contracting Officer within 15 fifteen (15) calendar days after this notice is published. Please reference Invitation For Bid F04693-97-B-0001. CITE: (I-351 SN012463) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Electronic Systems Center, Operational Contracting Div., Construction Branch (PKOC), 104 Barksdale Street, Hanscom AFB, MA 01731-1806 SUBJECT: Z -- RENOVATION AND ADDITION TO EDUCATION CENTER, BLDG. 1728 SOL F19650-97-B0003 DUE 031797 POC Cynthia E. Lewandowski, Contract Specialist, 617-377-2241; Hayley Philbrick, Contracting Officer, 617-377-3244. DESC: This project involves all labor, material, equipment, tools, transportation, and performance of all operations required to perform the Renovation and Addition to the Education Center, Bldg 1728, Hanscom AFB MA, in accordance with the contract drawings and specifications. The principal items of work include but are not limited to: demolition of mobile classrooms supports and foundations, suspended ceilings, walls, framing, electric and HVAC systems. Provide a new fire suppression system with all connections and new finishes. Construct new permanent ceilings, corridors and ancillary spaces, including sitework, repair existing HVAC electrical lighting and fire detection work. There will be an optional bid item for additional classroom and courtyard. Similar principal items of work will apply for those items. Each bid item will have its own period of performance. The time to complete the project in its entirety will not exceed 240 calendar days. Some of the bid items may be worked on simultaneously, and some will be phased. Work in the contract will be phased. Some work will be required to be accomplished during non-standard working hours. The magnitude of construction is between $500,000.00 and $1,000,000.00. All firms interested in receiving a copy of the IFB should respond in writing within 15 calendar days of this publication to ESC/PKOC, 104 Barksdale Street, Hanscom AFB MA 01731-1806, Attn: Cynthia Lewandowski. Requests can also be faxed to 617-377-1156, Attn: Cynthia Lewandowski. CITE: (I-348 SN012112) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USDA-ARS-MWA (Contracting Office, 1815 N. University Street, Peoria, IL 61604 SUBJECT: Z -- REPLACE FIRE ALARM DETECTION SYSTEM, NCAUR, PEORIA IL SOL 5114-7-3049 DUE 020497 POC Lori J. Houghton, Contract Specialist, (309) 681-6616 DESC: The U. S. Department of Agriculture, Agricultural Research Service, Midwest Area, has the requirement for Replacing the Fire Alarm and Detection System in the South Administration Area (Four floors, 9,200 SF each floor), South Laboratory Area (Four floors, 17,000 SF per floor), Greenhouse (3,000 SF), High Pressure Lab (1,400 SF), Service Building (2,300 SF), Solvents Storage Buildings (2,200 SF), North Wing Lab Area (Three floors, 5,500 SF per floor), Commodities Building (Two floors, 2,500 SF per floor), Boiler Plant Building (Two floors, 6,900 SF per floor), Semi-Works Building (Two floors, 2,800 SF per floor), Dry Milling Building (1,200 SF), and the Old Solvents Storage Building (900 SF) at the National Center for Agricultural Utilization Research (NCAUR) in Peoria IL. The work includes, but is not limited to replacing existing "old" fire alarm system with new raceways, conductors, and alarm and detection devices. New circuits shall be connected to existing "new" Simplex 4120 Network System. Recorded voice announcements, color graphics annunciation, and control programming shall be done to the existing Simplex System to include all new devices and circuits. The Magnitude of construction is estimated between $100,000 and $250,000. The solicitation will be issued as Invitation for Bids No. 5114-7-3049. The solicitation, specifications, and drawings will be available on or about January 6, 1996, with bids to be received not later than 2:00 pm (CST), February 4, 1996. The solicitation is available for full and open competition and has the Standard Industrial Classification Code of 1731. All responsible sources may submit a bid. Bid packages may be requested by mail or fax to: APACE Architects and Engineers, Attn: Tracy Caulkins, 1425 Northeast Rock Island Ave., Peoria IL 61603, FAX: 309-685-4784. The POC for this solicitation is Lori Houghton, 309-681-6616. No telephone requests for solicitation packages will be accepted. CITE: (I-348 SN012119) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Chief, A&MMS (90C), VA Medical Center, 1201 Broad Rock Boulevard, Richmond, VA 23249 SUBJECT: Z -- UPGRADE ELEVATORS SOL IFB 652-64-97 DUE 013197 POC Mary A. Moss DESC: Provide all labor, materials and equipment necessary to upgrade elevators P1 through P6 at the VA Medical Center, Richmond, VA. The contract must be completed within 210 calendar days. SIC code 1796. Issue o/a 12/31/96 with BOD o/a 1/31/97. All requests must be submitted in writing. CITE: (I-348 SN012136) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USDA-Forest Service, Umatilla National Forest, 2517 S.W. Hailey Ave., Pendleton, OR 97801-3942 SUBJECT: Z--ELECTRICAL SYSTEM UPGRADE SOL R6-14-97-17 DUE 011797 POC Merle Matthews, 541/278-3843 DESC: The Umatilla National Forest is soliciting quotes for the upgrading of an existing electrical system in the equipment shop. Work includes installing new circuit breaker panels, conduits and conductor outlets, switches, motor controllers, light fixtures, bathroom exhaust fan and system grounding. Project is located in Pendleton, Oregon. Start work: 1/17/97; contract time: 60 days. A 50% payment bond is required. Price Range: Between $25,000 and $100,000. CITE: (W-351 SN012289) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320 SUBJECT: Z--FIRE &SAFETY IMPROVEMENTS, VARIOUS BUILDINGS SOL 542-8-97 DUE 010397 POC Point of Contact - Joseph Buckley, Contracting Officer, 610-383-0226 DESC: This VA Medical Center is seeking a professional Architect Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No 542-97-104, Fire and Safety Improvements in Various Buildings. This project will include the adding of sprinklers in the telephone closets of 15 buildings, the sealing of all wall penetrations in smoke and fire barriers, replacing existing 1/2 hour rated fire doors and frames with 2 hour rated doors in 12 different buildings and replace fusible links in air conditioning ducts at fire barriers in 10 buildings. The project will include all necessary demolition, clean-up, painting, caulking and meet all applicable VA criteria and codes. The contract will include weekly site visits, providing contract prints and as-builts on Autocadd, Versions R12 or R13. This advertisement for A/E Services is set aside for small bussinesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested qualified small businesses, that meet this criteria must submit Standard Forms 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for these Standard Forms is restricted to A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the 150 mile limit will be returned without consideration. This is not a solicitation for construction bids. Any submittals regarding this announcement that are not received by the designated date and time will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $250,000 to $500,000. This design shall include metric measurements. cvamc7@ worldaxes.com Contact this E-mail address for inquires. CITE: (D-351 SN012290) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320 SUBJECT: Z--REPLACE SEWER LINES, BUILDINGS 16 AND 138 SOL 542-9-97 DUE 010397 POC Point of Contact - Joseph Buckley, Contracting Officer, 610-383-0226 DESC: This VA Medical Center is seeking a professional Architect Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No. 542-97-106, Replace Sewer Lines, Buildings 16 and 138. This project includes excavation and removal of approximately 1600 feet of sanitary sewer line and replacement with new plastic pipe along with T's elbows and fittings as needed. A small lift station will also be required along with backfilling, landscaping and electrical work. The new work shall meet all VA Criteria Codes and Life Safety Codes.This advertisement for A/E Services is set aside for small bussinesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested qualified small businesses, that meet this criteria must submit Standard Forms 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for these Standard Forms is restricted to A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the 150 mile limit will be returned without consideration. This is not a solicitation for construction bids. Any submittals regarding this announcement that are not received by the designated date and time will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $250,000 to $500,000. This design shall include metric measurements. cvamc7@ worldaxes.com Contact this E-mail address for inquires. CITE: (D-351 SN012291) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320 SUBJECT: Z--ROOF REPLACEMENT, BUILDINGS 18 AND 57 SOL 542-11-97 DUE 010397 POC Point of Contact - Joseph Buckley, Contracting Officer, 610-383-0226 DESC: This VA Medical Center is seeking a professional Architect Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No. 542-97-102, Replace Roofs, Buildings 18 and 57. This project will Replace all existing slate roof and metal flashing on Building 18 and Building 57. The area of roof involved in this project is approximately 31,000 square feet. The project includes all necessary demolition and installation of new metal flashing and fiberglass reinforced asphalt roof shingles which resemble slate. The construction also includes gutter repair, tuckpointing, coping repair, sheathing replacement, reinstallation of lightning protection and eyebolt flashing. All prints and as-builts must be on Autocadd Version R13. This advertisement for A/E Services is set aside for small bussinesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested qualified small businesses, that meet this criteria must submit Standard Forms 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for these Standard Forms is restricted to A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the 150 mile limit will be returned without consideration. This is not a solicitation for construction bids. Any submittals regarding this announcement that are not received by the designated date and time will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $100,000 to $250,000. This design shall include metric measurements. cvamc7@ worldaxes.com Contact this E-mail address for inquires. CITE: (D-351 SN012292) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320 SUBJECT: Z--REPLACE SEWER LINES, BUILDINGS 16 AND 138 SOL 542-9-97 DUE 010397 POC Point of Contact - Joseph Buckley, Contracting Officer, 610-383-0226 DESC: This VA Medical Center is seeking a professional Architect Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No. 542-97-106, Replace Sewer Lines, Buildings 16 and 138. This project includes excavation and removal of approximately 1600 feet of sanitary sewer line and replacement with new plastic pipe along with T's elbows and fittings as needed. A small lift station will also be required along with backfilling, landscaping and electrical work. The new work shall meet all VA Criteria Codes and Life Safety Codes.This advertisement for A/E Services is set aside for small bussinesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested qualified small businesses, that meet this criteria must submit Standard Forms 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for these Standard Forms is restricted to A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the 150 mile limit will be returned without consideration. This is not a solicitation for construction bids. Any submittals regarding this announcement that are not received by the designated date and time will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $250,000 to $500,000. This design shall include metric measurements. cvamc7@ worldaxes.com Contact this E-mail address for inquires. CITE: (D-351 SN012296) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Marine Corps Logistics Base, Barstow, CA 92311-5050 SUBJECT: Z--MAINTENANCE, REPAIR, AND ALTERATION OF REAL PROPERTY SOL N68711-97-Q-6022 DUE 020397 POC Contract Specialist, Dorothy Wiley, (619) 577-6013, Contracting Officer, Lt. Balog, (619) 577-6736, or FAX (619) 577-6033. DESC: This request for Quotation is being solicited under (SAP) simplified Acquisition Procedures. The requirement is for furnishing and installing 2 ea., 2-1/2 ton and 1 ea., 7-1/2. Ton heating and cooling systems, natural gas, forced air HVAC roof top units at the Marine Corps Logistics Base, Barstow, CA. Solicitations may be requested by furnishing name, address, phone and FAX number. No phone requests. CITE: (M-351 SN012297) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320 SUBJECT: Z--FIRE &SAFETY IMPROVEMENTS, VARIOUS BUILDINGS SOL 542-8-97 DUE 010397 POC Point of Contact - Joseph Buckley, Contracting Officer, 610-383-0226 DESC: This VA Medical Center is seeking a professional Architect Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No 542-97-104, Fire and Safety Improvements in Various Buildings. This project will include the adding of sprinklers in the telephone closets of 15 buildings, the sealing of all wall penetrations in smoke and fire barriers, replacing existing 1/2 hour rated fire doors and frames with 2 hour rated doors in 12 different buildings and replace fusible links in air conditioning ducts at fire barriers in 10 buildings. The project will include all necessary demolition, clean-up, painting, caulking and meet all applicable VA criteria and codes. The contract will include weekly site visits, providing contract prints and as-builts on Autocadd, Versions R12 or R13. This advertisement for A/E Services is set aside for small bussinesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested qualified small businesses, that meet this criteria must submit Standard Forms 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for these Standard Forms is restricted to A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the 150 mile limit will be returned without consideration. This is not a solicitation for construction bids. Any submittals regarding this announcement that are not received by the designated date and time will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $250,000 to $500,000. This design shall include metric measurements. cvamc7@ worldaxes.com Contact this E-mail address for inquires. CITE: (D-351 SN012301) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: Z--ADMINISTRATION BUILDING TOWER REPAIRS, DALECARLIA, WASHINGTON AQUEDUCT, WASHINGTON, DC SOL DACW31-97-B-0014 DUE 020597 POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638 DESC: The proposed contract listed here is UNRESTRICTED. Remove salvage, and replace approximately 650 SF buckled veneer brick, remove and replace slate roof, rehabilitate asphalt balcony, repair decorative arched windows, remove and replace wood cornices, trimcopper flashing, and exist balusters, perform lead abatement and repaint wood trim, and caulk and repaint exterior brick. Standard Industrial Code is 1542, size standard is $17 million. Estimated cost of proposed maintenance is between $250,000 and $500,000. Project completion no later than 120 calendar days after issuance of award. All responsible sources may submit a bid which shall be considered by the Agency. Full size plans and specs $21.50 p/set; half size plans and specs $17.75 p/set; non-refundable. Make check or money order payable to FAO, USAED-Baltimore and mail to attention of CENAB-CT-S. NO CASH ACCEPTED. Issuance o/a 6 January 1997; bid opening o/a 5 February 1997 CITE: (I-351 SN012333) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Bureau of Indian Affairs, Aberdeen Area Office, 115 4th Avenue South East, Aberdeen, South Dakota 57401 SUBJECT: Z--ENVIRONMENTAL SITE ANALYSIS SOL FMAOO-1203 DUE 020497 POC Mark Browning, Project Engineer, (605) 226-7371. DESC: Environmental Site Analysis, Multiple Locations, North Dakota, South Dakota, and Nebraska. Job includes all labor, equipment and materials to perform a Phase II Environmental Site Analysis at five to nine locations and perform Lead Based Paint testing at two locations.--Bidding materials will be available after January 5, 1997 at a cost of $25.00 per set, non-refundable. Only cashiers check or money order acceptable, made payable to the Bureau of Indian Affairs.--Bid opening date is February 4, 1997. Cost Range:--$25,000.00-$100,000.00. Small Business Set-Aside. Labor Surplus Area Applicable. Direct inquiries to the project engineer, for this job, Mark Browning, at Telephone No. (605) 226-7371. CITE: (M-351 SN012335) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Army Engineer District, Chicago, Corps of Engineers, 111 North Canal Street, Chicago, Illinois 60606-7206 SUBJECT: Z--REMOVAL OF UNDERGROUND STORAGE TANKS AT NIKE SITE-C-44, CHICAGO, ILLINOIS SOL DACA23-97-B-0010 DUE 032597 POC Contact Donald Grskovich, 312/886-3034 DESC: This procurement consists of removal of up to 7 underground oil/fuel storage tanks with sizes from 1,000 to 12,000 gallons. Included is field screening, laboratory testing of tank contents and soils, removal and disposal of tank contents, haul and dispose of tank contents (est. 23,000 gal.) and contaminated soil (est. 1,600 cu. yds.) to a permitted landfill. Testing, removal, off-site disposal and execution all in accordance with applicable local, state and federal regulations. Backfilling and site restoration required with contractor supplied materials. Specifications with bound in plates will be furnished at the cost of $30.00. Requests must be accompanied by a check payable to: FAO, North Central Division, Corps of Engineers. Requests must include the solicitation number, complete company name, street address, telephone number (including area code), and FAX number (if applicable). Mail requests to U.S. Army Engineer District, Chicago, Corps of Engineers, ATTN: CENCC-CT, 111 N. Canal St., Chicago, IL 60606-7206. Plans and specs may be picked up by appointment from the aforementioned address, Monday-Friday between the hours of 8:00 a.m. - 3:30 p.m. All responsible sources may submit an offer which shall be considered. The proposed procurement listed herein is unrestricted. The estimated magnitude of the proposed procurement is between $100,000 and $250,000. The SIC code for this solicitation is 1629. CITE: (I-351 SN012337) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC Fallon, Building 307, 2nd Floor, NAS Fallon, NV 89496-5000 SUBJECT: Z--ROOM ADDITION, HOUSING, AT THE NAVAL AIR STATION, FALLON, NEVADA SOL Solicitation N62474-96-B-6086 DUE 021397 POC Jeannie Brown, Contract Specialist (702) 426-2225 Contracting Officer, P.S. Feiler, CDR, CEC, USN (702) 426-2806. DESC: The work includes the furnishing of all labor, materials and equipment required to construct addition of 150 square feet of living space to each of two existing four bedroom officers quarters. The work also includes an exterior pergola for each house and all incidental related work as authorized by the Contracting Officer. The contract duration is 150 days. The estimated cost of this project is between $25,000.00 and $100,000.00. Bid packages will be available approximately January 2, 1997. Telephone request will not be accepted. Request must be in writing and may be transmitted to facsimile number (702) 426-3205 or mailed. This procurement is unrestricted and all responsible sources may submit an offer which will be considered. CITE: (M-351 SN012345) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, South Texas Area, Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-5525 SUBJECT: Z--REPAIRS TO ROOF & STRUCTURAL SUPPORTS ABOVE MACHINE SHOP BLDG 8, CCAD, CORPUS CHRISTI, TX SOL N62467-96-B-9374 DUE 021197 POC Irma Watts or Contracting Officer Charlotte Cummins (512) 939-2154. DESC: The work will be done at Building 8 and will include replacing structural support members, decking, pitch pans, equipment supports and other roofing components. Contract completion is 180 days. Contract price is between $500,000.00-$1,000,000.00. Plans and specifications should be available on or about 11 January 1997 and will be distributed until the supply is exhausted. No telephone request for solicitation packages will be accepted. Our fax number is (512) 939-8608. CITE: (M-351 SN012346) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, South Texas Area, Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-5525 SUBJECT: Z--GALLEY HVAC IMPROVEMENTS, NAVAL STATION INGLESIDE, TX SOL N62467-96-B-0994 DUE 012397 POC Irma Watts or Contracting Officer Charlotte Cummins (512) 939-2154. DESC: The work includes the addition of air conditioning to the existing galley. Work also includes modifying existing systems and the addition of a new rooftop air handling unit, packaged outdoor chiller, associated piping and appurtenances, HVAC controls, and associated electrical upgrades, brick and block screen wall and concrete equipment pads and incidental related work. Contract completion is 150 days. Contract price is between $100,000.00-$250,000.00. Plans and specifications should be available on or about 23 December 1996 and will be distributed until the supply is exhausted. No telephone requests for solicitation packages will be accepted. Our fax number is (512) 939-8608. CITE: (M-351 SN012347) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, South Texas Area, Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-5525 SUBJECT: Z--PROVIDE COMFORT HEATING SYSTEM, HANGAR 46, DDCT, NAS, CORPUS CHRISTI, TX SOL N62467-95-9400 POC Irma Watts or Contracting Officer Charlotte Cummins, (512) 939-2154. DESC: The above referenced solicitation has been cancelled. CITE: (M-351 SN012374) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: WALLA WALLA DIST, CORPS OF ENG, WALLA WALLA WA 99362-1876 SUBJECT: Z--CLEARWATER HATCHERY WATER SUPPLY MODIFICATIONS, CLEARWATER COUNTY, ID SOL DACW68-97-B-0006 DUE 020497 POC Lucy Howerter, (509) 527-7210 to order plans and specs; Bryan Stroud, Contract Specialist, (509) 527-7213 for administrative questions, Bob Williams, (509) 527-7539 for technical questions (Site Code DACW68) DESC: This solicitation is open to all businesses regardless of size. The work consists of modifications to the existing Clearwater Fish Hatchery Water Supply System including: (1) modification to the floating intake platform, approximately 5000 lb. structral steel; (2) addition of a 48" diameter flanged steel pipe spool with flexible joint to the existing connection of 48" diameter HDPE pipe on the upstream face of the dam. This work will be performed underwater at depths between 135 and 240 feet dependingon reservoir elevation at time of work; (3) addition of 120V, 1 phase power and control for the intake platform winch; (4) addition of a position monitor (PLC and radio telemetry) for the intake platform winch; (5) addition of a water temperature sensor and signal wiring. Estimated cost is between $250,000.00 and $500,000.00. Nonrefundable payment of $30.00 (thirty) for plans and specifications to accompany requst for solicitation. Check made payable to FAO, USAED, Portland. The Standard Industrial Classification (SIC) code is 1629. The small business size standard is average annual receipts for its preceding three fiscal years must not exceed $17 million. All reponsible sources may submit an offer which may be considered. CITE: (I-351 SN012385) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS, P.O. BOX 4970, JACKSONVILLE, FL 32232-0019 SUBJECT: Z--MAINTENANCE DREDGING, 38-FOOT PROJECT, CUT-42 THRU TERMINAL CHANNEL AND CUT F & G, JACKSONVILLE HARBOR, FLORIDA SOL DACW17-97-B-0008 DUE 021497 POC Contract Specialist Deidra W. Cox (904) 232-1215 (Site Code DACW17) DESC: The project work consists of dredging approximately 668,000 cubic yards of material from Cut 43 through the end of the Terminal Channel, the Base Bid. In addition to the Base Bid, Optional Bid A will add approximately 470,000 cubic yards of material rom Cut 42 and Optional Item B will add approximately 292,000 cubic yards of material from Cuts F and G. The dredged material from the Base Bid and Option Bid Item A will be placed in Bartram Island Disposal Area, and the dredged material from Optional BidB will be placed in the JEA Disposal Area. The required depth for the areas dredged in the Base Bid is 38 feet plus 2-foot allowable overdepth. Whereas, in Optional Bid Item A the required depth is 40 feet plus 1-foot allowable overdepth and in Optional Bid Item B the required depth is 30 feet plus 2-foot allowable overdepth. Bartram Island Disposal Area is located at a maximum of approximately 30,300 feet from the aras to be dredged. JEA Disposal is located at a maximum of approximately 14,800 feet from the dredging area. Work also includes Turbidity and Endangered Species Monitoring. Magnitude of construction is between $5,000,000 to $10,000,000. Pre-Solicitation Notce will be issued on or about 12 Dec 96. Invitation DACW17-97-B-0008 will be issued on or about 02 Jan 97 and opened on or about 19 Feb 97. Cost of Plans and Specifications is $40.00. Checks should be made payable to FAO Jacksonville District, and sent to U.S. Army Corps of Engineers, Jacksonville, Florida. THIS IS AN UNRESTRICTED ACQUISITION. NOTE: Contracting information for the Jacksonville Distric is now available at our web site: http://www.saj.usace.army.mil/. SIC Code 1629. CITE: (I-351 SN012391) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET, SACRAMENTO CA 95814-2922 SUBJECT: Z--REPAIR MAIN MAGAZINE ROAD SIERRA ARMY DEPOT, CA SOL DACA05-97-B-0008 DUE 021997 POC PLAN ROOM FAX: (916)557-7842. Contract Specialist Joyce Yuki (916)557-5245 or FAX (916)557-7854. Contracting Officer Judith Grant. (Site Code DACA05) DESC: Project consists of repairs to the Main Magazine Road (approximately 8,000 LF). Repairs consist of rotomilling the existing 2-inches of surface asphalt concrete (AC) and repair shall be new 2-inch AC on the existing base. Project includes Option Bid tems for additional road repairs and paving a 50' apron. This procurement will be conducted under SIC code: 1611. The size standard for this SIC code is: $17.0 million. Estimated cost is between $500,000 and $1,000,000 Plans and specifications for this proect must be ordered and the check received by the CUT OFF DATE of Jan 8,1997 to ensure receipt of bid sets at a cost of $7.00 for specifications (text only); and $6.00 for half-size drawings. Full size drawings are not available. Orders received beyond the CUT OFF DATE will not be honored. Plans and specifications will be mailed out on or about Jan 16, 1997. Because a limited number of sets will be reproduced, copis are limited to one set per firm. Payment by company check, certified check or money order made payable to the Finance and Accounting Officer, USAED, Sacramento. Payment must be submitted with order request or delivered in person to USAED, Sacramento, ATT: Plan Room, 1325 J Street, Sacramento, CA 95814-2922. Do not address to the contract specialist for this will delay your order. Firms are requested to provide their name, street and mailing address, telephone and FAX numbers and the solicitation number of the project. All responsible business sources may submit a bid which will be considered by the agency. See Note 26. See our Internet Home Page for alisting of projects in the Sacramento District at http://www.usace.mil/cespk-ct/cont.html. CITE: (I-351 SN012400) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET, SACRAMENTO CA 95814-2922 SUBJECT: Z--ALT COMBAT CAMERA SQUADRON FACILITY, MARCH AFB, CA SOL DACA05-97-B-0009 DUE 022597 POC PLAN ROOM FAX: (916)557-7842. Contract Specialist Andy Ortega (916)557-5243 or FAX: (916)557-7854. Contracting Officer Linda Hales. (Site Code DACA05) DESC: Additions and alterations to existing Combat Camera Squadron Facility (B/601). Remodel by; demolition of some non-structural walls, additions and alterations of door, refinish cabinets, replace acoustical tiles, level ceiling grid, upgrade lighting, epaint walls, install vinyl wall covering, replace damaged floor panels/tile and install/replace carpeting. Upgrade fire sprinklers, rebalance HVAC, expand security alarm system. Modify bathrooms to be handicapped accessible. This procurement will be conduted under SIC code: 1542. The size standard for this SIC code is: $17.0 million. Estimated cost is between $500,000 and $1,000,000. Plans and specifications for this project must be ordered and the check received by the CUT OFF DATE of 10 Jan 97 to ensure receipt of bid sets at a cost of $18.00 for specifications (text only); no half-size drawings or full size drawings are available. Orders received beyond the CUTOFF DATE will not be honored. Plans and specifications will be mailed out on or about 23 Jan 97. Because a limited number of sets will be reproduced, copies are limited to one set per firm. Payment by company check, certified check or money order made payale to the Finance and Accounting Officer, USAED, Sacramento. Payment must be submitted with order request or delivered in person to USAED, Sacramento, ATTN: Plan Room, 1325 J Street, Sacramento, CA 95814-2922. Do not address to the contract specialist for this will delay your order. Firms are requested to provide their name, street and mailing address, telephone and FAX numbers and the solicitation numbe of the project. All responsible business sources may submit a bid which will be considered by the agency. See Note 26. For a listing of all Sacramento District projects, see Contracting Division's Internet Home Page at http://www.usace.mil/cespk-ct/cont.hml. CITE: (I-351 SN012401) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DIRECTORATE OF CONTRACTING, US ARMY SUPPORT COMMAND, HAWAII, ATTN: APVG-GKC, FORT SHAFTER HAWAII 96858-5025 SUBJECT: Z--REPLACE FLOORING AND CARPETING SOL DAHC77-97-B-0001 DUE 112196 POC Contract Specialist I. Uehara FAX (808)438-6563 (808) 438-6535 x 209 (Site Code DAHC77) DESC: Notice published on Oct 8, 1996 Issue No. PSA-1696 is changed from 100% Small Business Set Aside to Unrestricted. All other information publicized in the original notice is correct. CITE: (I-351 SN012402) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: C1, 14, F210, OIC of NAVFAC Contracts, 1 Simonpietri Dr., NETC Newport, RI 02840 SUBJECT: Z--CONSTRUCT NEW CONCRETE SIDEWALKS, LIGHTING AND STAIRS AT SELECTED BASEWIDE LOCATIONS, NAVAL UNDERSEA WARFARE CENTER, NEWPORT, RI SOL N62472-97-B-7269 DUE 020697 POC Ms. East, Procurement Technician, 401-841-2543. DESC: This is a Pre-Invitation Notice. The work includes but is not limited to, excavation, compacting, forming, steel reinforcement, placing and finishing concrete, fine grading, seeding, steel and electrical work to provide sidewalks, lighting at identified basewide locations on the Naval Undersea Warfare Center Naval Complex. The estimated cost range: $100,000 - $250,000. The SIC code is 1542 and the small business size standard is $17.0 million. The proposed contract (solicitation) will be issued as unrestricted and is subject to evaluation criteria set forth in DFAR 252.219-7008 - Notice of Evaluation Preference for Small Disadvantage Business Concerns - Construction Acquisitions - Test Program (APR 1996). Written request for a solicitation package should be addressed to ROICC, NAVFAC Contracts, NETC, Bldg 1, Simonpietri Dr., Newport, RI 02841-1712 or Fax (401) 841-1349. State your name, address and solicitation number. CITE: (I-351 SN012431) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Z--PAINT VARIOUS STRUCTURES, 94-2, DFSP NORWALK, NORWALK, CALIFORNIA, 94-9, DFSP, SAN PEDRO, LOS ANGELES, CALIFORNIA SOL N68711-94-B-1474 DUE 020397 POC Contract Specialist, Lucile Miranda/Contracting Officer, Maria Williams. DESC: DESCRIPTION OF WORK--The work includes surface preparation and painting of existing steel tanks, pumps, piping, valves and fittings for petroleum storage and transfer; fire fighting tanks, piping, valves, fittings and equipment, exterior metal, wood and stucco surfaces of sheds and buildings; metal towers, platforms, stairs and handrails, other equipment and structures including transformer vault, and incidental related work complete and ready for use.--The estimated cost is between $250,000 and $500,000 --Firm Fixed Price Contract.--Contract duration is 180 calendar days.--Bids will be considered from all responsible sources.--This project is unrestricted.--The Standard Industrial Code is 1721 and the annual size standard is $7.0 million.--It is recommended the subcontracting plan goals reflect a minimum goal of 5% for Small Disadvantaged Business subcontracting effort.--NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office. A fee will be charged for all plans and specs. Each set will cost $38.00. - --Solicitation packages may be acquired in person from Plan Issue or by mail.--Telephone requests will not be accepted.--Requests for the solicitation package must be in writing stating solicitation number N68711-94-B-1474, complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier. -Plan holders lists will not be faxed.--Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue), Building 132, 1220 Pacific Highway, San Diego, CA 92132-5187 with a check payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit one (1) check per project.--Solicitation packages are limited to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans and specifications will be available on or about 03 January 1997. CITE: (I-351 SN012454) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Z--PAINT VARIOUS STRUCTURES 94-2, DFSP 0Z0L, MARTINEZ, CALIFORNIA SOL N68711-94-B-1475 DUE 020397 POC Contract Specialist, Lucile Miranda/Contracting Officer, Maria Williams. DESC: DESCRIPTION OF WORK--The work includes surface preparation and painting of existing steel tanks, pumps, piping, valves and fittings for petroleum storage and transfer; fire fighting tanks, piping, valves, fittings and equipment; exterior metal surfaces of sheds and buildings; metal pier hardware and equipment, metal towers, platforms, stairs and handrails, other equipment and structures including lighting poles, fire hydrants, boom assemblies, and incidental related work complete and ready for use.--The estimated cost is between $100,000 and $250,000.--Firm Fixed Price Contract.--Contract duration is 120 calendar days.--Bids will be considered from all responsible sources.--This project is unrestricted.--The Standard Industrial Code is 1721 and the annual size standard is $7.0 million.--It is recommended the subcontracting plan goals reflect a minimum goal of 5% for Small Disadvantaged Business subcontracting effort.--NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office. A fee will be charged for all plans and specs. Each set will cost $29.00. - --Solicitation packages may be acquired in person from Plan Issue or by mail.--Telephone requests will not be accepted.--Requests for the solicitation package must be in writing stating solicitation number N68711-94-B-1475, complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier. -Plan holders lists will not be faxed.--Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue), Building 132, 1220 Pacific Highway, San Diego, CA 92132-5187 with a check payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit one (1) check per project.--Solicitation packages are limited to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans and specifications will be available on or about 03 January 1997. CITE: (I-351 SN012455) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Public Works Office, Naval Air Station, Joint Reserve Base, Attn: Code 80, Willow Grove, PA 19090-5011 SUBJECT: Z--CONSTRUCT LAUNDRY FACILITY, BACHELORS ENLISTED QUARTERS, BLDG. 172 AT THE NAVAL AIR STATION, JOINT RESERVE BASE, WILLOW GROVE, PA 19090-5011 SOL N62472-97-Q-7553 DUE 011597 POC Barbara Jennings, Procurement Clerk, (215) 443-6256, FAX (215) 773- 2150 or write to address item 7. DESC: The work includes all labor, material, equipment and supervision, under a firm-fixed price contract using Simplified Acquisition Procedures (SAP) to renovate space in the Bachelors Enlisted Quarters to provide a laundry facility. Work includes structural, concrete pad, mechanical, electrical to install two government furnished washers and dryers and to provide and install two 100 gallon gas fired commercial water heaters and one water softener. The solicitation response time will be fifteen days. The performance period is 45 days. The Standard Industrial Code (SIC) for this acquisition is 1522. The related Small Business Size Standard is $17.0 million in annual receipts averaged over the preceding three fiscal years. Plans and specifications will be available on January 1, 1997. The solicitation is Unrestricted. The estimated cost range for this acquisition is between $25,000 and $100,000. CITE: (I-351 SN012459) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Public Works Office, Naval Air Station, Joint Reserve Base, Attn: Code 80, Willow Grove, PA 19090-5011 SUBJECT: Z--AIR CONDITIONING OF FIRST FLOOR OF HANGAR 80 AT THE NAVAL AIR STATION, JOINT RESERVE BASE, WILLOW GROVE, PA 19090-5011 SOL N62472-96-Q-4562 DUE 013097 POC Barbara Jennings, Procurement Clerk, (215) 443-6256, FAX (215) 773- 2150 or write to address item 7. DESC: The work includes all labor, material, equipment and supervision, under a firm-fixed price contract using Simplified Acquisition Procedures (SAP) to provide an outside condensing unit (approx. 36 tons) and a DX coil in an existing air handler in Hangar 80 to provide air conditioning. Work shall include electrical power to the condensing unit, control wiring and incidental related work. The solicitation response time will be fifteen days. The performance period is 60 days. The Standard Industrial Code (SIC) for this acquisition is 1711. The related Small Business Size Standard is $7.0 million in annual receipts averaged over the preceding three fiscal years. Plans and specifications will be available approximately January 15, 1997. This solicitation is Unrestricted. The estimated cost range for this acquisition is between $25,000 and $100,000. CITE: (I-351 SN012460) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Dept of Health and Human Services, Indian Health Service, Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA 98121 SUBJECT: Z--MISCELLANEOUS REPAIRS (HVAC/ADA IMPROVEMENTS), EAGLE BUTTE, SD, #AB4CR079H7 SOL 102-IFB-97-0001 DUE 021897 POC Judi M. Jzyk, Contracting Officer, 206/615-2025 DESC: Synopsis posted December 5, 1996, is amended to show the date for receipt of bids to be February 18, 1997. All other information remains unchanged. CITE: (W-351 SN012490) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WVJ), Rock Island , IL 61299-7630 SUBJECT: 10--HOUSING, TRIGGER SOL DAAE20-96R0197 DUE 012797 POC Contract Specialist: Joyce Davis (309) 782-4420, PCO: Brian W. Schmidt (309) 782-8490 DESC: Solicitation DAAE20-96R0197 previously published 071196 is hereby cancelled. CITE: (I-351 SN012317) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WVJ), Rock Island , IL 61299-7630 SUBJECT: 10--RACK, STORAGE, SMALL ARMS M14 SOL DAAE20-96R0234 DUE 012797 POC Contract Specialist: Joyce Davis (309) 782-4420, PCO: Brian W. Schmidt (309) 782-8490 DESC: Solicitation DAAE20-96R0234 previously published 082896 is hereby cancelled. CITE: (I-351 SN012318) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 12 -- MOUNT, LASER LENS-MA SOL DAAJ09-97-Q-0299 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1270-01-231-3655; P/N: 13076566; QTY: 60 Each, applicable to the TADS/PNVS Program. FOB Destination with delivery of 60 each 318 days ARO to Orlando, FL. This is a full and open competitive requirement. This proposed contract action is for supplies for which the Government does own specifications and drawings. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. The First Article Test Report by 138 days ARO, with delivery of 60 each, 150 days ARO. CITE: (I-348 SN012157) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: 13--CARTRIDGE 40MM M781 SOL DAAA0997B0014 POC CONTACT THE CONTRACT SPECIALIST: Gary Smith (309)782-3587, Contracting Officer: Gary L. Meyer (309)782-4942 DESC: Special attention must be given when addressing requests for solicitations and bids/offers. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance to solicitation instructions may result in a late bid which cannot be considered. Written, fax, or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE, a CAGE code has been assigned to you) along with your name, address, data fax number, and solicitation number. The fax number for requests is (309)782-4803. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All IOC solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS is accessible electronically 24 hours a day via modem at (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt depress the 'ENTER' key. Information obtained through AAIS is also available on the Internet. Prospective customers may now access the IOC home page at http://www-ioc.army.mil/. The current method of accessing data through AAIS will remain in place until February 7, 1997. At which time access using modems and login will be discontinued. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. Issue Date: 14 Jan 97, Bid Opening Date: 14 Feb 97. NSN: 1310-01-211-8073, Qty: 9880,447, Unit of Issue: each, Part Number: 9395853, FOB: Origin, Proposed contract is a 100% small business set-aside. Statistical Process Control is required. First Article Test is required. MIL-Q-9858 inspection criteria required. CITE: (I-351 SN012435) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: 13--CONTAINER ASSEMBLY M205 SOL DAAA0997R0124 POC CONTACT THE CONTRACT SPECIALIST: Mark Haldeman (309)782-3700, Contracting Officer: (309)782-4597 DESC: Special attention must be given when addressing requests for solicitations and bids/offers. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance to solicitation instructions may result in a late bid which cannot be considered. Written, fax, or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE, a CAGE code has been assigned to you) along with your name, address, data fax number, and solicitation number. The fax number for requests is (309)782-4803. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All IOC solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS is accessible electronically 24 hours a day via modem at (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt depress the 'ENTER' key. Information obtained through AAIS is also available on the Internet. Prospective customers may now access the IOC home page at http://www-ioc.army.mil/. The current method of accessing data through AAIS will remain in place until February 7, 1997. At which time access using modems and login will be discontinued. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. Issue Date: 27 Dec 96, Bid Opening Date: 24 Jan 97. NSN: 1315-01-105-4073, Qty: 111,598, Unit of Issue: Each, Part Number: 9278773, End Item: 81MM Mortar. Restricted to Mobilization Base Producers. Published for subcontacting purposes only. Offers from concerns othan than the below are not solicited. The aforementioned Contractor is a large business. MIL-Q-9858 inspection criteria required. Contractor: ARMETEC DEFENSE PEODUCTS INC, PO Box 848, 85 901 Avenue 53, Coachella, CA 92236. CITE: (I-351 SN012466) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: 13--MEDIUM CALIBER CARTRIDGE CASES, 20MM, 30MM, & 40MM SOL N/A POC CONTACT THE CONTRACT SPECIALIST: Nick Huyten, Rock Island, (309)782-2220 DESC: Special attention must be given when addressing requests for solicitations and bids/offers. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance to solicitation instructions may result in a late bid which cannot be considered. Written, fax, or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE, a CAGE code has been assigned to you) along with your name, address, data fax number, and solicitation number. The fax number for requests is (309)782-4803. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All IOC solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS is accessible electronically 24 hours a day via modem at (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt depress the 'ENTER' key. Information obtained through AAIS is also available on the Internet. Prospective customers may now access the IOC home page at http://www-ioc.army.mil/. The current method of accessing data through AAIS will remain in place until February 7, 1997. At which time access using modems and login will be discontinued. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. This is a survey limited to U.S. and Canadian firms only. Medium Caliber cases, 20MM, 30MM, and 40MM. This is a market survey of U.S. and Canadian industry to identify potential contractors capable of manufacturing medium caliber cartridges cases to support the Government's preparedness needs for the following items. The minimum monthly requirement must be met, but this quantity can be met by more than one potential producer. The items are listed in the following order: Item, Part Number, Minimum Monthly Requirement: Cartridge Case 20MM M21A1, 7553197, 26,356, Cartridge Case 20MM M103, 7553815, 30,875, Cartridge Case 30MM (GAU-8), 7400730/28107310, 1,000, Cartridge Case 30MM LW AAH, 11825902, 33,439, Cartridge Case 40MM M118, 8844610, 69760, Cartridge Case 40MM M169, 8886329, 803,581, Cartridge Case 40MM M195, 9207989, 15,081. Specific skills and equipment required to manufacture subject cartridge cases are as follows: vertical presses, material handling equipment, heat/treat/annealing furnaces, turning/grinding equipment, set-up mechanics, process engineers, heat treat specialist and quality assurance specialist capable in using a wide variety of inspection equipment. A respondent must also have available the appropriate maintenance, tooling, and manufacturing engineering skills required to support quality production for these items. A respondent must currently possess a majority of these processes in-house and demonstrate provisions for obtaining the remainder without significant delay. Technical data does exist for these items. A detailed questionnaire, including top drawing data, may be provided to capable respondents. Interested firms who feel they are capable of manufacturing these items, based on the above criteria, are invited to indicate their interest by providing to the Government a summary of their company's capabilities, including a description of facilities, personnel, and past manufacturing experiences. Information must be submitted within 20 calendat days from the date of this publication to U.S. Army Industrial Operations Command, Attn: AMSIO-IRC/Mr. Nick Huyten, Rock Island, IL 61299-6000, (309)782-2220. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The information you provide will be utilized by the U.S. Army in developing its acquisition approach for future requirements. CITE: (I-351 SN012437) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought OFFADD: U.S. Army TACOM-ARDEC, AMSTA-AR-PCW-A, Bldg 10, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: 13--LOAD ASSEMBLE AND PACK M795 155MM HE PROJECTILES SOL DAAE30-97-R-0051 POC Steve Talmadge, Contract Specialist, (201) 724-5663, David M. Banashefski, Contracting Officer, (201) 724-4113. DESC: The Army has a requirement for the Load, Assemble, and Pack of approximately 84,000 M795 155mm High Explosive Projectiles. A qualified source must possess the capability to load, assemble and pack 155mm projectiles with TNT utilizing controlled cooling and meet necessary inspection processes. The manufacturer must have the capability to meet required delivery and self facilitize. Interested manufacturers are requested to submit capabilities statements within 30 days of this notice to the Commander, U.S. Army TACOM-ARDEC, Attn: AMSTA-AR-PCW-A, Mr. Steve Talmadge, Building 10, Picatinny Arsenal N.J. 07806-5000. Inquires must be in writing. No solicitation will be issued as a result of this market survey which is for information purposes only. CITE: (I-351 SN012438) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO 63120-179 SUBJECT: 15 -- BELL CRANK SOL DAAJ09-97-R-0198 DUE 013097 POC Mary Deutschmann, Contract Specialist, 314-263-0515, or June P. Tharp, Contracting Officer, 314-263-0800, FAX No. 9012. DESC: NSN: 1560-01-158-9685, P/N: 70400-08102-045, Quantity: 298 each, applicable to the UH-60 Aircraft. F.O.B. Destination with deliveries to Texarkana, TX, and New Cumberland, PA. When calling be prepared to state name, address and solicitation number. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence to the Contracting Officer which will permit their participation in the current or future solicitation. This is a 100% Small Business Set-Aside. Approved sources are The Purdy Corp., Manchester, CT, Rotair Industries Inc., Bridgeport, CT, TEK Precision Co. Ltd., Deer Park, NY and Seanair Machine Co., Farmingdale, NY. All responsible sources may submit an offer which will be considered. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. Authority and justification is FAR 6.302-1. Intended sources are listed above. See Note 26. CITE: (I-348 SN012134) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 15 -- FAIRING, AIRCRAFT SOL DAAJ09-97-Q-0379 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1560-01-334-2573; P/N: 7-311111223-605; QTY: 3 Each, applicable to the AH-64 Aircraft. FOB Origin with delivery of 3 each by 97 Feb 07 to Stockton, CA. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation in accordance with procedures contained in Section L of the solicitation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, McDonnell Douglas Helicopter Systems, Mesa, AZ. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current and future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. This requirement is being procured under the authority of 10 U.S.C. 2304(c)(1). See Numbered Note(s): 22. CITE: (I-348 SN012143) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 15 -- SUPPORT, ENGINE, MOUN SOL DAAJ09-97-Q-0376 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-0784. DESC: NSN: 1560-01-264-2085; P/N: 7-311670131-3; QTY: 24 Each, applicable to the AH-64 Aircraft. FOB Destination with delivery of 24 each by 300 days ARO to Stockton, CA. This proposed contract action is for supplies for which the Government does own specifications and drawings. The principal medium the Government will use for technical data transmittal during this procurement is the 4.75 inch diameter compact disk with embedded reader software. Windows 3.1, or Windows NT operating environment and a CD Reader are required. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. The First Article Test Report by 253 days ARO, with delivery of 24 each by 585 days ARO. CITE: (I-348 SN012146) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 15 -- DOOR, PASSENGER, AIRC SOL DAAJ09-97-R-0200 DUE 013196 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1560-01-284-6420; P/N: 7-311112200-3; QTY: Minimum quantity: 8 Each, Maximum quantity: 36 Each, applicable to the AH-64 Aircraft. A five year, firm fixed price indefinite delivery, indefinite quantity type is contemplated. First year delivery will be FOB Destination and all other subsequent deliveries will be FOB Origin. Order quantities are, first year: 8 each; second year: 7 each; third year: 7 each; fourth year: 7 each; fifth year: 7 each. Required delivery date is 180 days ARO for the first year quantity. The Government will guarantee only the minimum quantity of 8 each for the first ordering period. For all other ordering periods the Government is not obligated to order any minimum quantity. Firms are encouraged to seek approval in order to compete for this or future solicitations by submitting documentation in accordance with the Competition Advocate's Shopping List procedures. Any potential offeror who can provide documentation that they have manufactured this part should identify themselves to the Contracting Officer. It is restricted to the following approved source, McDonnell Douglas Helicopter Systems, Mesa, AZ. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-348 SN012156) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 15--FY 1998 SPECIAL AIRCRAFT REWORK FOR EXECUTIVE HELICOPTERS SOL N/A POC Contact, Jacqueline S. Callas, Phone (703)604-1920 DESC: The Naval Air Systems Command intends to enter into negotiations with Sikorsky Aircraft Corporation (SAC), a division of United Technologies, for the procurement of supplies and services necessary to provide the FY 1998 maintenance of four VH-3D and three VH-60N Executive Helicopters in accordance with the Special Progressive Aircraft Rework (SPAR) specifications and statement of work. SAC is the designer, developer and sole manufacturer of the VH-3D and VH-60N aircraft and is the only known company with the requisite knowledge capable of providing the maintenance requirements to the Executive Helicopters in accordance with SPAR specifications and within the required time period. Work will be performed at SAC, 6900 Main Street, P.O. Box 9729, Stratford, CT 06497-9129. See note No. 22 - NAVAIR Synopsis No. 30191-96. CITE: (I-351 SN012309) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 15--DUCT ASSY SOL F41608-97-R-0082 DUE 122696 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Menchaca, A./ldkj/[210]925-8845 DESC: Item 0001 NSN 1560-01-359-1048LD P/N: 17P8D8107-1, VENTILATES THRU OUTLET ASSY DUCT Size: Approximately 5" X 6" Form, Fit and Function Description: Ventilates thru outlet Assy Duct (A/C) Material: Aluminum Alloy Delivery: 31 Jul 97 9EA. Applicable to: C-17a Acft. Destn: Robins AFB, GA. 31098. Delivery: 29 Aug 97 9 EA Government furnished specifications/Blue Prints/Bid Sets and/or any other data not available The approximate issue/response date will be 12 Dec 96. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 26. CITE: (I-351 SN012417) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 15--WINDOW, PANEL, ACFT SOL F41608-97-R-0083 DUE 122696 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Menchaca, A./ldkj/[210]925-8845 DESC: Item 0001 NSN 1560-01-342-2920LD P/N: 17P1A5001-2, size: 34" X 29" X 3" nominal function: used by co-pilot for air/ground observation materi al: plastic acrylic delivery: 31 Jul 97 8EA. Applicable to: C-17 Acft. Destn: robins afb, georgia 31098. government furnished specifications and/or data are not available The approximate issue/response date will be 12 Dec 96. The anticipated award date will be 28 Jan 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 26. CITE: (I-351 SN012418) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd. St.Louis, MO 63120 SUBJECT: 15--BEAM ASSEMBLY, CARGO SOL DAAJ09-97-Q-0387 DUE 012997 POC Vivian Jennings, Contract Specialist, 314-263-0780 or Carol Woerheide, Contracting Officer, 314-263-0779, Datafax 314-263-9012. DESC: NSN: 1560-00-254-6654, P/N 114S2570-49, IAW ATCOM Spares Technical Data Package 114S2570, Rev B. Qty 10 each. Applicable to the CH-47 Aircraft. FOB destination to Texarkana, TX 75507-5000. Required delivery with First Article Testing is 10 each 300 DACA. First Article Test Report due 228 DACA. Required delivery without First Article Test is 10 each 240 days DACA. This procurement requires prequalification. All responsible sources may submit a proposal which shall be considered by the agency. Justification for other than full and open competition is FAR 6.302-1, Only One Source or Only a Limited Number of responsible Sources. This proposed contract action is for supplies for which the Government does not have specifications and drawings to permit full and open competition. Approved sources are Chem Fab Corp, Hot Springs, AR 71901-6801 and Boeing Defense and Space Group, Philadelphia, PA 19142-0858. The time required for approval of new supplies is such that award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for future solicitations. Information on meeting of qualificatons may be obtained from ATCOM, ATTN: AMSAT-R-EB. Subject to availability of funds. No telephone request will be accepted. The principle medium which the Government will use for technical data transmittal during this procurement is the 4.75 inch diameter compact disk with embedded reader software. Windows NT operating enviroment and a CD Reader are required. You may fax your request ATTN: AMSAT-A-PLBB, Vivian Jennings, Contract Specialist, on 314-263-9012. Number Notes 23 and 26. CITE: (I-351 SN012441) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, Mo 63120 SUBJECT: 16 -- LOAD PLATE, HUB, MAIN SOL DAAJ09-97-Q-0326 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1615-01-164-3847; P/N: 7-311411096-3; QTY: 42 Each, applicable to the AH-64 Aircraft. FOB Origin with delivery of 42 each to Texarkana, TX by 97 Dec 30. This proposed contract action is for supplies for which the Government does not own specifications and drawings. However, it is restricted to the following approved source, McDonnell Douglas Helicopter Systems. This is a flight safety part requiring engineering/fatigue testing. Firms that can recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. The First Article Test Report by 354 days ARO, with delivery of 21 each 804 days ARO and 21 each 30 days thereafter. CITE: (I-348 SN012142) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--SUPPORT, WATER SEPAR SOL SP0920-97-Q-A092 DUE 010997 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96331000311 NSN 1660-00-113-0095, support, water separ CAGE 70210 Part No 184777-1 no drawings are available. 13 -EA Del to New Cumberland PA 17070-5001 Del by 21 Apr 97. Other than full and open competition: part numbered item. Products offered clause applies. PR quantity: 13 EA destinations: New Cumberland, PA 17070-5001 delivery schedule: 13 each within 90 days set-aside type: unrestricted (sole source/single source) (no preference) size standard: 1000 all responsible sources may submit offer which DESC shall consider. CITE: (I-350 SN012195) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--PARTS KIT, VALVE SOL SP0770-97-Q-MG96 DUE 012597 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) DESC: PR-NO: YPC96127003321 NSN 1650-00-402-3487, CAGE 59364 Part No 651104-2 CAGE 59364 Part No 651104-3 parts kit, valve. Alliedsignal Inc P/N 651104-3. 155 -EA Del to Tinker AFB OK 73145-9013 Del by 25 Jul 96. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012203) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--FILTER, FLUID. E/I C-5 AIRCRAFT. SOL SP0770-97-Q-MH26 DUE 020497 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Ruth Wepking (614) 692-1327 DESC: PR-NO: YPC96312001214 NSN 1650-01-202-4896, CAGE 05228 Part No 7587799-101 CAGE 98897 Part No 4H90403-101B 56 -EA Del to Richmond VA 23297-5900 Del by 17 Jan 97. See NOTES 9, 22, small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a signififcant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012211) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--SELECTOR SET, DIRECTIONAL. SOL SP0770-97-Q-MH77 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Cheryl Offenburger/ PCCRBA3/614-692-7363 DESC: PR-NO: YPC96313000889 NSN 1650-00-904-9960, CAGE 59364 Part No 663385 selector set, directional. No other technical data available at DCSC for this solicitation. Garrett Fluid Systems Div part number 66385. 6 -EA Del to San Diego CA 92136-0000 Del 150 days after date of award. Solicitation not available until 15 days after published in the CBD. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012212) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--ADJUSTER ASSEMBLY, SCREW TYPE, AIRCRAFT BRAKE. SOL SP0770-97-Q-MH65 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Ruth Wepking (614) 692-1327 DESC: PR-NO: YPC96262000052 NSN 1630-01-412-3880, CAGE 97153 Part No 107-406 CAGE 98897 Part No 107-406 adjuster assembly, screw type, aircraft brake. BFGoodrich (97153) and Lockheed (98897) P/N 107-406. 9 - EA Del to Richmond VA 23297-5900 Del by 100 days after date of award 11 - EA Del to McClellan AFB CA 95652-1621 Del by 100 days after date of award. Small business size is 1000 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drqwings are not available. Automated best value (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012216) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--TRANSDUCER, MOTIONAL PICKUP E/I E-A6A AIRCRAFT. SOL SP0740-97-Q-0530 DUE 013197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) John Lidonnice (614 )692-4711 DESC: PR-NO: YPC96292000899 NSN 1650-00-943-8123, CAGE 22863 Part No GM9045-2 CAGE 79294 Part No 20013-2 transducer, motional. Kavlico electronics Inc. P/N GM9045-2 14 -EA Del to Bremerton WA 98314 Del 120 days after award 46 -EA Del to Jacksonville FL 32212-0097 Del 120 days after award solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304 (C)(1). Approved sources are: kavlico Corp(22863) and E-Systems Inc (79294). Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012217) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 16--INCORPORATE PERFORMANCE CHANGE INTO THE E6 MCS SOL N/A POC Contact, Sherry Bonaiuto, Phone (703)604-2000 DESC: The Naval Air Systems Command (NAVAIRSYSCOM) intends to issue a modification to NAVAIRSYSCOM contract N00019-94-C-0224 to Chrysler Technologies Airborne Systems, Inc. (CTAS), P.O. Box 154580, Waco, TX 76715-4580. The modification includes efforts to make the required performance changes to the E6 Mission Computer System (MCS). This modification will be issued on a sole source basis to CTAS. CTAS is the only source with the prerequisite knowledge and experience to oversee this modification into the E6 aircraft. - NAVAIR Synopsis No. 30189-96. CITE: (I-351 SN012311) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 16--PURCHASE & INSTALL CARPET INTO E6 AIRCRAFT SOL N/A POC Contact, Sherry Bonaiuto, Phone (703)604-2000 DESC: The Naval Air Systems Command intends to issue a fixed price order under BOA N00019-95-G-0134. This order will include materials and services necessary to replace the carpet in the E6 aircraft during aircraft modification. This order will be issued on a sole source basis to Chrysler Technologies Airborne Systems, Inc. (CTAS), P.O. Box 154580, Waco, TX 76715-4580. CTAS is the only source with the prerequisite knowledge and scheduling capabilities to perform this task with no impact to the E6 aircraft modification schedule. - NAVAIR Synopsis No. 30190-96. CITE: (I-351 SN012312) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: ASC/YSDIK, B-2 Systems Program Office, Wright-Patterson AFB, OH 45433-7221 SUBJECT: 16--B-2, IMPROVED BRU-44 PRODUCTION SOL N/A POC Noel Thompson, Contracting Officer, (513) 255-1898. DESC: The B-2 System Program Office (ASC/YS) intends to award a sole source contract to Boeing-Wichita for the production of 291 improved BRU-44s and retrofitting of 226 BRU-44A/As to update our current inventory of BRU-44 ejector racks. This production effort is a continuation of the previous development and production requirement. The current and improved BRU-44 designs are proprietary and are not releasable. The improved ejector rack shall have the same performance characteristics as the existing rack design. The B-2 Program has no aircraft available for additional Development Test and Evaluation (DT&E) weapon separation flight tests and recertification. The Boeing design has been certified for use on the B-2. Non-availability of aircraft for certification will preclude any contractor from accomplishing recertification. The improved rack shall be compatible with the current rotary launcher and B-2 aircraft without modifications to either. It shall also maintain its current nuclear certification in order to meet mission requirements. Award by 1 February 1997 is anticipated, with deliveries to begin in August 1998. This announcement is for the initial effort which is anticipated to be for 5-years and will be a Firm Fixed Price (FFP) contract. This contract may include activities like production, kits/retrofit/initial spares, integration, installation, support, sustainment, and program management. Qualified sources must have an in-depth knowledge of the B-2, BRU-44 design and have the existing capability to perform all of the previously stated requirements by 1 February 1997. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman, Daniel L. Kugel, ASC Ombudsman, ASC/SY, 2475 K. Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (513) 255-5185, with serious concerns only. For subcontracting opportunities contact Mr. Steve Anderson, Boeing-Wichita at (316) 526-7759. Direct all requests for solicitations and routine communication concerning this acquisition to Lucy Castel, Contract Negotiator, ASC/YSDIK, 2275 D. Street, Suite 16, Wright-Patterson AFB OH 45433-7721 at (513)-255-1898. See Note 22 CITE: (I-351 SN012320) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--ROLLER, GROUND SERVICING. SOL SP0740-97-Q-0621 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Kent morioka 614/69 2-3899 DESC: PR-NO: YPC96319000884 NSN 1730-01-256-4293, CAGE 76301 Part No 68D390006-2207 roller, ground servicing. McDonnell Douglas Corp P/N 68D390006-2207 code 76301. 7 -EA Del to Richmond VA 23297-5900 Del 120 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304(C)(1). Approved sources are: McDonnell Douglas Co (76301). Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluaiton of offers, the final award decision will be based upon a combination of price and past performance, as descsribed in the solicitation. Delivery evaluation factor(DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012221) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: NASA, Johnson Space Center, BE13, Houston, TX 77058 SUBJECT: 17--EXTRAVEHICULAR ACTIVITY/ROBOTICS HARDWARE DESIGN, DEVELOPMENT, TEST AND FABRICATION SOL 9-BE13-09-7-28P DUE 012497 POC Contract Specialist: Stephanie Hunter, (281) 483-8523 Contract Officer: Lisa Rea Phillips, (281) 483-8395 DESC: NASA/JSC plans to issue a Request for Proposal (RFP)for Extravehicular Activity/Extravehicular Robotics hardware design, development, test and fabrication. The contract will include provisions for obtaining hardware not only for existing programs such as Space Station but also for advanced programs such as Lunar Return and Mars programs. The Government may award multiple contacts. The contracts will be indefinite delivery/indefinite quantity contracts and work will be authorized via delivery orders which may be either fixed price or cost type. Delivery orders will be competed among selected vendors. The contract will be a one year basic period and have four, one year options. The Government will provide some test facilities/chambers. These will be described in detail in the RFP. The Government intends to make maximum practical use of commerically available hardware however this procurement is not being conducted under FAR part 12. See numbered note 26. All responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed to hear concerns from offers and potential offerors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the ajudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Brian Duffy at 281-483-6050. Concerns, issues, and disagreements which cannot be resolved at the installation may be referred to the NASA ombudsman, Tom Luedtke at 202-358-2090. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in RTF format and will reside on a World-Wide Web (WWW) server, which may be accessed using client browsers, such as, MOSAIC or NETSCAPE. The WWW address, or URL, of the JSC Procurement home page is: "http://www.jsc.nasa.gov/bd2/" It is the offeror's responsibility to monitor this site for solicitation release. Potential offerors will be responsible for downloading their own copy of the solicitation. Hard copies may be obtained from the JSC Industry Assistance Office via phone 281-483-4511 or fax 281-483-4326. The closing date shall be the same as the solicitation released on the Internet. The RFP will be released on or about January 27, 1996. If there are any questions, the contract specialist may be contacted via E-mail at shunter@ems.jsc.nasa.gov or by phone at (281) 483-8523 or the contracting officer may be contacted via E-mail at lrea@ems.jsc.nasa.gov or by phone at (281) 483-8395. CITE: (I-351 SN012449) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Code 410, P.O. Box 215, Portsmouth, Virginia 23705-0215 SUBJECT: 19--YRBM (L) 23, SSP 068-97, ROH SOL N62678-97-R-0041 DUE 031397 POC Pamela Guertler, Contract Specialist, (757) 397-5041 ext 422! DESC: Miscellaneous repairs to include drydocking. To qualify for an award under this solicitation, the offeror must execute a current NAVSEA Agreement for Boat Repair (ABR). If not previously done, adequate time must exist to allow proper assessment of the contractor's data. The inspection date and location is to be determined. The availability dates are tentatively set for 23 April 1997 through 23 October 1997 with the work to be done at the contractor's plant. The place of performance is unrestricted. CITE: (I-351 SN012287) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 26--Tires and Tubes OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 26--TIRE, PNEUMATIC SOL DAAE0797RT049 DUE 021397 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Cathy Ham (810) 574-5171 DESC: NSN: 2610001630429, qty:, FOB: destination, opt: none item: tire, pneumatic, VEH Hwy, size 9.00R20, 12 ply, style X, truck-bus, radial, tube type, W/flap, mud and snow tread, I/A/W ZZ-T-381, Rev R, DTD 4/20/94. this is a two (2) year requirements contract with DVD/EDI provisions. Qty: 1 see NOTE: none. All responsible S ources may submit an offer which will be considered. T HE offer due date is on or about 021397 (see soliciatio N for actual offer due date). CITE: (I-348 SN012121) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--PARTS KIT, PISTON ASSEMBLY, ENGINE. DETROIT DIESEL MODEL 114D DIESEL ENGINE. SOL SP0770-97-Q-MD83 DUE 012997 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Ernest Jackson/614/ 692/3411 DESC: PR-NO: YPC96173000879 NSN 2815-01-316-9690, CAGE 72582 Part No 23505352 parts kit, piston assembly, engine. per Detroit Diesel corporation part number 23505352. as used on Detroit Diesel model 114D Diesel engine. no additional technical data available at DCSC for this solicitation. 110 -KT Del to Lathrop CA 95330 Del by 01 Oct 97. 62 - KT Del to New Cumberland PA 17070-5001 Del by 01 Oct 97. Solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available.this is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (dfe) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012214) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: DOI, Office of Aircraft Services, P.O. Box 15428, Boise, ID 83715-5428 SUBJECT: 28--REMANUFACTURED LYCOMING AIRCRAFT ENGINES SOL RFQ-97-02 DUE 122396 POC Heidi R. Muller, Contracting Officer, (208) 387-5764. DESC: Purchase two (2) Lycoming Aircraft Engines, Model #IO360-A1B6, Part #8622, to be equipped with Slick Magnetos, factory remanufactured/rebuilt to zero time for a Partenavia P68 OC for Government owned and operated aircraft. Requests for this Request for Quotation shall be in writing and should be submitted to the above address or facsimile requests will be accepted at (208) 387-5780. All responsible sources may submit an offer which will be considered. See notes 1 and 26. CITE: (M-351 SN012362) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 28--TURBINE POWER UNIT SOL F41608-97-R-40018 DUE 012797 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Thomsa, S./ldkj/[210]925-8845 DESC: Item 0001 NSN 2835-01-263-9440 P/N: 16VH003001-11, P/N 581750-11-1 5ea. Applicable to: F-16 Aircraft. Destn: Ship to will be provided after award (FMS requirmt). Delivery: 31 Dec 97 5 ea No drawings or data available The approximate issue/response date will be 12 Dec 96. To: Lockheed Martin Corporation, Fort Worth Tx 76101-0748. To: Alliedsignal Inc, Torrance Ca 90509-2960. To: Allied Signal Inc., Tempe Az 85285 2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation hich shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 12. CITE: (I-351 SN012420) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--PLATE SET, ATOMIZER. ON MODEL GTC100-54 BURNER SOL SP0740-97-Q-0600 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96304001011 NSN 2910-00-220-5539, CAGE 04320 Part No AV3000-23 CAGE 71895 Part No D2N23346-23 CAGE 72599 Part No 371570-23 CAGE 92264 Part No 511150-23 CAGE 99193 Part No 371570-23 "plate set, atomizer, includes two plates, one plate has single orifice, other plate has nozzle. P/O fuel injection system, applicable for gas turbine engine". 1,094 -SE Del to Cherry Point NC 28533-5001 Del 90 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012208) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEAR, INTERNAL. (INDICATOR, BRAKE SHAFT) ON TANK, COMBAT M1 SOL SP0750-97-Q-0497 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Robert Garman (614) 692-1329 DESC: PR-NO: YPC96016001268 NSN 3020-01-073-4255, CAGE 19207 Part No 12267958 CAGE 73342 Part No DAX12712 gear, internal. (indicator, brake shaft) I/A/W U S Army Tank Automotive Command drawing 12267958 93 -EA Del to Richmond VA 23297-5900 Del by 200 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies.while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012202) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--SHAFT, ACTUATOR. E/I P-3 AIRCRAFT. SOL SP0740-97-Q-0635 DUE 012897 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Alicia Ray 614-692- 2370 DESC: PR-NO: YPC96305000911 NSN 3040-00-821-4428, CAGE 79294 Part No 41A143 5 -EA Del to Jacksonville FL 32212-0097 Del by 90 days after date of award. 17 -EA Del to Cherry Point NC 28533-5001 Del by 90 days after date of award. Solicitation not available until 15 days after published in the CBD. It is suggested that small business firms or others interested in subcontracting opportunities make direct contact with firm(S) listed. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012209) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--COUPLING, SHAFT, FLEXIBLE (INCLUDES SHAFT). GATHERING BOX TO MARINE GEAR, 2 1/2 SPECIAL. SOL SP0770-97-Q-MH64 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Cheryl Offenburger/ PCCRBA3/614-692-7363 DESC: PR-NO: YPC96310002475 NSN 3010-00-116-6672, CAGE 16603 Part No D102459 CAGE 17454 Part No c-684037 coupling, shaft, flexible (includes shaft). Westech gear Corp., CAGE 16603, P/N D102459 and Philadelphia gear Corp., CAGE 17454, P/N c-684037. ** 2 -EA Del to Ft Eustis VA 23604 Del 120 days after date of award. Solicitation not available until 15 days after published in the CBD. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012210) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--BELTS, V, PLAIN, MATCHED SET OF TWO. 3/8 INCH TOP WIDTH BY 36 INCH EFFECTIVE LENGTH. SOL SP0750-97-Q-0424 DUE 012397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Shirley Walker (614 ) 692-3515 DESC: PR-NO: YPC96178000851 NSN 3030-00-778-1241, CAGE 04NP0 Part No MS51065-36-2 belts, V, matched set of 2, rubber (temperatures to minus 65 deg F), plain, cogged, or notched, .380 in nominal width, 36 in effective length. I/A/W MIL STD MS51065, P/N MS51065-36-2. 5,200 -SE Del to Memphis TN 38114-5210 Del by 125 days after date of award. See NOTE 9. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decisio will be based upon a combination of price, delivery and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012215) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd. St.Louis, MO 63120 SUBJECT: 30--DRIVE SHAFT, ANGLE SOL DAAJ09-97-R-0196 DUE 022197 POC Brandon Hunt, Contract Specialist, AMSAT-A-PLBB, 314-263-0771 or Carol Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263-0779, Datafax 314-263-9012. DESC: NSN 3010-01-372-4158, P/N 7-311320001-8, IAW ATCOM Spares Technical Data Package, 7-311320001, Rev A. The Government intends to issue a Indefinite Deliver Indefinite Quantity, Firm Fixed Price Type Contract with five consecutive ordering periods. The minimum quantity is 50 each and the maximum quantity is 150 each. Delivery will be FOB Destination for the first ordering period and FOB Origin for the subsequent ordering periods. Required delivery with First Article Testing is 618 DACA and 10 each per month thereafter, first article test report due 378 DACA. Required delivery without first article test is 450 each DACA and 10 each per month thereafter until completion. This procurement requires prequalification. All responsible sources may submit a proposal which shall be considered by the agency. Justification for other than full and open competition is FAR 6.302-1, Only One Source or Only a Limited Number of Responsible Sources. This proposed contract action is for supplies for which the Government does not have specifications and drawings to permit full and open competition. Approved sources are McDonnell Douglas Helicopter Co., Mesa, AZ 86202, Boeing Precision Gear, Inc., Chicago, IL 60638, and The Purdy Corp., Manchester, CT 06040. This item is a non-flight safety part that requires Engineering Testing. For evaluation purposes, the estimated cost of the testing will be added to offers received from approved sources who are not tested. The time required for approval of new supplies is such that award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for future solicitations IAW the instruction contained in Section L of the solicitation. The principle medium which the Government will use for technical data transmittal during this procurement is the 4.75 inch in diameter compact disk with embedded reader software. Windows 3.1, or Windows NT operating environment and a CD Reader are required. Information on meeting of qualifications may also be obtained from ATCOM, ATTN: AMSAT-R-EB. Subject to availability of funds. No telephone requests will be accepted. You may fax your request ATTN: AMSAT-A-PLBB, Brandon Hunt, Contract Specialist, on 314-263-0910. Numbered Note(s) 23 and 26 apply. CITE: (I-351 SN012442) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, PLAIN, SPHERIAL SOURCE CONTROL DATA SOL SP0500-97-Q-A965 DUE 010397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Lee Schiller/HCB21/X6942 buyer: L EE Schiller/HCB21/X6942 DESC: PR-NO: FPI96313002204 NSN 3120-01-224-6490, bearing, plain, spherial GE source control drawing 1338M24P01, vendor substantiation required. 3 -EA Del to Kelly AFB TX 78241-5444 Del by 27 Dec 96. 1,352 -EA Del to Tracy CA 95376-5000 Del by 27 Dec 96. 860 -EA Del to New Cumberland PA 17070-5001 Del by 30 Dec 96. RFQ due date 97 Jan 03 specs: GE electric Co P/N 1338M24P01 incremental bidding: primary quantity: 860 1ST alt quantity: 1290 2ND alt quantity: 1720 deliveries to CONUS(excluding Alaska) delivery schedule: 155 days offers will be evluated with a 10% preference for small disadvantaged business concerns this contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304 (C) (1) approved source is: PSI Bearing this solicitation contains an option for increased quantity: while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-350 SN012253) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 31--BEARING,ROLLER,SPEC SOL N0038396RM965 DUE 012397 POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-3110-01-158-1700-TN, SPEC NR TDP VER 002, Ref Nr AAV9315R0-7MSR-A2819, Qty 363 EA, Delivery FOB Origin----- NO DRAWINGS AVAILABLE., See Note 23 CITE: (I-351 SN012270) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: NASA, JSC White Sands Test Flight, RE, P.O. Drawer MM Las Cruces, NM 88004 SUBJECT: 38--PURCHASE/DELIVERY OF A 150 TON ALL-TERRAIN HYDRAULIC CRANE WITH TRADE-IN. SOL 9-WSRE-W10-7-6P DUE 011397 POC Contract Specialist: Lindsey D. Irby, (505) 524-5139 Contract Officer: Vernon J. Brown, (505) 524-5134 DESC: NASA/JSC plans to issue a Request for Offer (RFO) for purchase of a new commercial model hydraulic all-terrain Crane with a minimun capacity of 150 tons.The Crane must be capable of lifting 22 tons at a minimum radius of fifty feet, meet all current OSHA safety requirements, have a boom length of at least 140 feet and be equipted with anti-two block protection and an electronic overload safety system and will include operator training. Less trade-in of a P&H mobile 100 ton crane,mfg. 1964,s/n M20A-596,with approxmately 150 feet of boom. This procurement is being conducted under the NASA/JSC MidRange Pilot Test Program approved by the Office of Federal Procurement Policy on April 16, 1993. All responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed to hear concerns from offers and potential offerors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the ajudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Brian Duffy at (281) 483-6050. Concerns, issues, and disagreements which cannot be resolved at the installation may be referred to the NASA ombudsman, Tom Luedtke at (202) 358-2090. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in RTF format and will reside on a World-Wide Web (WWW) server, which may be accessed using client browsers, such as, MOSAIC or NETSCAPE. The WWW address, or URL, of the JSC Procurement home page is: "http://www.jsc.nasa.gov/bd2/" It is the offeror's responsibility to monitor this site for solicitation release. Potential offerors will be responsible for downloading their own copy of the solicitation. The RFO will be released on or about 01/13/97. If there are any questions, the contract specialist may be contacted via E-mail at lirby@wstf.nasa.gov or by phone at (505) 524-5139 or the contracting officer may be contacted via E-mail at vbrown@wstf.nasa.gov or by phone at (505) 524-5134. CITE: (I-351 SN012448) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: 39--FLOW RACK AND HANGING CLOTHING SYSTEM SOL N00140-97-R-0383 POC Joseph Saunders,Contract Negotiator 215)697-9663. DESC: FISC Norfolk Detachment Philadelphia intends to acquire a Flow Rack and Hanging Clothing System for the Naval Training Operations,Great Lakes, Illinois. Subject system is to be in accordance with the drawings and the statement of work provided with the solicitation. The applicable Standard Industrial Code is 2542. This is an unrestricted sollicitation to be solicited under Part 12 of the Federal Acquisition Regulation (FAR). Request for solicitztion should be made by letter, telegram, or fax (215)697-9738 directed to FISC Norfolk Detachment Philadelphia. SYN 054. CITE: (I-351 SN012477) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--COUPLING, PIPE, 70/30 COPPER-NICKEL ALLOY MATERIAL, 2.00 INCH NOMINAL PIPE SIZE, SOCKET SOL SP0770-97-Q-ME28 DUE 021397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting Anna Austin/ (614)692-2486 DESC: PR-NO: YPC96317001789 NSN 4730-01-422-1986, CAGE 53711 Part No 803-6397430, SZ2IN, 70/30CUNI coupling, pipe. 70/30 copper nickel alloy material, 2.00 inch nominal pipe size, socket weld ends. I/A/W naval Sea Systems command drawing NR 803-6397430, SZ2IN, 70/30CUNI. 33 - EA Del to Norfolk VA 23512-0001 Del by 60 days ado.see NOTES (1)&(13). Small business size standard is 500 employees. solicitation not available until 15 days after published in the CBD. written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, PO. Box 3990, Columbus, OH. 43216-5000, by FAX (614) 6922998 or Call (614) 692-2344. requests should include the IFB/RFP/RFQ number, opening/closing NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. federal, military and commercial specifications cannot be provided by DSCC. automated best calue model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. CITE: (I-350 SN012201) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--PACKING NUT (NUT, GLAND-SHOCK ABSORBER, MAIN LANDING GEAR). SOL SP0740-97-Q-0589 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96297000993 NSN 4730-01-170-4001, CAGE S5495 Part No 74A410861-2003 CAGE 13002 Part No 74A410861-2003 CAGE 17576 Part No 74A410861-2003 CAGE 35962 Part No 74A410861-2003 CAGE 36164 Part No 74A410861-2003 CAGE 76301 Part No 74A410861-2003 packing nut. Procure McDonnell Douglas corporation; Israel aircraft Industries / SHL Division; heroux Inc; Castle precision Industries; messier-dowty Canada LTD; coltec-menasco. part number 74A410861-2003. 30 -EA Del to Tracy CA 95376-5000 Del 360 days after award.f 28 -EA Del to Jacksonville FL 32212-0097 Del 360 days after award. 51 -EA Del to San Diego CA 92136-0000 Del 360 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery evaluaiton factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evauation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012206) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. SOL SP0770-97-Q-MH03 DUE 022097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Anita Luich (614) 6 92-1325 DESC: PR-NO: YPC96299000936 NSN 4720-00-621-4673, CAGE 71379 Part No 9900003-6 CAGE 98159 Part No 4740-1 hose assembly. rubber. rubber teck Inc. P/N 4740-1; Cessna Acft Co. P/N 9900003-6. 212 -EA Del to Tracy CA 95376-5000 Del by 08 Apr 97. 64 -EA Del to Mechanicsburg PA 17055-0789 Del by 08 Apr 97. See NOTES 1, 23. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: Cessna aircraft Co., rubber teck Inc. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012207) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--FLUIDIC ASSEMBLY E/I: S-3 ACFT SOL SP0770-97-Q-MG90 DUE 012597 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Ernest Jackson/614692-3411 DESC: PR-NO: YPC96142001762 NSN 4810-01-271-8773, CAGE 59364 Part No 3168841-1 fluidic assembly Alliedsignal Inc part number 3168841-1. 140 - EA Del to Cherry Point NC 28533-5001 Del by 15 Jul 96. Solicitation not available until 15 days after published in the CBD. Specifications, plans, or drawings are not available. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012204) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--BODY, VALVE. INCLUDES 4 INSERTS. FOR BUTTERFLY VALVE MODEL 109710. SOL SP0770-97-Q-MG89 DUE 012597 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Ernest Jackson/614692-3411 DESC: PR-NO: YPC96145001147 NSN 4810-01-348-8047, CAGE 59364 Part No 3162677-2 body, valve. includes 4 inserts. for butterfly valve model 109710. Garrett Fluid Systems Div. Part number 3162677-2. 6 -EA Del to Richmond VA 23297-5900 Del by 19 Aug 96. 11 -EA Del to McClellan AFB CA 95652-1621 Del by 19 Aug 96. Solicitation not available until 15 days after publi shed in the CBD. Specifications, plans or drawings are not available. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012205) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--BODY, VALVE. CONTAINS THE BUTTERFLY PLATE. SOL SP0770-97-Q-MH76 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Cheryl Offenburger/ PCCRBA3/614-692-7363 DESC: PR-NO: YPC96331000801 NSN 4810-01-273-4341, CAGE 59364 Part No 883477-4 body, valve. With butterfly plate. Alliedsignal P/N 883477-4. 37 -EA Del to Tinker AFB OK 73145-9013 Del 210 days after date of award. Solicitation not available until 15 days after published in the CBD. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012213) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, LINEAR DIRECTIONAL. SOLENOID OPERATED 18 TO 30 VOLTS DC, 160 DEG F MAX TEMP. DESIGNED SOL SP0740-97-Q-0594 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96295002086 NSN 4810-01-256-2244, CAGE 92003 Part No 2830037-105 valve, linear, directional control. I/A/W Parker-Hannifin part number 2830037-105. 10 -EA Del to Tracy CA 95376-5000 Del 180 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012218) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--CARTRIDGE, SAFETY RELIEF VALVE. SOL SP0740-97-Q-0595 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96295002097 NSN 4820-01-134-7674, CAGE 60029 Part No 3219-044 cartridge, safety relief valve. No technical data available at DCSC. Hydraulic units Co. fscm-60029, P/N 3219-044. 90 -EA Del to Tracy CA 95376-5000 Del 180 days after award. 44 -EA Del to Jacksonville FL 32212-0097 Del 180 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery evaluaiton factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012219) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, VENT. MEDIA AIR. MAXIMUM OPERATING PRESSURE 60 PSI. E/I: F-18 ACFT FUEL TANK. SOL SP0740-97-Q-0597 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96295002098 NSN 4820-01-159-7605, CAGE 0TR84 Part No 2790544-101 CAGE 76301 Part No 74B550730-101 CAGE 92003 Part No 2790544-101 CAGE 96736 Part No 9-9400-1 valve, air pressure relief. 67 - EA Del to Tracy CA 95376-5000 Del 60 days after award. 47 -EA Del to New Cumberland PA 17070-5001 Del 60 days after award. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combinaiton of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-350 SN012220) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 48--VALVE, SOLENOID SOL F41608-96-58924 DUE 012797 POC For copy, FAX TO LCK AT (210)925-9020, For additional information contact Wynne, P./lck2636/[210 ]925-6837 DESC: Item 0001 NSN 4810-01-388-3768LD P/N: 3870099-103, 3-WAY 2-PORT VALVE; HYDRAULIC FLUID PER MIL-H-83282 3EA. Applicable to: C17 Aircraft. Destn: Kelly Afb, Texas 78241-6425. Delivery: 31 Jan 97 3 ea Size/Dimensions: 3.5 By 4 inches X 3 inches Form, Fit and Function: Overides Fuel Vent Valve The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 28 Mar 97. Written procedure will be used for this solicitation. To: Parker-Hannifin Corp, Irvine Ca 92713-1011. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) See Note(s) 22,26. CITE: (I-351 SN012409) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--ADAPTER, INSPECTION SOL SP0920-97-Q-A095 DUE 012697 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96340000396 NSN 4931-00-863-5656, adapter, inspection CAGE 19200 Part No 8213889 no vendor data available. 3 -EA Del to (Call contracting office) Del by 04 Dec 96. Other than full and open competition: part numbered item. Products offered clause applies. PR quantity: 3 EA delivery schedule 90 days ADO set-aside type: unrestricted (sole source/single source) (no preference) size standard 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-349 SN012189) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 53--SEAL ASSEMBLY, SHAFT SOL DAAE0797RT035 DUE 021397 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Veronica Jaroma (810) 574-8079 DESC: NSN: 5330010744945, qty: 6670, FOB: destination, opt: none item: seal assembly, shaft. MIL PN: 122886849. Top drawing source controlled: Sealol, Inc; Kaydon ring & seal; qualseal Tech. indefinite quantity contract. see NOTE: 22. The offer due date is on or AB out 021397 (see soliciation for actual offer due date). CITE: (I-348 SN012120) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 53 -- BRACKET, MOUNTING SOL DAAJ09-97-Q-0364 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 5340-01-297-1516; P/N: 7-367100101; QTY: 23 Each, applicable to the AH-64 Aircraft. FOB Destination with delivery of 23 each to Texarkana, TX 180 days ARO. This is a full and open competitive requirement. This proposed contract action is for supplies for which the Government does not own specifications and drawings. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. CITE: (I-348 SN012158) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, OIL CATERPILLAR DEFENSE & FEDERAL PROD (11083) SOL SP0500-97-Q-H016 DUE 010697 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Edward brogan/LCB23/X3022 buyer: D Lewicki/LCB23/X3022 DESC: PR-NO: YPI96325000745 NSN 5330-00-438-5152, 1,150 -EA Del to Barstow CA 92311-5014 Del by 14 May 97. 500 -EA Del to San Diego CA 92136-0000 Del by 14 May 97. RFQ due date 97 Jan 06 predominant mater: seal, oil primary quantity: 500 deliveries to CONUS(excluding Alaska) delivery schedule: 90 offers will be evaluated with a 10% preference for small disadvantaged business concerns while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-350 SN012235) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, NONMETALLIC SPECIAL SHAPED SECTION PRECISION SEALS INC (63769) SOL SP0500-97-Q-G967 DUE 010697 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Edward brogan/LCB23/X3022 buyer: D Lewicki/LCB23/X3022 DESC: PR-NO: RPI96332001022 NSN 5330-01-203-6551, 8,500 -EA Del to New Cumberland PA 17070-5001 Del by 20 Feb 97. RFQ due date 97 Jan 06 predominant mater: nonmetallic special shaped section primary quantity: 8500 deliveries to CONUS(excluding Alaska) delivery schedule: 90 offers will be evaluated with a 10% preference for small disadvantaged business concerns while price will be a significant facor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-350 SN012254) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX 2946, PORTLAND OR 97208-2946 SUBJECT: 54--FABRICATE AND INSTALL BLOCKED TRASHRACKS AT BONNEVILLE DAM FIRST POWERHOUSE,OREGON SOL DACW57-97-B-0002 DUE 021197 POC Contract Specialist MARTINA HARWOOD (503) 326-5816 (Site Code DACW57) DESC: Bonneville Dam First Powerhouse. Manufacture and install 6 trashrack blockage hoists, 6 ice and trash sluice gate hoists for units 3 and 5, and furnish one ultrasonic water level transducer, 2 data acquisition units, electrical cabinets, wiring and istall them along with 3 government furnished transducers and 2 Miltronics multiranger systems at the Bonneville first powerhouse. Also, provide on site maintenance (for 30 days after installation), services of a skilled craftsman (NTE 200 hours, optional cntract item), ultransonic inpsection and magnetic particle inspection (both optional). The contractor shall provide a suitable crane and rigging for unloading and installation. All work to be completed no later than 15 April 1997. Technical questions may be addressed to John Etzel at (503)326-6128. This procurment is 100% set aside for small business concersn, the size standard for which is a concern, including ffiliates is 500 employees or less. Please indicate business size when responding. Invitation for bid DACW57-97-B-0002 will be available on or about Janaury 7, 1997 at a cost of $32 for plans and specifications and $17 for additional specs. Tentative bid oening date is February 11, 1997. All responsible sources may submit a bid which will be considered by the CITE: (I-351 SN012386) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4022, FORT KNOX KY 40121-5000 SUBJECT: 56--READY MIX CONCRETE SOL DABT23-97-B-0027 DUE 012997 POC Contract Specialist Paul Avery (502) 624-8069 (Site Code DABT23) DESC: Requirements Type Contract for Ready Mix Concrete, delivery to Fort Knox, Kentucky during the period 1 March 1997 through 28 February 1998. Estimated annual quantity 750 cubic yards. See Numbered Notes 1. All responsible sources may submit an offer wich will be considered. No telephone requests for solicitation accepted. You may fax your request to 502/624-5869. CITE: (I-351 SN012393) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 58--FIREFINDER AN/TPQ-37 PRE-PLANNED PRODUCT IMPROVEMENT (P3I) PROGRAM/BLOCK II SOL DAAB07-97-R-S607 POC Virginia Knight, Contract Specialist, AMSEL-AC-CC-C-CR (908)532-4347, Yvonne H. Bova, Contracting Officer, AMSEL-AC-CC-C-CR (908)532-4347. DESC: A competitive, Best Value, negotiation is proposed for the Pre-Planned Product Improvement (P3I) Program/Block II which is a material upgrade to the current AN/TPQ-37 FIREFINDER Radar System, i.e. upgrade the AN/TPQ-37 Antenna/Transceiver Group(ATG) and incorporation of the AN/TPQ-36(V)8 Operation Central (OC) shelter. This is a 36-month program to deliver up to three radar systems. This pgrogram includes design, build, integration, qualification testing and operational testing. The P3I Program Integrated Product Team (IPT) is developing the draft Performance Specification. Draft Solicitation to be issued May 1997. Solicitation to be issued August 1997. Award anticipated for 1st quarter 1998. Offerors will be required to obtain a "Secret" Secruity Clearance. Enclosures: Draft Performance Specification and all updates, etc. can be located on the Electronic Bulletin Board located at CECOM, Ft. Monmouth, NJ. solicitation number DAAB07-97-R-S607 will be used for this effort. The U.S. Army Communications Electronics Command (CECOM) has established an Electronic Bulletin Board (EBB) to provide electronic transmittal of Request for Proposals (RFPs) and Invitations for Bids (IFBs) from Government to Industry. All interested parties wishing to do business with CECOM are invited to access, operate, send and receive data from the CECOM EBB system. To become a user of the EBB, you will need an identification code and password in addition to a computer terminal equipped with the necessary hardware and software to interface with the EBB system. A user's identification code and password will be issued upon request along with instructions for downloading the EBB User's Manual. All requests must include (1) company name, (2) point(s) of contact name(s) and title(s), (3) return address(es) and (4) telephone number(s). Please send your request in writing to ebb system operator, U.S. Army CECOM, AMSEL-AC-SB-AA, Attn: EBB, Ft. Monmouth, New Jersey 07703-5000. Fax #: (908)-532-6020, Commercial #: (908)-532-3820. Contractors may request aperture cards and notice of revision(s) via EBB, e-mail, or by written request to the Contracting Officer at the address set forth in paragraph 11 above. Bids shall be submitted in hard copy at the time and place specified in the solicitation. No bid responses shall be submitted to the Contracting Office. CITE: (I-351 SN012456) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 58--MODEM, COMMUNICATION SOL DAAH01-97-R-A042 DUE 012496 POC AMSMI-AC-CDCA, Ellen M. Daniel Contracting Officer, 205-842-7588. DESC: Synopsis No. 5386-96 (MA) NSN 5895-01-064-1873, Army P/N 11511023. Includes options for four program years. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 25, known quantity of 62, and a maximum quantity of 87. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to Rockwell International, Collins Defense Communications 350 Collins Rd., N.E., Cedar Rapids, Iowa, 52498. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5895-01-064-1873, Awd Date 072595, Qty 10, Unit Price $13,170.00. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-351 SN012483) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: HQ Electronic Systems, MILSATCOM Terminals Programs, ESC/MCK, 50 Griffiss St., Hanscom AFB, MA 01731-1620 SUBJECT: 59 -- AFSAT CONTROL INDICATOR DRIVERS, NOTICE OF INTENTION TO AWARD TO GTE GOVERNMENT SYSTEMS SOL N/A POC Stephen DiLustro, Buyer, 617-271-6283, Joseph Zimmerman, Contracting Officer, 617-271-6279. DESC: Notice of intention to award firm fixed price Purchase Orders to GTE Government Systems of Needham, MA for equipment that will support Dual Modem Upgrade operations at AACE-modified AN/GSC-42 terminals sites. The equipment to be delivered consists of 13 fully developed AFSAT Control Indicator (CI) Drivers (GTE part Number 01-1329106-1) which meet the requirements of NSN 5996-01-435-2766AH parts. Assets to be used to augment existing AFSATCOM modems and control indicators at several fixed sites. Authority to procure is pursuant to 10 USC 2304 (C)(1), only one responsible source. Delivery is required at Hanscom AFB, MA not later than 90 days after contract award. This synopsis does not constitute a Request for Proposal (RFP) or an Invitation for Bid (IFB) and is not intended to be construed as a commitment by ESC. Despite ESC's intent to contract sole source to GTE Government Systems, if your firm believes that it can meet the above requirements, submit a qualification package to ESC/MCK, MITRE-D Bldg., 50 Griffiss Street, Hanscom AFB, MA 01731-1620, Attn: Mr. Stephen DiLustro. See Numbered Note(s): 22. CITE: (I-348 SN012111) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ATTENUATOR, VARIABLE SOL SP0970-97-Q-A112 DUE 011797 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96044000040 NSN 5985-01-187-2909, CAGE 49956 Part No G254013-1 CAGE 62841 Part No 5052-K14 no additional descriptive data available 26 -EA Del to Hill AFB UT 84056-5734 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 53-53, 54-59, 60-69, 70-79, 80-89, 90-99. PR quantity: 53 EA line 1, quantity 26, FY2020 Hill AFB UT 84056-5734 line 2, quantity 27, W62G2T Stockton CA 95296-0130 delivery schedule: 60 days total small business set-aside size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-350 SN012192) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, DIGITA SOL SP0900-96-T-E686 DUE 011097 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96078000010 NSN 5962-01-134-5379, CAGE 82577 Part No 259287-1 CAGE 82577 Part No 3904905-1 15 -EA Del to Richmond VA 23297-5900 Del by 31 Dec 96. Various increments solicited: none PR qty: 15 each delivery schedule: 15 each within 200 days set-aside type: F=UNRESTRICTED with preferential consideration for SDB size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-350 SN012193) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE SOL SP0960-97-R-A017 DUE 020697 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96324000471 NSN 5960-01-437-1315, CAGE 81349 Part No 7203A 697 -EA Del to Mechanicsburg PA 17055-0789 Del by 30 Dec 96. 700 - EA Del to Lathrop CA 95330 Del by 30 Dec 96. Full and open competition: military specification item various increments: 700-999 1000-1499 1500-1999 2000-2999 3000-4999 size standard: 750 delivery schedule: 250 each within 120 days, 250 each every 30 days set-aside type: g-unrestricted (sole source/single source) (no preference) no drawings available all responsible sources may submit offer which DESC shall consider. CITE: (I-350 SN012194) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59--TRANSFORMER ASSEMBL SOL N0010497QGA96 DUE 020397 POC Contact Point, Kay Y Larue, 02152.2, (717)790-2498, Fax, (717)790-2284, Twx, Not-avail DESC: NSN 7H-5950-01-271-9639, SPEC NR TDP VER 004, Ref Nr 5598214-9, Qty 2 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk VA, See Note 9 CITE: (I-351 SN012276) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59--CCA, CONTROLLER SOL N0010497RLB48 DUE 020397 POC Contact Point, Debora L Paules, 02132.3, (717)790-2719, Fax, (717)790-7335, Twx, Not-avail, Contracting Officer, William R Wolfe, 02132, (717)790-2191 DESC: NSN 7H-5998-01-391-5570-VN, SPEC NR TDP VER 007, Qty 10 EA, Deliver to Naval Undersea Warfare Center Keyport WA -- Please include your cage code when requesting a copy of the solicitation., See Note 9 CITE: (I-351 SN012277) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAH01-97-R-A041 DUE 011297 POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250. DESC: Synopsis No. 5374-96 (MA) NSN 5999-01-261-7860, Army P/N 1D49553-503. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 12, known quantity of 31, and a maximum quantity of 43. Plus options for base year and three program years. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to McDonnell Douglas Corporation, Defense and Electronics Systems, 5301 Bolsa Ave., Huntington Beach, CA 92647. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5999-01-261-7860, Awd Date 041291, Qty 16, Unit Price $3,3833.00. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-351 SN012325) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAH01-97-R-A038 DUE 011297 POC AMSMI-AC-CDDA, Geraldine Turner Contract Specialist, 205-842-6225 AMSMI-AC-CDDA, Reba C. Adkins Contracting Officer, 205-842-6220. DESC: Synopsis No. 5376-96 (MA) NSN 5999-01-165-6549, Army P/N 1D49795-1. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 25, known quantity of 33, and a maximum quantity of 46. Plus options for base year and two program years. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to McDonnell Douglas Corporation, Defense and Electronics Systems, 5301 Bolsa Ave., Huntington Beach, CA 92647. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5999-01-165-6549, Awd Date 021496, Qty 8, Unit Price $4,268.00. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-351 SN012326) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Naval Surface Warfare Center, Crane Division, Code 1162, Bldg. 2521, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 59--RELAY, TIME DELAY SOL N00164-97-Q-0047 DUE 123196 POC Contact point, Ms. Jeana Bosell, Purchasing Agent, Code 1162N1, 812-854-1862 DESC: 105 Each Time delay relay, 1 second, Time delay release, IAW M83726/12-1001W. FOB Destination., Inspection and acceptance At Destination. This is an unrestricted Request for Quotation. Quotes can be faxed to 812-854-3762 to the above POC. Closing date is 12/31/96 CITE: (I-351 SN012462) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAH01-97-R-A054 DUE 012497 POC AMSMI-AC-CDCB, Jerelene Vickers Contracting Officer, 205-842-7630. DESC: Synopsis No. 5392-96 (MA) NSN 5998-01-306-8978, Army P/N 13235047. Includes options for one program year. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 10, known quantity of 24, and a maximum quantity of 34. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to Raytheon Company, Missile Systems Division, Andover Plant, 350 Lowell Street, West Andover, MA 01810. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5998-01-306-8978, Awd Date 073187, Qty 177, Unit Price $4,279.62. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-351 SN012484) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--COUPLER, DIRECTIONAL SOL DAAH01-97-R-A052 DUE 012496 POC AMSMI-AC-CDCA, Ellen M. Daniel Contracting Officer, 205-876-7294. DESC: Synopsis No. 5393-96 (MA) NSN 5985-01-357-7969, Army P/N 11469346. Includes options for each of three program years. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 2, known quantity of 4, and a maximum quantity of 7. Destinations to be furnished. Delivery schedule 200 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to TAMAM Precision Instruments Ind., P.O. Box 75 Yahud 56100, Tel Aviv, Israel. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5985-01-357-7969, Awd Date 072495, Qty 32, Unit Price $35,692.00. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-351 SN012485) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAH01-97-T-0168 DUE 012497 POC AMSMI-AC-CDCB, Jerri Vickers Contracting Officer, 205-842-7630/FAX 205-955-7737. DESC: Synopsis No. 5401-96 (MA) This is a combined Synopsis/Solicitation, Pron D1701412; Noun: Circuit Card Assembly; NSN: 5998-01-357-7920; Army P/N 11469401, 53 each. Inspection/Acceptance Pts; Source, Inspection Requirements: MIL-I-45208, 52.246-2, 52.246-16, Bar Coding Required. Fob Point: Destination. Destination: XU Transportation Officer, Defense Dist Depot Susquehanna, New Cumberland, PA 17070-5001. Packaging: B/C IAW Mil-Std-2073, Supplemented by Mil-P-116J. Delivery schedule 220 days, best possible delivery requested. Offerors must be approved and qualified. The Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunities in connection with this Procurement, make contract with the firm(s) listed. The Government does not possess adequate documentation to acquire from other than the approved source. Restricted source is Raytheon Company, Missile Systems Division, Andover Plant 350 Lowell Street, West Andover, MA 01810. All responsible sources may submit a quotation which shall be considered by this agency. Inquiries may be sent to address above. Adequate Drawing, Specification, or other technical data are not availble and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with Micom Pamphlet 702-1 available through Internet. Sic code 3679, Number of employees 500, Quotes should be submitted to Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, Attn: AMSMI-AC-CDCB, Jerri Vickers, (Reference DAAH01-97-T-0168, Pron D1701412. Request solicitation package from address above, ATTN: AMSMI-AC-MOD. Drawings, specifications, or other technical data are not available and will not be furnished. See Numbered Note(s): 22. CITE: (I-351 SN012487) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential Sources Sought OFFADD: Operator Service Department, Nippon Telegraph and Telephone Corporation, Attn: Mr. Noda +81-3-5359-3346 SUBJECT: 59--COMMUNICATIONS RECORDER / PLAYER SOL KANPO 08-165 (Jimurenraku 2) DUE 010797 POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810 also NTT America, Inc., Pacific and Western Division, 415/940-6565: Contracting Office Operator Service Department, Nippon Telegraph and Telephone Corporation, Attn: Mr. Noda +81-3-5359-3346 DESC: This announcement(RFC) is to request provision of general reference materials from potential suppliers prior to a procurement announcement. This is not a Request for Proposal. This announcement does not necessarily promise that a procurement announcement will follow. No payment will be made for the information submitted. The Outline of system is as follows: (1)Name:Communications recorder / player (2)Quantity:approx. 200 units (3)Deadline for RFC:5:00 pm, January 7, 1997(Mail must arrive no later than the above date.), (4)Addresses to send information for RFC:Operator Service Department, Nippon Telegraph and Telephone Corporation, 19-2 Nishi-Shinjuku 3-chome, Shinjuku-ku, Tokyo 163-19 Japan, Attn: Mr. Noda, Telephone: +81-3-5359-3346 or NTT America, Inc., Head Office, 101 Park Avenue, 41st Floor New York, NY 10178, also NTT America, Inc., Pacific and Western Division 700 E. El Camino Real, suite 200 Mountain View, CA 94040, U.S.A. (5)Language:Japanese or English LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-351 SN012256) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies, and Accessories--Potential Sources Sought OFFADD: USDI, Bureau of Reclamation, Attention: UC-445, 125 South State Street, Room 6107, Salt Lake City, Utah, 84138-1102. SUBJECT: 60--FIBER OPTIC WIRING FOR LOCAL AREA NETWORK (LAN) - COLUMBIA BASIN JOB CORPS CENTER SOL 1425-97-SQ-40-00001 DUE 011697 POC Contact Karen Johnson, Purchasing Agent, (801) 524-3675, or Richard J. Low, Contracting Officer, (801) 524-3693 DESC: Installation of fiber optic wiring for a Local Area Network (LAN) for the Columbia Basin Job Corps Center located at 6739 24th street, Building 2402, Moses Lake WA 98837. This site will be installing 16 workstations, 3 server drops, 6 printer drops, and 4 INTERNET access drops with the possibility of an additional 18 workstations drops. In order to keep consistency with the 120 Job Corps sites across the nation all wiring components utilized will be category five and manufactured by the Siemons Company. It is anticipated the award will take place 15 days from issuance of the "Request for Quotes", which will be issued 15 days after this CBD has been printed. All interested parties should contact Karen Johnson at (801)524-3675 or fax your request (Attention UC-445) to (801)524-3029 to be added to the vendor mailing list. CITE: (I-351 SN012285) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies, and Accessories--Potential Sources Sought OFFADD: USDI, Bureau of Reclamation, Attention: UC-445, 125 South State Street, Room 6107, Salt Lake City, Utah, 84138-1102. SUBJECT: 60--FIBER OPTIC WIRING FOR LOCAL AREA NETWORK (LAN) - FORT SIMCOE JOB CORPS CENTER SOL 1425-97-SQ-40-00002 DUE 011697 POC Contact Karen Johnson, Purchasing Agent, (801) 524-3675, or Richard J. Low, Contracting Officer, (801) 524-3693 DESC: Installation of fiber optic wiring for a Local Area Network (LAN) for the Fort Simcoe Job Corps Center located at 40 Abella Lane, White Swan, WA 98952. This site will be installing 16 workstations, 3 server drops, and 9 printer drops, with the possibility of an additional 18 worstation drops. In order to keep consistency with the 120 Job Corps sites across the nation all wiring components utilized will be category five and manufactured by the Siemons Company. It is anticipated the award will take place 15 days from issuance of the Request for Quotes, which will be issued 15 days after this CBD has been printed. All interested parties should contact Karen Johnson at (801)524-3675 or fax your request (Attention UC-445) to (801)524-3029 to be added to the vendor mailing list. CITE: (I-351 SN012286) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Kanto Teishin Hospital, Nippon Telegraph and Telephone Corporation, Attn: Mr. Mihira, +81-3-3448-6671 SUBJECT: 65--WHOLE BODY MAGNETIC RESONANCE IMAGING SYSTEM SOL KANPO 08-164(Kan Tei 08-01) DUE 020797 POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810 also NTT America, Inc., Pacific and Western Division, 415/940-6565: Contracting Office Kanto Teishin Hospital, Nippon Telegraph and Telephone Corporation, Attn: Mr. Mihira, +81-3-3448-6671 DESC: Products outline; High resolution MRI imager provides to observe the details of human anatomy and function. Quantity; one set. Delivery date; March 31, 1997. Delivery site; Kanto Teishin Hospital. Type of tender; Open. THIS NOTICE IS FOR INFORMATION ONLY. TENDERDOCUMENTATION IDENTIFIES THE ADDITIONAL INFORMATION CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION FOR PROCUREMENT.TENDER DOCUMENTATION is available for $30(Excluding sales tax. Please check sales/use tax at your nearest local office.) at NTT America, Inc.NTT only accepts proposals that follow the direction of TENDER DOCUMENTATION, which includes APPLICATION FORMS.The language used for application shall be Japanese or English. LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-351 SN012257) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Department of Veterans Affairs, P.O. Box 76, BLDG. 37, Hines, IL 60141 SUBJECT: 65--CT SCANNERS AND MAGNETIC RESONANCE IMAGING SYSTEMS (MRI) SOL M6-Q4-97 DUE 021297 POC Ricky L. Lemmon, 708-786-5233 DESC: CT Scanners and Magnetic Resonance Imaging (MRI) Systems for delivery and installation to one or more VA and/or other Government Agency Hospital(s) or Medical Center(s). Upgrade of CT and MRI Scanners and replacement x-ray tubes for CT Scanners including installation (calibration and alignment) to various VA and OGA Medical Centers. Issue date on or about January 13, 1997 with offers due 30 days later. Request for copies of the solicitation must be received in writing. See Note 12. See Note(s): 12. CITE: (I-351 SN012304) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: VA Medical Center (90C), University & Woodland Aves, Philadelphia, PA 19104 SUBJECT: 65--MEDICAL RECORD PERPETUALIZATION SOL IFB-642-8-97 DUE 012897 POC Contracting Officer, Greta Turner, (215-823-5174) DESC: The contractor will purge four years of inactive records from the shelves in the VA Medical Center file room. The records will be box in terminal digit order, inventoried, labeled and shipped in accordance to VA Regulations. This will be a one-time procurement only of perpetualization of inactive medical records. Solicitation package will be available by 12/20/96. All request must be submitted in writing. See Note(s): 1. CITE: (I-351 SN012308) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: VA Medical Center, Acquisition & Materiel Management Service, (90G), PO Box 5003., Bay Pines, FL. 33744 SUBJECT: 65--FIELD ANALYZER AND AUTO REFRACTOR/KERATOMETER SOL 516-039-97 DUE 013097 POC Contracting Officer, Kathy A. Michael,(813) 398-9328 DESC: Provide and install a Humphrey Field Analyzer II Model 750 or equal and a Humphrey Auto Refractor/Keratometer Model 599 or equal. The Humphrey Field Analyzer II Model 750 or equal will have SWAP testing (blue on yellow). The Humphrey Auto Refractor/Keratometer Model 599 or equal will perform both refractometry and keratometric measurements. Will allow both objective and subjective testing, have low contract, glare sensitivity, red/green chart, Jackson cross-cylinder and sphere fogging. Solicitation will be available on or about December 31, 1996 and must be requested in writing. CITE: (I-351 SN012432) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 66 -- PREVENTIVE AND REMEDIAL MAINTENANCE FOR X-RAY SYSTEMS SOL DAAH01- POC Contact Cynthia Jones, Contract Specialist, (205) 876-7471, Bob Gibson, Contracting Officer, (205) 876-4153. (PCF). DESC: This requirement is for FY97 Preventive and Remedial Maintenance of 1 each Seifert X-Ray System Mdl ISPVOLT RP93-3 and 1 each EG&G Pantak MK II Series X-Ray System. This requirement is sole source to Automatic Control Solutions, 4919 McPherson Drive, Roswell, GA 30075. Automatic Control Solutions is the only known contractor with the knowledge and experience with both systems required for providing the requested services. CITE: (I-348 SN012130) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 66 -- SPACER, OPTICAL, ELEMENT SOL DAAJ09-97-Q-0343 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 6650-01-174-0928; P/N: 13075083; QTY: 108 Each, applicable to the TADS/PNVS Program. FOB Destination with delivery of 108 each to Orlando, FL by 98 Feb 26. This a a full and open competitive requirement. This proposed contract action is for supplies for which the Government does own specifications and drawings. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current and future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. CITE: (I-348 SN012144) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 66 -- WINDOW, OPTICAL INSTRUMENT SOL DAAJ09-97-Q-0377 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784; Datafax (314) 263-9012. DESC: NSN: 6650-01-171-6914; P/N: 13079034; QTY: 9 Each, applicable to the TADS/PNVS Program. FOB Destination with delivery of 9 each by 240 days ARO to Orlando, FL. This is a full and open competitive requirement. This proposed contract action is for supplies for which the Government does own specifications and drawings. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current and future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. CITE: (I-348 SN012145) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 66 -- ONE MONOCHROMATER & ONE (UV) VISIBLE/IR SOURCES AND ACCESSORIES SOL DAAH01-97-R-0077 DUE 012497 POC Contact Change Yi, Contract Specialist, AMSMI-AC-CFFB, (205) 876-4154, Shirley W. Hill, Contracting Officer, AMSMI-AC-CFFB, (205) 842-7436. (PCF). DESC: This requirement is to acquire one (1) Monochromater and One UV/Visible/IR Sources and Accessories. This action is sole source to Optronic Laboratories, 4470 35th Street, Orlando, FL 32811 in order to maintain compatibility and interchangeability with existing laboratory standards and equipment. See Note 22. CITE: (I-348 SN012152) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 66--WINDOW, TURRET SOL F09603-97-Q-60543 DUE 020397 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Beverly Hemphill/Luka/[912]926-7254 DESC: Item 0001 NSN 6650-01-299-8636SO P/N: 794247-1, 10EA. Applicable to: Mc130e/Mh53j. Destn: Robins Air Force Base Ga 31098-1611. Delivery: 30 APR 98 10 ea FAX NUMBER 912-926-7572 The approximate issue/response date will be 03 Jan 97. The anticipated award date will be 14 FEB 97. Written procedure will be used for this solicitation. To: Texas Instruments Inc, Mckinney Tx 75070-0801. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. CITE: (I-349 SN012172) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--METER ASSEMBLY, ELECTRICAL SOL SP0920-97-Q-A094 DUE 010997 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96331000407 NSN 6625-01-300-1655, Meter assembly, electrical CAGE 99193 Part No 3862315-3 no drawings are available. Meter quantity: 2. 19 -EA Del to Mechanicsburg PA 17055-0789 Del by 23 Jan 97. Other than full and open competition: part numbered item. Products offered clause applies. PR quantity: 19 EA destinations: Mechanicsburg, PA 17055-0789 delivery schedule: 19 within 90 days set-aside type: unrestricted (sole source/single source) (no preference) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-350 SN012196) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66--SPECTRUM ANALYZER SOL N0038397Y6503 DUE 020397 POC Contact Point, Linda Crews, 0223.08, (215)697-2306, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, K. Hall, 0223.03, (215)697-6548 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-6625-01-267-1631-GF, Ref Nr (06141) 1253, Qty 11 EA, Delivery FOB Origin--DRAWINGS NOT AVAILABLE ---, See Note 22 CITE: (I-351 SN012271) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Bureau of Reclamation, Acquisition Operations Group, Code D-7810, , Den Fed Cntr, PO Box 25007, Denver CO 80225 SUBJECT: 66--MULTI-AMP PULSAR VOLTAGE AMPLIFIER MODULE, A TEST SYSTEM SOL 1425-96-SP-81-92012 POC Contact Ann C. Capron, Purchasing Agent, (303) 236-8040 ext. 233 DESC: Presolicitation Notice -- The proposed acquisition will provide a a Multi- Amp Pulsar Voltage Amplifier Module, P/N 15073 and three Multi-Amp Pulsar Current Amplifier Modules, P/N 16942. This is a specific brand name requirement and no other make and model substitutions are acceptable. Delivery requirements are within 30 days of award date. Concerns having the ability to furnish the item described herein are requested to give written notification and pricing data, by faxogram (303) 236-8630 or mail within 15 days of publication of this notice (including telephone number for a point of contact), to the acquisition office above. The following Federal Acquisition Regulations apply: 52.212-1 Instructions to offerors-Commercial, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions- Commercial Items, 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders-Commercial Items. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. LINKURL: http://www.usbr.gov/aamsden LINKDESC: EMAILADD: acsmith@do.usbr.com EMAILDESC: CITE: (I-351 SN012284) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: 66--SIGNAL GENERATOR SOL DAAH01-97-B-0004 DUE 022197 POC (PCF) Chang Yi, Contract Specialist, AMSMI-AC-CFFB, (205) 876-4154, Shirley W. Hill, Contracting Officer, AMSMI-AC-CFFB, (205) 842-7436. DESC: Step I Solicitation DAAH01-96-R-0095 for a Signal Generator has been completed. The following contractors submitted technically acceptable bid samples and are eligible to participate in the second step of the Two-Step Sealed Bid procedures: Hewlett Packard Company, Southern Sales Region, P.O. Box 7700, Huntsville, AL 35807, Marconi Instruments, Inc., 2301 Horizon Drive, Fort Worth, TX 76177, Tektronix/Rhode & Schwarz, 4970 Corporate Drive, NW, Huntsville, AL 35805, and Wayne Kerr Inc., 11 Sixth Road, Woburn, MA 01801-1744. This notice is published for subcontracting opportunities only. CITE: (I-351 SN012303) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 66--PRISM, OPTICAL INSTR SOL DAAJ09-97-R-0203 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 6650-01-184-9238; P/N: 13079150; QTY: 31 Each; the purpose of this modification is to change the solicitation number from DAAJ09-97-Q-0335 to DAAJ09-97-R-0203. All other information remains unchanged. CITE: (I-351 SN012306) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Supply Directorate, CONTRACTING DEPARTMENT, PSC Box 8018, Cherry Point, NC 28533-0018 SUBJECT: 66--PRESSURE STANDARD CONTROLLER, PNEUTRONIC SOL N00146-97-Q-T106 DUE 010697 POC Velma Kelly, (919) 466-7726. DESC: Pressure Standard Controller, Pneutronic, NSN 9G, Qty: 00000001, EA, Deliver to: Nadep Receiving Officer, CHERRY POINT, NC, 030 days after date of order; No telephone requests. Only written or faxed requests received directly from requester are acceptable. FAX (919) 464-8492; See Notes 001. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. CITE: (M-351 SN012354) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: DIR OF CONTRACTING WALTER REED AMC, ATTN MCHL Z BLDG T 20, 6825 16TH STREET NW, WASHINGTON DC 20307-5000 SUBJECT: 66--BAR CODE LABELS SOL DADA15-97-R-0018 DUE 012897 POC POC Brenda Niler, Contract Specialist (202)782-1163, Contracting Officer Earl E. Muse (Site Code DADA15) DESC: Walter Reed Army Medical Center intends to solicit offers for the purchase of Bar Code Labels, Computype or equal. These labels shall be used to identify the specimens and aliquots throughout the testing process at the Forensic Toxicology Drug Testin Laboratory. All essential characteristics will be outlined in the solicitation. Period of performance is for a base period plus two (2) option periods. All responsible sources may submit an offer which shall be considered. Requests for solicitation must b submitted in writing or faxed (202)782-8247. Telephone requests will not be honored. Please provide business size, federal tax ID number, CEC and cage code with your request. The proposed contract is 100% set aside for small business concerns. See numbered note 1. CITE: (I-351 SN012389) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 66--DIODE MATRIX TEST SET SOL F41608-97-R-29542 DUE 012797 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Willis, F./ldkab/[210]925-6380 DESC: Item 0001 NSN 6625-01-159-7832 P/N: 75A56000-001, CERCIAL,PECULIAR, OFF SHELF ITEM EXEMPT GFM/ISSP SCREENING,NCRT,NCMPAPPLICATI B-1B BOMBER AIRCRAFTSIZE/DIMENSIONS: 24 " X 20.3" X 20.5"SPECIFICATIONS:T.O # 33D7-13-97-1&4PREDOMINANT MATERIAL OF MANUFACTURE ELECTRONIC COMPONEN,COPPER, ALUMINUMFORM,FIT & FUNCTION: MICROPROCESSORCONTROLLED TEST SET FOR TESTING THE CHAFF FLARE DIODE MATRIX DISPENSERS 9EA. Applicable to: B-1b Aircraft. Destn: Kelly Afb, Texas 78241-5947. Delivery: 01 SEP 97 9 ea GOVERNMENT OWNED SPECS AND DRAWING ARE NOT AVAILABLE The approximate issue/response date will be 26 Dec 96. To: Applied Data Technology Inc, San Diego Ca 92121 0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C . 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-351 SN012419) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste # 7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 66--LAP ASSY SOL FD2050-97-16071 DUE 012797 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Meza, B./ldktl/[210]925-0190 DESC: Item 0001 NSN 6615-00-132-9000LH P/N: 93320-101, SIZE/DIMENSIONS: APPROX 2" LONG AND 1/2" DIAMETER. FUNCTION: PREVENTS SHAFT FROM ROTATING IN SERVO ACTUATOR. PREDOMINANT MATERIAL: STAINLESS STEEL. ITEM 0002 - DATA 1 LOT 6ea. Applicable to: C-5 Aircraft. Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 JUN 97 6 ea GOVERNMENT FURNISHED DRAWINGS AND SPECIFICATIONS ARE NOT AVAILABLE. NO BID SETS AVAILABLE. The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 30 APR 97. Written procedure will be used for this solicitation. To: Parker-Hannifin Corp, Irvine Ca 92718-1814. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22 AND 26. CITE: (I-351 SN012421) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 66--HEIGHT METER SOL DAAH01-97-R-A058 DUE 012497 POC AMSMI-AC-CDBA, Margaret King Contracting Officer, 205-842-7553. DESC: Synopsis No. 5403-96 (MA) NSN 6625-00-421-4051, Army P/N 10670331. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 100, known quantity of 153, and a maximum quantity of 300. Destinations to be furnished. Delivery schedule 200 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to A & M Instrument Inc., 5 Nassau Street, Rockville Centre, NY 11571. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX # 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 6625-00-421-4051, Awd Date 03 Jan 96, Qty 145, Unit Price $1,129.28. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Drawings, specifications or other technical data are not available and will not be furnished. See Numbered Note(s): 22. CITE: (I-351 SN012486) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 66--RECORDER SUBASSEMBLY SOL DAAH01-97-T-0152 DUE 012497 POC AMSMI-AC-CDCB, Jerri Vickers Contracting Officer, 205-842-7630/FAX 205-955-7737. DESC: Synopsis No. 5400-96 (MA) This is a Combined Synopsis/Solicitation, Pron D1701364; Noun: Recorder Subassembly; NSN 6625-01-373-6190, Army P/N 11469031, 9 each. Inspection/Acceptance Pts: Source; Inspection Requirements: MIL-Q-9858A, Bar Coding Required. Fob Point: Destination. Destination: XU Transportation Officer, Defense Dist Depot Susquehanna, New Cumberland, PA 17070-5001. Packaging: C/C IAW MIL-STD-2073, Supplemented by MIL-P-116J. Delivery schedule 200 days, or best possible delivery requested. Offerors must be approved and qualified. The Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunities in connection with this procurement, make contact with the firm(s) listed. The Government does not possess adequate documentation to acquire from other than the approved source. Restricted source is Raytheon Company, Missile Systems Division, Andover Plant, 350 Lowell Street, West Andover, MA 01810. All responsible sources may submit a quotation which shall be considered by this agency. Inquiries may be sent to address above. The most recent representative unit price and quantity relative to this acquisition is NSN 6625-01-373-6190, Awd Date 27 Sep 95, Qty 37, Unit Price $6,917. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications, or other technical data are not available and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with Micom Pamphlet 702-1 available through internet. Sic Code 3679, Number of employees 1,000., quotes should be submitted to commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, Attn: AMSMI-AC-CDCB, Jerri Vickers, (Reference DAAH01-97-T-0152, Pron D1701364. See Numbered Note(s): 22. CITE: (I-351 SN012488) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: 168 LS/LGC, 3127 Wabash Avenue, Ste 101, Eielson AFB, Alaska 99702-1794 SUBJECT: 67 - DIGITAL CAMERA SYSTEM SOL DAHA51-97-T-2141 DUE 123196 POC Connie Lamprecht, Contracting Officer, (907) 377-2917 DESC: Purchase two (2) digital camera systems. At least a 16MB memory, 20.5mm x 16.4mm CCD, 1024 x 1280 pixel resolution and 36 bit dynamic range. Uses Nikon camera lenses as well as PCMCIA-ATA type 3 storage media; has a frame rate of 2.25 FPS (12 frame burst), a voice recorder and ASA ranges to 1600. Requests for Quotation (RFQ) will be issued on or about 31 Dec 96 and receipt of quotation is required by 17 Jan 97. No telephone requests will be accepted - only written or telefaxed requests received directly from the requester are acceptable. Facsimile number is (907) 377-2919. The Government reserves the right to cancel this solicitation, either before or after the closing date, with no obligation to the offeror by the Government. EMAIL clamprecht@AKEIL.ANG.AF.MIL EMAILDESC: e-mail. CITE: (W-348 SN012124) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 70--HARDWARE & MAINTANCE SOL W80Q8H-6327-0015 DUE 122796 POC (PCF)Julie Davis, Contract Specialist, (205)842-6042; Kathy B. Ray, Contracting Officer, AMSMI-AC-CFEA, (205)842-7441. DESC: It is the Government's intent to acquire on a sole source basis from Intergraph Corporation hardware and the associated maintenance. The following items are required: Interserve Web-630, 200Mhz, 64MB, 4GB, 20200/256,RAID,PN: FDPS281 and 1 year maintenance, 4GB 1.6"Internal Disk for Interraid-8, PN: FDSK476 and 5 year maintenance; PCI FDDI Single Attached Station for TD-XX, TD7, ISMP22/3216, PN: FINF85400-OB and 2 year maintenance; 256MB memory upgrade for ISMP 630/640, PN: FMEM155 and 4 year maintenance; and 15" monitor, PN: FOPT099 and 1 year maintenance. FOB DESTINATION. POC for inquiries generated by this synopsis is Julie Davis, ATTN: AMSMI-AC-CFEA, address above. The Government will request an oral quotation. The anticipated award date is on or about January 13, 1997. All responsible sources may submit a quotation which, if timely received, shall be considered by the agency. All request must be in writing. CITE: (I-351 SN012307) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, NJ 07703-5008 SUBJECT: 70--DISK DRIVE UNIT SOL DAAB07-97-Q-F519 DUE 010797 POC Teri Riley, Contract Specialist, (908) 532-4809, AMSEL-ACCB-A-BD, Kenneth Tedeschi, Contracting Officer DESC: The U.S. Army CECOM proposes to procure on a sole source basis from Telos Corporation, Herndon, VA, fourteen (14) each, NSN: 7025-01-372-6640, Disk Drive Unit; fourteen (14) each NSN: 7025-01-373-2824, Disk Drive Unit; five (5) each NSN: 5995-01-383-6553, Cable Assembly, Power; five (5) each NSN: 5995-01-383-7258, Cable Assembly, Electrical. The items are part of the AN/UYK-100. Delivery will be to New Cumberland Army Depot, Sharpe Army Depot, and Red River Army Depot. The Government physically does not have in its possession sufficient, accurate or legible data to purchase these items from other than the current source. However, all responsible sources may submit a proposal which shall be considered by the agency. Only written requests from this solicitation will be accepted. See Note 22. EMAILADD: defazioj@doim6.monmouth.army.mil EMAILDESC: CITE: (D-351 SN012376) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Department of the Treasury, Comptroller of the Currency, Administrator of National Banks, 250 E Street, SW, Washington, DC 20219 SUBJECT: 70--CUSTOM COURSEWARE LIBRARY SOL N/A POC Mark Eckl, (202)874-5040 DESC: The Office of the Comptroller of the Currency (OCC), intends to purchase on a sole source basis Catapult's PBT Custom Courseware Library and Interactive Assesment Tool utilizing the simplified acquisition process. The products will enable the OCC to provide immediate customized training by utilizing the 180-title library for learning existing and forthcoming software applications. The products purchased must be compatible with existing Catapult titles previously purchased by the OCC. This notice is not a request for proposals and a Request for Quotations is not available. Any company responding to this notice must provide clear and convincing evidence that the products they offer meet the OCC's requirements and are compatible with existing Catapult titles within 15 calendar days of publication of this synopsis. CITE: (W-351 SN012378) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: MITRE Corporation, ATTN: Property Office, 1820 Dolley Madisen Blvd., McLean, VA 22102 SUBJECT: 70--SEALED BID OF MISCELLANEOUS ADP AND NON-ADP EQUIPMENT SOL 97-001 POC Mr. Matt Werner, Property Adminstration Coordinator, MITRE Corporation, McLean, VA., tele: (703)883-7899. DESC: Federal Government Property, Sealed Bid Sale of miscellaneous ADP and non-ADP equipment. ADPE includes CPU's, monitors, printers, disk drives, etc. Non-ADPE includes typewriters, vu-graphs, taperecorders, calculators, projectors, several steel tables, etc. These items consist of one lot and will not be sold separately. Total acquisition cost is $1,996,807.12. Sealed Bid Sale Number is 97-001. Approximately 60% requires major repairs, the remaining 40% requires up to 15% of repair. All items are sold on an "as-is", "where-is" basis and all sales are final. Equipment must be moved within 10 business days of final sale. Inspection period from January 14 thru 16, 1997 by appointment only. Bids must be submitted no later than Jan 22, 1997 at 3:00 P.M. EST. CITE: (I-351 SN012451) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential Sources Sought OFFADD: Department of Commerce, Mountain Administrative Support Center, Procurement Division, MC3, 325 Broadway, Boulder, CO 80303-3328 SUBJECT: 70 -- NETWORK HARDWARE POC See Text DESC: The National Oceanic and Atmospheric Administration (NOAA) is conducting market research to determine the types of commercially available network hardware that can be used to build a flexible high-performance network for NOAA's use in a new building. The results of the marketing research will be used by NOAA to determine if commercial hardware exists to meet agency requirements, and to determine how to modify agency requirements to best match the capabilities of available commercial network hardware. A new research laboratory and office building is under construction in Boulder, Colorado. This facility will be over 300,000 square feet, and will house about 1100 researchers and their support staff. Current construction schedules call for the network to be brought on line during late summer 1998. To properly support the world-class environmental research that NOAA undertakes, a world-class network is required. The cable plant that will be installed has been designed by NOAA staff and will consist of a single/multi-mode fiber optic backbone with both multi-mode fiber and Category 5 copper to the desktop. NOAA is seeking design ideas from high-performance network hardware manufacturers on how best to utilize the installed cable plant to create a state-of-the-art network with robust and redundant components such that down time will not occur. The network backbone will be based on network protocols compatible with the Internet Protocol (IP) Suite, must have greater than 150 Mbit/sec bandwidth with growth capabilities, must be capable of carrying video over IP, and must be capable of supporting IP multicasts. The network must preserve the autonomy of the various research laboratories that will occupy the building. Multiple external wide-area network connections will be required, including a multi-megabit Internet connection. Details of the cable plant, the new building, and the network requirements will be provided to representatives of interested network hardware manufacturers at a briefing to be held in Boulder, Colorado on Thursday, January 23rd at 10 A.M. MST. Within a month after the above briefing, interested parties may schedule a time and date with NOAA in which they will be expected to make a one-hour oral presentation, at their own expense, on design ideas and commercially available network hardware and installation services. This presentation should also include a rough cost estimates for the hardware, installation services, and annual hardware maintenance costs. Briefing materials may be submitted to NOAA in advance so that it can be reviewed prior to the presentation. Please contact Britt Bassett, the NOAA-Boulder Network Manager, via email at britt@erl.noaa.gov for reservations to attend this briefing, for details on where it will be held and for an address to send any briefing materials. CITE: (I-348 SN012118) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential Sources Sought OFFADD: National Science Foundation, Division of Contracts, Policy and Oversight, Contracts Branch, 4201 Wilson Boulevard, Suite 475, Arlington, VA 22230 SUBJECT: 70--AUTOMATED PROCUREMENT SYSTEM SOFTWARE POC Philip M. King, (703)306-1246 DESC: Pursuant to FAR 10.001, the National Science Foundation (NSF) is conducting market research to obtain information on procurement automation software that will integrate and automate procurement processes such as (1) initiating and routing requisitions; (2) soliciting quotes and offers; (3) preparing solicitations, contracts, and other procurement documents; (4) reporting management information and statistical data; (5) tracking processing status; (6) interfacing with and recording financial commitments and obligations in the NSF Financial Accounting System; (7) recording receiving information; and (8) performing the FACNET functions described in FAR 4.504(a). NSF is interested in software that is available in Apple Macintosh System 7.xx, Windows 3.xx, and Windows 95 versions; compatible with Sybase SQLServer; compliant with Microsoft LanManager; designed for open connectivity with other languages or tools (e.g., C, C++, etc.); and available with a data import/export facility. Interested parties may submit product literature and relevant information (including catalog pricing, if available) describing the product's functional and technical capabilities in sufficient detail so as to facilitate an informed decisions by NSF officials regarding future procurements for similar products. Specifically, responses should address each of the functions and capabilities described above. Responses may be submitted to the above address within 30 days of publication of this notice. This is a request for information, and not a solicitation of quotes or offers. No award will be made based on this notice. EMAIL pking@nsf.gov EMAILDESC: e-mail. CITE: (W-351 SN012336) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: Fleet and Industrial Supply Center, Norfolk Washington Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC 203 SUBJECT: 72--BLANKETS AND SHEETS FOR COTS AT DAY CARE CENTER SOL N00600-97-R-0484 DUE 123196 POC For copies of solicitation, make your request to FISC NORF DET WASH Customer Services Center by fax at (202) 433-9569, by voice at 433-2920 or by electronic mail at CBD_RESPONSE_at_NRCC_DC@MCHFMCCM.NAVY.MIL or contact Samuel Jones, Code 201.2J at 433-4291 or Barbara Morden, Code 201.2 at 433-2895. DESC: The Fleet and Industrial Supply Center (FISC) Norfolk, Detachment Washington, intends to procure under a Small business Set-Aside, on a competitive basis and using the procedures in FAR Part 12, cot blankets, cot sheets and toddler size for cots. This requirement is in support of the Bureau of Naval Personnel (PERS-651) for blankets and sheets for day care centers. The cot blankets, quantity of approximately 3,150 each with the following salient characteristics: Dimensions 54 in. X 36 in., 100% woven polyester, Blue in color. The cot sheets, quantity of approximately 7,310 each with the following salient characteristics: Standard size sheets for use with cots (to fit cot size 52 in. X 22 in.), 50% polyester/50% cotton, Elastic loops to keet sheet in place, Color fast in hot water and bleach washing, White in color. The toddler size sheets for cots, quantity of approximately 1,371 each with the following salient characteristics: toddler size sheets or cots (to fit cot size 40 in. X 22 in.), 50% polyester/50% cotton, Elastic loops to keep sheet in place, color fast in hot water and bleach washing, White in color. Request FOB destination to approximately 90 CONUS sites and to Point of Embarkation (POE) I.A.W. MILSTAMP for approximately 32 OUTSIDE CONUS locations. Varying quantities required at each site. All responsible sources may submit an offer which will be considered. The Standard Industrial Code (SIC) is 2211. See solicitation for exact date. Proposal date is estimate only. Requests for solicitation must be in writing to the address contained herein. CITE: (W-351 SN012280) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4022, FORT KNOX KY 40121-5000 SUBJECT: 72--WINDOW SHADES SOL DABT23-97-B-0026 DUE 012897 POC Contract Specialist Paul Avery (502) 624-8069 (Site Code DABT23) DESC: Requirements Type Contract for Window Shades for delivery to Fort Knox, Kentucky during the period 1 March 1997 through 28 February 1998. Estimated annual quantities are 5270 vinyl roller window shades, 5 different sizes. All responsible sources may ubmit an offer which will be considered. You may FAX your request to 502/624-5869. No telephone requests for copies of solicitation will be accepted. CITE: (I-351 SN012392) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Administrative Support Center East, Office of Contracting, Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA 17070-5001 SUBJECT: 81--FIBERGLASS TOTE PANS SOL SB3100-6344-3001 DUE 011797 POC Mona J. Maitland, Contract Specialist, 717-770-5811 or R. C. Souto, Contracting Officer, 717-770-6206 DESC: The Defense Depot Susquehanna Pennsylvania located in New Cumberland, PA has a requirement for the procurement of 4200 each, Pans, Fiberglass,(Lewisystem Stack and Nest, Part Number SN2716-11, (brand Name or Equal), size (I.D.) 27L x 16W x 11D, color-gray. One piece molded fiberglass, round corners with tapered sides. Top rim is reinforced with embedded wire for additional strength. Fiberglass must withstand temperature extremes of -40 degrees F to 240 degrees F. Max. load per container is 500 lbs. When stacked, bottom container will support up to 3000 lbs. The associated standard industrial code is 3089. The Government request samples (two (2) each) if any brands other than Lewisystem Stack & Nest Pans are quoted be sent to Mr. Vic Montefour, Administrative Support Center East, ASCE-WE, Bldg 1-2, New Cumberland, PA 17070-5001 to be received NLT January 10, 1997. The samples shall be provided to the government at no cost. These samples will become property of the government and will not be returned to the Contractor. The Government's total requirement of 4200 each must be quoted FOB destination to Defense Distribution Region East, Bldg 1, Bay 4, DDRE-WS, Base Supply Receiving, New Cumberland, PA 17070-5001. This request for quotation and the resultant contract award are being processed in accordance with Simplified Acquisition Procedures. A written request for quotation will not be issued. All responsible business concerns may submit a quotation for the above which if received by 4:00PM ET on January 17, 1997, shall be considered. Written quotation will be accepted by mailing to Office of Contracting, ASCE-PPC, Attn: Mona J. Maitland, Bldg 2001, New Cumberland, PA 17070-5001, or fax to 717-770-5689. EMAIL m_maitland@smtp.ddre.dla.mil EMAILDESC: CITE: (W-351 SN012281) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--TOWEL BLANKS SOL 1PI-B-1944-97 DUE 013197 POC Contract Specialist, CHRISTIAN, ROSANNA, 202/508-3969 DESC: Solicitation previously published 120696 is hereby modified to CITE: (I-351 SN012397) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--INSIGNIA, GRADE, SENIOR, AIRMAN, AF SOL SP0100-97-Q-4036 DUE 121696 POC Contact: DPSC-FOTM-2 buyer-loretta Cicirello 215/737-3294 DESC: PR-NO: YPT96281000004 NSN 8455-01-434-5720, 31,000 -PR Del to Mechanicsburg PA 17055-0789 Del by 12 Jul 97. See NOTES 1, 9, item description: insignia, grade, senior airman, AF quantity: 31,000 unit of issue: PR production leadtime: 165 days No. of deliveries: 4 to be awarded using simplified acquisition procedures if under $100,000. FAX number to request copy of RFQ is 215-737-8143. All responsible sources may submit offer which DPSC shall consider. CITE: (I-349 SN012170) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--INSIGNIA, GRADE, STAFF SERGEANT, AF SOL SP0100-97-Q-4064 DUE 121696 POC Contact: DPSC-FOTM-2 buyerloretta Cicirello 215/737-3294 DESC: PR-NO: YPT96281000005 NSN 8455-01-434-5725, 30,000 -PR Del to Mechanicsburg PA 17055-0789 Del by 12 Jul 97. See NOTES 1, 9, item description: insignia, grade, staff SGT, AF quantity: 30,000 unit of issue: PR production leadtime: 165 days No. of deliveries: 4 FAX number to request copy of RFQ is 215-737-8143 all responsible sources may submit offer which DPSC shall consider. CITE: (I-349 SN012171) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 84--HELMET,FLYER'S SOL N0038397QP446 DUE 012397 POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 9D-8475-01-386-3758-LX, IAW Ref Nr 89D7748-3, Qty 440 EA, Delivery FOB Origin--Drawings are NOT available., See Note 22 CITE: (I-351 SN012272) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Chief, Acquisition and Materiel Management (90C), VA Medical Center, One Veterans Drive, Minneapolis, MN 55417 SUBJECT: 89 -- SUBSISTENCE - MILK AND MILK PRODUCTS SOL RFP 618-36-97 DUE 020497 POC Carol Murphy, Contracting Officer (612) 725-2190 DESC: Provide Milk and Milk Products on an on-demand, as-needed basis for the VA Medical Centers at Minneapolis and St. Cloud, Minnesota for the period of March 1, 1997 through February 28, 1998. Bid documents available on or about January 2, 1997. Offers are due February 4, 1997 at 4:30 pm local time. Request documents in writing or via fax at 612-725-2072. For information, call Carol Murphy at 612-725-2190. SIC 2026 applies. CITE: (I-348 SN012149) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91 -- SALE OF INDUSTRIAL OIL, STEAM TURBINE IN CA SOL SP0600-97-R-0051 DUE 010897 POC Contact P Orange, Contract Specialist, (703) 767-9263/J. Walker, Contracting Officer, (703) 767-9264 DESC: This agency will be soliciting offers for the sale of approximately 8,305 U. S. Gallons of off-spec 2190 TEP (LTL), MIL-L-17331H, NSN: 9150-01-372-6915, industrial oil, steam turbine (LTL-2190 TEP) MIL-L-17331H, bulk, a qualified product, at NAS Alameda, CA (500 gl) and DFSP Point Loma, San Diego, CA (7,805 gl). Product failed "foam" and "emulsion" tests. The Government is unable to use product because it is outside of our specification; however, product may be of some use to commercial contractors. Requests for solicitation may be faxed to (703) 767-8506. All responsible sources may submit a proposal which shall be considered. CITE: (I-348 SN012115) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91--PREMIUM UNLEADED GASOLINE AND DIESEL FUEL (DF2) FOR TURKEY SOL SP0600-97-R-0111 DUE 021297 POC Contact C. Chamblin, Contract Specialist, (703) 767-9534/L. Manley, Contracting Officer, (703) 767-9522 DESC: Gasoline, automotive, premium unleaded (MTP), Turkish Specification TUPRAS 240 or commercial equivalent, 2,446,000 U. S. Gallons; Diesel fuel, regular grade DF-2 (T54), Turkish Specification TUPRAS 410, pour point 20 degrees Fahrenheit maximum, or commercial equivalent, 10,350,000 U. S. Gallons. In-country delivery to various U. S. installations within Turkey. Contract period is 01 Jul 97 through 30 Jun 1999 (multi-year). See Note 12. All responsible sources may submit a proposal which shall be considered. CITE: (I-351 SN012338) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 99--HORIZ LIN CORR MOD SOL N00FMS97Y4002 DUE 020397 POC Contact Point, Linda Crews, 0223.08, (215)697-2306, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, K. Hall, 0223.03, (215)697-6548 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 0R-0000-00-000-0000, Ref Nr (63516) 404800-90, Qty 1 EA , Delivery FOB Origin--DRAWINGS NOT AVAILABLE ---, See Note 22 CITE: (I-351 SN012273) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 99--RADAR DIGITIZER SOL N00FMS97Y4016 DUE 020397 POC Contact Point, Linda Crews, 0223.08, (215)697-2306, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, K. Hall, 0223.03, (215)697-6548 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 0R-0000-00-000-0000, Ref Nr (63516) 405190-907, Qty 1 EA, Delivery FOB Origin--DRAWINGS NOT AVAILABLE ---, See Note 22 CITE: (I-351 SN012274) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 99--CONTROL MEMORY LAW OF SOL N00FMS97Y4018 DUE 020397 POC Contact Point, Linda Crews, 0223.08, (215)697-2306, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, K. Hall, 0223.03, (215)697-6548 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 0R-0000-00-000-0000, Ref Nr (25500) 3327124-001-101, Qty 1 EA, Delivery FOB Origin--DRAWINGS NOT AVAILABLE ---, See Note 22 CITE: (I-351 SN012275) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW, Room 4410, Washington, DC 20590 SUBJECT: 99--MODIFICATION TO PURCHASE ORDER DTFH61-97-P-00096 TO CO-SPONSOR WO RKSHOP TO MODIFY AND UPDATE THE 1990 AASHTO STRATEGIC HIGHWAY SAFETY PLAN SOL DTFH61-97-Q-00096 DUE 123096 POC Donna M. McAleer, Contracting Officer, HAM-40G, (202) 366-4270. DESC: The Federal Highway Administration plans to modify an existing order with the National Research Council of the Transportation Research Board to co-sponsor a workshop to modify and update the 1990 AASHTO Strategic Highway Safety Plan. The workshop will be held on January 10-11, 1997. This is a Simplified Acquisition. CITE: (I-351 SN012433) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- ULTRAVIOLET ACOUSTO-OPTIC TUNABLE FILTER POC Darlene Walter, Contract Specialist, 301-286-4239. CNT NAS5-97006 AMT $600,000.00 LINE N/A DTD 120396 TO Aurora Associates, 3350 Scott Boulevard, Santa Clara, CA 95054 CITE: (I-348 SN012102) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- LITHIUM-ION BATTERIES POC Janet Langweil, Contract Specialist, 301-286-4212. CNT NAS5-97008 AMT $600,000.00 LINE N/A DTD 120396 TO EIC Laboratories Inc., 111 Downey Street, Norwood, MA 02062 CITE: (I-348 SN012103) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- INTERACTIVE SOFTWARE FOR END-TO-END ELECTRO-OPTICAL SYSTEM MODELIN G POC Darlene Walter, Contract Specialist, 301-286-4239. CNT NAS5-97010 AMT $594,340.00 LINE N/A DTD 120996 TO Lambda Research Corp., 80 Taylor Street, Littleton, MA 01460 CITE: (I-348 SN012104) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- BRAZING FOR FURNACE COMPONENTS POC Catherine Cavey, Contract Specialist, 301-286-3721. CNT NAS5-97011 AMT $597,134.00 LINE N/A DTD 120996 TO Materials Resources Inc., 1162 Horseshoe Drive, Blue Bell, PA 19422 CITE: (I-348 SN012105) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- HOLOGRAPHIC DATA STORAGE SYSTEM WITH MASSIVELY PARALLEL ARCHITECTU RE POC Darlene Walter, Contract Specialist, 301-286-4239. CNT NAS5-97012 AMT $599,546.00 LINE N/A DTD 120396 TO Optitek Inc., 100 Ferguson Drive, Mountain View, CA 94039 CITE: (I-348 SN012106) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- ACTIVE PIXEL STAR TRACKER POC Janet Langweil, Contract Specialist, 301-286-4212. CNT NAS5-97014 AMT $592,923.00 LINE N/A DTD 120396 TO Photobit, 2529 Foothill Boulevard, La Crescenta, CA 91214 CITE: (I-348 SN012107) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- AGENTBUILDER SOURCE CODE POC Darlene Walter, Contract Specialist, 301-286-4239. CNT NAS5-97018 AMT $599,768.00 LINE N/A DTD 120396 TO Reticular Systems Inc., 4715 Viewridge Avenue, San Diego, CA 92123 CITE: (I-348 SN012108) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- FINE GRID FABRICATION FOR X-RAY COLLIMATORS POC Catherine Cavey, Contract Specialist, 301-286-3721. CNT NAS5-97025 AMT $600,000.00 LINE N/A DTD 120596 TO Ultramet, 12173 Montague Street, Pacoima, CA 91331 CITE: (I-348 SN012109) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- GAN BASED HIGH TEMPERATURE ULTRAVIOLET PHOTODETECTORS POC Darlene Walter, Contract Specialist, 301-286-4239. CNT NAS5-97009 AMT $591,640.00 LINE N/A DTD 120396 TO EMCORE Corporation, 394 Elizabeth Avenue, Somerset, NJ 08873 CITE: (I-348 SN012110) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: 901 M Street, S.E., Washington Navy Yard, Building 175, Washington, DC 20374-5095 SUBJECT: A -- RELACE NURSE CALL SYSTEM, BUILDING 10, NATIONAL NAVAL MEDICAL CENTER, BETHESDA MD POC Linda Ford, Contract Specialist FAX (202) 685-8236. CNT N68925-95-C-A642 AMT $826,000.00 LINE NA DTD 121396 TO R&S Medical Communication, Inc, 195 Pine Woods Road, Wellsville, PA 17365 CITE: (I-348 SN012160) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Contracts Management Branch, National Institute of Neurological Disorders and Stroke, NIH, Federal Building, Room 901, 7550 Wisconsin Avenue, MSC 9190, Bethesda, Maryland 20892-9190 SUBJECT: A--THIN-FILM INTRACORTICAL RECORDING MICROELECTRODES POC Laurie A. Leonard, 301/496-1813 CNT N01-NS-7-2365 AMT $1,465,036 DTD 120196 TO The Regents of the University of Michigan, 3003 South State, Room m 1044, Ann Arbor, Michigan 48109-1274 CITE: (I-351 SN012332) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW, Room 4410, Washington, DC 20590 SUBJECT: A--LABORATORY SUPPORT SERVICES POC Jeff Thomas, Contract Specialist, HAM-30A, (202) 366-4226. CNT DTFH61-97-Z-00014 AMT $10,825,592.00 LINE N/A DTD 120996 TO Soil and Land Use Technologies, Inc. 11609 Edmonston Road Beltsville, MD 20705 CITE: (I-351 SN012434) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A--VERSATILE, TUNABLE SINGLE FREQUENCY LASER FOR NEAR INFRARED APPLICATIONS POC Catherine Cavey, Contract Specialist, 301-286-3721. CNT NAS5-97015 AMT $593,034.00 LINE N/A DTD 120596 TO Positive Light, 103 Cooper Court, Los Gatos, CA 95030 CITE: (I-351 SN012443) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA, Space Station Program Office, OG3, Houston, TX 77058 SUBJECT: A--MOBILE TRANSPORTER CAPTURE LATCH/MOBILE SERVICING POC Contracting Officer: Lee Pagel, 713-244-7223. Contracting Specialist: Kellie Murray, 713-244-8412 CNT NAS15-10003 AMT $600000 LINE N/A DTD 040896 TO Mcdonnell Douglas Aerospace, 13100 Space Center Blvd, Houston, TX 77058 CITE: (I-351 SN012452) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Department of the Treasury, Bureau of Alcohol, Tobacco and Firearms, Acquisition Division, Room 3290 650 Massachusetts Avenue, NW., Washington, DC 20226 SUBJECT: B--STUDY POC Craig Segall, (202) 927-8689, Contracting Officer, Charles H. Logan, (202) 927-8820. CNT Tatf-97-2 AMT $981,800.00 DTD 110596 TO International Fertilizer Development Center, P.O. Box 2040, Muscle Shoals, AL 35662 CITE: (M-351 SN012348) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Department of Veterans Affairs Central Office, Office of Facilities Management (185B), 810 Vermont Avenue, N.W., Washington, D.C. 20420 SUBJECT: C--PHASE I DEVELOPMENT, SARATOGA NATIONAL CEMETERY, ALBANY, NEW YORK POC David V. Starkie, (202) 565-6233-Contracting Officer Jon E. Baer, (202) 565-5231. CNT Project No. 917CM2001, Contract No. V101AP0169 AMT $692,178.00 DTD 111596 TO The LA Group, Landscape Architecture & Engineering, P.C., 40 Long Alley, Saratoga Springs, New York 12866 CITE: (M-351 SN012363) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Administrative Services Staff, 630 Sansome Street, Room 520, San Francisco, CA 94111 SUBJECT: F - REMOTE SENSING SUPPORT SERVICES POC Contact, Contracting Officer, Bonnie Gilbert (415)705-2575 for Bids Contact, Cookie Washington, (415)705-2878 or Sheila Georges at (415)705-2829 CNT 53-91S8-6-TM51 AMT S500,000.00 LINE N/A DTD 082896 TO Pacific Meridian Resources, 5915 Hollis Street, Bldg. B, Emeryville, CA 94608, (510)654-6980 CITE: (I-348 SN012141) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road, Ann Arbor, MI 48105 SUBJECT: J -- PREVENTIVE MAINTENANCE/REPAIR OF COULTER S+4 BLOOD CELL COUNTER POC Mary B. Jones, (313) 930-5588 CNT V506P-2869 AMT $30,000 LINE 1 DTD 100196 TO Adelsys Inc, 3109 Mayfield Road, #203, Cleveland Heights, OH 44118 CITE: (I-348 SN012155) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road, Ann Arbor, MI 48105 SUBJECT: J--PREVENTIVE MAINTENANCE/REPAIR OF COULTER MAXM WITH AUTOLOADER POC Mary B. Jones, (313) 930-5588 CNT V506P-2868 AMT $30,000 LINE 1 DTD 100196 TO Adelsys Inc, 3109 Mayfield Road, #203, Cleveland Heights, OH 44118 CITE: (I-351 SN012328) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929, Room 114, Fort Bragg, NC 28307-5200 SUBJECT: K--MODIFICATION/CONSTRUCTION OF SMALL ARMS WEAPONS STORAGE RACKS/CASES POC MAJ Steve Bonk, Contract Specialise (910) 432-8967 CNT USZA92-97-D-0108 AMT $99,625.00 LINE 0001,0002 DTD 121696 TO Reese Fabrication, PO Box 64006, Fayetteville, NC 28306 CITE: (W-351 SN012469) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: M--OPERATION & MAINTENANCE OF A GOCO FACILITY POC Contact The Contract Specialist: Christie Paisley (309)782-6933, Contracting Officer: Mary S. Adams (309)782-4841 CNT DAAA0995G0002/0018 AMT $16,220 LINE N/A DTD 121096 TO Hercules Aerospace Co., Route 114, PO Box 1, Radford, VA 24141-0100 CITE: (I-351 SN012436) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: M--OPERATION & MAINTENANCE OF A GOCO FACILITY POC CONTACT THE CONTRACT SPECIALIST: Shirlene Wise (309)782-3764, Contacting Officer: Emil E. Maslanka (309)782-628 CNT DAAA0989Z0001,P00403 AMT $424,124 LINE N/A DTD 121096 TO Day & Zimmemann Hawthorne Corp., 1818 Market St., Philadelphis, PA. 19103-3672 CITE: (I-351 SN012472) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: M--OPERATION & MAINTENANCE OF A GOCO POC CONTACT THE CONTRACT SPECIALIST: Shirlene Wise, (309)782-3764, Contracting Officer: Emil E. Maslanka (309)782-6628 CNT DAAA0989Z0001/P00404 AMT $61,226 LINE N/A DTD 120996 TO Day & Zimmermann Hawthorne Corp., 1818 Market St., Philadelphia, PA., 19103, 3672 CITE: (I-351 SN012473) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Bureau of Prisons, Federal Correctional Institution, McKean County, Pennsylvania, P.O. Box 5000, Bradford, PA 16701 SUBJECT: Q--MEDICAL SERVICES POC Tim Holohan, Contracting Officer, (814) 362-8900. CNT Contract No. J231c-035 AMT $2,400.00 LINE Line item one (1) DTD 120696 TO Hossain Sarajedini, MD, 119 Pleasant Street, Bradford, PA 16701 CITE: (M-351 SN012355) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Bureau of Prisons, Federal Correctional Institution, McKean County, Pennsylvania, P.O. Box 5000, Bradford, PA 16701 SUBJECT: Q--MEDICAL SERVICES POC Tim Holohan, Contracting Officer, (814) 362-8900. CNT Contract No. J231c-034 AMT $11,040.00 LINE Line item one (1) DTD 120696 TO Raymond J. Uscinski, DPM, 35 Congress Street, Bradford, PA 16701 CITE: (M-351 SN012356) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: R -- INDEPENDENT PATRIOT INTEGRATION ANALYSIS SUPPORT SERVICES POC (PCF) Queen Miller, Contract Specialist, AMSMI-AC-CFHA, (205) 842- 7409, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA, (205) 876-7321. CNT DAAH01-94-C-0105/P00058 AMT $10,139,964.19 LINE N/A DTD 121296 TO CAS Incorporated 650 Discovery Drive, P O Box 11190, Huntsville, AL, 35814 CITE: (I-348 SN012127) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: R -- SYSTEM, COST, RISK AND PROGRAM EVALUATION SUPPORT POC (PCF) Shirley Childers, Contract Specialist, AMSMI-AC-CFHC, (205) 842- 7294, Barbara K. Jones, Contracting Officer, AMSMI-AC-CFHC, (205) 876- 4926. CNT DAAH01-94-C-0086/P00089 AMT $68,056.95 LINE N/A DTD 121296 TO Coleman Research Corporation 201 S Orange Avenue, Suite 1300, Orlando, FL, 32801 CITE: (I-348 SN012128) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of HUD, Atlanta ASC, Atlanta Contracting Branch 4AACO 75 Spring St., Richard Russell Fed. Bldg., Atlanta, GA 30303-3388 SUBJECT: R--REAL ESTATE CLOSING AGENT SERVICES POC Charles Lipthrott or Michael L. Swan. CNT H04C97001009000 from RFP: DU204-R-96-0026 AMT $22,000.00 LINE B-3(A) (AREAS 2 AND 3 DTD 121396 TO Massey & Stottser, 1100 East Park Drive, Suite 301, Birmingham, AL 35235 CITE: (I-351 SN012482) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 421-017 AMT $52,525.00 DTD 120696 TO Monarch Litho, Inc., 1501 Date Street, Montebello, CA 90640 CITE: (M-351 SN012268) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C714-S AMT $64,523.95 DTD 121196 TO Braceland Brothers, 7625 Suffolk Avenue, Philadephia, PA 19153 CITE: (M-351 SN012269) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Chicago Regional Printing Procurement Office, U.S. Government Printing Office, 200 N. LaSalle St., Suite 810, Chicago, IL 60601-1055 SUBJECT: T--OFFSET PRINTING CNT Program 1513, Various Army Publications AMT Estimated 1-year value of $1,692,562.00 DTD 120596 TO Braceland Brothers, Inc., 7625 Suffolk Avenue, Philadelphia, PA 19153 CITE: (M-351 SN012299) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Chicago Regional Printing Procurement Office, U.S. Government Printing Office, 200 N. LaSalle St., Suite 810, Chicago, IL 60601-1055 SUBJECT: T--PRINTING CNT Jacket 749-007 AMT $118,675.00 DTD 121196 TO Raye Limited Inc., 4393 Park Vicente, Calabasas, CA 91302 CITE: (M-351 SN012341) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Hampton Regional Printing Procurement Office, U.S. Government Printing Office, 11836 Canon Boulevard, Suite 400, Newport News, VA 23606-2555 SUBJECT: T--PRINTING CNT 531-089 AMT $70,815.00 DTD 120996 TO Mail-Well Envelope, dba American Mail-Well Env., 4500 Tiedeman Road, Cleveland, OH 44144 CITE: (M-351 SN012369) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road, Ann Arbor, MI 48105 SUBJECT: V -- NON-EMERGENCY WHEELCHAIR LIFT VAN TRANSPORTATION POC Shirley Sanderson, (313) 930-5591 CNT V506P-2969 AMT $50,683 LINE 1a - 1h DTD 121296 TO NETS, PO Box 761, Jackson, MI 49204-0761 CITE: (I-348 SN012140) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Department of the Treasury, Comptroller of the Currency, Administrator of National Banks, 250 E Street, SW, Washington, DC 20219 SUBJECT: V--RELOCATION SERVICES POC Anthony Cooch, 202-874-5040 CNT TCC-96-C-0025 AMT $1,569,945.00 LINE N/A DTD 121196 TO Associates Relocation Management Company, 1325 G St., NW, Washington, DC 20005 CITE: (W-351 SN012340) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Officer in Charge, Facilities Support Contracts, Navy Public Works Center, 9742 Maryland Ave., Norfolk, Virginia 23511-3095 SUBJECT: V--REMOVE AND DISPOSE OF EQUIPMENT LOCATED AT BUILDING LP-24 NAVAL STATION NORFOLK, NORFOLK, VIRGINIA POC Michele V. Hathaway, (757) 445-4943, Contract Specialist; Karyn Bryan (757) 445-4942, Contracting Officer. CNT N00187-96-M-6679 AMT $33,588.00 LINE Line Item 0001 DTD 120696 TO Hampton Roads Crane & Rigging Co., 525 J Clyde Morris Blvd., Newport News, Virginia 23601 CITE: (M-351 SN012357) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: General Services Administration, Colorado Service Center, 8PC, P.O. Box 25546, Building 41, Denver Federal Center, Denver, Colorado 80225-0546. SUBJECT: X--LEASE POC Tami Skinner, (303) 236-7200. CNT GS-08P-13391 AMT $7,393,373.00 DTD 112696 TO Aardex Durango LLC, 12340 West Alameda Pkwy., Suite 220, Lakewood, CO 80228 CITE: (M-351 SN012298) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans La 70160 SUBJECT: Y--CALCASIEU RIVER AND PASS, LA, 1997 MAINTENANCE DREDGING BAR CHANNEL, LEASED HOPPER DREDGE, CAMERON PARISH, LA CNT DACW29-97-C-0017 AMT $2,263,880.00 LINE Items 0001 and 0002 DTD 121396 TO Gulf Coast Trailing Co.; P.O. Box 20116; New Orleans, LA 70141-0116 CITE: (I-351 SN012288) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of Interior, Fish and Wildlife Service CGS/LFG, 911 N.E. 11th Avenue, Portland, Oregon 97232-4181 SUBJECT: Y--HIGHWAY 94 (CAMPO ROAD) IMPROVEMENTS AT THE SAN DIEGO NATIONAL WILDLIFE REFUGE, JAMACHA JUNCTION, SAN DIEGO COUNTY, CALIFORNIA POC Lola F. Gannon, (503) 231-6188/Contracting Officer. CNT 14-48-0001-96021 AMT $281,580.00 LINE Item No. 1 DTD 120596 TO Daley Corporation, P.O. Box 609018, San Diego, CA 92160-9018 CITE: (M-351 SN012343) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Y--GYMNASIUM, NAVAL AIR STATION, KEY WEST, FL POC N/A CNT N62467-84-C-0105 AMT $2,284,308.00 LINE N/A DTD 121696 TO General Kantrax, Inc., P. O. Box 27729, Panama City Beach, FL CITE: (W-351 SN012422) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: Y--FAMILY SUPPORT CENTER AT U.S. AIR FORCE ACADEMY, COLORADO POC Contracting Division at: (402) 221-4266. CNT DACA45-97-C-0015, IFB NO. DACA45-96-B-0081 AMT $1,911,000.00 LINE N/A DTD 121196 TO Martinez Construction & Development Co., 2260 South Xanadu Way, Suite 350, Aurora, Colorado 80014-1373 CITE: (I-351 SN012458) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: Z -- REPAIR QUARTER'S ONE, PROJECT 96-4008 POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309 POC: B. Corbett, 937-257-6574, Fax No 937-257-3926. CNT F33601-97-C-W018, F33601-96-B-9031 AMT $77,400.00 LINE N/A DTD 120696 TO Joe Becks & Associates, P.O. Box 1192, Dayton Ohio 45401 CITE: (I-348 SN012159) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, USCG, Civil Engineering Unit, P.O. Box 21747, 709 W. 9th Street, Room 817, Juneau, Alaska 99801-1747 SUBJECT: Z--REMOVE 5 UNDERGROUND STORAGE TANKS AND REPLACE WITH 4 ABOVE GROUND TANKS AT USCG SUPPORT CENTER, KODIAK, ALASKA POC J.H. O'Malley, Contracting Officer, USCG-CEUJ, (907)463-2417 CNT DTCG87-96-C-643079 AMT $298,869.00 LINE 0001 DTD 101596 TO Clearwater Environmental, Inc., 8760 Hartzell Road, Anchorage, Ak. 99507 J.Omalley/CEUJuneau@internet.uscg.mil Civil Engineering Unit Juneau CITE: (D-348 SN012161) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Navy Public Works Center, Jacksonville, P.O. Box 30, Jacksonville, Florida 32212-0030 SUBJECT: Z--INSTALL HEAT PUMPS, BUILDING 905A POC Ms. Susan Heuler, (904) 778-5560 Cecil Field NAS, FL CNT N68931-97-M-1017 AMT $27,399 LINE 0001 DTD 121296 TO Northeast Florida Heat & Air, 5860 Timuquana Road, Suite 7, Jacksonville, FL 32201 LINK http://cbdnet.access.gpo.gov LINKDESC: EMAIL sheuler_at_pwcoa@jaxmail.navy.mil EMAILDESC: CITE: (W-351 SN012261) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock Tower Building, P.O. Box 2004, Rock Island, Illinois 61204-2004 SUBJECT: Z--MAJOR REHABILITATION, STAGE I, LOCK AND DAM NO. 14, MISSISSIPPI RIVER, ROCK ISLAND COUNTY, ILLINOIS AND SCOTT COUNTY, IOWA POC N/A CNT DACW25-96-R-0022 AMT $11,990,039.00 DTD 120996 TO Midwest Foundation Corporation, PO Box 1207, Tremont, IL 61568 (LB) CITE: (I-351 SN012278) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Beaufort Area, P.O. Box 448, Port Royal, SC 29935-0448 SUBJECT: Z--RENOVATE FITNESS CENTER/GYM, MARINE CORPS RECRUIT DEPOT, PARRIS ISLAND, SC CNT N62467-96-C-5036 AMT $936,384.00 DTD 120396 TO Brantley Construction Co Inc., 8300 Dorchester Road, Charleston, SC 29418 CITE: (M-351 SN012352) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction Jacksonville Area, Box 139, Naval Air Station, Jacksonville, FL 32212-0139 SUBJECT: Z--EXTERIOR/INTERIOR REPAIRS AT BLDG. 160, NAVAL STATION, MAYPORT, FL POC OICC Office, (904) 772-5574. CNT N62467-94-C-2642 AMT $68,318.00 DTD 120596 TO Clifton Consolidated Corp. of Sun City, 2421 East Jefferson Street, Orlando, FL 32803-6110 CITE: (M-351 SN012359) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH STREET MOBILE AL 36602 SUBJECT: Z--UPGRADE SANITARY SEWER SYSTEM, HURLBURT FIELD, FLORIDA POC Contracting Officer, Edward M. Slana (Site Code W31XNJ) CNT DACA01-97-C-0014 (DACA01-96-B-0127) AMT $495,000 DTD 121196 TO SPEEGLE CONSTRUCTION, INC., P.O. Box 2089, Cocoa, FL 32923-2089, (L) CITE: (I-351 SN012387) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH STREET MOBILE AL 36602 SUBJECT: Z--COMMUNICATIONS MAINTENANCE FACILITY, TYNDALL AIR FORCE BASE, FLORIDA POC Contracting Officer, Edward M. Slana (Site Code W31XNJ) CNT DACA01-97-C-0016 (DACA01-96-B-0121) AMT $1,011,645 DTD 121396 TO C. LAWRENCE CONSTRUCTION COMPANY, INC., P.O. Box 16, Panama City, FL 32402-0016, (S) CITE: (I-351 SN012388) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NASA Procurement Office, Code DA00, Stennis Space Center (SSC), MS 39529-6000 SUBJECT: Z--MODIFICATION TO EXISTING E-1 TEST STAND AT THE STENNIS SPACE CENTER POC J.G. Misch (601)688-1634/Contracting Officer, Harold G. Taulbee (601)688-1640 CNT NAS13 97008 AMT $7,996,350 LINE 1 DTD 121696 TO Industrial Construction Inc., 5345 S. Heyrend Circle, Idaho Falls, ID 83402 EMAIL jerry.misch@ssc.nasa.gov EMAILDESC: CITE: (W-351 SN012471) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 14--CABLE ASSEMBLY-SWIT SOL SP0920-97-Q-A051 CNT SP0920-97-M-1460 AMT $56,250.00 LINE 0001 THROUGH 0002 DTD 121296 TO Projects unlimited Inc 3680 wyse Rd P.O.Box 14538 Dayton OH 45414-5802 CITE: (I-349 SN012178) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center Redstone Arsenal, AL 35898-5280 SUBJECT: 15 -- ATTACHMENT ASSEMBLY POC Tammy Bingham, Contract Specialist (PCD) AMSMI-AC-CDBB 205 876-5287 Randy Walton, Contracting Officer AMSMI-AC-CDBB 205 842-6116. CNT DAAH01-97-C-0067 AMT $261,715.82 LINE N/A DTD 120696 TO Raytheon Aircraft 9709 E. Central Wichita, KS 67201-0085 CITE: (I-348 SN012139) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--SCROLL HOUSING, AIRC SOL SP0920-97-Q-A046 CNT N00383-95-G-M120-UBFN AMT $39,705.60 LINE 0001 DTD 121596 TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300 W Warner Rd Tempe AZ 85285-2200 CITE: (I-350 SN012255) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO SUBJECT: 16--STRAP PACKS POC CPT Mark A. Anderson, Procurement Officer, (314) 263-0788. CNT DAAJ09-90-G-0025 D.O. 0191 AMT $ 3,283,500.00 LINE 0001AA DTD 122096 TO McDonnell Douglas Helicopter Company 5000 E. McDowell Road Mesa, Arizona 85215-9797 CITE: (I-351 SN012322) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001, Procurement Branch SUBJECT: 16--AIRCRAFT COMPONENTS AND ACCESSORIES POC N/A CNT DTCG38-97-P-200132 AMT $26,490.00 DTD 121696 TO P A International, Inc. 1460 SW 3RD ST., Pompano Beach, Fl. 33069 CITE: (I-351 SN012491) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001, Procurement Branch SUBJECT: 16--AIRCRAFT COMPONENTS AND ACCESSORIES POC N/A CNT DTCG38-97-P-200122 AMT $46,760.00 DTD 121696 TO Fraccaro Industries, Inc., 1032 North Reading Avenue, Boyertown, PA. 19152 CITE: (I-351 SN012492) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--RING, SUPPORT, TRANSMISSION. ON ALLISON SOL SP0770-96-R-5880 CNT SP0770-97-C-3591 AMT $96,363.00 LINE 0001 THROUGH 0002 DTD 121496 TO Stanley machining and tool Corp 425 Maple Ave Carpentersville IL 60110 CITE: (I-350 SN012200) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--BODY, VALVE SAFETY. CNT SP0760-97-M-0067 AMT $33,049.74 LINE 0001AA THROUGH 0001A DTD 112296 TO Coltec Industries Inc Fairbanks Morse engine Div 701 white Ave beloit WI 53511-5447 CITE: (I-350 SN012197) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 28--TURBINE SEAL ASSEMBLY SOL SP0500-96-Q-Y411 CNT SP0500-97-M-T089 AMT $35,106.53 LINE 0001 DTD 121396 TO Lynn Electronics Corp 915 pennsylvannia Blvd feasterville PA 19053 CITE: (I-350 SN012233) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 28--ARM, VANE ACTUATION SOL SP0500-97-Q-C622 CNT N00104-96-G-0101-TZ50 AMT $28,064.40 LINE 0001AA THROUGH 0001A DTD 121396 TO General Electric Co GE aircraft engines mail drop S133 1 Neumann Way P.O.Box 156301## Cincinnati OH 45215-6301 CITE: (I-350 SN012249) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--3RD STAGE RING SEGMENT --2840012417968PT CNT F34601-94-G-0028SAUU AMT $83,165 DTD 112296 TO United Technologies Corp/Pratt And, Whitney Acft Group Govt Prod Div, P O Box 109600, West Palm Beach Fl 33410-9600 CITE: (I-351 SN012406) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--COMBUSTION LINER --2840013658244PT CNT F34601-94-G-0028SAXJ AMT $94,255 DTD 120396 TO United Technologies Corp/Pratt And, Whitney Acft Group Govt Prod Div, P O Box 109600, West Palm Beach Fl 33410-9600 CITE: (I-351 SN012407) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--TURBINE AIR SUPPORT --2840012138572PT CNT F34601-94-G-0028SAXW AMT $2,837,070 DTD 111896 TO United Technologies Corp/Pratt And, Whitney Acft Group Govt Prod Div, P O Box 109600, West Palm Beach Fl 33410-9600 CITE: (I-351 SN012408) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 28--TURBINE HEAT SHIELD/TF39 ENG --2840003522166PS CNT F41608-97-C-0085, F41608-96-R-50290 AMT $149,635 DTD 112796 TO Columbia Mfg Inc, 165 Rt 66 East, P O Box 368, Columbia Ct 06237-0368 CITE: (I-351 SN012413) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 29--PARTS KIT, ACTUATOR SOL SP0500-96-Q-W319 CNT F04606-96-G-0006-TZ39 AMT $32,400.00 LINE 0001 THROUGH 0002 DTD 121396 TO Whittaker Corp Whittaker Controls Div 12838 Saticoy St P O Box 3951 North Hollywood CA 91605 CITE: (I-350 SN012238) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, SLEEVE SOL 96TL52-72-P-0500 CNT SP0500-97-M-U024 AMT $29,123.85 LINE 0001 DTD 121396 TO Pioneer valve and fitting Co Inc 93 seigal Street Brooklyn NY 11206-3204 CITE: (I-350 SN012236) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL.ANNULAR SOL SP0500-96-Q-QE33 CNT SP0500-97-M-S808 AMT $64,500.00 LINE 0001 DTD 121496 TO Barden Corp the Precision Bearings Div 200 Park Ave Danbury CT 06810-7505 CITE: (I-350 SN012239) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL SOL SP0500-96-Q-NT54 CNT SP0500-97-M-S417 AMT $37,635.71 LINE 0001 DTD 121496 TO NTN bearing Corp of America government sales Dept 650 Pennsylvania Dr exton PA 19341 CITE: (I-350 SN012244) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, PLAIN, SPHERICAL SOL 96TAU5-02-P-0500 CNT SP0500-97-M-S762 AMT $26,260.00 LINE 0001 THROUGH 0002 DTD 121496 TO Simula Government Products Inc DBA SGP Inc 10016 S 51ST St Phoenix AZ 85044-5203 CITE: (I-350 SN012248) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 31--BEARING, PLAIN/TF39 ENG --3120012243911PS CNT F41608-97-D-0136,F41608-96-R-50180 AMT $119,488 DTD 112296 TO Psi Bearings Inc, 2175 Union Place, Simi Valley Ca 93065-0000 CITE: (I-351 SN012416) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 40--ROPE, MANILA SOL SP0500-96-Q-ST20 CNT SP0500-97-M-T283 AMT $35,478.00 LINE 0001 DTD 121396 TO Winne Frank W and son Inc 44 N Front St Philadelphia PA 19106-2218 CITE: (I-350 SN012230) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. SOL SP0770-96-Q-VG86 CNT SP0770-97-M-HN90 AMT $35,910.00 LINE 0001 THROUGH 0002 DTD 121396 TO Durodyne Inc Tucson aviation Ctr hanger no 1 P O Box 11740 Tucson AZ 85734-1740 CITE: (I-350 SN012199) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, FLOW CONTROL. GLOBE WITH INCLINED STEM SOL SP0760-97-Q-0102 CNT SP0760-97-M-4838 AMT $25,125.00 LINE 0001 DTD 121196 TO Marotta Scientific control Inc. 78 boonton Ave. P. O. Box 427 montville, NJ 07045 CITE: (I-350 SN012198) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 49--TEST SET, COUNTERMEASURES --4920013452122DQ CNT F41608-96-R-29764 AMT $5,912,400 DTD 112596 TO Eaton Corp, Ail Div Long Island Plants, Commack Road, Deer Park Ny 11729-0000 CITE: (I-351 SN012412) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--NUT, SELF-LOCKING, EXTENDED WASHER SOL SP0500-97-Q-2794 CNT F34601-95-G-0012-TZ1M AMT $32,851.00 LINE 0001AA THROUGH 0001A DTD 121396 TO Allison Engine Co Inc MS speed code R39 2001 S Tibbs Ave P.O.Box 420 Indianapolis In 46206-0420 CITE: (I-350 SN012222) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--GASKET CNT SP0500-97-M-T258 AMT $67,500.00 LINE 0001 DTD 121496 TO Dbr Industries Inc 18 penns trail Newtown PA 18940 CITE: (I-350 SN012223) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, RING, METAL SOL SP0500-97-Q-5580 CNT SP0500-97-M-S340 AMT $34,294.00 LINE 0001 DTD 121396 TO Am-mac Inc 38 Fairfield Pl West Caldwell NJ 07006 CITE: (I-350 SN012225) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--NUT, SELF-LOCKING, CLINCH SOL SP0500-97-Q-7040 CNT SP0500-97-W-1036 AMT $91,160.00 LINE 0001 DTD 121396 TO Kaynar Microdot Aerospace Fastening Systems 800 South State College Boulevard P O Box 3001 Fullerton California 92634-3001 CITE: (I-350 SN012226) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--DIAL ASSY SOL SP0500-97-Q-6696 CNT SP0500-97-M-U017 AMT $34,489.40 LINE 0001 DTD 121496 TO Electronic hardware Corp. 320 broadhollow Rd. Farmingdale l.i. N.y. 11735 CITE: (I-350 SN012227) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--NUT, OPTION SOL SP0500-97-Q-F611 CNT SP0500-97-M-S566 AMT $27,360.00 LINE 0001 DTD 121396 TO SPS Technologies Inc Aerospace and Industrial Products Div Highland Ave Jenkintown PA 19046-2299 CITE: (I-350 SN012229) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--GASKET CNT SP0500-97-M-T207 AMT $25,900.00 LINE 0001 DTD 121496 TO Jetseal Inc 8102 N freya St Spokane WA 99207 CITE: (I-350 SN012231) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--RETRACTOR, CABLE SOL SP0500-97-Q-B231 CNT SP0500-97-M-7132 AMT $37,840.00 LINE 0001 DTD 121396 TO National Industrial Products Corp 1 Pavilion Ave P.O.Box 351 Riverside NJ 08075 CITE: (I-350 SN012232) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--CAP, POST SOL SP0500-97-Q-4887 CNT F09603-95-G-0015-TZB6 AMT $37,525.66 LINE 0001AA THROUGH 0001A DTD 121396 TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave Kalamazoo MI 49001-4165 CITE: (I-350 SN012234) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--PARTS KIT, SEAL REPLACEMENT CNT SP0500-97-M-S758 AMT $55,000.00 LINE 0001 DTD 121496 TO Tailored Logistics Corp 9517 Sugar Mill Dr Fort Wayne IN 46835 CITE: (I-350 SN012237) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--PARTS KIT, SEAL REPLACEMENT CNT SP0500-97-M-S700 AMT $55,000.00 LINE 0001 DTD 121496 TO Tailored Logistics Corp 9517 Sugar Mill Dr Fort Wayne IN 46835 CITE: (I-350 SN012242) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SPACER, SLEEVE SOL SP0500-96-Q-FZ89 CNT SP0500-97-M-S472 AMT $63,187.50 LINE 0001 THROUGH 0002 DTD 121396 TO Strategic Procurement Services Inc W and W logistics Div 2 Madison Rd Fairfield NJ 07004 CITE: (I-350 SN012245) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--GASKET SOL SP0500-96-R-0217 CNT SP0500-97-C-5004 AMT $75,468.00 LINE 0001 DTD 121496 TO Kenneth industrial products Inc 174 State St P O Box 4020 Meriden CT 06450 CITE: (I-350 SN012246) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--COUPLING CLAMP GROOVE SOL SP0500-96-Q-QH47 CNT SP0500-97-M-T297 AMT $64,341.60 LINE 0001 DTD 121496 TO Grimes Aerospace Co 550 State Rt 55 P.O.Box 247 Urbana OH 43078-0247 CITE: (I-350 SN012247) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--RING, BLADE, RETAINING CNT SP0500-97-M-R180 AMT $42,796.00 LINE 0002AA THROUGH 0002A DTD 121496 TO Abdite Industries Inc 8400 beech daly Road Taylor MI 48180-2031 CITE: (I-350 SN012250) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--BRACKET SOL SP0500-96-Q-R782 CNT F41608-94-G-0031-TZ6H AMT $65,475.20 LINE 0002 DTD 121396 TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181 CITE: (I-350 SN012252) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--LUMBER, SOFTWOOD, DIMENSION; IN ACCORDANCE WITH SOL SP0500-97-Q-9691 CNT SP0500-97-M-S907 AMT $43,380.00 LINE 0001 THROUGH 0002 DTD 121396 TO Buie Forest Products 30875 ih-10 W Boerne TX 78006 CITE: (I-350 SN012228) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMP SOL SP0900-97-Q-0087 CNT SP0900-97-M-0052 AMT $30,036.18 LINE 0001 THROUGH 0009 DTD 121296 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-349 SN012176) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SEMICONDUCTOR DEVICE, DIODE CNT SP0900-97-M-1512 AMT $49,560.00 LINE 0001AA THROUGH 0001A DTD 121396 TO Dynamation research Inc 2301 pontius Ave Los Angeles CA 90064 CITE: (I-349 SN012177) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR ASSEMBLY SOL SP0905-96-Q-5246 CNT SP0905-97-M-1133 AMT $45,616.62 LINE 0001 DTD 121396 TO Pioneer Valve & Fitting Co Inc. 93 Seigel Street Brooklyn, NY 11206-3200 CITE: (I-349 SN012179) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--FILTER, RADIO FREQUENCY INTERFERENCE SOL SP0905-96-R-A050 CNT SP0905-97-C-0003 AMT $176,203.42 LINE 0001 THROUGH 0008 DTD 121396 TO Amphenol Corp Bendix connector OPNS 40-60 Delaware St sidney NY 13838-1395 CITE: (I-349 SN012181) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--TRANSISTOR CNT SP0960-97-M-1523 AMT $38,100.00 LINE 0001 DTD 121396 TO Zeus Electronics 8200 Washington Villiage Dr Centerville OH 45458 CITE: (I-349 SN012182) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONNECTOR, PLUG, ELEC CNT SP0935-97-M-1482 AMT $63,635.60 LINE 0001 THROUGH 0002 DTD 121396 TO Amphenol Corp Bendix connector OPNS 40-60 Delaware St sidney NY 13838-1395 CITE: (I-349 SN012183) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SEMICONDUCTOR DEVICE UNITIZED CNT SP0960-97-M-1463 AMT $44,875.00 LINE 0001 THROUGH 0002 DTD 121396 TO Bell Industries, Inc E.D.D. military 446 Windsor Park drive Dayton OH 45459 CITE: (I-349 SN012184) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE SOL SP0960-96-R-A039 CNT SP0960-97-C-0022 AMT $494,370.00 LINE 0001AA THROUGH 0001A DTD 121396 TO Hughes Lexington Inc 1501 Newtown Pike Lexington KY 40511-1221 CITE: (I-349 SN012186) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONNECTOR, RECEPTACLE SOL SP0935-97-Q-0143 CNT SP0935-97-M-1532 AMT $57,596.61 LINE 0001 THROUGH 0002 DTD 121396 TO Adi electronics P.O. Box 710518 3920 Bryan Street Dallas TS 75371-0518 CITE: (I-349 SN012187) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMPOSITION SOL SP0900-97-Q-0090 CNT SP0900-97-M-0028 AMT $34,384.56 LINE 0001 DTD 121496 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-349 SN012188) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONNECTOR, RECEPTACLE, ELECTRICAL SOL SP0935-96-Q-4722 CNT SP0935-97-M-1471 AMT $65,419.30 LINE 0001 THROUGH 0005 DTD 121396 TO Amphenol Corp Bendix connector OPNS 40-60 Delaware St sidney NY 13838-1395 CITE: (I-350 SN012191) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FMJ), Rock Island , IL 61299-7630 SUBJECT: 59--SLIP RING ASSY POC Contract Specialist: Phyllis Smith (309) 782-3625, PCO: Dave L. Elliott (309) 782-3814 CNT DAAE20-96C0351/P00001 AMT $240,560 LINE N/A DTD 121196 TO Electro-Tec Corp., 1501 N. Main St., Blacksburg, VA 24060-2527 CITE: (I-351 SN012319) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center Redstone Arsenal, AL 35898-5280 SUBJECT: 61 -- BATTERY STORAGE POC Geraldine Williams, Contract Specialist (PCD) ASMSMI-AC-CDBA 205 876- 7288 Debby Rosenbloom, Contracting Officer AMSMI-AC-CDBA 205 876-7289. CNT DAAH01-97-P-0188 AMT $38,583.37 LINE N/A DTD 121296 TO Mathews Associates 645 Hickman Circle Sanford, FL 32771 CITE: (I-348 SN012137) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047 SUBJECT: 61--BATTERIES POC N/A CNT 1422-N670-C97-0006 AMT $124,650 LINE N/A DTD 111996 TO Motorola, Inc., USFGMD, PO Box 500, 7230 Parkway Drive, Hanover, MD 21076 CITE: (W-351 SN012266) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 61--POWER SUPPLY --6130013976367 CNT F41608-97-C-0113, F41608-96-R-36640 AMT $236,000 DTD 120496 TO Transistor Devices Inc, 85 Horsehill Road, Cedar Knolls Nj 07927-0000 CITE: (I-351 SN012414) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--SUNSCREEN PREPARATION, LOTION BASE, SPF-15, CNT SP0200-97-C-0005 AMT $209,658.96 LINE 0001AA THROUGH 0001A DTD 121396 TO Cardinal enterprises Inc 184 John clarke Rd Newport RI 02840 CITE: (I-349 SN012169) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 SUBJECT: 66 -- INSTRUMENTS AND LABORATORY EQUIPMENT POC Kim Sweep, Contract Specialist, (301) 394-4681, Louise R. Mudd, Contracting Officer, (301) 394-1365. CNT DAAL01-97-C-0057, DAAL01-96-R-9812 AMT $218,300.00 LINE 0001 DTD 121296 TO Oxford Instruments, Inc., 130A Baker Avenue Extension, Concord MA 01742 CITE: (I-348 SN012147) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--SHUNT, TUNING SOL SP0920-97-Q-A045 CNT SP0920-97-M-1427 AMT $71,340.00 LINE 0001 THROUGH 0002 DTD 121396 TO SPD Technologies 13500 Roosevelt Blvd Philadelphia PA 19116 CITE: (I-349 SN012180) [Commerce Business Daily: Posted December 14, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--WATTMETER SOL 97T425-72-P-0900 CNT SP0920-97-M-1412 AMT $32,256.00 LINE 0001 THROUGH 0002 DTD 121396 TO Phaostron Instrument and Electronic Co Inc 717 N Coney Ave Azusa CA 91702-2205 CITE: (I-349 SN012185) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 66--LEAD ASSY/J85 ENGINE --6685007646311RX CNT F41608-96-R-49620 AMT $56,646 DTD 120496 TO Thermocontrol Inc, 5728 Hartsdale Drive, Houston Tx 77036-2112 CITE: (I-351 SN012410) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 66--ALTIMETER, P/N:DPCA10-50HI,QTY:75 EA --6685001136575 CNT F41608-97-C-0114, F41608-97-R-23706 AMT $117,675 DTD 120396 TO Aerosonic Corporation, 1212 North Hercules Rd, P O Box 4627, Clearwater Fl 34618-4627 CITE: (I-351 SN012415) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: The United States Government Printing Office, Specialized Procurement and Sales Section, Stop: (MMP), Washington, D.C. 20401 SUBJECT: 70--INTEGRATED PROCESSING SYSTEM POC Contact Point, Contract Specialist, Joel Hettger (202) 512-0937, Fax (202) 512-1354, Email jhettger@gpo.gov CNT 1000297 AMT $7,228,512.00 DTD 121196 TO Northrop Grumman, Electronic Sensor and Systems Division, P.O. Box 17320, Baltimore, MD 21203-7320 CITE: (I-348 SN012168) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 70--COMPUTER SYSTEM, DIGITAL SOL SP0970-97-Q-0363 CNT SP0970-97-M-1122 AMT $33,410.00 LINE 7001 THROUGH 7004 DTD 121396 TO Keydata Intl Inc 111 corporate Blvd South Plainfield NJ 07080 CITE: (I-350 SN012190) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL 61299-5000 SUBJECT: 70--ADPE MAINTENANCE POC Contracting Officer Rick Stieger (309) 782-8592 (Site Code DAAA08) CNT DAAA08-97-C-0008 AMT $97,724 LINE 000101-000132 DTD 121196 TO UDS INCORPORATED, 5240 NORTH OTTO, ROSEMONT, IL 600180000 CITE: (I-351 SN012399) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--COOKER, CHARCOAL, TRAILER MOUNTED SOL SP0500-96-Q-SK21 CNT SP0500-97-M-J923 AMT $28,990.00 LINE 0001 DTD 121396 TO Commercial products Co Inc 3924 Forest Dr Suite 11 Columbia SC 29204 CITE: (I-350 SN012224) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--CABINET, FOOD WARMING, PASS-THROUGH, ELECTRIC SOL SP0500-97-Q-3798 CNT SP0500-97-M-T100 AMT $27,900.00 LINE 0001 THROUGH 0004 DTD 121396 TO Rtf Mfg Rd 1 RT 66 Hudson NY 12534 CITE: (I-350 SN012240) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--DISPENSER, BULK MILK, MECHANICALLY COOLED SOL SP0500-97-Q-3809 CNT SP0500-97-M-S524 AMT $54,805.40 LINE 0001 THROUGH 0002 DTD 121396 TO Silver King Div of stevens-lee Co 1600 xenium lane N Minneapolis MN 55441-3706 CITE: (I-350 SN012241) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--PAN, FRYING AND BRAISING, ELECTRIC SOL SP0500-97-Q-3790 CNT SP0500-97-M-T094 AMT $32,599.00 LINE 0001 THROUGH 0002 DTD 121396 TO Legion Industries Inc 69 Main St Dallas PA 18612 CITE: (I-350 SN012251) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--LAMINATED WOODLAND CAMOUFLAGE CLOTH POC Contracting Officer, CLARK, MILLIE, 202/508-3970 CNT 1PI-C-2899-97 AMT $7,964,640 DTD 121396 TO TENNESSEE APPAREL CORP., P.O. BOX 670, 401 N. ATLANTIC STREET, TULLAHOMA,, TN 37388 CITE: (I-351 SN012398) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: 1st Contracting Squadron, 74 Nealy Avenue, Suite 100, Langley Air Force Base, VA 23665-2088 SUBJECT: 84--FLIGHT SUITS POC Sandy Mount, (804) 764-5802/Contracting Officer, Michael W. Durst, (804) 764-3246. CNT F44600-97-D0008 AMT $814,482.00 DTD 103196 TO Barrier Wear, Inc., 2400 Industrial Lane, Suite 2800, Broomfield, CO 80020 CITE: (M-351 SN012372) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 88--Live Animals OFFADD: USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929, Room 114, Fort Bragg, NC 28307-5200 SUBJECT: 88--GOATS POC David Fouche, Contract Specialist, US Army Special Operations Command (910) 432-7670 CNT USZA92-97-D-8114 AMT $178,776.00 LINE 0001 DTD 121696 TO Circle J Farms, 2425 Rodeo Drive, Linden, NC 28356 CITE: (W-351 SN012428) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 93--PAPER, BOND POC Contracting Officer, STONEBERGER, LOUISE, 202-508-3945 CNT 1PI-C-2898-97 AMT $234,274 DTD 121396 TO Ris/Walker Goulard Paper Company, 45-11 33rd Street, Walker Goulard Plehn Co., Division, Long Island, NY 11101 CITE: (I-351 SN012396) [Commerce Business Daily: Posted December 15, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 95--METAL PLATE CNT SP0500-97-M-R776 AMT $89,220.00 LINE 0001 THROUGH 0003 DTD 121496 TO Engineering metals Co P O Box 86 Bridgeville PA 15017 CITE: (I-350 SN012243) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 SUBJECT: 99 -- HIGH POWER LASER POC Omar Ali, Contract Specialist, (301) 394-1048, Kathleen M. Tennant, Contracting Officer, (301) 394-3439. CNT DAAL01-97-C-0055, DAAL01-96-R-9876 AMT $87,500.00 LINE 0001-0003 DTD 121396 TO Spectra Physics Lasers, Inc., 1344 Terra Bella Avenue, Mountain View, CA 94039-7013 CITE: (I-348 SN012148) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: ASC/LPKB, Wright-Patterson AFB, OH 45433-7233 SUBJECT: 99--EMDP - T.O. POC n/a. CNT F33657-95-D-0090 AMT $10,000,000.00 LINE N/A DTD 112696 TO Microturbo, Inc, 2707 Forum Drive, Grand Prairie, TX 75052-7027 CITE: (I-351 SN012327) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: SPECIAL NOTICES SUBJECT: RESEARCH--AND DEVELOPMENT - SPECIAL NOTICE - INDUSTRY BRIEFING BY DEFENSE INTELLIGENCE AGENCY/MISSILE AND SPACE INTELLIGENCE CENTER (MSIC). DESC: The Defense Intelligence Agency (DIA)/Missile and Speca Center will be hosting a day of briefings for industry on 23 January 1997 at the Sparkman Center Auditorium, Building 5304, located on Redstone Arsenal, Alabama. Briefings will concentrate on our intelligence work related to defensive and offensive systems, foreign materiel exploitation and lab operations, analytical systems, threat assessment, program management technical support, and integrated systems analysis as they relate to DIA/MSIC. The objective of these briefings is to provide information to participants on current initiatives and capabilities that MSIC will be requiring in the near future. The number of attendees will be limited to four individuals per company. The maximum number of attendees is 600. The deadline for responses must be made by FAX. The FAX number is 205/313-6468. Send FAX to the attention of Mr. Gary F. Markham, MSM-1 and please provide the following information: Company Name, Mailing Address, Name of Attendee(s), Phone Number, and Company FAX number. If unable to provide FAX response, you may contact the POC with the above information at 205/876-8439. CITE: (I-351 SN012305) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: SPECIAL NOTICES OFFADD: American Defense Preparedness Association, Two Colonial Place, 2101 Wilson Boulevard, Suite 400, Arlington, VA 22201-3061, (703) 522-1820, FAX (703) 522-1885 SUBJECT: 13TH--NATIONAL LOGISTICS SYMPOSIUM AND EXHIBITION, FT. LAUDERDALE, FL, MARCH 3-5, 1997 DESC: The objective of this symposium is to provide a forum for the Deputy Under Secretary of Defense for Logistics to share his insight for the future of DOD Logistics and to relate that vision to on-going and future programs that directly affect government and industry leaders. The agenda will strive to answer questions that relate to the DOD Quadrennial Review, the evolution of roles and missions, privatization and outsourcing actions, and the ``right sizing'' of organizations and budgets. A concurrent exhibition of related products and services will be a highlight of the event. Prospective attendees should contact Terri Colvin at the American Defense Preparedness Association, 2101 Wilson Boulevard, Suite 400, Arlington, Virginia 22201, Tel.: (703) 522-1820 or FAX (703) 522-1885. CITE: (M-351 SN012329) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: SPECIAL NOTICES SUBJECT: SPECIAL--NOTICE DESC: The Fleet and Industrial Supply Center Norfolk Detachment Washington DC intends to exercise an option to Extend Services for up to an additional six (6) months under FAR 52.217-8 on a current contract N00600-92-D-0369, with VSE Corporation. CITE: (W-351 SN012366) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: SPECIAL NOTICES SUBJECT: D--ADP AND TELECOMMUNICATIONS SUPPORT SERVICES DESC: On March 28, 1996, the Commerce Business Daily (CBD) announced FERC's request from interested and prospective offeerors to respond to the FERC's draft Request for Proposals (RFP) for ADP and Telecommunications services. The FERC would like to notify all interested parties, that the draft RFP is canceled in its entirety. Please be advised that the FERC will utilize one of the Government Wide Acquisition Contracts (GWAC). POC is Charlotte Greenwell, Contract Specialist, on (202) 219-1156, Contracting Officer Sylvia Brown on (202) 219-1155. LINK n/a LINKDESC: EMAIL charlotte.greenwell@ferc.fed.us EMAILDESC: CITE: (W-351 SN012405) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 18, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: USACE, Louisville District, Real Estate Division, ATTN: CEORL-RE-S (Dan Yelch), P.O. Box 59, Louisville, Kentucky 40201-0059 SUBJECT: DISPOSAL--OF STANDING TIMBER (PULPWOOD) DUE 010797 POC Dan Yelch (502) 582-5759 or Dan Puckett (502) 624-5347. DESC: DACA27-9-97-803--Disposal of 11,490 tons of White Pine (11,000 tons) and Yellow Poplar (490 tons) of, standing, pulpwood, Indiana Army Ammunition Plant, Charlestown, Indiana. All responsible interests may submit sealed bids by closing date. Bid forms and information available from listed POC's. CITE: (M-351 SN012360)