[Commerce Business Daily 1996]
[From the U.S. Government Printing Office, www.gpo.gov]

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement
  Office, Redstone Arsenal, AL 35898-5275
SUBJECT: A--FUNCTIONAL ENGINEERING SUPPORT MISSILE GUIDANCE AND
  CONTROL MISSION TECHNOLOGY AND ENGINEERING SUPPORT SENSORS
  AND PROCESSING TECHNOLOGY
SOL DAAH01-97-R-R005
DUE 020597
POC (RDPC) Becky Shockley, Contract Specialist, AMSMI-AC-CRBB,
  (205) 876- 4070, or Barbara K. Dobbins, Contracting Officer,
  (205) 876-1470. Synopsis No. R116-96.
DESC: This modification to Synopsis Number R116-96 is issued
  to change the estimated release date of the RFP to on or after
  10 Jan 97 and the pre-proposal conference to 29 Jan 97. All
  other information publicized in the original synopsis remains
  unchanged.
CITE: (I-352 SN012986)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute of Allergy & Infectious Diseases,
  Contract Management Branch, Solar Building, Room 3C07, 6003
  Executive Blvd., MSC 7610, Bethesda,  MD  20892
SUBJECT: A--PRECLINICAL EVALUATION OF THERAPIES FOR MICROSPORIDIAL
  INFECTION
SOL NIAID-DAIDS-97-02
POC Mr. Phil Hastings, Contract Specialist 301-496-0194
DESC: The National Institute of Allergy and Infectious Diseases
  (NIAID), NIH intends to negotiate with Tulane University for
  a five-year contract with the Regional Primate Research Center
  to develop and validate therapies for the treatment of AIDS
  and associated opportunistic infections using in vitro and
  in vivo models of microsporidial infection. There currently
  exists no culture system or animal model of the most common
  microsporidial pathogen, Enterocytozoon bieneusi, to support
  pathogenesis and drug discovery research. The in vitro and
  in vivo models established and validated through this contract
  will serve to test candidate antibiotics and to provide a standard
  system to assist pathogenesis, parasite biology, drug resistance
  and diagnostics research. The Contractor will be responsible
  for: i) improving, standardizing and validating a proposed
  model of E. BIENEUSI infection in mice that is suitable for
  evaluation of potential new therapies for treatment of microsporidial
  infections; ii) evaluating single agents and/or combination
  therapies for efficacy in a mouse model of E. BIENEUSI infection
  using a standardized, reproducible, validated therapeutic protocol
  defined above; iii) standardizing and validating a proposed
  IN VITRO system to test new therapies against E. BIENEUSI;
  iv) screening single agents and/or combinations for efficacy
  against E. BIENEUSI using a standardized, reproducible, and
  validated IN VITRO system defined and developed in Item iii
  above; v) continued improvement and validation of models and
  protocols for microsporidial infection IN VITRO and IN VIVO
  for evaluating therapies against E. BIENEUSI; vi) utilizing
  these models, for specialized studies such as testing therapies
  with alternative protocols, e.g., using other microsporidial
  species, alternate routes of infection, prophylaxis protocols,
  or alternate host cell lines. The Tulane University Regional
  Primate Research Center is the only known source capable of
  meeting the requirements of this work; therefore seeking full
  and open competition would only result in unacceptable delays
  in fulfilling the requirements of the NIAID. See Numbered Note
  22.
CITE: (I-352 SN012997)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB,
  OH 45433-7607
SUBJECT: A--MHZ POWER SWITCHING DEVICES FOR MODULAR AVIONICS
  SYSTEMS
SOL BAA-97-01-AAK
DUE 021897
POC Contact Edward J. Caulfield, Contract Negotiator, (937) 255-3379
  or Nancy F.I. Stormer, Contracting Officer, (937) 255-5311
DESC:  A--INTRODUCTION:  Wright Laboratory (WL) is interested
  in receiving proposals (technical and cost) on the research
  effort described in Section B.  Proposals in response to this
  Broad Agency Announcement (BAA) shall be submitted by Feb 18,
  1997, 1500 hours Eastern Daylight Time, addressed  to (Attn:
  Edward J. Caulfield), WL/AAKE, Building 7, 2530 C Street, Wright-Patterson
  AFB, OH 45433-7607.  Proposals shall not be submitted via facsimile
  transmission.  This is an unrestricted solicitation except
  as specified by the International Trade in Arms Regulation
  (ITAR) requirements.  Small businesses are encouraged to propose
  on all or any part of this solicitation.  Proposals submitted
  shall be in accordance with this announcement.  Proposals received
  after the cutoff date and time specified herein shall be treated
  in accordance with restrictions of FAR 52.215-10; copy of this
  provision may be obtained from the contracting point of contact
  cited in Section F.  There will be no other solicitation issued
  in regard to this requirement.  Offerors should be alert for
  any amendments to this solicitation that may be published.
   This BAA may be amended to allow subsequent submission of
  proposal dates.  Offerors may obtain a copy of the WL Guide
  entitled, "PRDA and BAA Guide for Industry".  This guide was
  specifically designed to assist offerors in understanding the
  PRDA/BAA proposal process.  Copies may be requested from the
  contracting point of contact or obtained via the world wide
  web site: www.wl.wpafb.af.mil/contract.  B--REQUIREMENTS:
   (1) Technical Description: The emergence of new high speed,
  low voltage device technologies has resulted in more stringent
  performance requirements on the associated power supply functions.
    Of prime importance is the need to move the low voltage power
  conversion function closer to the point of load creating a
  highly distributed power architecture,  To accomplish a size/weight
  and form factor suitable for surface mounting the power module
  on an electronic card, it is necessary to increase the power
  conversion switching frequency.  At very high MHz switching
  frequencies magnetic core materials can be minimized or perhaps
  even eliminated making it easier to design a low profile light
  weight power module.  Also, a major power loss contributor
  can be significantly reduced or eliminated.  However, the switching
  loss mechanisms of silicon power devices have limited the efficiency
  obtainable at these high MHz frequencies and it is necessary
  to develop a new class of power switching components based
  on advanced semiconductor materials.  For example, structures
  made from GaAs based materials have conduction and switching
  loss dynamics that are 10 to 12 times better than silicon.
  The object of this effort is to develop a medium voltage primary
  side power switch and a low voltage secondary power rectifier
  that are capable of efficient power switching at very high
  MHz frequencies.  Of primary interest are switching frequencies
  in a range from 50 to 100 MHz.  The primary side switch must
  operate from a 50 Vdc backplane power source, and the secondary
  side power rectifier must support a 3.3 Vdc, 100 watt output.
   These devices must be demonstrated in a high frequency power
  topology that is implemented in a high density packaging technology.
   Successful development of such power devices will make it
  possible to demonstrate a surface mountable power module with
  a very high power density and an overall conversion efficiency
  of 85% making them suitable for use in military modular avionics
  systems.  (2) Deliverable Items:  (a) The following deliverable
  data items shall be proposed:  (i) Status Report, DI-MGMT-80368A/T,
  monthly;  (ii) Funds and  Man-hour Expenditure Report, DI-FNCL-80331/T,
  monthly;  (iii) Project Planning Chart, DI-MGMT-80507A/T, monthly;
   (iv) Contract Funds Status Report (CFSR), DI-MGMT-81468, quarterly;
   (v) Presentation Material,  DI-ADMN-81373/T, as required;
   (vi) Scientific and Technical Reports, Contractor's Billing
  Voucher, DI-MISC-80711/T, monthly; and (vii) Scientific and
  Technical Reports, DI-MISC-80711/T, (Draft and Reproducible
  Final). (b) The following additional deliverable items shall
  be proposed:   A working prototype of packaged power devices
  in a high power density test circuit. (3) Security Requirements:
  None.  (4) Other Special Requirements:  International Trade
  in Arms Restrictions apply.  Public Law 98-94 applies to this
  acquisition. Offerors must submit approved DD Form 2345, "Militarily
  Critical Technical Data Agreement" with their proposal.  
  C--ADDITIONAL INFORMATION:  (1) Anticipated Period of Performance:
   The total length of the technical effort is estimated to be
  36 months.  The contractor shall also provide for an additional
  4 months for processing/completion of the final report.  (2)
  Expected Award Date: September 1997.  (3) Air Force Estimate:
   The Air Force anticipates a funding profile of:  FY97  $5K,
   FY98 $500K,  FY99  $500K,  FY00  $422K resulting in a total
  funding of  $1427 K.  This funding level is an estimate only
  and is not a promise for funding as all funding is subject
  to change due to Air Force discretion and availability.  (4)
  Type of Instrument:  Contract - Cost Plus Fixed Fee (CPFF)
  or Cost (no fee);  or Assistance Instruments - grant or cooperative
  agreement.  (5) Government Furnished Property:  None.  (6)
  Size Status:  For the purpose of this acquisition, the size
  standard is 500 employees (SIC 8731).  (7) Notice to Foreign-Owned
  Firms:  Such firms are asked to immediately notify the contracting
   point of contact  upon deciding to respond to this announcement.
   Foreign contractors should be aware that restrictions apply
  which preclude their participation in this acquisition.  D--PROPOSAL
  PREPARATION INSTRUCTIONS:  (1) General Instructions:  Offerors
  should apply the restrictive notice prescribed in the provision
  at FAR 52.215-12, Restriction on Disclosure and Use of Data,
  to trade secrets or privileged commercial and financial information
  contained in their proposals.  Proposal questions should be
  directed to one of the points of contact listed below.  Offerors
  should refer to the instructions contained in the WL "PRDA
  and BAA Guide for Industry" referenced in Section A of this
  announcement.  Separate technical and cost proposal volumes
  are required and must be valid for 180 days.  Proposals must
  reference the above BAA  number.  Proposals shall be submitted
  in an original and three (3) copies. All responsible sources
  may submit a proposal which shall be evaluated against the
  criteria set forth below in the Section E - Basis of Award.
   Offerors are advised that only contracting officers are legally
  authorized to contractually bind or otherwise commit the Air
  Force.  (2) Technical Proposal:  The technical proposal shall
  include a discussion of the nature and scope of the research
  and the technical approach.  Additional information on prior
  work in this area, descriptions of available equipment, data
  and facilities, and resumes of personnel who will be participating
  in this effort should also be included as attachments to the
  technical proposal and are not included in the page limit discussed
  below.  The technical proposal shall include a Statement of
  Work (SOW) detailing the technical tasks / phases proposed
  to be accomplished under the proposed effort and be suitable
  for instrument incorporation.  Offerors should refer to the
  WL Guide to assist in SOW preparation. Any questions concerning
  the technical proposal or SOW preparation should be referred
  to the technical point of contact.  (3) Cost Proposal: Adequate
  price competition is anticipated.  The accompanying cost proposal
  / price breakdown shall be furnished with supporting schedules
  and shall contain a person-hour breakdown per task.  (4) Page
  Limitations:  The technical proposal shall be limited to 50
  pages (12 pitch or larger type), double-spaced, single-sided,
  8.5 by 11 inches.  The page limitation includes all information,
  i.e., indexes, photographs, fold-outs, appendices, attachments,
  etc..   Pages in excess of this limitation will be removed
  from the proposal and will not  be evaluated by the Air Force.
  Cost proposals have no page limitation, however, offerors are
  requested to limit cost proposals to 75 pages as a goal.  
  (5) Preparation Cost:  This announcement does not commit the
  Air Force to pay for any proposal preparation cost.  The cost
  of preparing proposals in response to this BAA is not an allowable
  direct charge to any resulting award, or any other procurement
  instrument.  However, it may be an allowable expense to the
  normal bid and proposal indirect cost as specified in FAR 31.205-18.
   E--BASIS FOR AWARD:  The selection of one or more sources
  for award will be based on an evaluation of an offeror's proposal
  (both technical and cost) to determine the overall merit of
  the proposal in response to the announcement.  The technical
  aspect, which is ranked as the first order of priority, shall
  be evaluated based on the following criteria of equal importance:
   (1) Understanding of the problem; (2) Soundness of technical
  approach;  (3)  Technical innovativeness;  (4)  Offeror's capabilities,
  plan of execution, experience, and facilities.  Cost and /
  or price, which includes consideration of proposed budgets
  and funding profiles is a substantial factor, but, ranked as
  the second order of priority.  No other evaluation criteria
  will be used.  The technical and cost proposals will be evaluated
  at the same time.  The Air Force reserves the right to select
  for award  any, all, part, or none of the proposal(s) received.
   F--POINTS OF CONTACT:  (1)  An Ombudsman has been appointed
  to hear concerns from offerors and potential offerors during
  the proposal development phase of this acquisition.  The purpose
  of the Ombudsman is not to diminish the authority of the contracting
  officer, but to communicate contractor concerns , issues, disagreements
  and recommendations to the appropriate Air Force personnel.
   All potential offerors should use established channels to
  voice concerns before resorting to use the Ombudsman.  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 or in the source selection.
   The Ombudsman should only be contacted with issues or problems
  that have been previously brought to the attention of the contracting
  officer and could not be satisfactorily resolved at that level.
   These serious concerns only may be directed to the Ombudsman,
  Mr. Daniel L. Kugel, ASC/SY, Bldg. 52, 2475 K St., Suite 1,
  Wright-Patterson AFB, OH 45433-7642, E-Mail:  kugeldl@sy.wpafb.af.mil,
  phone (513) 255-3855.  (2) Technical Point of Contact:  George
  A. High, WL/AADI, 2241 Avionics Circle, Ste 20, Wright-Patterson
  Air Force Base OH 45433-7322, (937) 255-4557  x 3441.  (3)
  Contracting/Cost Point of Contact: Edward J. Caulfield, WL/AAKE,
  Bldg 7, 2530 C Street, Wright-Patterson Air Force Base, OH
  45433-7607,  (937) 255-2976. ??           
CITE: (W-353 SN013301)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB,
  OH 45433-7607
SUBJECT: A--MHZ POWER SWITCHING DEVICES FOR MODULAR AVIONICS
  SYSTEMS
SOL BAA-97-01-AAK
DUE 021897
POC Contact Edward J. Caulfield, Contract Negotiator, (937) 255-3379
  or Nancy F.I. Stormer, Contracting Officer, (937) 255-5311
DESC:  A--INTRODUCTION:  Wright Laboratory (WL) is interested
  in receiving proposals (technical and cost) on the research
  effort described in Section B.  Proposals in response to this
  Broad Agency Announcement (BAA) shall be submitted by Feb 18,
  1997, 1500 hours Eastern Daylight Time, addressed  to (Attn:
  Edward J. Caulfield), WL/AAKE, Building 7, 2530 C Street, Wright-Patterson
  AFB, OH 45433-7607.  Proposals shall not be submitted via facsimile
  transmission.  This is an unrestricted solicitation except
  as specified by the International Trade in Arms Regulation
  (ITAR) requirements.  Small businesses are encouraged to propose
  on all or any part of this solicitation.  Proposals submitted
  shall be in accordance with this announcement.  Proposals received
  after the cutoff date and time specified herein shall be treated
  in accordance with restrictions of FAR 52.215-10; copy of this
  provision may be obtained from the contracting point of contact
  cited in Section F.  There will be no other solicitation issued
  in regard to this requirement.  Offerors should be alert for
  any amendments to this solicitation that may be published.
   This BAA may be amended to allow subsequent submission of
  proposal dates.  Offerors may obtain a copy of the WL Guide
  entitled, "PRDA and BAA Guide for Industry".  This guide was
  specifically designed to assist offerors in understanding the
  PRDA/BAA proposal process.  Copies may be requested from the
  contracting point of contact or obtained via the world wide
  web site: www.wl.wpafb.af.mil/contract.  B--REQUIREMENTS:
   (1) Technical Description: The emergence of new high speed,
  low voltage device technologies has resulted in more stringent
  performance requirements on the associated power supply functions.
    Of prime importance is the need to move the low voltage power
  conversion function closer to the point of load creating a
  highly distributed power architecture,  To accomplish a size/weight
  and form factor suitable for surface mounting the power module
  on an electronic card, it is necessary to increase the power
  conversion switching frequency.  At very high MHz switching
  frequencies magnetic core materials can be minimized or perhaps
  even eliminated making it easier to design a low profile light
  weight power module.  Also, a major power loss contributor
  can be significantly reduced or eliminated.  However, the switching
  loss mechanisms of silicon power devices have limited the efficiency
  obtainable at these high MHz frequencies and it is necessary
  to develop a new class of power switching components based
  on advanced semiconductor materials.  For example, structures
  made from GaAs based materials have conduction and switching
  loss dynamics that are 10 to 12 times better than silicon.
  The object of this effort is to develop a medium voltage primary
  side power switch and a low voltage secondary power rectifier
  that are capable of efficient power switching at very high
  MHz frequencies.  Of primary interest are switching frequencies
  in a range from 50 to 100 MHz.  The primary side switch must
  operate from a 50 Vdc backplane power source, and the secondary
  side power rectifier must support a 3.3 Vdc, 100 watt output.
   These devices must be demonstrated in a high frequency power
  topology that is implemented in a high density packaging technology.
   Successful development of such power devices will make it
  possible to demonstrate a surface mountable power module with
  a very high power density and an overall conversion efficiency
  of 85% making them suitable for use in military modular avionics
  systems.  (2) Deliverable Items:  (a) The following deliverable
  data items shall be proposed:  (i) Status Report, DI-MGMT-80368A/T,
  monthly;  (ii) Funds and  Man-hour Expenditure Report, DI-FNCL-80331/T,
  monthly;  (iii) Project Planning Chart, DI-MGMT-80507A/T, monthly;
   (iv) Contract Funds Status Report (CFSR), DI-MGMT-81468, quarterly;
   (v) Presentation Material,  DI-ADMN-81373/T, as required;
   (vi) Scientific and Technical Reports, Contractor's Billing
  Voucher, DI-MISC-80711/T, monthly; and (vii) Scientific and
  Technical Reports, DI-MISC-80711/T, (Draft and Reproducible
  Final). (b) The following additional deliverable items shall
  be proposed:   A working prototype of packaged power devices
  in a high power density test circuit. (3) Security Requirements:
  None.  (4) Other Special Requirements:  International Trade
  in Arms Restrictions apply.  Public Law 98-94 applies to this
  acquisition. Offerors must submit approved DD Form 2345, "Militarily
  Critical Technical Data Agreement" with their proposal.  
  C--ADDITIONAL INFORMATION:  (1) Anticipated Period of Performance:
   The total length of the technical effort is estimated to be
  36 months.  The contractor shall also provide for an additional
  4 months for processing/completion of the final report.  (2)
  Expected Award Date: September 1997.  (3) Air Force Estimate:
   The Air Force anticipates a funding profile of:  FY97  $5K,
   FY98 $500K,  FY99  $500K,  FY00  $422K resulting in a total
  funding of  $1427 K.  This funding level is an estimate only
  and is not a promise for funding as all funding is subject
  to change due to Air Force discretion and availability.  (4)
  Type of Instrument:  Contract - Cost Plus Fixed Fee (CPFF)
  or Cost (no fee);  or Assistance Instruments - grant or cooperative
  agreement.  (5) Government Furnished Property:  None.  (6)
  Size Status:  For the purpose of this acquisition, the size
  standard is 500 employees (SIC 8731).  (7) Notice to Foreign-Owned
  Firms:  Such firms are asked to immediately notify the contracting
   point of contact  upon deciding to respond to this announcement.
   Foreign contractors should be aware that restrictions apply
  which preclude their participation in this acquisition.  D--PROPOSAL
  PREPARATION INSTRUCTIONS:  (1) General Instructions:  Offerors
  should apply the restrictive notice prescribed in the provision
  at FAR 52.215-12, Restriction on Disclosure and Use of Data,
  to trade secrets or privileged commercial and financial information
  contained in their proposals.  Proposal questions should be
  directed to one of the points of contact listed below.  Offerors
  should refer to the instructions contained in the WL "PRDA
  and BAA Guide for Industry" referenced in Section A of this
  announcement.  Separate technical and cost proposal volumes
  are required and must be valid for 180 days.  Proposals must
  reference the above BAA  number.  Proposals shall be submitted
  in an original and three (3) copies. All responsible sources
  may submit a proposal which shall be evaluated against the
  criteria set forth below in the Section E - Basis of Award.
   Offerors are advised that only contracting officers are legally
  authorized to contractually bind or otherwise commit the Air
  Force.  (2) Technical Proposal:  The technical proposal shall
  include a discussion of the nature and scope of the research
  and the technical approach.  Additional information on prior
  work in this area, descriptions of available equipment, data
  and facilities, and resumes of personnel who will be participating
  in this effort should also be included as attachments to the
  technical proposal and are not included in the page limit discussed
  below.  The technical proposal shall include a Statement of
  Work (SOW) detailing the technical tasks / phases proposed
  to be accomplished under the proposed effort and be suitable
  for instrument incorporation.  Offerors should refer to the
  WL Guide to assist in SOW preparation. Any questions concerning
  the technical proposal or SOW preparation should be referred
  to the technical point of contact.  (3) Cost Proposal: Adequate
  price competition is anticipated.  The accompanying cost proposal
  / price breakdown shall be furnished with supporting schedules
  and shall contain a person-hour breakdown per task.  (4) Page
  Limitations:  The technical proposal shall be limited to 50
  pages (12 pitch or larger type), double-spaced, single-sided,
  8.5 by 11 inches.  The page limitation includes all information,
  i.e., indexes, photographs, fold-outs, appendices, attachments,
  etc..   Pages in excess of this limitation will be removed
  from the proposal and will not  be evaluated by the Air Force.
  Cost proposals have no page limitation, however, offerors are
  requested to limit cost proposals to 75 pages as a goal.  
  (5) Preparation Cost:  This announcement does not commit the
  Air Force to pay for any proposal preparation cost.  The cost
  of preparing proposals in response to this BAA is not an allowable
  direct charge to any resulting award, or any other procurement
  instrument.  However, it may be an allowable expense to the
  normal bid and proposal indirect cost as specified in FAR 31.205-18.
   E--BASIS FOR AWARD:  The selection of one or more sources
  for award will be based on an evaluation of an offeror's proposal
  (both technical and cost) to determine the overall merit of
  the proposal in response to the announcement.  The technical
  aspect, which is ranked as the first order of priority, shall
  be evaluated based on the following criteria of equal importance:
   (1) Understanding of the problem; (2) Soundness of technical
  approach;  (3)  Technical innovativeness;  (4)  Offeror's capabilities,
  plan of execution, experience, and facilities.  Cost and /
  or price, which includes consideration of proposed budgets
  and funding profiles is a substantial factor, but, ranked as
  the second order of priority.  No other evaluation criteria
  will be used.  The technical and cost proposals will be evaluated
  at the same time.  The Air Force reserves the right to select
  for award  any, all, part, or none of the proposal(s) received.
   F--POINTS OF CONTACT:  (1)  An Ombudsman has been appointed
  to hear concerns from offerors and potential offerors during
  the proposal development phase of this acquisition.  The purpose
  of the Ombudsman is not to diminish the authority of the contracting
  officer, but to communicate contractor concerns , issues, disagreements
  and recommendations to the appropriate Air Force personnel.
   All potential offerors should use established channels to
  voice concerns before resorting to use the Ombudsman.  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 or in the source selection.
   The Ombudsman should only be contacted with issues or problems
  that have been previously brought to the attention of the contracting
  officer and could not be satisfactorily resolved at that level.
   These serious concerns only may be directed to the Ombudsman,
  Mr. Daniel L. Kugel, ASC/SY, Bldg. 52, 2475 K St., Suite 1,
  Wright-Patterson AFB, OH 45433-7642, E-Mail:  kugeldl@sy.wpafb.af.mil,
  phone (513) 255-3855.  (2) Technical Point of Contact:  George
  A. High, WL/AADI, 2241 Avionics Circle, Ste 20, Wright-Patterson
  Air Force Base OH 45433-7322, (937) 255-4557  x 3441.  (3)
  Contracting/Cost Point of Contact: Edward J. Caulfield, WL/AAKE,
  Bldg 7, 2530 C Street, Wright-Patterson Air Force Base, OH
  45433-7607,  (937) 255-2976. ??           
CITE: (W-353 SN013302)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB,
  OH 45433-7607
SUBJECT: A--FILTERS AND MULTIPLEXERS FOR MULTIFUNCTION RV SENSORS
SOL BAA-97-02-AAK
DUE 022597
POC Contact Edward J. Caulfield, Contract Negotiator,  (937)
  255-3379 or Nancy F.I. Stormer, Contracting Officer, (937)
  255-5311
DESC:  A--INTRODUCTION:  Wright Laboratory (WL) is interested
  in receiving proposals (technical and cost) on the exploratory
  development effort described in Section B.  Proposals in response
  to this Broad Agency Announcement (BAA) shall be submitted
  by Feb 25, 1997, 1500 hours Eastern Daylight Time, addressed
  to (Attn: Edward J. Caulfield), WL/AAKE, Building 7, 2530 C
  Street, Wright-Patterson AFB, OH 45433-7607.  Proposals shall
  not be submitted via facsimile transmission.  This is an unrestricted
  solicitation, except as specified by the International Trade
  in Arms Regulation (ITAR) requirements.  Small businesses are
  encouraged to propose on all or any part of this solicitation.
   Proposals submitted shall be in accordance with this announcement.
   Proposal receipt after the cutoff date and time specified
  herein shall be treated in accordance with restrictions of
  FAR 52.215-10; copy of this provision may be obtained from
  the contracting point of contact cited in Section F.  There
  will be no other solicitation issued in regard to this requirement.
   Offerors should be alert for any amendments to this solicitation
  that may be published.  This BAA may be amended to allow subsequent
  submission of proposal dates.  Offerors should request a copy
  of the WL Guide entitled, "PRDA and BAA Guide for Industry".
   This guide was specifically designed to assist offerors in
  understanding the PRDA/BAA proposal process.  Copies may be
  requested from the contracting point of contact or obtained
  via the world wide web site: www.wl.wpafb.af.mil/contract.
  B REQUIREMENTS:  (1) Technical Description:  Advanced phased
  array multifunction systems need some form of filtering or
  multiplexing for the T/R module in order to achieve a high
  degree of noise immunity and anti-jam characteristics for operations
  in modern hostile environments.  The capability is needed for
  Multifunction Radar,  Electronic Protection, and Communications
  RF.  Recent programs at Wright Laboratory have resulted in
  the availability of small, light weight, low loss, passive
  filter and filter/multiplexer structures.  Research is needed
  to efficiently and cost effectively incorporate these circuits
  into either "brick" or "tile" T/R module configurations.  Insertion
  loss on the order of 1 dB, return loss better than 15 dB, and
  adjacent channel rejection of 80 dB at 25% from center of adjacent
   channels have been achieved in a laboratory environment. 
  It is now time to achieve these performance levels in an actual
  T/R module configuration, and in operational conditions.  This
  effort will involve a mechanical design of the package and
  interconnects, and will include analysis and verification of
  shock and vibration, and thermal cycling.  (2) Deliverable
  Items:  (a) The following deliverable data items shall be proposed:
   (i) Status Report, DI-MGMT-80368A/T, monthly;  (ii) Funds
  and Man-hour Expenditure Report, DI-FNCL-80331/T, monthly;
   (iii) Project Planning Chart, DI-MGMT-80507A/T, monthly; 
  (iv) Contract Funds Status Report (CFSR), DI-MGMT-81468, quarterly;
   (v) Presentation Material, DI-ADMN-81373/T, as required; 
  (vi) Scientific and Technical Reports, Contractor's Billing
  Voucher, DI-MISC-80711/T, monthly; and (vii) Scientific and
  Technical Reports, DI-MISC-80711/T, (Draft and Reproducible
  Final).  (b) The following additional deliverable items shall
  be proposed:  Working prototype of packaged filter system.
   This must be sized to X-Band radiator spacing and include
  essential T/R components sufficient for system evaluation.
   (3) Security Requirements:  None.  (4) Other Special Requirements:
   International Trade in Arms Restrictions apply.  Public Law
  98-94 applies to this acquisition. Offerors must submit approved
  DD Form 2345, Export-Controlled DOD Technical Data Agreement
  with their proposal.  C--ADDITIONAL INFORMATION:  (1) Anticipated
  Period of Performance:  The total length of the technical effort
  is estimated to be 36 months.  The contractor shall also provide
  for an additional 4 months for processing/completion of the
  final report.  (2) Expected Award Date:  July 1997.  (3) Air
  Force Estimate:  The Air Force anticipates  a total funding
  (in $1000) as follows:  FY97, 5;  FY98, 400;  FY99, 300;  FY00,
  420.  This funding level is an estimate only and is not a promise
  for funding as all funding is subject to change due to Air
  Force discretion and availability.  (4) Type of Instrument:
   Contract - Cost Plus Fixed Fee (CPFF) or Cost (no fee);  or
  Assistance Instruments - grant or cooperative agreement.  (5)
  Government Furnished Property:  None contemplated.  (6) Size
  Status:  For the purpose of this acquisition, the size standard
  is 500 employees (SIC 8731).  (7) Notice to Foreign-Owned Firms:
   Such firms are asked to immediately notify the contracting
   point of contact  upon deciding to respond to this announcement.
   Foreign contractors should be aware that restrictions apply
  which preclude their participation in this acquisition.  D--PROPOSAL
  PREPARATION INSTRUCTIONS:  (1) General Instructions:  Offerors
  should apply the restrictive notice prescribed in the provision
  at FAR 52.215-12, Restriction on Disclosure and Use of Data,
  to trade secrets or privileged commercial and financial information
  contained in their proposals.  Proposal questions should be
  directed to one of the points of contact listed below.  Offerors
  should refer to the instructions contained in the WL "PRDA
  and BAA Guide for Industry" referenced in Section A of this
  announcement.  Separate technical and cost proposal volumes
  are required and must be valid for 180 days.  Proposals must
  reference the above BAA number.  Proposals shall be submitted
  in an original and three (3) copies. All responsible sources
  may submit a proposal which shall be evaluated against the
  criteria set forth below in the Section E - Basis of Award.
   Offerors are advised that only contracting officers are legally
  authorized to contractually bind or otherwise commit the Air
  Force.  (2) Technical Proposal:  The technical proposal shall
  include a discussion of the nature and scope of the research
  and the technical approach.  Additional information on prior
  work in this area, descriptions of available equipment, data
  and facilities, and resumes of personnel who will be participating
  in this effort should also be included as attachments to the
  technical proposal and are included in the page limit discussed
  below.  The technical proposal shall include a Statement of
  Work (SOW) detailing the technical tasks/phases proposed to
  be accomplished under the proposed effort and be suitable for
  instrument incorporation.  Offerors should refer to the WL
  Guide to assist in SOW preparation.  Any questions concerning
  the technical proposal or SOW preparation should be referred
  to the technical point of contact.  (3) Cost Proposal: Adequate
  price competition is anticipated.  The accompanying cost proposal/price
  breakdown shall be furnished with supporting schedules and
  shall contain a person-hour breakdown per task.  (4) Page Limitations:
   The technical proposal shall be limited to 75 pages (12 pitch
  or larger type), double-spaced, single-sided, 8.5 by 11 inches.
   The page limitation includes all information, i.e., indexes,
  photographs, fold-outs, appendices, attachments, etc..  Pages
  in excess of this limitation will be removed from the proposal
  and will not be evaluated by the Air Force.  Cost proposals
  have no page limitation, however, offerors are requested to
  limit cost proposals to 75 pages as a goal.   (5) Preparation
  Cost:  This announcement does not commit the Air Force to pay
  for any proposal preparation cost.  The cost of preparing proposals
  in response to this BAA is not an allowable direct charge to
  any resulting award, or any other procurement instrument. 
  However, it may be an allowable expense to the normal bid and
  proposal indirect cost as specified in FAR 31.205-18.  E--BASIS
  FOR AWARD:  The selection of one or more sources for award
  will be based on an evaluation of an offeror's proposal (both
  technical and cost) to determine the overall merit of the proposal
  in response to the announcement.  The technical aspect, which
  is ranked as the first order of priority, shall be evaluated
  based on the following criteria of equal importance:  (1) Understanding
  of the problem;  (2) Soundness of technical approach;  (3)
   Technical innovativeness;  (4)  Offeror's capabilities, plan
  of execution, experience, and facilities.  Cost and/or price,
  which includes consideration of proposed budgets and funding
  profiles is a substantial factor, but, ranked as the second
  order of priority.  No other evaluation criteria will be used.
   The technical and cost proposals will be evaluated at the
  same time.  The Air Force reserves the right to select for
  award any, all, part, or none of the proposal(s) received.
   F--POINTS OF CONTACT:  (1)  An Ombudsman has been appointed
  to hear concerns from offerors and potential offerors during
  the proposal development phase of this acquisition.  The purpose
  of the Ombudsman is not to diminish the authority of the contracting
  officer, but to communicate contractor concerns, issues, disagreements
  and recommendations to the appropriate Air Force personnel.
   All potential offerors should use established channels to
  voice concerns before resorting to use the Ombudsman.  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 or in the source selection.
   The Ombudsman should only be contacted with issues or problems
  that have been previously brought to the attention of the contracting
  officer and could not be satisfactorily resolved at that level.
   These serious concerns only may be directed to the Ombudsman,
  Mr. Daniel L. Kugel, ASC/SY, Bldg. 52, 2475 K St., Suite 1,
  Wright-Patterson Air Force Base, OH 45433-7642, E-Mail:  kugeldl@sy.wpafb.af.mil,
  phone (937) 255-3855.  (2) Technical Point of Contact:  Dr.
  Thomas J. Jones, WL/AADI, 2241 Avionics Circle, Wright-Patterson
  Air Force Base, OH 45433-7322, (937) 255-4557  EXT 3448. (3)
  Contracting/Cost Point of Contact:  Mr. Edward J. Caulfield,
  WL/AAKE, Bldg 7, 2530 C Street, Wright-Patterson Air Force
  Base, OH 45433-7607,  (937) 255-2976. ??         

CITE: (W-353 SN013313)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: AFOSR, 110 Duncan Avenue, Room B115, Bolling AFB DC 20332-8080
SUBJECT: B--JAST TECHNICAL ENGINEERING ANALYTICAL MODELING DATABASE
  AND SECURITY SUPPORT
SOL N/A
POC Contracting Officer, Kristen Huff Numrych, (202) 404-7468
DESC: AFOSR intends to solicit on an Other Than Full and Open
  Competition basis pursuant to FAR 6.302-1, Only One Responsible
  Source for continued technical, engineering, analytical, modeling,
  database, and security services of the existing contract F49620-94-C-0028.
  This is a notice of intent and shall not be considered a Request
  for Offers. See Numbered Note 22.
CITE: (I-352 SN012976)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: AFOSR, 110 Duncan Avenue, Room B115, Bolling AFB DC 20332-8080
SUBJECT: B--RESEARCH AND ANALYSIS OF TECHNICAL PROBLEMS ASSOCIATED
  WITH: TRANSACTING USAF OPERATIONAL REQUIREMENTS INTO ACQUISITION
  PROGRAM; AND OTHER ACTIVITIES NECESSARY TO ACCOMPLISH RELATED
  TASKS
SOL N/A
POC Contracting Officer, Kristen Huff Numrych, (202) 404-7468
DESC: AFOSR intends to solicit on an Other Than Full and Open
  Competition basis pursuant to FAR 6.302-1, Only One Responsible
  Source for technical, engineering, analytical, modeling, database,
  and security services. This is a notice of intent and shall
  not be considered a Request for Offers. See Numbered Note 22.
CITE: (I-352 SN012977)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Fleet and Industrial Supply Center Norfolk Detachment
  Washington DC, Washington Navy Yard, Bldg. 200, 4TH Floor,
  901 M Street, SE, Washington, DC
SUBJECT: B--ELECTROMAGNETIC TECHNICAL SUPPORT SERVICE
SOL N00600-97-R-0372
POC The Bid Room at (202) 433-2920.  Fax responses to (202) 433-9568.
   For additional information contact Carla Backus, Code 201.4H,
  Contract Specialist, (202) 433-7148.  Contracting Officer:
   Roscoe W. Crawford, (202) 433-5387.
DESC: Correction:  This action was orignally published in the
  CBD dated 21` June 1996 and modified on 11 July 1996 Issue
  numbers PSA-1621 and PSA-1634 respectively.  CORRECTION:  Change
  the previously published solicitation number from N00600-96-R-3245
  to the number relected above N00600-97-R-0372.  The SIC Code
  for the synopsis modification published 11 July 1996 is changed
  from 8731 to 4899.  The requirement is changed from 100% Small
  Business Set-Aside as published in the original synopis to
  Unrestricted.  The estimated closing dae of the solicitation
  is changed from 09 August 1996 to 06 January 1997.
CITE: (I-353 SN013146)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Contracting Division, Tooele Army Depot, P.O. Box 839--Bldg.
  9 Tooele, Utah 84074-5020
SUBJECT: B--ERGONOMIC STUDY
SOL DAAC89-97-T-0051
DUE 011697
POC Frances E. Arbon, (801) 833-3171 Contracting Officer Diane
  Mahmood, (801) 833-3208.
DESC: Provide ergonomic study, human factors expertise, training
  and consultation to Tooele Army Depot, Tooele, UT--This procurement
  is 100% Small Business Set Aside--Requests for Request for
  Quotation must be received in writing and sent to Contracting
  Office, Tooele Army Depot, P.O. Box 839, Tooele UT 84074-5020.
CITE: (M-353 SN013263)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U.S. Department of the Interior, Bureau of Reclamation,
  Arizona Projects Office, P.O. Box 9980, Phoenix, Arizona 85068-0980
SUBJECT: B--SOUTHWESTERN WILLOW FLYCATCHER HABITAT MONITORING,
  ROOSEVELT LAKE, ARIZONA
SOL 1425-97-SP-32-02860
DUE 021497
POC Deborah Talbert, Contract Specialist, (602) 870-2421; Ruth
  Martin, Contracting Officer, (602) 870-2457. All questions
  should be referred to the Contract Specialist.
DESC: The Bureau of Reclamation anticipates awarding a four-year,
  cost reimbursement type contract for Monitoring of the Southwestern
  Willow Flycatcher Habitat at Roosevelt Lake in Arizona. The
  overall objective of the monitoring shall be to collect data
  which quantifies any spatial, temporal, structural, or botanical
  changes in existing and potential Willow Flycatcher habitat
  (riparian) as a result of the operation of modified Roosevelt
  Dam and Roosevelt Lake. The contractor will be required to
  (1) collect low-level aerial photography of the monitoring
  area to quantify baseline and future riparian habitat conditions;
  (2) analyze and ground-truth aerial photography   to develop
  riparian habitat coverage maps on a Geographic Information
  System; (3) Monitor and analyze changes in the aerial extent
  and dimensions of riparian habitat types and habitat patches;
  (4) monitor and analyze changes in riparian habitat structure
  at the Tonto Creek and Salt River inflow; and (5) prepare report
  summarizing the data collected to meet the above objectives.
  This acquisition is set-aside for small business. The small
  business size standard is 500 employees. The industrial classification
  code (SIC) is 8731.
CITE: (M-353 SN013275)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Environmental Protection Agency, 726 Minnesota Avenue,
  Kansas City, KS 66101
SUBJECT: B--REMEDIAL SERVICES
POC Anthony LaMaster, (913) 551-7228, Contract Specialist.
DESC: Provide support for the design of a soil vapor extraction
  (SVE) and treatment system to clean up contaminated subsurface
  soils at the Cleburn Street Well Superfund site on Grand Island,
  Nebraska. In addition, the remedy calls for the use of an existing
  SVE unit, owned by EPA. The solicitation will be issued as
   a request for quotation (RFQ) and will be set-aside for small
  business only. Requests for Quotations will be issued after
  1/7/97 and will be due 30 days thereafter, 2/10/97. All responsible
  sources may submit a quotation which shall be considered by
  the agency. Request to receive request for quotation (RFQ)
  must be in writing, send to address above or FAX to (913) 
   551-7579. Award will be made on price and other factors.
CITE: (M-353 SN013291)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: National Cancer Institute, Research Contracts Branch,
  PSCS 6120 Executive Blvd., EPS/634 Bethesda, Maryland 20892-7227
SUBJECT: B--MODULATION OF DRUG RESISTANCE: EFFLUX PHENOTYPES
  IN CHILDHOOD LEUKEMIA
SOL RFQ-70021-NS
DUE 020597
POC Trish Haun, Contracting Officer, 301/402-4509.
DESC: The National Cancer Institute (NCI) intends to enter into
  a three (3) year contract with the Children's National Medical
  Center (CNMC), Washington, DC, to provide services associated
  with a project entitled: "Modulation of Drug Resistance: Efflux
  Phenotypes in Childhood Leukemia." This study will provide
  insight into the biological mechanisms related to treatment
  failure. The incidence and prevalence of resistance proteins
  that pump chemotherapy out of leukemia cells will be evaluated
  by flow cytometry. This project will study how common these
  drug resistance proteins are in childhood leukemia, evaluate
  if their effect can be reversed and relate these findings to
  initial response to treatment, relapse, long-term relapse-free
  survival, and survival. The proposed work results from a grant
  which was awarded by the American Cancer Society (ACS) to Dr.
  S. Percy Ivy, formerly an Assistant Professor/Attending Physician,
  at CNMC. Dr. Ivy has recently accepted a full time position
  with the NCI and this acquisition will provide a mechanism
  for conduct of the work proposed. Dr Ivy's participation and
  technical direction of this project is considered critical
  to the successful completion of the work, as she is the Principal
  Investigator for the ACS grant. In addition, the team and resources
  at CNMC, such as the Childrens Cancer Group (CCG) Reference
  Laboratory, specified in the grant application were also key
  factors in the peer review approval. This is not a request
  for competitive solicitation. Organizations who wish to respond
  to this notice must have their documentation at the following
  address no later than 2:30 PM EST on 02/05/97 to Trish Haun,
  6120 Executive Boulevard, Room 634, Rockville, MD 20892-7227.
  No collect calls will be accepted.
CITE: (I-353 SN013349)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U. S. Army Engineer District, Savannah, P.O. Box 889,
  Savannah, Georgia 31402-0889
SUBJECT: B--CULTURAL RESOURCES PLANNING STUDIES IN THE CONTIGUOUS
  UNITED STATES
SOL DACW21-97-R-0017
DUE 021597
POC Anna L. Mustard, Contract Specialist, (912)652-5292, or Alice
  N. Hicks, Contracting Officer
DESC: Modification:  This action was originally publicized in
  the CBD on 3/8/96.   Solicitation number for this action has
  been changed from DACW21-96-R-0033 to DACW21-97-R-0017.  Minimum
  amount of the contract has been changed to $40,000 for the
  base year and $20,000 for each of the two option years. Contracting
  officer has been changed to Alice N. Hicks.  Proposed procurement
   is for services to perform cultural resources planning studies
  in the contiguous United States.  Some of the areas that the
  contractor must have access to or  expertise in are as follows:
   historic surveys; standing structure; historic architectural/historical
  engineering surveys; archaeological surveys; landscape  inventories;
  and other subdiscipline specializations, such as zooarchaeological
   and paleoethnobotanical analysis.  This procurement will result
  in an indefinite quantity type of contract with a base period
  and two one-year options.  The proposed procurement is 100%
  set aside for small business.  Standard Industrial Code is
  8748; size standard is $5 Million.  This is a Civil Works Program
   procurement and is not funded by the Department of Defense.
   Names of  contractors who requested copies of the solicitation
  under the initial CBD announcement will be placed on the Bidders'
  Mailing List for solicitation number DACW21-97-R-0017.  All
  other information publicized in the original synopsis is 
  correct.  Contractors not responding initially who wish to
  receive a copy of the solicitation should submit their request
  in writing to the above address or by FAX to (912) 652-5828.
   All requests must include RFP number DACW21-97-R-0017,  and
  they must be marked to the attention of Anna L. Mustard, CT-P.

CITE: (W-353 SN013375)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential
  Sources Sought
OFFADD: Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,
  Columbus, OH 43216-6595
SUBJECT: B--REQUEST FOR INFORMATION--INSTALLATION SUPPORT, STORAGE
  & WAREHOUSING SERVICES
SOL N/A
DUE 013197
POC Dena Hartman, Contracting Officer, 614-692-3449
DESC: THE DEFENSE SUPPLY CENTER COLUMBUS (DSCC) AND THE DEFENSE
   DEPOT COLUMBUS OHIO (DDCO) ARE ASSESSING THE AVAILABILITY
  OF PRIVATE SECTOR SOURCES THAT HAVE THE CAPABILITY TO PERFORM
   ALL OR PART OF THE INSTALLATION SUPPORT SERVICES AND STORAGE
   AND WAREHOUSING FUNCTIONS.  OPTIONS BEING STUDIED ARE: THE
   COMBINING OF ALL SERVICES INTO A SINGLE PACKAGE; THE BUNDLING
   OF SERVICES INTO LOGICAL SETS; OR THE CONTRACTING OF INDIVIDUAL
   SERVICES.  NO DECISION HAS BEEN MADE AS TO WHETHER THESE 
   FUNCTIONS WILL BE COMPLETED THROUGH THE FEDERAL PROCUREMENT
   PROCESS.  WE ARE SEEKING INFORMATION FROM CONTRACTORS EXPERIENCED
  IN FACILITY MANAGEMENT, WAREHOUSING, AND OTHER SUPPORT SERVICES.
   FUNCTIONS UNDER CONSIDERATION INCLUDE BUT ARE NOT LIMITED
  TO THE FOLLOWING:   * REAL PROPERTY MAINTENANCE * MINOR
  CONSTRUCTION * GROUNDS MAINTENANCE * EQUIPMENT & MOTOR VEHICLE
  MAINTENANCE * FLEET MANAGEMENT (GOVT OWNED & OPERATED VEHICLES)
   * ENGINEERING AND ARCHITECT SERVICES * OFFICE SUPPLIES (PURCHASE
  & DELIVER) * STORAGE & WAREHOUSING * MAIL DISTRIBUTION (INTEROFFICE
  AND OUTBOUND US. MAIL & UPS, ETC. * BUS/TAXI SERVICE * RECREATION
  SERVICES (MANAGE PROGRAMS & OPERATE FACILITIES) * CUSTODIAL
  SERVICES * FOOD SERVICES * OPERATION AND MAINTENANCE OF UTILITIES
   * REFUSE COLLECTION & DISPOSAL (INCLUDING RECYCLING PROGRAM)
   * ENVIRONMENTAL SERVICES * FIRE PROTECTION SYSTEMS * PEST
  MANAGEMENT SERVICES * FURNITURE & OFFICE EQUIPMENT MAINTENANCE
  AND REPAIR * PHOTOGRAPHIC SERVICES * AUDIO-VISUAL SERVICES
   * ADMINISTRATIVE SUPPORT SERVICES  CONTRACTORS WITH SIGNIFICANT
  EXPERIENCE IN ANY OR ALL OF THE  AREAS LISTED ABOVE ARE INVITED
  TO RESPOND.  YOUR RESPONSE  (25 PAGES OR LESS) SHOULD INCLUDE:
     * STATEMENT OF CORPORATE/TEAM CAPABILITIES IN EACH SERVICE
  AREA.  * SUMMARY OF EXPERIENCE (INCLUDE TEAM MEMBERS)  *
  BRIEF DESCRIPTION OF SYSTEMS USED TO ENSURE INTEGRATION OF
      MULTIPLE SERVICES  * OTHER RELEVANT DATA  INTERESTED
  PARTIES SHOULD VISIT OUR WEB SITE AT http://www.dscc.dla.mil
   FOR INFORMATION OR CONTACT MS. DENA HARTMAN AT (614) 692-3449.
   A FACT SHEET IS AVAILABLE WHICH PROVIDES MORE DETAILED INFORMATION
  ABOUT THE BASE AND ITS MISSION.  RESPONSES SHOULD BE ADDRESS
  TO:  DSCC, ATTN: PSBB, P.O. BOX 16704, COLUMBUS, OH  43216-5010,
  AND RECEIVED NO LATER THAN JANUARY 31, 1997. 
LINKURL: http://www.dscc.dla.mil
LINKDESC: 
CITE: (W-353 SN013282)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Contracting Officer, Naval Facilities Engineering Command,
  Engineering Field Activity Chesapeake (Attn. Code 02AE), Washington
  Navy Yard, Bldg 212, 901 M Street, SE, Washington, DC  20374-5018
SUBJECT: C--TWO INDEFINITE QUANTITY CONTRACTS FOR FACILITY PLANNING
  AND MASTER PLANNING COMPONENTS, VARIOUS LOCATIONS, EFA CHESNAVFACENGCOM
SOL N62477-97-D-0024 AND N62477-97-D-0025
DUE 012297
POC Contact Randolph Jones, 202-685-3152/Wanda McQueen, KO, 202-685-3188
DESC: The overall work requires planning, architectural and engineering
  services, knowledge of the Naval Facilities Engineering Command's
  shore facility planning system.  Two firms will be selected,
  each to perform one contract.  The selected firm(s) must have
  proven competency in the electronic integration of graphic,
  narrative, pictorial and tabular data.  The demonstrated ability
  in electronic integration is necessary for support of the electronic
  planning applications that have been developed for Navy Shore
  Facility planning and master planning components of all Major
  Claimant Activities, including Headquarters, Marine Corps.
   The primary work requires the application of sound planning
  principles and processes in the development of all the various
  planning components required under this contract, but are not
  limited to the following:  Basic Facilities Requirements (BFR);
  Assets Evaluations (AE) of existing facilities; MILCON (Military
  Construction) Project Planning Documentation (Facility Studies,
  Environmental Assessments, Economic Analysis, etc.); Master
  Plans; Other Navy Electronic Planning Applications, such as:
  On the Shore, the E-1, (Installation Planning, Design and Management
  Guide), etc.; Landscape Studies and Special Studies in support
  of various plans; Cultural Resource Studies; Graphic production
  of presentation materials; Land surveys and provision of cadastral
  maps, Real Estate Summary maps (RESMs); General Development
  maps (GDMs); and Block Plan Development for building occupancy.
   The contractor may be required to integrate these Navy Shore
  Facility planning and master planning components with NAVFAC's
  electronic planning and management applications: Activity Land
  Facility Assets (ALFA) and Activity Planning Management Model
  (APMM) which utilize graphic, narrative, pictorial and tabular
  data.  Digitizing efforts for the production of maps and building
  plans shall be in accordance with the Spatial Data Standards
  promulgated by the Tri-Service CAD Center, Vicksburg, Mississippi.
   Provide services, such as technical reports and studies, site
  investigations, programming, concepts, and provide Architectural
  engineering consultation for housing and community facilities
  projects.  The general intention is to provide for such design
  and engineering services as necessary to support development
  of facility concepts in the procurement process of the various
   projects.  The SIC Code is 8711.  The selected firm(s) for
  this (these) contract(s) will be required to provide overhead,
  profit, and discipline hourly rates to the Contracting Officer
  within 7 days after receiving notification. The selected firm(s)
  for this(these) contract(s) will also be required to participate
  in the first project's orientation and site visit meeting within
  seven days of notification and provide a fee proposal within
  ten days after receiving the Request for Proposal.  This will
  be a firm fixed price A/E contract.  The total contract amount
  for each contract will not exceed $1,000,000 for each year.
   The duration of the contract will be for one year with the
  possibility of four one-year options.  The estimated start
  date is March 1997.  Selection evaluation criteria, in relative
  order of importance are:  1.  Specialized experience and professional
  qualifications of the firm (including subcontractors), and
  the proposed project team in providing complete planning services
  and Architectural & Engineering support services as described
  above; 2.  Demonstrated capabilities in the development and
  technical support of integrated graphic, pictorial, narrative
  and tabular data applications, both in electronic and non-electronic
  format;  3. Demonstrated capabilities in sustained accomplishment
  of work within established time limits for multiple and simultaneous
  delivery orders; 4.  Past experience with Department of the
  Navy (NAVFAC) Shore Facilities Planning and with the NAVFAC
  Instructions;  5.  Past performance and process of the prime
  A-E firm (and their subcontractors) in their quality control/quality
  assurance program to assure coordinated technically accurate
  master plans, technical reports, and studies.  Each firm's
  past performance(s) and performance ratings will be reviewed
  during the evaluation process and can affect the selection
  outcome.  Firms which meet the requirements listed in this
  announcement are invited to submit one copy each of the completed
  Standard Form (SF) 254 and SF 255, U.S. Government Architect-Engineer
  Qualifications, to the office indicated below.  Site visits
  will not be arranged during the advertisement period.  This
  proposed contract is being solicited on an unrestricted basis.
   Should the due date fall on a weekend or an official Government
  holiday, the SF 255 is due on the first workday thereafter.
   Firms having a current SF 254 on file with this office may
  also be considered.  Interested firms are requested to include
  telefax numbers, the Contractor Establishment Code (CEC) and
  Taxpayer Identification Number (TIN) on the SF 254 and SF 255
  in block 3a and 1, respectively.  In  block 10, state why your
  firm is specially qualified based on the selection evaluation
  criteria.  Also, use block 10 to provide additional information
  desired by your firm.  Only the SF 254 and SF 255 will be reviewed.
  Experiences identified in block 8 should not be more than 5
  years old. The primary person proposed to be the direct contact
  with EFA CHES for the contract work must be identified as the
  "Project Manager". Information in the cover letter and any
  other attachments will not be ncluded in the official selection
  process.  Submit the SF 254 and 255 to the mail room in EFA
  CHES building, Building 212, by 3:30pm on the due date.  Fax
  copies of the SF 254 and 255 will not be accepted. This is
  not a request for proposal.  Selected firms may be subject
  to an advisory audit performed by the Defense Contract Audit
  Agency.  EEO compliance is required.  Because this contract
  acquisition could eventually result in an award over $500,000.00,
  a subcontracting plan is required by large business concerns.
   The small disadvantaged set-aside goals in that subcontracting
  plan shall not be less than 5%. The women-owned, small business
  set-aside goals in that subcontracting plan shall also not
  be less than 5%.  This does not apply if the prime firm is
  a small business concern.  Contracting Officer, Naval Facilities
  Engineering Command, Engineering Field Activity, Chesapeake,
  Building 212, 901 M Street SE, Washington, DC 20374-5018.
CITE: (I-353 SN013129)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Chief, A&MMS, VA Medical Center, 2360 East Pershing Blvd.
  Cheyenne, Wy 82001-5356
SUBJECT: C--A/E SERVICES
SOL 442-11-97
DUE 011797
POC Fran Friehauf, Contract Specialist 307-778-7329.
DESC: A/E services are required for design and preparation of
  plans and specifications for the renovation of a portion of
  2nd floor, C-Wing, at VA Medical Center, Cheyenne, Wyoming.
  Work will involve conversion of old nursing home care unit
  space into outpatient psychiatry administration and treatment
  areas. Area of consideration is limited to firms located within
  50 mile radius of Cheyenne, Wyoming and those firms desiring
  consideration should submit current SF254 and SF255 before
  close of business January 17, 1997. A/E selection criteria
  will include: (1) professional qualifications necessary for
  performance of required services; (2) specialized experience
  and technical competence of the A/E firm with similar type
  projects; (3) past performance on contracts with Government
  agencies; (4) geographical location of A/E firm; (5) experience
  and roles of key design personnel, specifically on related
  projects; (6) cost control and estimating effectiveness; and(7)
  CAD capability. Procurement is an Emerging Small Business set-aside
  (SIC Code 8712). An emerging small business under this SIC
  is defined as a business whose average annual sales for the
  past 3 years did not exceed $1.25 million. See Numbered Note(s):
  1.
CITE: (I-353 SN013159)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Chief, A&MMS, VA Medical Center, 2360 East Pershing Blvd.
  Cheyenne, Wy 82001-5356
SUBJECT: C--A/E SERVICES
SOL 442-11-97
DUE 011797
POC Fran Friehauf, Contract Specialist 307-778-7329.
DESC: Numbered Note(s): 1 is deleted from this synopsis. All
  remaining information is applicable.
CITE: (I-353 SN013162)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans
  La. 70160
SUBJECT: C--INDEFINITE QUANTITY TASK ORDER CONTRACTS FOR MISCELLANEOUS
  URBAN DRAINAGE DESIGN PROJECT WITHIN THE LIMITS OF THE NEW
  ORLEANS DISTRICT
SOL DACW29-97-R-0011
POC Contract Specialist, Betty Knight at (504) 862-1099 Contracing
  Officer, Martha P. Sloan at (504) 862-1161
DESC: 1.  CONTRACT INFORMATION:  A-E services are required for
  Five Separate Indefinite Quantity Task Order Contracts NTE
  $500,000 each for the base period with two option periods NTE
  $500,000 (per period).  The base period and each option period
  shall not exceed one year each. The first IDC is scheduled
  for award on or about July, 1997 with subsequent contracts
  being awarded approximately every two months. Work assignments
  will be via fixed price task orders issued on an intermittent
  basis during the contract period.  Criteria used in allocating
  orders among the contracts include performance and quality
  of deliverables under the current contract, current capacity
  to accomplish the task order in the required time, and equitable
  distribution of work among the contractors.  This announcement
  is open to all businesses regardless of size.  2.  PROJECT
  INFORMATION:  Each Architect--Engineer shall furnish all services,
  materials, supplies, plant, labor, equipment, studies, investigations
  (including soil borings, geotechnical designs and surveys),
  supervision, and travel required to prepare alternative design
  reports, to include soil sample retrieval of up to 5 inch diameter
  undisturbed soil samples as well as classification and triaxial
  testing of samples, stability analysis and cost comparisons;
  prepare rights-of-way drawings; prepare the plans and specifications
  for such features as roads, drainage structures and canals,
  bulkheads, etc.; perform stability analysis and topographic
  surveys for channels and excavations; and develop pile capacity
  curves, sheetpile, and bulkhead analyses.  CADD programs must
  be fully compatible with the Intergraph/Bentley Microstation
  CADD software (version 4.0 or later).  3.  SELECTION CRITERIA:
   See Note 24 for general selection process.  The selection
  criteria are listed below in order of precedence (first by
  major criterion and then by each sub-criterion).  Criteria
  (a)-(g) are primary.  Criteria (h)-(j) are secondary and will
  be used only as "tie-breakers" among technically equal firms.
   (a)  Specialized work experience and technical competence
  of the firm and its key personnel to perform the services listed
  above.  (b)  Capacity (personnel and equipment) to accomplish
  work in the required time.  Provide the following minimum design
  personnel to perform work:  2 civil engineers, 1 geotechnical
  engineer, 1 structural engineer, 1 hydraulic engineer, 1 registered
  land surveyor, one 4-person survey crew, one 3-person boring
  crew, one soils laboratory technician, one cost engineer, and
  3 CADD technicians.  Demonstrate capacity to produce CADD drawings
  utilizing CADD programs fully compatible with the Intergraph/Bentley
  Microstation CADD software, Version 4.0 or later.  Provide
  a list of survey and soil boring equipment that may be utilized
  for the project. (c)  Professional qualifications of the key
  design personnel available to work on these contracts in the
  following disciplines:  civil engineering, structural engineering,
  hydraulic engineering, geotechnical engineering, cost engineering,
  surveying (one registered land surveyor), and CADD technicians.
   (d)  Past performance on contracts with Government agencies
  and private industry.  (e) Knowledge of geographic area within
  the limit of the New Orleans District, specifically Orleans,
  Jefferson, and St. Tammany Parishes. (f)  Safety plan and past
  performance (manhours lost to accidents in the last 100,000
  manhours of work by firm).  (g)  Quality control plan.  (h)
   Location of the design firm in the general geographic area
  of the project and to the New Orleans District Headquarters.
   (i) Extent of participation (measured as a percentage of total
  contract) by Small Business, Small Disadvantaged Business,
  Historically Black Colleges and Universities, and Minority
  Institutions.  (j)  Volume of DOD work.  4.  SUBMISSION REQUIREMENTS:
   See Note 24 for general submission requirements.  Firms which
  meet the requirements described in this announcement are invited
  to submit 5 copies of SF 254s and SF 255s (11/92 edition) for
  the prime contractor as well as all subcontractors and consultants
  to the address below not later than 30 days after the date
  of this publication.  Address the minimum personnel and equipment
  reguirements and each of the Selection Criteria in Block 10
  of the SF 255.  For criteria (f) and (g), comprehensive outlines
  of safety and quality control plans will be satisfactory. 
  Complete plans will be required after contract award. Safety
  performance data (manhours lost) must be submitted including
  data for any subcontractors.  If the 30th day is a Saturday,
  Sunday or a Federal holiday, the deadline is the close of buisness
  of the next business day.  Include the firm's ACASS number
  in SF 255, Block 3b. For ACASS information, call (503) 326-3459.
   Overnight or courier type mail should be sent to the following
  address:  U.S. Army Corps of Engineers, New Orleans District,
  CELMN-CT-T, Attn:  Betty Knight, Foot of Prytania Street, New
  Orleans, LA  70118-1030.  Solicitation packages are not provided.
   This is not a request for proposal. Refer to Solicitation
  No. DACW29-97-R-0011.
CITE: (I-353 SN013254)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Sacramento Air Logistics Center, Directorate of Contracting,
  McClellan  Air Force Base, California 95652-1314
SUBJECT: C--A/E MULTIDISCIPLINE DESIGN SERVICES  AND INSPECTION
  (TITLE II) SERVICES USING INDEFINITE-DELIVERY INDEFINITE QUANTITY
  (IDIQ)  CONTRACTS
POC Contracting Officer, Delvin  E. Ressel (916) 643-4262 CONTACT:
  Delvin  E. Ressel (Buyer) (916) 643-4262.
DESC: Multidiscipline  Design Services (Title I) and Inspection
  Services (Title II) utilizing Indefinite Delivery Indefinite
  Quantity (IDIQ) Contracts. The designs and inspections will
  involve some or all elements of design and construction, including,
  but not limited to architectural, structural, civil, mechanical
  and  electrical. Design services shall consist of preparation
  of construction documents including design analysis,  drawings,
  cost estimates,  specifications and possible development  of
  programming documents. Also work may include the  conducting
  of fact-finding studies, site surveys, site investigations,
  and as-built  drawings. Title II  Inspection Services shall
  consist of inspection, reviewing contractor's submittals for
  compliance with  contract specifications,  technical observations,
  and surveillance of projects under construction. The preparation
  of construction documents for certain projects may be required
  to  utilize the Simplified Acquisition of Base Engineering
  Requirements (SABER)  and other inplace IDIQ Construction Contracts.
  The Design Scopes of Work will require meeting the specific
  formats of these means of project procurement. The IDIQ contract
  will have a  maximum  monetary limit of $500,000.00  with a
  minimum  of $5,000.00 guaranteed, against which individual
  work orders of up to $299,000.00 may be written. The contract
   starting date  will be approximately 15 May  1997 for  a period
  of   one year, with an  option  to extend the contract for
  one additional year. It  is anticipated that multiple IDIQ
   contracts will be awarded. The criteria which will be the
  basis for selecting firms are: specialized experience in each
   of the fields  of architectural,  structural, civil, mechanical
  and  electrical design; availability of experienced key personnel;
   capacity of  the firm to accomplish the work in a timely manner;
  past experience of the firm  with  respect to similar type
  work;  location of the  firm in the general geographic area
  of the work, provided that there is an appropriate number of
  qualified firms therein  for consideration; volume of work
    previously awarded by the Department of Defense to the firm
  within the last three years, with the object of effecting an
  equitable distribution of contracts among qualified A/E firms;
   and performance of previous work at McClellan Air Force Base
  as applicable. Experience in development of studies, construction
  working drawings and miscellaneous deliverables utilizing Computer
  Aided Design and drafting (CADD) systems is required. All construction
  designs, plans and drawings shall be delivered in Microstation
  Format (Version 4.0) on 8mm  cartridge tape or high-density
  floppy. Acceptable formats will be DGN or DXF in Unix or DOS.
  The Government will provide CADD   Standards on floppy and
   hard copy format. Specifications are to be  in  Microsoft
  Word  6.0 for Windows on  3-1/2  inch  high density floppies.
  List  all in-house  CADD  equipment and software in item 10
  of the Standard Form (SF) 255, ``Architect/Engineer and Related
  Services Questionnaire  for a Specific Project''. It is anticipated
   that more than one A/E  firms  will be selected. Firms desiring
  consideration must submit appropriate data as described in
  CBD Numbered Note (24).  This  is not a Request for Proposed
  (RFP). Those firms  qualified to provide the services described
  in this announcement and submitting a copy of SF 255, and the
  latest  SF 254,   ``Architect/Engineer and  Related Services
  Questionnaire''  for the firm  and each  of its anticipated
  consultants, will be considered for selection. Standard Forms
  are to  reach this  location by close of business, on the 30th
  day after the date of this publication. Submit  SF 254 and
  255 to 77  CEG/CECC/Bldg 21,  Attn: James McAlister, 5112 Arnold
  Ave.,  McClellan AFB, CA 95652-1314. Personal  visits for 
  the purpose of discussing this contract during the selection
  process will not be scheduled. Point of contact for general
  information is James McAlister (916)  643-4875.
CITE: (M-353 SN013270)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Medical Center, 1400 Blackhorse Hill Road, Coatesville,
  PA
SUBJECT: C--FIRE SAFETY IMPROVEMENTS, VARIOUS BUILDINGS
SOL 542-8-97
DUE 010397
POC Joseph Buckley, Contracting Officer, 610-383-0203
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 & Safety Improvements in various buildings.
  This project will include the adding of sprinklers in a total
  of 15 buildings telephone closets, seal all wall penetrations
  in smoke and fire barriers, replace 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, provision of contract prints and
  as-builts on autocadd, version R12 or R13. This advertisement
  for A/E Services is set-aside for small businesses. 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 small businesses
  that are qualified, and meet this criteria must submit a Standard
  Form 254 and 255 to the Contracting Officer listed above by
  close of business on January 3, 1997. This request for Standard
  Form 254's and 255's is restricted to small business 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 restricted area will be returned without
  consideration. This is not a solicitation for construction
  bids. This project must be designed to Metric and English measurements.
  Any submittals regarding this announcement that are received
  after 4:30 PM on January 3, 1997, 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.
CITE: (I-353 SN013334)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Medical Center, 1400 Blackhorse Hill Road, Coatesville,
  PA
SUBJECT: C--REPLACE ROOF, BUILDINGS 18 AND 57
SOL 542-11-97
DUE 010397
POC Joseph Buckley, Contracting Officer, 610-383-0203
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 Roof on Buildings 18 and 57. The contract
  will include , provision of contract prints and as-builts on
  Autocadd, Version R13. This project will replace all existing
  slate roof and metal flashing on Buildings 18 and 57. The area
  of roof involved in this project is approximately 31,000 square
  feet. The project includes 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.
  This advertisement for A/E Services is set-aside for small
  businesses. 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 small businesses that are qualified, and
  meet this criteria must submit a Standard Form 254 and 255
  to the Contracting Officer listed above by close of business
  (4:30) on January 3, 1997. This request for Standard Form 254's
  and 255's is restricted to small business 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 restricted area will be returned without consideration.
  This is not a solicitation for construction bids. This project
  must be designed to Metric and English measurements. Any submittals
  regarding this announcement that are received after 4:30 PM
  on January 3, 1997, 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.
CITE: (I-353 SN013347)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Medical Center, 1400 Blackhorse Hill Road, Coatesville,
  PA
SUBJECT: C--FOOD DELIVERY SITE PREP
SOL 542-10-97
DUE 010397
POC 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. 542-97-105, Food Delivery Site Prep. This project will
  include the site preparation and utility services to support
  the installation of an advanced food preparation and tray delivery
  system for use by Dietic Service to replace the motorized tray
  delivery system. The new advanced prep and tray delivery system
  will consist of a central blast refrigerator in Building 138,
  tray line relocation from Building 8 to Building 58, tray line
  holding refrigerator in Building 58 and rethermalization refrigeration
  units on 12 selected Nursing units located throughout the medical
  center. All utility services, ventilation requirements and
  architectural onsiderations will be provided to serve all system
  components. Electrical utility connections will be from an
  emergency power source. Contract prints and as-builts must
  be on Autocadd, Version 13. This advertisement for A/E Services
  is set-aside for small businesses. 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 small businesses that are
  qualified, and meet this criteria must submit a Standard Form
  254 and 255 to the Contracting Officer listed above by close
  of business (4:30) on January 3, 1997. This request for Standard
  Form 254's and 255's is restricted to small business 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 restricted area will be returned without
  consideration. This is not a solicitation for construction
  bids. This project must be designed to Metric and English measurements.
  Any submittals regarding this announcement that are received
  after 4:30 PM on January 3, 1997, 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.
CITE: (I-353 SN013353)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: C--A-E SERVICES & PLANS & SPECIFICATIONS FOR FY95 MCON
  PROJECT P-605, PULGAS GYMNASIUM, AT THE MARINE CORPS BASE CAMP
  PENDLETON, CALIFORNIA
SOL N68711-97-C-8306
DUE 012197
POC Contract Specialist, Katherine G Luhmann, (619) 532-2796/Contracting
  Officer, Dennis Wilkins, (619) 532-3454.
DESC: C -- A-E SERVICES & PLANS & SPECIFICATIONS FOR FY95 MCON
  PROJECT P-605, PULGAS GYMNASIUM, AT THE MARINE CORPS BASE CAMP
  PENDLETON, CALIFORNIA SOL N68711-97-C-8306 DUE 012197 POC Kathy
  Luhmann/Contract Specialist, (619) 532-2796, Dennis Wilkins/Contracting
  Officer, (619) 532-3454. Firm Fixed Price Contract. Architectural
  - Engineering services are required for the design, preparation
  of designs and specifications for the purpose of bidding and
  construction of a gymnasium at MCB Camp Pendleton to include
  gymnasium, electrical utilities, mechanical utilities, paving,
  site improvement, parking, lighting, irrigation, landscaping,
  sidewalks and site drainage. Facilities within the building
  include racquetball and basketball courts, exercise/weight
  rooms, cardiovascular aerobics room, restrooms with lockers,
  administrative spaces, storage/issue rooms, and all necessary
  fire protection systems and life safety considerations. Site
  improvements include asphalt concrete paved parking, access
  road, landscaping, all site utilities, and playing field. The
  estimated start date is February 1997. The estimated completion
  date is May 1997. The contract will be negotiated and awarded
  on the basis of both engineering documentation and design services,
  with an option for post construction services. The estimated
  cost of construction is between $1,000,000 and $3,000,000.
  The A-E selection criteria will include (in order of importance):
  (1) Recent specialized experience of the firm (including consultants)
  in the design of gymnasiums (including all site improvements
  and necessary fire protection systems) approximately 21,000
  SF to include: concrete masonry exterior walls, insulated metal
  roofing, wood floor, heating, air conditioning and ventilation
  system, racquetball and basketball courts, exercise/weight
  rooms, cardiovascular aerobics room, restrooms with lockers,
  administrative spaces, storage/issue rooms, and bleachers,
  and preparation of complete design plans and specifications
  for the purpose of bidding for construction. Do not list more
  than a total of 10 projects in block 8. Indicate which consultants
  from the proposed team, in any, participated in the design
  of each project. (2) Professional qualifications of the staff,
  including consultants, to be assigned to this project in the
  design of gymnasiums (including all site improvements and necessary
  fire protection systems) approximately 21,000 SF to include:
  concrete masonry exterior walls, insulated metal roofing, wood
  floor, heating, air conditioning and ventilation system, racquetball
  and basketball courts, exercise/weight rooms, cardiovascular
  aerobics room, restrooms with lockers, administrative spaces,
  storage/issue rooms, and bleachers, and preparation of complete
  design plans and specifications for the purpose of bidding
  for construction. List only the team members who actually will
  perform major tasks under this project. Qualifications should
  reflect the individuals' potential contributions to this project.
  (3) Past performance on contracts with government agencies
  and private industry in terms of cost control, quality of work
  and compliance with performance schedules. Indicate by briefly
  describing internal quality assurances and cost control procedures
  and indicate team members who are responsible for monitoring
  these processes. List recent awards, commendations and other
  performance evaluations (do not submit copies). (4) Location
  in the general geographic area of the project and knowledge
  of the locality of the project, provided that the application
  of this criteria leaves an appropriate number of firms given
  the nature and size of this project. (5) Capacity to accomplish
  the work in the required time. Indicate the firm's present
  workload and the availability of the project team (including
  consultants) for the specified contract performance period
  and indicate specialized equipment available and prior security
  clearances. (6) Demonstrated success in prescribing the use
  of recovered materials and achieving waste reduction and energy
  efficiency in facility design. (7) List the small or disadvantaged
  or women-owned business firms used as primary consultants or
  subconsultants. If a large business concern is selected for
  this contract, they will be required to submit a subcontracting
  plan that should reflect a minimum 5% Small Disadvantaged Business
  of the amount to be subcontracted out. Those firms which meet
  the requirements described in this announcement and wish to
  be considered, must submit one copy each of an SF 254 and an
  SF 255 for the firm and an SF 254 for each consultant listed
  in Block 6 of the firm's SF 255. One copy of the submittal
  package is to be received in this office no later than 3:00
  p.m. Pacific Time on the due date indicated above. Should the
  due date fall on a weekend or holiday, the submittal package
  will be due the first workday thereafter. Submittals received
  after this date and time will not be considered. Additional
  information requested of applying firms: indicate solicitation
  number in Block 2b, CEC (Contractor Establishment Code) and/or
  Duns number (for the address listed in Block 3) and TIN number
  in Block 3, telefax number (if any) in Block 3a, and discuss
  why the firm is especially qualified based on the selection
  criteria in Block 10 of the SF 255. For firms applying with
  multiple offices, indicate the office which completed each
  of the projects listed in Block 8 and list which office is
  under contract for any contracts listed in Block 9. Use Block
  10 of the SF 255 to provide any additional information desired.
  Personal interviews may not be scheduled prior to selection
  of the most highly qualified firm. SF 255's shall not exceed
  30 printed pages (double sided is two pages/ organizational
  charts and photographs excluded. Exception: photographs with
  text will be considered as a page). All information must be
  included on the SF 255 (cover letter, other attachments and
  pages in excess of the 30 page limit will not be included in
  the evaluation process). Firms not providing the requested
  information in the format directed (i.e. listing more than
  a total of 10 projects in Block 8, not providing a brief description
  of the quality control plan, not listing which office of multiple
  office firms completed projects listed in Block 8, etc.) by
  this synopsis may be negatively evaluated under selection criteria
  (3). Firms, their subsidiaries or affiliates, which design
  or prepare specifications for a construction contract or procurement
  of supplies cannot provide the construction or supplies. This
  limitation also applies to subsidiaries and affiliates of the
  firm. This is not a request for proposal. Telegraphic and facsimile
  SF 255's will not be accepted. Site visits will not be arranged
  during the submittal period. See Numbered Note(s): 24.
CITE: (I-353 SN013355)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Medical Center, 1400 Blackhorse Hill Road, Coatesville,
  PA
SUBJECT: C--REPLACE SEWER LINES, B/16 & B/138
SOL 542-9-97
DUE 010397
POC 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 be required along with backfilling, landscaping
  and electrical work. The new work shall meet all VA Criteria
  Codes and Life Safety Codes. Contract prints and as-builts
  must be on Autocadd, Version 13. This advertisement for A/E
  Services is set-aside for small businesses. 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 small businesses that are
  qualified, and meet this criteria must submit a Standard Form
  254 and 255 to the Contracting Officer listed above by close
  of business (4:30) on January 3, 1997. This request for Standard
  Form 254's and 255's is restricted to small business 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 restricted area will be returned without
  consideration. This is not a solicitation for construction
  bids. This project must be designed to Metric and English measurements.
  Any submittals regarding this announcement that are received
  after 4:30 PM on January 3, 1997, 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.
CITE: (I-353 SN013361)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. Department of State, Office of Foreign Buildings
  Operations, A/FBO/AP/AD, Room L-600, P.O. Box 12248 Rosslyn
  Station, Arlington, Virginia 22219
SUBJECT: C--QUALIFICATION FOR ARCHITECTURAL AND ENGINEERING SERVICES
  FOR NEW CONSTRUCTION PROJECTS FACILITY REHABILITATION AND SYSTEM
  REPLACEMENT PROJECTS, PHYSICAL SECURITY UPGRADES, AND THE RENOVATION
  OF COMMUNICATIONS SYSTEMS AT VARIOUS FOREIGN SERVICE POSTS
  WORLDWIDE
SOL S--FBOAD-97-R0026
POC John M. Hite (703) 875-6278 or FAX 875-6292.
DESC: The Department of State, Office of Foreign Buildings Operations,
  anticipates awarding up to five indefinite quantity/indefinite
  delivery contracts to qualified firms or teams to provide architectural
  and engineering services for non-residential and residential
  new construction projects, facility rehabilitation and system
  replacement projects, physical security upgrades, and the renovation
  of communications systems at various foreign service posts
  worldwide. Two of the contracts will be set aside for small
  business. The small business size standard is $2.5 million
  or less based on the annual average gross revenue of a firm
  which has been in business for 3 or  more complete fiscal years.
  Each contract will be for a one-year period from the date of
  the contract award with four one-year option periods. The Government
  guarantees a minimum of $100,000.00 in task orders for only
  the base year of the contract. The total amount of orders issued
  under the contract shall not exceed $2,000,000.00 per year.
  The contract will be for professional services to include,
  but not be limited to, existing condition surveys; architectural,
  facility rehabilitation/renovation, adaptive reuse, and space
  utilization, and engineering studies; master planning; preliminary
  and concept designs; design development; working drawings,
  specifications; construction estimates; and services during
  construction. Services shall (1)  include the following disciplines:
  architectural, including historic preservation; both non-residential
  and residential design; landscape architecture; space planning
  and interior design; electrical; communication; mechanical;
  structural, blast, seismic, and civil/geotechnical engineering;
  security design; cost estimating and planning; value engineering;
  other specialties when needed; (2) include administrative and
  technical coordination of the various disciplines involved;
  and working within the U.S. Government's requirements and the
  applicable laws, codes and standards at the overseas project
  sites. Projects shall be designed in metric units. Construction
  documents shall be submitted with Autocad R 12 files in DOS
  format for each  submission. The successful offerors, including
  entities which comprise joint ventures, must possess or be
  capable of obtaining Secret facility security clearances issued
  in accordance with the National Industrial Security program
  Operational Manual, DOD 5220.22-M, prior to contract award.
  Safeguarding capability for Secret classified information will
  also be required. Personnel performing on this contract will
  be required to possess Secret personnel security clearances
  issued by the Defense Industrial Security Clearance Office.
  Firms/teams responding to this announcement on or before the
  closing date will be considered for selection using the following
  evaluation criteria--(100 points maximum): (a) Specialized
  experience, professional  qualifications, and technical competence
  in facility rehabilitation and system replacement projects
  involving multiple disciplines, e.g., architectural, mechanical,
  civil/geotechnical, structural, and electrical, in office buildings,
  single and multifamily residences, warehouses, and other support
  facilities. Provide back-up data for a maximum of five recent
  projects which would demonstrate examples of creative solutions
  in facility rehabilitation, including such things as adaptive
  reuse, sustainable design, and accommodating organizational
  and technical change--30 pts; (b) Demonstrated design excellence
  by the A/E team. Provide examples of five recent projects showing
  high quality design performed by proposed key design personnel--15
  pts; (c)  Demonstrated experience in providing and coordinating
  a multi-discipline effort either in house or with consultants.
  If using consultants, must demonstrate that they have worked
  successfully as a team in providing similar services by providing
  information on a maximum of five recent projects performed
  by the team. Submit a management plan. Explain how you propose
  to manage or coordinate Department of State projects--20 pts.
  (d) Previous records of performing work on schedule and of
  effective cost and quality control. Briefly describe internal
  quality assurance and cost control procedures and indicate
  effectiveness by listing the planned and actual design duration,
  client's construction budget, design construction estimate,
   construction award amount, and construction change order rate
  in tabular form for five recent projects Although previous
  or ongoing performance of a similar U.S. Government contract
  is not a requirement for firms responding to this solicitation,
  if such contracts have been performed, the offeror must have
  performed at a satisfactory level at a minimum. For each project
  identified in the responses to evaluation criteria, provide
  the name, address, and current telephone number of a client
  representative and identify which members of the proposed design
  team participated in the project--15 pts. (e) Specialized experience
  and technical competence in physical security design of communications
  facilities and their associated power systems--10 pts; (f)
   Specialized experience and technical competence in the renovation
  and restoration of historically significant buildings. Application
  of Secretary of the Interior's Standards for Rehabilitation
  and Guidelines for rehabilitating historic buildings--5 pts;
  (g) Previous experience with overseas projects and knowledge
  of foreign building codes and standards and construction practices--5
  pts; A/E Firms which meet the requirements of this solicitation
  are invited to submit two copies of Standard Form 254, Architectural/Engineer
  and Related Services questionnaire and two copies of Standard
  Form 255, Architect/Engineer and Related Services questionnaire
  for specific projects. All submittals must be received by 4:00
  p.m. local time on January 31, 1997. Postal Mailing  address:
  Dept. of State, Attn: Sherry Coniglio, A/FBO/AP/AD, Room L-600,
  P.O.Box 12248 Rosslyn Station, Arlington, Virginia 22219. Courier
  address: Dept. of State, Attn: Sherry Coniglio, A/FBO/AP/AD,
  Room L-600, 1700 North Lynn Street, Arlington, Virginia 22209.
CITE: (M-353 SN013372)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
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: C--INDUSTRIAL OPERATIONS FACILITY O & M PLAN AND START-UP,
  TOBYHANNA ARMY DEPOT, TOBYHANNA, PA
SOL DACA31-93-C-0097
POC Mary Riche, 410-962-4880
DESC: The Government intends to negotiate a modification to the
  incumbent design firm, Burns and McDonnell, who have provided
  studies, design (477 drawings, 2 volumes of specifications,
  and 11 volumes of design analyses), and construction services
  during the last four years for the new Industrial Operations
  Facility at Tobyhanna Army Depot, Tobyhanna, PA, which includes
  sandblasting shop, painting shop, plating shop (paint strip,
  aluminum chromate, zinc phosphate, cadmium plate, cad chromate,
  copper plate, tin plate, metal strip, silver plate, zincate,
  etch stainless steel passivation, nickel plate, electro nickel
  lines), industrial pre-treatment plant, and other support operations.
  Burns and McDonnell, under contract DACA31-93-C-0097, will
  be tasked to provide operation and maintenance, start-up, permit
  approval, and other engineering support services to Tobyhanna
  Army Depot that are required to bring the facility to an operational
  level.  Specifically, the work will involve providing personnel
  with specific engineering knowledge of this facility to operate
  the facility during start-up testing of all operations making
  adjustments as necessary to meet quality and permit requirements
  and the preparation of biddable documents for a competitive
  contract for equipment preventive/emergency maintenance.  The
  work may also include other engineering services necessary
  to bring the facility into a fully functional and operational
  mode.  The firm will retain full responsibility for the design
  of the facility and will use existing knowledge ofthe facility
  and its operations to minimize Government expense. This work
  is considered to be a highly specialized service and substantial
  duplication of cost will not be recovered through additional
  competition. This is not a request for proposal. See Numbered
  note 22.
CITE: (I-353 SN013376)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
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: C--FIRM-FIXED PRICE MODIFICATION FOR OPERATION & MAINTENANCE,
  FITUP & ANY OTHER ENGINEERING & SUPPORT SERVICES TO THE ARMY
  RESEARCH LABORATORY AT ADELPHI, MD
SOL DACA31-92-C-0114
DUE 012297
POC Allen Brown, 410-962-4412
DESC: 17.  The Government intends to negotiate a modification
  to the incumbent design   joint venture firm  ADP/RTKL, who
  has provided studies, design (over 1000 drawings), and construction
  services (over 2700 submitals) during the last four years for
  the new Army Research Laboratory at Adelphi, MD, which includes
  dionized water process and distribution system; chemical wastewater
  treatment; gas storage and distribution system (toxic, flammables,
  corrosives); toxic/flammable gas monitoring life safety systems;
  clean room heating, venilating, and air conditioning systems;
  HVAC direct digital temperature and humidity controls systems;
  HVAC special (scrubbed) laboratory exhaust systems; laboratory
  exhaust systems; laboratory process vacuum and process cooling
  watersystems; electrical emergency power distribution system;
  and clean room "cleaning" protocol (on-going ultra cleanliness).
   ADP/RTKL,  under contract # DACA31-92-C-0114 will be tasked
  to provide  for Operation & maintenance, fitup and any other
  engineering and support services to the Army Research Laboratory
  at Adelphi, Maryland required to bring the laboratory to an
  operational level.  Specifically the work will involve the
  preparation of biddable drawings and specifications for a competitive
  contract for operations and maintenance of the current facility
  that is under construction. The work may also include other
  engineer services necessary to bring the facility into a fully
  functional and operational mode.  The firm will retain full
  responsibility for the design of the facility, will use existing
  knowledge of the facility and its operations to minimize Government
  expense.  This work is considered to be of a highly specialized
  service and substantial duplication of cost  will not be recovered
  through additional competition.    See Note 22.  This is not
  a request for proposal.
CITE: (I-353 SN013377)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: SOUTHWESTNAVFACENGCOM, North Bay AFT (Code 521), 1220
  Pacific Highway, San Diego, CA 92132-5187
SUBJECT: C--A-E SERVICES FOR FY99 DOD MEDICAL PROJECTS P-507,
  BRANCH MEDICAL/ DENTAL CLINIC, 33 AREA, MARGARITA AND P-508,
  BRANCH MEDICAL/ DENTAL CLINIC, 62 AREA, SAN MATEO, NAVHOSP,
  CAMP PENDLETON, CA
SOL N68711-97-C-8215
DUE 012397
POC Anne Garrett/Contract Specialist, (619) 532-3708, Dorothy
  LeStage/Contracting Officer, (619) 532-1301.
DESC: Firm Fixed Price. Architect-Engineer services are required
  for the preparation of plans and specifications for the purpose
  of bidding and construction for two 1,237 gross square meter
  medical/dental clinics with fire protection, physical security,
  energy monitoring systems, air conditioning, interior design,
  water, gas and electrical utilities, parking and landscaping,
  for the Marine Corps Base (MCB), Naval Hospital, Camp Pendleton,
  California. Involved in the design is the preparation of Operation
  Maintenance Support Information (OMSI) manuals during construction.
  The estimated start date is January 1997. The estimated completion
  date is January 2000. The estimated construction cost is between
  $1,000,000 and $5,000,000 for each project. A-E Selection criteria
  will include (in order of importance): (1) Recent specialized
  experience of the firm and proposed consultants in the preparation
  of engineering studies and designs of hospitals, major medical/dental
  clinics and other health care facilities which include NAVFAC
  universal room design. Include Government and private experience.
  Experience shall include medical projects involving the design
  procedures established by the Department of Defense Medical
  Facilities Office. Do not list more than a total of 10 projects
  in block 8. Include point of contact name and telephone number
  in block 8c for each project listed. Indicate which consultants
  from the proposed team, if any, participated in the design
  and construction document preparation for each project listed.
  (2) Professional qualifications of the staff to be assigned
  to this project in the design and production of construction
  documents for hospitals, major medical/dental clinics and other
  health care facilities which include universal room design.
  List only the team members who actually will perform major
  tasks during the design and production of construction documents
  for this project. Qualifications should reflect the individual's
  potential contributions to this project. (3) Past performance
  on contracts with government agencies and private industry
  in terms of cost control, quality of work and compliance with
  performance schedules. Indicate by briefly describing internal
  quality assurance and cost control procedures and indicate
  team members who are responsible for monitoring these processes.
  List recent awards, commendations and other performance evaluations
  (do not submit copies). (4) Location in the general geographic
  area of the project and knowledge of the locality of the project.
  (5) Capacity to accomplish the work in the required time. Indicate
  the firms present workload and the availability of the project
  team (including consultants) for the specified contract performance
  period and indicate specialized equipment available and prior
  security clearances. (6) Demonstrated success in prescribing
  the use of recovered materials and achieving waste reduction
  and energy efficiency in facility design. (7) List the small
  or disadvantaged or woman-owned business firms used as primary
  consultants or as subconsultants. If a large business concern
  is selected for this contract, they will be required to submit
  a subcontracting plan that should reflect a minimum 5% Small
  Disadvantaged Business of the amount to be subcontracted out.
  Those firms which meet the requirements described in this announcement
  and wish to be considered, must submit one copy each of a SF
  254 and a SF 255 for the firm and a SF 254 for each consultant
  listed in block 6 of the firms SF 255. One copy of the submittal
  package is to be received in this office no later than 3:00
  P.M. Pacific Time on the due date indicated above. Should the
  due date fall on a weekend or holiday, the submittal package
  will be due the first workday there after. Submittals received
  after this date and time will not be considered. Additional
  information requested of applying firms: indicate solicitation
  number in block 2b, CEC (Contractor Establishment Code) and/or
  Duns number (for the address listed in block 3) and TIN number
  in block 3, telefax number (if any) in block 3a and discuss
  why the firm is especially qualified based on the selection
  criteria in block 10 of the SF 255. For firms applying with
  multiple offices, indicate the office which completed each
  of the projects listed in block 8 and list which office is
  under contract for any contracts listed in block 9. Use block
  10 of the SF 255 to provide any additional information desired.
  Personal interviews may not be scheduled prior to selection
  of the most highly qualified firm. SF 255's shall not exceed
  30 printed pages (double sided is two pages/organizational
  charts and photographs excluded, exception: photographs with
  text will be considered as a page). All information must be
  included on the SF 255 (cover letter, other attachments and
  pages in excess of the 30 page limit will not be included in
  the evaluation process). Firms not providing the requested
  information in the format (i.e. listing more than a total of
  10 projects in block 8, not providing a brief description of
  the quality control plan, not listing which office of multiple
  office firms completed projects listed in block 8, etc.) directed
  by this synopsis may be negatively evaluated under selection
  criteria (3). Firms, their subsidiaries or affiliates, which
  design or prepare specifications for a construction contract
  or procurement of supplies cannot provide the construction
  or supplies. This limitation also applies to subsidiaries and
  affiliates of the firm. This is not a request for proposal.
  Telegraphic and facsimile SF 255's will not be accepted. Site
  visits will not be arranged during the submittal period. See
  Numbered Note(s): 24.
CITE: (I-353 SN013161)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH
  STREET, KANSAS CITY MO 64106-2896
SUBJECT: C--IDT CONTRACT FOR PLANNING, ENGINEERING AND ENVIRONMENTAL
  (NEPA) PROGRAMS WITHIN THE KANSAS CITY DISTRICT
SOL EPXXXX-6324-0101
POC Contract Specialist Georgann Butler (816) 426-5542 (Site
  Code DACW41)
DESC: 1. CONTRACT INFORMATION: A-E services are required for
  an Indefinite Delivery Type Contract for the preparation of
  flood damage reduction studies, hydrologic and hydraulic studies,
  reconnaissance and feasibility reports, plan formulation studies
  and eports, economic surveys and reports, design and plans
  and specifications, estimating, geographic information systems
  (GIS), environmental assessments and studies, cultural resources
  surveys and reports, with limited HTRW work. This contract
  will include cntinuing funding clauses. The contract will be
  accomplished by separate delivery orders not to exceed $1,000,000.00
  with the cumulative amount of the contract limited to $1,000,000.00
  for a base period not to exceed 12 months, with two optional
  base periods each not to exceed 12 months or $1,000,000.00.
  The method used to allocate task orders among contracts will
  include consideration of experience, work load, prformance,
  proximity of the firm to the project, and user needs. The contract
  is anticipated to be awarded February 1997. 2. PROJECT INFORMATION:
  This project includes the possible preparation of any of the
  aforementioned studies, designs, reports, assessmnts or other
  documents. 3. SELECTION will be based on the following criteria
  in priority as listed. Items a. through d. are the primary
  selection criteria. The criteria in e. through g. will only
  be applied as a tie-breaker. a. Professional capabilities.
  (1) Responding firms shall demonstrate capability in these
  disciplines: civil engineering, hydraulic engineering, hydrology,
  geotechnical engineering, structral engineering, economics,
  cost engineering, CADD and GIS operation, archaeology, biology,
  and sociology. (2) Professional registration of lead designers.
  b. Specialized experience and technical competence. In Block
  8 cite whether the experience is that o the prime (or joint
  venture), consultant or an individual. In addition to the 10
  relevant project allowed in Block 8, an additional five projects
  for vertical type construction may be listed. Work cited that
  is experience of the prime (or joint venture) from an office
  other than that identified in Block 3.b. shall be so labeled.
  Specific specialized experience includes: (1) Engineering and
  planning expeience in levee and channel modification design;
  roadway and drainage structure design, Corps flood damage reduction
  reconnaissance and feasibility studies, hydrologic studies
  to include rainfall runoff analysis and reservoir yield computations,
  hydraulic sudies of open channel flow (steady and unsteady
  state conditions utilizing HEC programs), river mechanics,
  stream bank stabilization, and sediment transport; environmental
  restoration, economic analysis, and risk analysis will be ranked
  higher than NEPA work. Preparation of NEPA documents and related
  socioeconomic studies, wetland inventories, and cultural resource
  planning effort described above will be used a secondary experience.
  Repair, maintenance, and design of vertical type construction
  will be used as a tie-breaker. (2) Expertise and capability
  in developing civil and hydraulic designs with geotechnical
  and structural support for plans, specifications, ad construction
  cost estimates for similar projects. (3) Experience similar
  to the above projects primarily within geographical boundaries
  of the Kansas City District. (4) In Block 10 of the SF 255
  cite the following: (a) Quality Management procedures. Include
  a proposed organizational chart and a narrative description
  of how the quality management procedures will function. (A
  detailed quality contrl plan will be submitted by the A-E as
  part of the negotiations process.) (b) Experience in preparing
  drawings compatible with Intergraph Microstation 5.0 or higher.
  (c) Experience in the use of either MCACES Gold of Composer
  Plus should be indicated. (d) xperience with specific analytical
  tools and criteria. c. Past performance on DOD and other contracts
  with respect to cost control, quality of work, and compliance
  with performance schedules. d. Capacity to accomplish the work.
  e. Location of firm in general geographical area of the Kansas
  City District. f. Large business will be expected to place
  subcontracts the maximum extent with Small and Small Disadvntaged
  firms in accordance with Public Law 95-507. The plan is not
  required with the submittal, but changes to the design team
  may require reconsideration by the Selection Board and must
  be approved prior to award to any large business. Of the subcontract
  mount, goals assigned the KCD are 35% percent for small business,
  6% percent for small disadvantaged business and 3% percent
  for women-owned small business concerns. Small Disadvantaged
  Business Goals for less than 5 percent must be approved two
  levels above the Contracting Officer, pursuant to DOD FAR Supplement
  219.705-4. For informational purposes, the Small business size
  for this solicitation is one wherethe average annual receipts
  of the concern and its affiliates for the preceding three (3)
  fiscal years does not exceed $2.5 million, the Standard Industrial
  Classification Code (SIC) is 8712. g. Volume of DOD contracts
  awarded in the last 12 months to the rime A-E firm. In Block
  10 of the SF 255, responding firms should cite all contract
  numbers, award dates and total negotiated fees for any DOD
  contracts awarded within the last 12 months to the office expected
  to perform this work. Please indicate all delivery orders awarded
  your firm by DOD agencies within the last 12 months under and
  indefinite delivery type contract, regardless of the award
  date of the ontract itself. Indicate date of delivery orders
  and fee for each. Modifications to contracts or task orders
  which were awarded prior to the last 12 months need not be
  listed. 4. SUBMITTAL REQUIREMENTS. Interested firms having
  the capabilities to perform tis work must submit an SF 255
  to the address listed below no later than the close of business
  (January 16, 1997, 4 p.m. Kansas City Time). Each firm/consultant
  listed within the SF 255 must have a current SF 254 (submitted
  with the last 12 months) on file with the Corps of Engineers,
  or one must be submitted with this package. Solicitation packages
  are not provided. This is not a request for propoal. Submit
  responses to: U.S. Army Engineer District, Kansas City ATTN:
  CEMRK-CT- M/Murray 757 Federal Building, 601 E. 12th Street,
  Kansas City, Missouri 64106-2896. 5. QUESTIONS: Questions of
  a technical nature should be addressed to James Goering at
  816426-5069 and those of an administrative nature to Vera Murray,
  Procurement Assistant, at 816-426-5343.
CITE: (I-353 SN013319)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: BIA, Div. of Contracts & Grants, 505 Marquette NW, STE
  1010, Albuquerque, NM
SUBJECT: D--FIP LEASE AND MAINTENANCE
SOL N/A
POC Shirley Rae Vanderburg, Contract Specialist, 505/248-5778
  or Carl Hotubbee, Contracting Officer, 505/248-5777, Fax No.
  505/248-5786.
DESC: Acquisition to renew the lease and maintenance of proprietary
  software for the following equipment: ADABASE ESA, PREDICT
  ESA, NATURAL ESA, NATURAL Security ESA, NATURAL SUPERNATURAL
  ESA, NATURAL VSAM ESA, REVIEW database comp., REVIEW NATURAL
  Monitor, ENTIRE Connection Windows (per user), NATURAL Development
  Windows (per user), ENTIRE Network Windows (per user) SAGNET,
  for The Bureau of Indian Affairs, Operations Service Center,
  500 Gold Ave., SW 6th Floor, Albuquerque, New Mexico. Due to
  the proprietary nature of this procurement, negotiations will
  be conducted with, Software AG, 11130 Sunrise Valley Dr., STE
  200, Reston, VA 22091. All responsible sources may submit an
  offer which will be considered. See numbered Note: 22.
CITE: (I-352 SN012984)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: D--STRATEGIC MILITARY ADVANTAGE FROM REPOSITORY TECHNOLOGIES/JOINT
  ENGINEERING DATA MGMT INFO AND CONTROL SYSTEMS (SMART/JEDMICS)
  REQUESTS INFORMATION IN THE AREAS OF DEMONSTRATED TECHNOLOGY
SOL N/A
POC (PCF)Judy Benson, Contract Specialist, (205)876-1233; Kathy
  B. Ray, Contracting Officer, AMSMI-AC-CFEA, (205)842-7441.
DESC: Extension: This action originally published in the CBD
  dated 10/31/96, is extended to allow receipt of responses through
  30 Jan 97. All other information published in the original
  synopsis is as stated.
CITE: (I-353 SN013205)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: U.S. Office Of Personnel Management, 1900 E Street, NW.,
  Room SB-247, Washington, DC 20415
SUBJECT: D--RIO CALL CENTER STUDY
SOL RFQ-97-0001GDC
DUE 012997
POC Contracting Oficer, Gerald D. Curry, 202-606-4433
DESC: Conduct a study of the existing Rockwell Spectrum Automated
  Call Distributor installed in the Retirement Information Office,
  Retirement and Insurance Service, Office of Personnel Management,
  1900 E Street, NW, Washington, D.C., 20415 to (A) determine
  if time and resources should be invested to improve customer
  service (1) by enhancing the system to permit overflow call
  to be directed to reserve Customer Service Representatives
  and (2) by incorporating Computer Telephone Integration technology
  to pop records to agent work stations as calls are connected,
  (B) assess the impact of implementation in these 2 areas on
  affected organizations, and (C) develop a recommended six (6)
  month implementation plan.  OPM anticipates award using simplified
  acquisition procedures.  The final study will be due within
  60 calender days after award of the order.  Award will be made
  on a best value basis.  Offerors' written quotations will be
  evaluated on the basis of the understanding of the requirement,
  ability to meet the  requested delivery date, relevant prior
  experience, past performance, and price.  The Contractor conducting
  this study will be precluded from receiving any future orders
  for hardware or software resultant from this study.  All responsible
  sources may submit a quotation which shall be considered by
  OPM.  Requests for RFQ-97-001GDC may be in writing or by FAX
  at 202-606-0910.  They must be addressed to the Contracting
  Officer listed above, cite the RFQ number, and be received
  within 15 calender days from the date of this synopsis.  Quotations
  will be due approximately three weeks after the closing date
  of this synopsis.  Award will follow within 2 weeks.  See note
  1.
CITE: (W-353 SN013261)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting,
  Building 24, Fort Missoula, Missoula, MT 59804
SUBJECT: F--CALL WHEN NEEDED EQUIPMENT RENTAL
SOL R1-16-97-365Q
DUE 020597
POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer,
  Joan A. McNab, 406/329-3766
DESC: The Forest Service requires the furnishing of equipment
  for rental on a fully operated, call-when-needed (CWN) basis
  with no minimum guarantee on the Seeley Lake Ranger District,
  Lolo National Forest, Missoula County, Montana. This project
  will be advertised as a written quotation and will be solicited
  under the new Simplified Acquisition Procurement (SAP) rules.
  Quotes are due February 5, 1997. The estimated start work date
  is April 15, 1997. The performance period is 260 calendar days.
  All responsible sources may submit a quote which will be considered.
  The proposed project listed here is a 100 percent small business
  set-aside.
CITE: (I-353 SN013165)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting,
  Building 24, Fort Missoula, Missoula, MT 59804
SUBJECT: F--CALL WHEN NEEDED EQUIPMENT RENTAL
SOL R1-16-97-366Q
DUE 020597
POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer,
  Joan A. McNab, 406/329-3766
DESC: The Forest Service requires the furnishing of equipment
  for rental on a fully operated, call-when-needed (CWN) basis
  with no minimum guarantee on the Ninemile Ranger District,
  Lolo National Forest, Missoula County, Montana. This project
  will be advertised as a written quotation and will be solicited
  under the new Simplified Acquisition Procurement (SAP) rules.
  Quotes are due February 5, 1997. The estimated start work date
  is April 15, 1997. The performance period is 260 calendar days.
  All responsible sources may submit a quote which will be considered.
  The proposed project listed here is a 100 percent small business
  set-aside.
CITE: (I-353 SN013174)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting,
  Building 24, Fort Missoula, Missoula, MT 59804
SUBJECT: F--CALL WHEN NEEDED EQUIPMENT RENTAL
SOL R1-16-97-364Q
DUE 020597
POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer,
  Joan A. McNab, 406/329-3766
DESC: The Forest Service requires the furnishing of equipment
  for rental on a fully operated, call-when-needed (CWN) basis
  with no minimum guarantee on the Missoula Ranger District,
  Lolo National Forest, Missoula County, Montana. This project
  will be advertised as a written quotation and will be solicited
  under the new Simplified Acquisition Procurement (SAP) rules.
  Quotes are due February 5, 1997. The estimated start work date
  is April 15, 1997. The performance period is 260 calendar days.
  All responsible sources may submit a quote which will be considered.
  The proposed project listed here is a 100 percent small business
  set-aside.
CITE: (I-353 SN013175)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: 204 siginaka way sitka, ak 99835
SUBJECT: F--FY97 FALSE ISLAND PRECOMMERCIAL TREE THINNING
SOL R10-03-97-02
DUE 021497
POC poc: linda spitzler 907-747-4277.
DESC: An estimated 509 AC to be thinned in the False Island Area.
  Item 1 will have 344 AC and Item 2 will have 165 AC. The False
  Island work area is located on Southeast Chichagof Island,
  approximately 33 air miles north of Sitka, AK. Issue date is
  expected to be 01/14/97, request for IFB via FAX (907) 747-4289.
  This is a 100% set-aside for small business concerns.
CITE: (I-353 SN013178)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Willamette National Forest, 211 E. 7th, Eugene, Oregon,
  97401
SUBJECT: F--TREE PLANTING--SWEET HOME RANGER DISTRICT
SOL R6-18-97-327
DUE 030697
POC Contract Specialist. Telephone No. (541) 465-6506
DESC: A project to plant tree seedlings on 707 acres on the Sweet
  Home Ranger District, Lane County Oregon. There will be 3 items,
  Item 1, 127 acres; Item  2, 283 acres; Item 3, 297 acres. Estimated
  start work date is April 1, 1997. Contract performance time
  is Item 1, 8 calendar days; Item 2, 11 calendar days; Item
  3, 17 calendar days. See Note 1. The proposed procurement is
  totally set-aside for Small Business Area Concerns.
CITE: (M-353 SN013232)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Allegheny NF, P.O. Box 847, Warren,
  PA 16365
SUBJECT: F--SITE PREPARATION BY CHAINSAW FOR BRADFORD RANGER
  DISTRICT, ALLEGHENY NATIONAL FOREST, WARREN AND MCKEAN COUNTIES,
  PA
SOL R9-19-97-04
DUE 020597
POC Sandy Font, Procurement Asst. or John McHenry, CO at (814)
  723-5150.
DESC: Site Preparation by Chainsaw. This project consists of
  tree felling work, generally up to 6" diameter breast height,
  and any resulting required slash disposal work on 17 areas
  totaling 447 acres on the Bradford Ranger District, Allegheny
  National Forest, Warren and McKean Counties, PA. For solicitation
  package, contact: Sandy Font, Procurement Asst., Allegheny
  National Forest, 222 Liberty Street, Warren, PA 16365.
CITE: (M-353 SN013271)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA--Forest Service, Modoc National Forest, 800 West
  12th Street, Alturas, CA 96101
SUBJECT: F--TREE PLANTING
SOL RFQ 09-96-02
DUE 022497
POC Loren W. Ambers, Contracting Officer at (916) 233-5811.
DESC: Contractor is to furnish the necessary labor, tools, transportation,
  supervision, supplies and incidentals to plant approximately
  315 acres of Government furnished tree seedlings and install
  Government furnished vexar tubes on approximately 131 acres
  of the planted seedlings on the Big Valley Ranger District,
  Modoc National Forest. Contract time is 28 days with an estimated
  start date of March 24, 1997. This procurement is totally set-aside
  for small business area concerns. The SIC code for the procurement
  is 0851.
CITE: (M-353 SN013277)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Flathead National Forest, Attn: Contracting, 1935 Third
  Avenue East, Kalispell, MT 59901
SUBJECT: F--HAND TREE PLANTING
SOL RFP R1-10-97-8
DUE 021397
POC Nola Rice/Barb Venturini, (406) 758-5310/(406) 758-5318.
DESC: The Flathead National Forest will be advertising a Request
  for Proposal for Hand Tree Planting with two items totaling
  approximately 450 acres on the Swan Lake, Hungry Horse, and
  Glacier View Ranger Districts, Flathead County, Montana. Issue
  date, January 14, 1997. Contract time, 30-calendar days. Notice
  to Proceed is estimated to be issued May 1 for Item No. 1 and
  May 15 for Item No. 2. See Numbered Note(s): 1.
CITE: (I-353 SN013342)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Colville National Forest, Acquisition
  Management, 765 South Main, Colville, WA 99114
SUBJECT: F--PRECOMMERCIAL THINNING
SOL RFQ R6-21-97-013
DUE 021397
POC Acquisition Management, 509-684-7114
DESC: Precommercial thinning of approximately 188 acres on the
  Colville Ranger District of the Colville National Forest. An
  option item of 22 additional thinning acres may also be awarded.
  Estimated solicitation issue date is 1/16/97. Estimated start
  work date is 7/15/97. This solicitation is 100% set-aside for
  small business concerns.
CITE: (I-353 SN013343)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Colville National Forest, Acquisition
  Management, 765 South Main, Colville, WA 99114
SUBJECT: F--PRECOMMERCIAL THINNING
SOL RFQ R6-21-97-012
DUE 021297
POC Acquisition Management, 509-684-7114
DESC: Precommercial thinning of approximately 278 acres on the
  Sullivan Lake Ranger District of the Colville National Forest.
  Estimated solicitation issue date is 1/15/97. Estimated start
  work date is 6/16/97. This solicitation is 100% set-aside for
  small business concerns.
CITE: (I-353 SN013344)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA, Forest Service, Southern Sierra Province, 1600
  Tollhouse Road, Clovis, CA 93611-0532
SUBJECT: F--TREE PLANTING
SOL RFQ -R5-16-97-10
DUE 040197
POC Stanislaus National Forest, Contracting, (209) 532-3671 Ext.
  352
DESC: Tree Planting approx. 390,000 trees on the Calavaras Ranger
  District, Stanislaus National Forest, See Note(s): 1, 3.
CITE: (I-353 SN013356)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA, Forest Service, Southern Sierra Province, 1600
  Tollhouse Road, Clovis, CA 93611-0532
SUBJECT: F--THINNING AND SLASH TREATMENT
SOL RFQ-15-97-10
DUE 013097
POC Sierra National Forest, Contracting, (209) 297-0706 Ext.
  4831
DESC: Bear precommercial mechanical thinning and slash shredding
  on the Hot Springs Ranger District of the Sequoia National
  Forest. See Note(s): 1, 3.
CITE: (I-353 SN013357)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: G--Social Services
OFFADD: U.S. Public Health Service, Indian Health Service, 505
  Marquette, NW., Suite 1502, Albuquerque, New Mexico 87102
SUBJECT: G--PROVIDE RESIDENTIAL SERVICES AT THE NEW SUNRISE REGIONAL
  TREATMENT CENTER, ACOMITA, NEW MEXICO
SOL IFB97-03/JC
DUE 012497
POC Joseph Carter, Contract Specialist (505) 248-5663, Diego
  Lujan, Contracting Officer, (505) 248-5649.
DESC: The Albuquerque Area Indian Health Service intends to issue
  an Invitation for Bid (IFB) on or about December 16, 1996.
  The proposed contract is to provide Residential Services to
  adolescents with health problems twenty-four (24) hours per
  week at the New Sunrise Regional Treatment Center, Acomita,
  New Mexico. This is a Buy Indian Set-Aside under the Buy Indian
  Act. Bids will be sought from businesses that are at least
  51% Indian owned, operated and controlled sources only. The
  proposed contract will be for a base year with four (4) one
  year options. The bid due date shall be 30 calendar days from
  date the IFB is released. Any inquiries regarding this procurement
   should be directed to Joseph Carter at (505) 248-5663
CITE: (M-353 SN013294)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: Federal Highway Administration, 610 East Fifth Street,
  Vancouver, WA 98661-3893
SUBJECT: H--CONSTRUCTION INSPECTION
SOL DTFH70-97-B-00004
DUE 020497
POC Julee McTaggart, (360) 696-7520
DESC: Bids sought for 4 Indefinite-Delivery Indefinite-Quantity
  contracts designated CONST-97, Construction Inspection Services,
  for the Federal Highway Administration, Western Federal Lands
  Highway Division. Contractors will provide highway construction
  inspectors with vehicles.  The majority of the work will be
  in or near National Forests.  On contract will be awarded in
  each of 4 AREAs.  The 4 AREAs are:  AREA A - The following
  Counties in the State of Oregon - Benton, Coos, Crook, Curry,
  Deschutes, Douglas, Jackson, Jefferson, Josephine, Klamath,
  Lake, Lane, Lincoln, and Linn;  AREA B - the following Counties
  in the State of Oregon - Clackamas, Clatsop, Columbia, Gilliam,
  Hood River, Marion, Multnomah, Polk, Sherman, Tillamook, Wasco,
  Washington, and Yamhill.  And the following Counties in the
  State of Washington - Clark, Cowlitz, Klickitat, Pacific, Skamania,
  and Wahkiakum;  AREA C - States of Idaho and Montana; and AREA
  D - The following Counties in the State of Oregon - Baker,
  Grant, Harney, Malheur, Morrow, Umatilla, Union, Wallowa, &
  Wheeler.  And the following Counties in the State of Washington
  - Adams, Asotin, Benton, Chelan, Columbia, Douglas, Ferry,
  Franklin, Garfield, Grant, Kittitas, Lincoln, Okanogan, Pend
  O'Reille, Spokane, Stevens, Walla Walla, Whitman, and Yakima.
   The actual places of performance are unknown. The Government
  has wage determinations for all locations within these 4 AREAs.
   Each contract will have a guaranteed annual minimum of $10,000
  and a maximum of $500,000 (AREA A), $1,000,000 (AREA B), $600,000
  (AREA C), or $600,000 (AREA D).  Each contract will be in effect
  for one year.  All work will be ordered by individual Task
  Order.  This solicitation is a total small business set-aside
  under SIC Code 8999.  For a firm to be considered a small business
  the annual average gross revenue of the firm for the last 3
  fiscal years must not exceed $5 million.  Contract clause 52.219-14,
  Limitation on Subcontracting, requires that at least 50% of
  the cost of the contract performance incurred for personnel
  shall be expended for employees of the contractor.  The following
  statements apply only to MINORITY, WOMEN-OWNED AND DISADVANTAGED
  BUSINESS ENTERPRISES:  The Department of Transportation (DOT),
  Office of Small and Disadvantaged Business Utilitization (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, please call the OSDBU
  at (800) 532-1169.
CITE: (I-352 SN012991)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy
  Space Center, FL 32899
SUBJECT: J--REFURBISH LC-39 ITE K LINE CIRCUIT BREAKERS
SOL RFO 10-97-0009
DUE 012497
POC Jck Massey, Contract Specialist, OP-ESO-A, 407-867-7230
DESC: The successful contractor will be required to inspect,
  repair and refurbish to original equipment manufacturer's specifications
  a minimum of 51 ITE K DON 600 circuit breakers. Bidders are
  required to submit a bid for either (1) refurbishing the 51
  NASA breakers, (2) providing separate refurbished breakers
  and accepting the NASA breakers as trade in units, or (3) providing
   new breakers in lieu of refurbishment, including accepting
  NASA breakers as trade in units.  Bidders are allowed to bid
  on any or all of the above three approaches.  Bidders are also
  required to include as a part of their bid, prices for three
  fixed price options for the refurbishment of 6 ITE K DON 1600
  breakers, 17 ITE K 1600 breakers, and 3 ITE K 4000 breakers.
   For these options, bidders are required to submit a bid on
  either refurbishing the NASA breakers or providing separate
  refurbished breakers and accepting the NASA breakers as trade
  in units, except that bidders are also allowed to bid on providing
  new units in lieu of refurbishment for one of the options.
   Bidders are allowed to bid on any or all of the above approaches
  to fulfilling the option requirements.  The successful bidder
  will also be required to provide incidental items consisting
  of a Test Kit and various data items in support of the refurbishment
  effort.  Bidders are also required to submit their bid price
  for monthly rental rates for temporary replacement breakers
  when temporary replacement breakers are required as a part
  of the approach being bid; temporary replacement breaker rental
  rates shall be bid as fixed price options.  Based upon anticipated
  work window opportunities, NASA expects to require the contractor
  to provide temporary replacement breakers and accomplish the
  required refurbishment, including optional work, within four
  (4) thirty day performance periods, referred to as work windows,
  driven by four anticipated outage periods occurring at some
  point during the overall contract performance period of 540
  calendar days.  Accordingly, the contractor's maximum liability
  will be to refurbish no more than 21 breakers during any one
  thirty (30) day performance period. If operational constraints
  dictate that work must be accomplished during a greater number
  of outages of shorter durations, the contractor would subsequently
  be required to refurbish fewer breakers during each of an increased
  number of thirty (30) day performance periods; however, the
  Contractor will not be required to refurbish less than (10)
  breakers during any one thirty (30) day performance period.
   This scenario, and other potential scenarios such as possible
  work windows of such a long duration that no temporary replacement
  breakers are required, could result in the use of fewer and
  possibly no temporary breakers being required by NASA. Plan
  to issue soliciation package on or before 12/20/96. All responsible
  sources may submit a bid/proposal which shall be considered
  by the agency. An ombudsman has been appointed to hear concerns
  from offerors, potential offerors, and contractors during the
  preaward and postaward phases of this acquisition -- The purpose
  of the ombudsman is not to diminish the authority of the contracting
  officer 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 quotes, the source
  selection process, or the adjudication of formal contract disputes
  -- Interested parties are invited to call the installation
  ombudsman, Mr. J. A. Thomas at 407-867-2355. Concerns, issues,
  disagreements, and recommendations which cannot be resolved
  at the installation may be referred to the NASA ombudsman,
  Mr. Thomas S. Luedtke at 202-358-2090.  
CITE: (W-353 SN013100)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply
  Center, Elizabeth City, NC  27909-5001
SUBJECT: J--MAINTENANCE, REPAIR, AND REBUILDING OF EQUIPMENT
SOL DTCG38-97-Q-100014
DUE 011597
POC Contact Linda Hutzler, Contracting Officer, (919)335-6143
DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends
  to issue a purchase order to AlliedSignal Engines of Phoenix
  AZ for the repair/modification of 4 EA NSN 2840-01-HR2-2396,
  P/N: 3007078-1, ROTOR ASSY, HP. used on the U.S. Coast Guard
  HU25 aircraft.  These parts are determined to be "Flight Critical"
  and will require airworthiness certification.  Delivery to
  ARSC, Elizabeth City, NC is required within 60 days after receipt
  of order/material.  The Coast Guard does not own, nor can it
  provide the proprietary specifications for these items.  The
  standard industrial classification (SIC) code for this acquisition
  is 3724 Facismile requests for the RFQ may be submitted to
  (919) 335-6496 n6t later than 1500 on 01 Jan 1997 and should
  include evaluation/inspection charges, delivery data, and technical
  data to sufficiently determine capability.  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, please
  call the OSDBU at (800) 532-1169..  See Notes 22 and 26.
CITE: (I-353 SN013156)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply
  Center, Elizabeth City, NC  27909-5001
SUBJECT: J--REPAIR/OVERHAUL EDGE ASSY OUT SL RH
SOL DTCG38-97-Q-100015
DUE 011597
POC Contact Linda Hutzler, Contracting Officer, (919) 335-6143
DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends
  to solicit and negotiate a firm fixed price purchase order
  on a sole source basis with Metal Air Service of Seymore IN
  for the repair of two (2) EA Edge Assy Out SL RH, 1560-01-074-1253,
  P/N MY2014750G01 used on the U.S. Coast Guard HU25 aircraft.
   Delivery to ARSC, Elizabeth City, NC is required within 60
  days after receipt of material.  The Coast Guard does not own,
  nor can it provide the proprietary specifications for this
  item.  The standard industrial classification (SIC) code for
  this acquisition is 3728. This item to be delivered to ARSC,
  Elizabeth City, NC.  Facismile requests for the RFQ may be
  submitted to (919) 335-6496 not later than 1500 on 01 Jan 1997
  and should include evaluation/inspection charges, delivery
  data, and technical data to sufficiently determine capability.
   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, please call the OSDBU at (800) 532-1169..  See Notes
  22 and 26.
CITE: (I-353 SN013157)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: AMC Contracting Flight, AMC CONF/LGCFA, 102 E. Martin
  St, Rm 216, Scott AFB IL 62225-5015
SUBJECT: J--MAINTENANCE AND ENHANCEMENT OF SAFEWARE SOFTWARE
SOL FA4452-97-QA071
DUE 010897
POC Mary Andich, Contract Specialist, 618-256-1900 ext 237, or
  Barbara Steinmann, Contracting Officer, 618-256-1900 ext 261.
DESC: The Government intends to solicit and negotiate with Safeware,
  3633 136th Place SE, Suite 200, Bellevue WA 98006, for the
  annual maintenance and enhancement for SAFEWARE software, Air
  Force-wide. Maintenance and enhancement is required through
  30 Sep 97. Interested persons may identify their interest and
  capability to respond to the requirement and submit proposals.
  All responses, including proposals, must be received by 8 Jan
  97. Reference RFQ number FA4452-97-QA071. All responsible sources
  will be considered
CITE: (I-353 SN013198)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-90-G-A009
POC Specialist, D.S. Monko, (717) 790-4068. Contracting Officer,
  J.B. Dieter, (717) 790-4446. For expedited requests use FAX
  number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of AN/BSY SYSTEMS/SATNAV Systems. The restored items will be
  returned to supply stock or issued for immediate fleet use.
  One major item to be restored is AN/BSY-1 (v) Systems. NSN
  7G 5895-01-044-0516. P/N 008122-1. Technical data is not available
  and cannot be furnished. Contact the firm of ASllied Singal
  Aerospace/Bendix Oceanics, 215 Bingham Drive, San Marcos, CA
  82069, for subcontracting opportunities. All responsible sources
  may submit an offer which, if received in a timely manner,
  will be considered. See Note 22.
CITE: (M-353 SN013218)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-93-G-A001
POC Specialist, Diane Coffman, (717) 790-2199. Contracting Officer,
  Diane Coffman, (717) 790-2199. For expedited requests use FAX
  number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of Aegis Systems. The restored items will be returned to supply
  stock or issued for immediate fleet use. One major item to
  be restored is Module, Electronic, G. NSN 7H 1285-01-255-1964.
  P/N 5616340. Technical data is not available and cannot be
  furnished. Contact the firm of Lockheed Martin, 199 Boston
  Landing Road, Box 1027, Moorestown, NJ 08057, for subcontracting
  opportunities. All responsible sources may submit an offer
  which, if received in a timely manner, will be considered.
  See Note 22.
CITE: (M-353 SN013219)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-91-G-A047
POC Specialist, K.B. Acox, (717) 790-4050. Contracting Officer,
  J.B. Dieter, (717) 790-4446. For expedited requests use FAX
  number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of AN/USH-31(v) Systems. The restored items will be returned
  to supply stock or issued for immediate fleet use. One major
  item to be restored is Motor Assy. NSN 7G 6105-00-126-9446.
  P/N 16765341-001. Technical data is not available and cannot
  be furnished. Contact the firm of Metrum Information Storage,
  4800 E Dry Creek Road, Littleton, CO 80122-3796, for subcontracting
  opportunities. All responsible sources may submit an offer
  which, if received in a timely manner, will be considered.
  See Note 22.
CITE: (M-353 SN013220)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commanding Officer (Code 047), Procurement Branch, USCG
  Engineering Logistics Center, 2401 Hawkins Point Rd., Baltimore,
  MD 21226
SUBJECT: J--REQUIREMENT TYPE CONTRACT  FOR REPAIR OF THE 270'
  MAIN  PROPULSION CONSOLE SYSTEM (50 ITEMS) FOR A PERIOD OF
  ONE YEAR WITH OPTIONS FOR TWO ADDITIONAL YEARS
SOL DTCG40-97-B-70016
DUE 020697
POC Catherine Baskin, Contract Specialist, (410) 636-7993 James
  McGuirk, Contracting Officer, (410) 636-7993. Please fax request
  to Telefax Number (410) 636-7896.
DESC: Change Solicitation No. DTCG36-96-B-BER016 to DTCG40-97-B-70016
  and Bid  opening date to 27 February 1997.
CITE: (M-353 SN013231)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-93-G-A041
POC Specialist, Sue Getz (717) 790-3080. Contracting Officer,
  J. Komaromy (717) 790-2854. For expedited requests use fax
  number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of Turbine Steam MN LP Systems. The restored items will be
  returned to supply stock or issued for immediate fleet use.
  One major item to be restored is Rotor Assy. NSN 7H 2825-00-943-7933.
  P/N 715J121. Technical data is not available and cannot be
  furnished. Contact the firm of Westinghouse Electric Corporation,
  Electronics Systems Group, Marine Division, Hendy Avenue, Sunnyvale,
  CA 94088-3499, for subcontracting opportunities. All responsible
  sources may submit an offer which, if received in a timely
  manner, will be considered. See Note 22.
CITE: (M-353 SN013297)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer,
  937 N. Harbor Drive, San Diego, CA 92132-0212
SUBJECT: J--XRAY PROCESSOR MAINTENANCE
SOL N00244-97-R-5065
DUE 021097
POC Fax Solicitation Request to Bid Officer (619) 532-2575, or
  call (619) 532-2690; Contract Specialist Ben S. Stowman (619)532-2663;
  Contracting Officer, S. K. Wasson
DESC: This procurement is unrestricted; all responsible sources
  may submit an offer.  Contractor shall provide all necessary
  material and labor to maintain and repair Kodak, Fuji, and
  Konica X-ray processing equipment for the Naval Hospital Camp
  Pendleton, CA.  Equipment is physically located at the following
  locations:  Camp Pendleton CA, Barstow CA, Santa Ana CA, Yuma
  AZ.  The proposed contract will be a firm fixed price for a
  base period of approximately seven months plus two option years.
   Estimated due date is 02/10/97.
CITE: (I-353 SN013311)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--PM/REPAIR OF SIEMENS ORBITORS, SIEMENS MUGA LEM-MOBILE,
  DEC VAXSERVER, ADAC VERTEX EPIC CAMERA, PEGASYS COMPUTER, AND
  COMPONENTS
SOL 506-46-97
DUE 012897
POC Mary B. Jones, (313) 930-5588
DESC: This facility intends to solicit for preventive maintenance
  and emergency repair service on Government owned Siemens Orbitor
  with Whole Body, 75 Tube, 2 each; Siemens Muga Lem-Mobile;
  Digital Equipment Vaxserver; ADAC Vertex Epic Camera System;
  Pegasys Basic Computer; and all components for the period February
  1, 1997 thru September 30, 1997. Services shall include providing
  and installing software updates; all parts, labor, supervision,
  test equipment, technical manuals, and transportation necessary
  to perform preventive maintenance and unlimited emergency repairs.
  Equipment located in VA Medical Center, Ann Arbor, MI and VA
  Outpatient Clinic, Toledo, OH. All requests for solicitation
  documents must be in writing and cite solicitation 506-46-97.
  Requests may be faxed to (313)930-5648. Projected issue date
  is 1-6-96 with a projected proposal due date of close of business
  1-28-96. All responsible sources may submit a bid which shall
  be considered by the Agency. SIC 7629 applies.
CITE: (I-353 SN013346)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C.
  20375
SUBJECT: J--ANECHOIC CHAMBER TILE REPLACEMENT
SOL N00173-97-Q-0016
POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202)
  404-8158.
DESC: Naval Research Laboratory has ,a requirement for the replacement
  of anechoic tiles in a anechoic chamber. C-Ram SFC-24 or equal
  tiles 24"xx24"x24" 100 ea, C-RAM SFC-8 or equal tiles 8.0"x24"x24"
  321 ea, C-RAM SFC-8 or equal tiles 8"x48"x24" 31 ea and C-Bond
  287 or equal adhesive 36 gallons. Oral request will not be
  accepted. See Numbered Note(s): 1.
CITE: (I-353 SN013363)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supply Officer, Attn: NAVMEDCTR, Contracting Branch,
  54 Lewis Minors Street, Portsmouth, VA 23708-2297
SUBJECT: J--REPAIR AND UPGRADE OF AEQUITRON MEDICAL SLEEPLAB
  2000
SOL N00183-97-Q-0014
DUE 011797
POC Peggy K. Martin, Contract Specialist, (757) 398-7547. Contracting
  Officer--Janice M. Fitzpatrick, (757) 398-7276.
DESC: Repair and Upgrade of Aequitron Medical Sleeplab 2000 to
  include hardware upgrade, omniview graphics option, replacement
  of existing maxtor optical for a magneto optical drive, optical
  drive hardware upgrade and matrix sleep analysis software for
  windows. No telephone requests for the solicitation package
  will be accepted. See note 22.
CITE: (M-353 SN013371)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: USDA Forest Service, 2222 West 2300 South, Salt Lake
  City, UT 84119
SUBJECT: J--SOLE SOURCE ACQUISITION FOR MANAGEMENT AND OVERSIGHT
  OF THE REMOVAL AND REMEDIAL ACTION AT THE BLACKBIRD MINE SITE
POC Carolyn J. Lippire, (801) 975-3444.
DESC: The USDA Forest Service, intends to award a follow-on contract
  to Rocky Mtn. Consultants, Inc. for technical services to assist
  the Forest Service in the management and oversight of the removal
  and remedial actions at the Blackbird Mine Site in Lemhi County,
  Idaho. Anticipated award date is February 10, 1997. See numbered
  note 22.
CITE: (M-353 SN013310)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--CETS
SOL N00140-97-Q-0313
POC Gerald Furey, Contract Negotiator, (215)697-9621.
DESC: FISC Norfolk Detachment Philadelphia intends to acquire
  contractor engineering technical services and maintenance services
  for the Naval Aviation Engineering Technical Services Unit.
  This effort is for 709 man months for the period 1 Oct 97 through
  30 Sep 98, with two option years each for 624 man months, beginning
  1 Oct 98 and 1 Oct 99 respectively. The total effort under
  this procurement is 1,957 man months. This effort represents
  the minimum needs of the Government for this period. The services
  to be provided are to inform, instruct, and train Government
  personnel in the installation, operation and maintenance, of
  F18 and AV8 aircraft and associated equipment manufactured
  by the OEM, McDonnell Douglas Aerospace. These services will
  be provided via a new contract or a provisional extension to
  the existing contract. The eventual contract action is for
  services that the Government intends to solicit and negotiate
  with McDonnell Douglas Aerospace under the authority of FAR
  6.302-1. McDonnell Douglas Aerospace is the OEM and only known
  source with the required technical and engineering expertise
  to perform these required services. Interested parties who
  contend that they are technically qualified should submit,
  within 45 days from publication of this announcement, specific
  factual data, including but not limited to technical resumes,
  management experience, and other pertinent information as desired
  to be used as an evaluation basis to determine competence to
  successfully perform the required services. All technical proposals
  received within this time frame will be considered by the Government.
  The Government reserves the right not to open this requirement
  for competition based upon technical notices received in response
  to this announcement. Technical responses received as a result
  of this announcement will normally be considered solely for
  the purpose of whether to conduct a competitive procurement.
  The Government will not pay for any information received. All
  responses should be addressed to Gerald Furey at telephone
  (215)697-9621, facsimile (215)697-9569. SYS 052.
CITE: (I-353 SN013351)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: U. S. Army Engineer District, Savannah, P.O. Box 889,
  Savannah, Georgia 31402-0889
SUBJECT: M--CULTURAL RESOURCES PLANNING STUDIES IN THE CONTIGUOUS
  UNITED STATES
SOL DACW21-97-R-0017
DUE 021597
POC Anna Mustard, Contract Specialist, (912) 652-5292, or Alice
  N. Hicks, Contracting Officer
DESC: Modification:  This action was originally publicized in
  the CBD on 3/8/96. Solicitation number for this action has
  been changed from DACW21-96-R-0033 to DACW21-97-R-0017.  Minimum
  amount of the contract has been changed to $40,000 for the
  base year and $20,000 for each of the two option years. Contracting
  Officer has been changed to Alice N. Hicks.  Names of contractors
  who  requested copies of the solicitation under the initial
  CBD announcement will be placed on the Bidders' Mailing List
  for solicitation number DACW21-97-R-0017. All other information
  publicized in the original synopsis is correct.  Contractors
   not responding initially who wish to receive a copy of the
  solicitation should submit their request in writing to othe
  above address or by FAX to (912) 652-5828. All requests must
  include RFP number DACW21-97-R-0017, and they must be marked
  to the attention of Anna L. Mustard, CT-P.    
CITE: (W-353 SN013262)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities--Potential
  Sources Sought
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, Francis E.
  Warren AFB, WY 82005-2860
SUBJECT: M--BASE SUPPLY AND MATERIAL CONTROL SERVICES
POC SSgt Richard R. Jiron, (307) 775-2844, Contract Specialist.
DESC: Potential sources are being sought for Base Supply and
  Material Control Services to include operation and management
  of Government owned facilities at F.E. Warren AFB, Wyoming.
  Operation of Base Supply consists of performing tasks to include
  requisitioning and reporting of Mission Capable (MICAP) requirements,
  research, records maintenance, repair cycle support, demand
  processing functions, customer services and training functions,
  individual equipment issue functions, general supply issue,
  and storage and distribution of aviation and ground fuel. Supply
  manages and controls over $156 million in material assets and
  provides quality control of more than 67,000 item   records/stock
  numbers. They manage UNISYS Remote Processing Station and the
  Standard Base Supply System (SBSS). Supply is responsible for
  the processing of incoming and outgoing shipments and distribution
  of assets to base customers. There are currently two material
  control sections on F.E. Warren AFB, which provide material
  support through using similar processes as supply. One Material
  Control function is separately located in the Civil Engineering
  Squadron. They provide materials for operations and maintenance
  of all facilities at F.E. Warren and its geographically separated
  Missile Alert Facilities. The other Material Control function
  is separately located in the   Logistics Support Squadron.
  They provide materials in support of the 90th Maintenance Squadron
  which maintains all Minuteman and Peacekeeper Missiles at F.E.
  Warren AFB. Services shall be provided for F.E. Warren AFB
  including tenants and other off-base activities receiving support.
  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 and their experience, if any,
  in providing supply and/or material control services. This
  synopsis is an advance notice for information and planning
  only and is not a solicitation.
CITE: (M-353 SN013240)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities--Potential
  Sources Sought
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, Francis E.
  Warren AFB, WY 82005-2860
SUBJECT: M--MAINTENANCE DATA WORK CENTER
POC SSgt Richard R. Jiron, (307) 775-2844, Contract Specialist.
DESC: Potential sources are being sought for the operation and
  management of the Logistics Support Squadron Maintenance Data
  Work Center at F.E. Warren AFB, Wyoming. Maintenance Data is
  responsible for the tracking of missile maintenance history,
  missile maintenance teams, and equipment and vehicle status
  availability. Maintenance Data troubleshoots computers for
  base activities that use the Improved Maintenance Program (IMMP).
  The center is responsible for the Expanded Minuteman Data Analysis
  System (EMDAS) and performs data transfers, file dumps, and
  prepares Partial Mission Capable (PMC) Reports and Non-Mission
  Capable (NMC) Reports. The center provides EMDAS   maintenance
  data products or special requested data and maintains the EMDAS
  Location Inventory Listing and the Maintenance Data Collection
  (MDC) Master ID Listing. It is responsible for the Core Automated
  Management System (CAMS) providing CAMS training, maintaining
  CAMS computer listings, preparing difficulty reports, and processing
  System Advisory Notices (SAN). Additionally, the center performs
  data analysis by retrieving and analyzing data and controls
  the Maintenance Analysis Referral (MAR) Program. Services shall
  be provided for F.E. Warren AFB including tenants and other
  off-base activities receiving support. 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 and their experience, if any, maintaining and
  retrieving data. This synopsis is an advance notice for information
  and planning only and is not a solicitation.
CITE: (M-353 SN013241)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities--Potential
  Sources Sought
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, Francis E.
  Warren AFB, WY 82005-2860
SUBJECT: M--HEAT PLANT OPERATION
POC SSgt Richard R. Jiron, (307) 775-2844, Contract Specialist.
DESC: Potential sources are being sought for the operation and
  management of the Heat Plant at F.E. Warren AFB, Wyoming. The
  plant is responsible for the operation inspection, and maintenance
  of three high temperature hot water generators and 17 miles
  of distribution and return piping. Note: the two coal fired
  high temperature hot water generators currently in the central
  heat plant are programmed for conversion to gas fired generators.
  The estimated completion date for the conversion is Fiscal
  Year 1998. The heat plant is also responsible for the operation
  and maintenance of a 369,000 gallon propane gas air plant and
  the seasonal operation and maintenance of two gas fired steam
    boilers which support the F.E. Warren AFB Hospital. Services
  shall be provided for F.E. Warren AFB including tenants and
  other off-base activities receiving support. 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 and their experience, if any, in operating central
  heat plants. This synopsis is an advance notice for information
  and planning only and is not a solicitation.
CITE: (M-353 SN013242)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Department of Veterans Affairs Medical Center, Contracting
  Office (90C), 4801 Linwood Blvd., Kansas City, MO 64128
SUBJECT: Q--AGENCY NURSES
SOL RFP 589d-01-97
DUE 020797
POC Contracting Officer, Adam Dearing, (816) 922-2065
DESC: Request for Proposals from the Kansas City VA Medical Center
  to provide agency nurses to the VA Medical Center in Kansas
  City, MO; Leavenworth and Wichita, KS. Contractor(s) shall
  provide the services of Registered Nurses, Licensed Practical
  Nurses, Nursing Assistants, and Mental Health Technicians on
  an as-needed basis. Nurses will be assigned to critical care
  areas, medical/surgical areas, and psychiatric areas as the
  need arises. Agency nurses will be placed to supplement VA
  Medical Center staff and will be responsible for all nursing
  duties associated with daily patient care. Solicitation will
  be available o/a January 9, 1997. Telephone and fax requests
  will not be honored. All requests for the solicitation must
  be submitted in writing and sent to the above noted address.
CITE: (I-353 SN013177)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Dept. of Veterans Affairs Medical Center (90C), 4801
  Linwood Blvd., Kansas City, MO 64128
SUBJECT: Q--RADIATION THERAPY
SOL RFP 589-07-97
DUE 022197
POC Kathleen Campbell, Contracting Officer (90C), (816) 922-2061
DESC: Heartland Consolidated Contracting Activity wishes to announce
  availability of solicitation RFP 589-07-97 for Radiation Therapy.
  Purpose of the proposed is to provide curative and/or palliative
  radiation therapy for veteran beneficiaries. Interested parties
  must be capable of providing all labor, space, supplies, and
  equipment necessary to perform this service. Successful offeror
  will be required to attend a monthly Surgical/Oncology/Pathology
  Conference held at the VAMC, Kansas City. Contractor's personnel
  shall be required to become a member of this facilities Cancer
  Committee. This committee meets quarterly at the VAMC Kansas
  City. Interested parties are invited to request a solicitation
  package in writing from the contracting officer.
CITE: (I-353 SN013196)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: VA Medical Center (90C), ATTN: Contracting Officer, Mountain
  Home, TN 37684
SUBJECT: Q--PHYCHIATRIST SERVICES
SOL 621-30-97
DUE 011797
POC Jimmy W. Smiley, Contracting Officer, (423) 461-7986
DESC: Provide Board Certified Psychiatrist services for 90 working
  days at the Veterans Affairs Medical Center Mountain Home,
  Tennessee in accordance with the contract specifications. All
  requests for solicitation documents must be submitted writing
  to the Contracting Officer. Requests maybe tele-faxed to the
  Contracting Officer at (423) 461-7944. The estimated issue
  date for solicitation documents is January 6, 1997.
CITE: (I-353 SN013204)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: DHHS, Indian Health Service, 309 Federal Building, Aberdeen,
  South Dakota 57401
SUBJECT: Q--NON PERSONAL SERVICE CONTRACT WITH A TEMPORARY TECH
  AGENCY TO PROVIDE TEMPORARY TECHS TO PHS INDIAN HOSPITAL LOCATED
  ON THE ROSEBUD RESERVATION, TODD COUNTY, SOUTH DAKOTA
SOL RFQ-97-004
DUE 122796
POC Richard Tiger, Purchasing Agent, (605) 226-7571.
DESC: The Aberdeen Area Indian Health Service proposes to award
  a fixed-price, Nonpersonal service contract for a Temporary
  Tech Agency for the Radiology Department at the PHS Indian
  Hospital, Rosebud, SD 57570 for eligible Native American Patients
  as congressionally mandated. Request for RFQ-97-004 shall be
  in writing or telefax Richard Tiger at (605) 226-7669 and will
  be available approximately 15 days after publication of this
  announcement.
CITE: (M-353 SN013226)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: US Department of Commerce/National Oceanic and Atmospheric
  Administration (NOAA), Acquisition Management Division, 1325
  East West Highway, Station 4301, Silver Spring, MD 20910-3283
SUBJECT: R--ENGINEERING SUPPORT SERVICES FOR THE NOAA/NESDIS
  SARSAT PROGRAM
SOL 52-DGNE-7-90039
POC Donald L. Moses, Contract Specialist (301) 713-0823, Edward
  F. Tennant, Jr., Contracting Officer.
DESC: Provide systems engineering and program management support
  services for the Search-and-Rescue Satellite-Aided Tracking
  (SARSAT) program. Areas to be supported shall include the space
  segment, ground segment receiving stations, data handling and
  dissemination, technical documents management, and configuration
  control.  A Cost-Plus-Fixed-Fee term form contract, inclusive
  of one base year and four (4) one-year option periods, is contemplated
  for this requirement. It is anticipated that the solicitation
  will be issued in January, 1997.  The closing date will be
  approximately 30 calendar days after solicitation issuance.
   See solicitation for actual closing date.  Requests for the
  solicitation must be submitted in writing to the above address
  as telephone requests will not be honored.
CITE: (I-353 SN013046)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U. S. Environmental Protection Agency, Contracts Management
  Division (MD-33), Attention: CMB-A, Research Triangle Park,
  NC  27711
SUBJECT: R--SUPPORT TO EPA QUALITY ASSURANCE DIVISION TRAINING
  PROGRAM
SOL D700004M1
DUE 013197
POC Jeffrey Simmons, Contract Specialist, (919)-541-3570/Christopher
  Baker, Contracting Officer, (919)-541-3570
DESC: Amendment to synopsis previously published on 10/30/96
  and amendment to a previous amendment dated 12/17/96.  The
  solicitation will be issued on a diskette in Wordperfect 6.1
  format.  Only one copy of the solicitation on diskette will
  be issued to a corporate entity (regardless of geographic location).
   All other terms and conditions set forth in the previosuly
  published synopsis dated 10/30/96 and amendment dated 12/17/96
  reamin in effect.  
EMAIL simmons.jeffrey@epamail.epa.gov
EMAILDESC: 
  e-mail
CITE: (W-353 SN013095)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: US Env. Protection Agency, CMD-RTP MD-33 (NCCM-JS, Research
  Triangle Park, NC 27711
SUBJECT: R--SUPPORT TO EPA QUALITY ASSURANCE DIVISION TRAINING
  PROGRAM
SOL D700004M1
POC Jeffrey Simmons, Contract Specialist, (919)-541-3570/Christopher
  Baker, Contracting Officer, (919)-541-3570.
DESC: Amendment to synopsis previously published on 10/30/96
  (Potential Sources Sought). The estimated issuance date of
  the solicitation is 01/31/97 and that proposals will be due
  approximately 30 days thereafter. EPA has decided to set this
  action aside for small businesses. The applicable SIC Code
  is 8748 with a size standard of $5 million in average annual
  receipts over the preceding three years. All other terms and
  conditions set forth in the previously published synopsis dated
  10/30/96 remain in effect. No telephonic or faxed requests
  will be honored
CITE: (I-353 SN013160)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: ASC/SCSK (Attn: LTC Scott Lang), Bldg 11A, 1970 Monahan
  Way, Rm 136, Wright-Patterson AFB OH 45433-7208
SUBJECT: R--TECHNICAL/MANAGEMENT SUPPORT FOR AERONAUTICAL SYSTEMS
  CENTER, WRIGHT-PATTERSON AFB OH
SOL N/A
POC Contact LTC Scott Long, (937) 255-7003; Contracting Officer,
  Frieda Thornton, (937) 255-7003.
DESC: The Contracted Services Management Office (ASC/CDS) has
  scheduled a townhall meeting in order to discuss the anticipated
  Manpower Support Omnibus Acquisition for ASC. These Indefinite
  Delivery, Indefinite Quantity (IDIQ), Time & Materials, small
  and8(a) business set-aside contracts will augment engineering,
  logistics, program management, acquisition security, configuration/data
  management and financial management support at ASC. The meeting
  will be held in the AFIT Auditorium (Kenney Hall), Area B,
  Bldg 642, Wright-Patterson AFB Ohio on Tuesday, 28 Jan 97 from
  8:30 am up to 2:00 pm. All prospective contractors are encouraged
  to attend. Topics to be discussed will center around general
  information concerning this procurement. Following the prepared
  portion of the meeting, an open forum will take place to discuss
  any issues related to this effort. CDS encourages industry
  to provide suggestions for agenda topics or questions about
  the procurement. This extends the previously announced request
  for industry comments NLT date of 20 Dec 96. Please send comments
  NLT 15 Jan 97 via e-mail (langsm@asc.wpafb.af.mil, please copy
  thorntfm@asc.wpafb.af.mil) or send diskette (MS Word 6.0) to
  ASC/CDS Attn: LTC Scott Lang, Bldg 11A, 1970 Monahan Way, Room
  136, Wright-Patterson AFB Ohio 45433-7208. In order for CDS
  to arrange base entry, please notify Lt Col Lang via e-mail
  if you plan on attending the townhall meeting.
CITE: (I-353 SN013186)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Agency for International Development, USAID/Guatemala-Central
  American Programs/Executive Office, Unit 3323, APO AA 34024
SUBJECT: R--U.S. PERSONAL SERVICES CONTRACTOR
SOL N/A
DUE 010697
POC Contact Person: Neil Meriwether, Tel. (011-502-332-0202,
  Ext. 40401, Fax: (011-502) 331-1505, Internet: shernandez@usaid.gov.
DESC: This request for applications is being issued in anticipation
  of funding being made available to USAID/G-CAP for this purpose.
  While USAID/G-CAP expects such funding to become available,
  there can be no assurance that this will be the case. Applicants
  will be solely and fully responsible for sending resumes should
  it turn out that the activities cannot be funded for any reason.
  USAID/Guatemala is seeking the services of a senior highly
  qualified U.S. citizen for a period of up to three years to
  act as Peace Program Manager with overall day to day responsibility
  for design, coordination and management of all program activities
  under the USAID/Guatemala's Special Objective of "Support to
  Guatemala's Transition to Peace and Development". This is expected
  to be funded at $18-25 million a year for the period of this
  contract. The contractor should have extensive general development
  experience and specific experience in crisis management or
  program development and execution in democratic transitions.
  Fluency in Spanish is absolutely required. In addition, s/he
  should have significant experience in program design, management,
  monitoring and evaluation, and experience in relation to large
  donor organizations. S/he should also have a managed a small
  to medium sized technical team (of at least 4 to 5 professionals
  and associated staff). This position will require significant
  leadership, creativity, negotiating skills, and strong teamwork
  skills. The incumbent will report to the Mission Deputy Director,
  Embassy, Senior Guatemalan authorities and civil leaders. The
  incumbent will be required to balance external negotiating
  efforts with internal coordination of the Special Objective
  Team and its implememting "A-Teams". The contractor should
  have strong writing skills and be able to independently supervise
  the implementation of USAID activities related to the transition
  to peace and development in Guatemala. The selected candidate
  will be evaluated based on the following qualifications: Please
  not that the following evaluation criteria are of relatively
  equal importance. 1. Strong general development expeerience
  including transition situations. Ability to understand basics
  in each technical field. A strong sense of political priorities
  and good judgement are required. 2. Knowledge of recent Guatemala
  political history (armed conflict and peace process) ethnic
  relations and development trends. 3. Strong management skills,
  problem solving skills, analytical ability and experience working
  with complex cross-cutting programs within a highly sensitive
  policy environment. 4. Strong written and oral communication
  skills, both in English and Spanish. Demonstrated ability to
  work effectively at a senior level with partners, including
  other donors, and clients in a sensitive cross-cultural setting.
  Ability to balance strong management techniques with sensitivity
  to political and cultural nuances. Ability to motivate and
  guide program partners, evaluate progress honestly and thoroughly.
  Strong team leadership/personnel management and interpersonal
  skills. 7. Prior experience in and knowledge of USAID management
  systems and regulations. Because of the urgency of this procurement
  action, USAID/G-CAP is requesting all interested parties to
  submit their resume with any additional supporting documentation
  no later than Januay 6, 1997 to the following address or fax
  number: Executive Officer, USAID/G-CAP, Unit 3323, APO AA 34024,
  Fax No. 502-331-1505.
CITE: (I-353 SN013203)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Pension Benefit Guaranty Corporation, Procurement Department
  (PD), 1200 K Street, NW, Suite 1090, Washington, DC 20005-4026
SUBJECT: R--INVESTMENT MANAGEMENT SERVICES--DOMESTIC SMALL- CAPITALIZATION
  EQUITY MANAGERS
SOL RFP-97-0003
DUE 011797
POC Contact Contract Specialist Marilyn Silverman, 202/326-4160
  ext. 3322/Contracting Officer, Robert W. Herting, 202/326-4160
DESC: The Pension Benefit Guaranty Corporation (PBGC) has a requirement
  for the management of a domestic small-capitalization equity
  investment portfolio which is a portion of trust fund assets
  for which PBGC serves as trustee.  PBGC seeks proposals from
  firms that manage at least $350 million dollars of tax-exempt
  assets in a small-capitalization style product.  The period
  of performance for the base contract will be from date of award
  to September 30, 1997, with seven one-year options for renewal
  at PBGC's discretion. Requests for copies of the solicitation
  must be made in writing to the above address and must reference
  RFP 97-0003.  No telephone requests will be honored.  The closing
  date for receipt of requests is 15 days from the date of publications.
CITE: (I-353 SN013210)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550
SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR THE ENLISTED CLUB
  SUPERBOWL EXTRAVAGANZA
SOL SVS-SCS-103-96
DUE 011397
POC Shani Johnson, (907) 552-5900, FAX (907) 552-9750.
DESC: We are soliciting in-kind donations or sponsorship for
  the Enlisted Club Superbowl Extravaganza to be held at the
  Enlisted Club on January 26, 1997. In Superbowl Extravaganza
  is open to all active duty club members and their families.
  We are looking for T-shirts, hats, helmets, footballs, and
  any sporting goods or equipment associated with football and
  other sports. We are asking for sponsorship/in-kind donations
  of $500.00 to cover the expenses for this event. We would accept
  part or all of the items requested, depending on the sponsor
  and what they can provide. The sponsor will be allowed to display
  banners and information at the event. Advertising in all areas
  on the base will be done. Representation from the sponsor for
  the  event drawings will also be accepted and encouraged. All
  offers will be considered. More than one sponsor/donation may
  be accepted and additives will be considered. Requests for
  copies of this solicitation must be received not later than
  13 January 1997. This is a solicitation for commercial sponsorship/donation
  by a nonappropriated fund instrumentality of the United States
  Government. It does not obligate appropriated funds of the
  Government.
CITE: (M-353 SN013221)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Postal Service, Minneapolis Purchasing & Material
  Service Center, Attn: Manager, Suite 610, 2051 Killebrew Dr.,
  Minneapolis, MN 55425-1880
SUBJECT: R--TECHNICAL DATA AND ACQUISITION SUPPORT PERSONAL SERVICES
SOL 266351-97-A-0246
DUE 022597
POC Gladys Radermacher, Procurement Specialist Staff, (612) 851-1157--Contracting
  Officer, Gladys Radermacher, Purchasing Specialist, (612) 851-1188.
DESC: The U.S. Postal Service intends to award a three-year contract
  for support service personnel that includes an acquisition
  support coordinator, 3 technical data specialist, 2 acquisition
  quality specialist, a technical librarian & a technical support
  specialist. One acquisition quality specialist will work in
  the South River, NJ Material Distribution Center. The other
  personnel will work primarily at the Topeka, KS Inventory Support
  Center. Solicitation will be issued @ 1/8/97. Services must
  begin 3/29/97. All requests for the solicitation must be in
  writing and received within ten days of the date of this notice
  or until supplies are exhausted. No telephone requests will
  be accepted.
CITE: (M-353 SN013289)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: CECOM ACQUISITION CENTER, ATTN: AMSEL-AC-CC-E-CA, BUILDING
  61801 ROOM 2604, FT HUACHUCA AZ 85613-6000
SUBJECT: R--RESEARCH & DEVELOPMENT, TRAINING, AND TECHNICAL SUPPORT
  SERVICES
SOL DAAB07-97-R-0002
DUE 020796
POC Contact Jack LaChance,520/533-0360. Contracting Officer,
  Hildegard Choate 520/538-7456 (Site Code DAAB07)
DESC: USAISEC CECOM is soliciting offers for the nonpersonal
  research and development, training support and technical support
  services now being provided under Contract Number DAEA32-93-D-0004.
  The resultant contract shall be for a period of one year with
  our option years. Draft Request for Proposal (DRFP) DAAB07-97-R-0002
  is anticipated to be released on or about January 10, 1997.
  Your comments and recommendations are urgently requested and
  should be provided within the period specified in the DRFP.
  Respones shall be written. Telephonic responses shall not be
  honored. Access to this DRFP shall be by Electronic Bulletin
  Board as follows: World Wide Web-CECOM Acquisition Center Home
  Page-http://138.27.160.249; TELNET/ FTP-138.27.160.159; and
  dial-up modem (520) 533-0132/3/4/5/6/7/8/9. Hard copies will
  not be available. The final RFP, incorporating comments and
  recommendations received as a result of this notice, shall
  be isued on or about 7 April 1997. A pre-proposal conference
  shall be held on or about 21 April, 1997. This requirement
  was previously published 24 October, 1996. Note 5: The proposed
  contract is a 100% Histroically Black Colleges and Universities
  (HBCUs) and inority Institutions (MIs). Offers from other than
  HBCUs and MIs will not be considered.****
CITE: (I-353 SN013328)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Library of Congress, Contracts & Logistics Services,
  1701 Brightseat Road, Landover, MD 20785-3799
SUBJECT: R--FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDER
SOL AMPC/UR
POC Tony Lembo, Contract Specialist.
DESC: The Library of Congress intends to issue a delivery order
  against an existing Basic Ordering Agreement to renew a subscription
  with University Microfilms International for the continued
  use and access of their databases by Air Force Library and
  Information System, San Antonio, TX. UMI offers their ProQuest
  databases which provide fast and easy access to literally thousands
  of information sources from business and management to doctoral
  dissertations, general-interest periodicals, scientific material,
  and newspapers. Products offered include: ABI/INFORM ondisc,
  Dissertation Abstracts ondisc, INSPEC ondisc, Newspaper Abstracts
  ondisc, Periodical Abstracts ondisc, PRODIRECT, ProQuest Full-Text
  Newspapers ondisc, ProQuest Full-Image Periodicals ondisc,
  Resource/One, and Business Dateline. UMI also offers Document
  Delivery Services which provides a wide variety of published
  and unpublished documents including dissertations and thesis
  products, serials and newspapers, speeches, and government
  reports. Service will be continued through September 30, 1997.
  WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA
  SUFFICIENT TO DETERMINE CAPABILITY. No telephone calls will
  be accepted. No award will be based on any offer or proposal
  received in response to this notice. NO SOLICITATION DOCUMENT
  EXISTS. (See Note 22). REF: AMPC/UR.
CITE: (I-353 SN013358)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Library of Congress, Contracts & Logistics Services,
  1701 Brightseat Road, Landover, MD 20785-3799
SUBJECT: R--FEDLINK MICROFORM MATERIALS DELIVERY ORDER
SOL AMPC/UM
POC Tony Lembo, Contract Specialist.
DESC: The Library of Congress intends to issue a delivery order
  against an existing Basic Ordering Agreement to renew a subscription
  with University Microfilms International for the continued
  use of their services by Air Force Library and Information
  System, San Antonio, TX. This subscription is for their Microform
  Materials Service which provides a wide variety of published
  and unpublished documents including dissertations and thesis
  products, serials and newspapers, and phonefiche. Service will
  be continued through September 30, 1997. WRITTEN RESPONSES
  SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE
  CAPABILITY. No telephone calls will be accepted. No award will
  be based on any offer or proposal received in response to this
  notice. NO SOLICITATION DOCUMENT EXISTS. (See Note 22). REF:
  AMPC/UM.
CITE: (I-353 SN013359)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: R--DEVELOPMENT AND MANAGEMENT OF MILITARY FAMILY HOUSING
  AT FORT CARSON, COLORADO
SOL DACA45-96-R-0033
POC Contact Loreen Blume at 402-221-4265 (e-mail at loreen.k.blume@mro01.usace.army.mil).
  Other info available on the Omaha District Homepage. See http://wwwcemro.mro.usace.army.mil.
DESC: Previous announcement indicated the request for proposal
  documents would be available on or about 24 October 1996, with
  proposals due on or about 7 February 1997. The request for
  proposal will be issued on or about 30 December 1996. Proposals
  will be due on or about 29 April 1997. Orders for solicitation
  documents can be placed through the Omaha District homepage,
  address included above. Parties without access to the internet
  can fax a written request for solicitation documents to (402)221-4265,
  Attn: Loreen K. Blume or Leigh Ann Lucas. A pre-proposal conference
  will be held on 11 and 12 February 1997, 1775 E. Cheyenne Mountain
  Blvd., Colorado Springs, Colorado. Hotel/Motel reservations
  are the attendees responsibility. Reservations for the conference
  are required and must be received by 7 February 1997. For reservations,
  please contact Loreen Blume, (402)221-4265, or Leigh Ann Lucas,
  (402)221-4854, or telefax to (402)221-4530.
CITE: (I-353 SN013362)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue,
  Chambersburg, PA 17201-4152
SUBJECT: S--FUELING AND OTHER PETROLEUM SERVICES (LIQUID    
                    NITROGEN)
SOL DAAC67-97-R-0007
DUE 022797
POC Point of Contact - Carol Heckman, Contract Specialist, 717-267-9811
  x265. Contracting Officer, Richard   Rector, 717-267-5395 x202
DESC: Liquid Nitrogen         Lettekenny Army Depot intends to
  solicit for the delivery and the refilling of the Nitrogen
  tank located at the Nitrogen Suppy Facility, Bldg 370, Chambersburg,
  Pennsylvania 17201. All nitrogen delivered must conform to
  the Purity Requirements portion of MIL-G85127(AS). This is
  a Requirements type contract with a base year and four option
  years. The estimated issue date of the Solicitation is 22 January
  1997. All responsible sources may submit a proposal. No telephone
  requests will be accepted. There is a $25.00 charge for this
  solicitation package and only money orders or cashier checks
  will be acceptable. Any check collection vouchers submitted
  with any form of personal check (be it from a personal account
  or a business account) will be rejected. Payment should accompany
  the request and shall be made payable to the US Department
  of Treasury. Requests should be sent to: Directorate of Contracting,
  SIOLE-KOM, 1 Overcash Avenue, Letterkenny Army Depot, Chambersburg,
  Pennsylvania 17201.
EMAILADD: tkeller@letterkenn-emhl.army.mil
EMAILDESC: 
CITE: (D-353 SN013127)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: S--FIRE WATCH SERVICES
SOL N00406-97-R-4023
DUE 123096
POC M. Klose
DESC: due to the changing needs of the government, the requirement
  is hereby cancelled in its entirety. procurement for a requirements,
  delivery order type contract for firewatch services to the
  trident refit facility. services entail the establishment and
  maintenance of firewatches in and around the vessel. watch
  may entail traversing areas in and around the ship which will
  require travel both up and down ladders and through restricted
  size hatches. firewatch personnel shall monitor the work site
  and alert the proper authorities should a fire be detected.
  personnel must be able to obtain a confidential security clearance
  be a united states citizen and possess a confidential security
  clearance in accordance with dd form 254. duration of contract
  period shall be from date of award through 30 september 1997.
  FOB destination trident refit facility, bangor silverdale wa
  98315-6499 this is a 100% small business set-aside notes 1,9,
  and 26 apply all responsible sources may submit (offer/bid/quotation)
  which shall be considered by fleet & industrial supply center
  puget sound. telephone requests will not be honored. fax requests
  will be honored at (360) 476-2931
CITE: (I-353 SN013173)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: S--FIRE WATCH SERVICES
SOL N00406-97-R-4023
DUE 123096
POC M. Klose
DESC: due to the changing needs of the government, the requirement
  is hereby cancelled in its entirety. procurement for a requirements,
  delivery order type contract for firewatch services to the
  trident refit facility. services entail the establishment and
  maintenance of firewatches in and around the vessel. watch
  may entail traversing areas in and around the ship which will
  require travel both up and down ladders and through restricted
  size hatches. firewatch personnel shall monitor the work site
  and alert the proper authorities should a fire be detected.
  personnel must be able to obtain a confidential security clearance
  be a united states citizen and possess a confidential security
  clearance in accordance with dd form 254. duration of contract
  period shall be from date of award through 30 september 1997.
  FOB destination trident refit facility, bangor silverdale wa
  98315-6499 this is a 100% small business set-aside notes 1,9,
  and 26 apply all responsible sources may submit (offer/bid/quotation)
  which shall be considered by fleet & industrial supply center
  puget sound. telephone requests will not be honored. fax requests
  will be honored at (360) 476-2931
CITE: (I-353 SN013176)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge of Construction, Coastal Systems Station,
  Dahlgren Division, 6703 West Highway 98, Suite 126, Panama
  City, Florida 32407-7001
SUBJECT: S--SERVICING OF OIL/WATER SEPARATORS AND ACCUMULATION
  POINTS, AND OILY WASTE AND OTHER WASTE PRODUCTS MANAGEMENT
  SERVICES
SOL N62467-94-R-3008
DUE 011097
POC Jenette Eastman; Lenora McKinney, Contract Specialist, at
  (904) 234-4761. No telephone orders for solicitations will
  be accepted. To order solicitation package, request in writing
  to the above address or FAX to (904) 234-4760.
DESC: The requirements are changed to make this a Unrestricted
  Procurement and to change the SIC Code from 8744 to 4953 with
  dollar value of $6,000,000.00 million. REQUESTS SUBMITTED PRIOR
  TO THIS CHANGE NEED NOT BE RESUBMITTED.
CITE: (M-353 SN013264)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Contracting Officer, Naval Facilities Engineering Contracts,
  Bldg. 289, Indian Head Division, Naval Surface Warfare Center,
  Indian Head, Maryland 20640-5035
SUBJECT: S--GROUNDS MAINTENANCE AREA 3, INDIAN HEAD DIVISION,
  NAVAL SURFACE WARFARE CENTER, INDIAN HEAD, MARYLAND
SOL N62477-97-B-3525
DUE 020797
POC Diane Ryan (Contracting Officer), (301) 743-4147, Sheila
  Lundstrom (Contracting Officer), (301) 743-4748.
DESC: The work includes but is not limited to, providing all
  labor, materials, supplies, equipment, transportation, and
  supervision necessary for the performance of grounds maintenance
  services. Grounds maintenance shall include pruning, edging,
  soil improvement, seeding, sodding, mulching, weeding, weed
  and grass control, tree shrubbery replacement, planting, fertilizing,
  brush removal, leaf and debris cleanup and liming at the Indian
  Head Division, Naval Surface Warfare Center, Indian Head, Maryland.
  This project is 100% set aside for small business concerns.
  This is a Firm Fixed Price/Indefinite Quantity contract. SIC
  Code for this procurement is 0782: Lawn and Garden Services.
    This contract is for a period of one (1) year with four (4)
  one (1) year renewal options. Request for bid package will
  be made in writing and include company name, mailing address
  with zip code, telephone number and solicitation number (N62477-97-B-3525)
  and title. Telephone requests will not be honored. Written
  requests may be faxed to (301) 743-4949.
CITE: (M-353 SN013267)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 509th Contracting Squadron, 850 Arnold Ave., Site 2,
  Whiteman AFB, MO 65305-5054
SUBJECT: S--PUMP AND CLEAN AFFF AND PRETREATMENT EQUALIZATION
  TANK TO INCLUDE OFF BASE DISPOSAL OF SLUDGE AND RESIDUE
SOL F23606 97 Q0224
DUE 011797
POC Kristie Keney, (816) 687-5395/Contracting Officer, George
  A. Cromer, (816) 687-5399.
DESC: Contractor shall provide services to pump and clean AFFF
  and pretreatment equalization tank to include off base disposal
  of sludge and residue. Contact Kristie L. Keney at (816) 687-5426
  for a complete Statement of Work. Delivery by 01 Feb 96. When
  calling, be prepared to state name, address, and solicitation
  number. All responsible sources may submit an offer which will
  be considered. Simplified Acquisition Procedures shall be utilized.
  This acquisition is 100% set aside for small business concerns
  only. The SIC Code is 4953. Only written requests will be accepted.
  Facsimile machine requests are authorized. Facsimile number
  is (816) 687-5412/5418.
CITE: (M-353 SN013276)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DIRECTORATE OF CONTRACTING, ATTN AFRC-FM-DC, 2103 S 8TH
  AVENUE, FORT MCCOY WI 54656-5153
SUBJECT: S--CUSTODIAL, USARC, LIVONIA, MI
SOL DAKF61-97-Q-0033
DUE 013097
POC Purchasing Agent Sherry L. Middleton (608) 388-4517 Contracting
  Officer, Sandra J. Drecktrah (Site Code WPC0NT)
DESC: NPS: Provide all labor, materials, tools, equipment, and
  perform all work required for Custodial Services at USARC,
  Livonia, MI. Performance period is 1 Mar 97 - 28 Feb 98 with
  a one-year option period for 1 Mar 98 thru 28 Feb 99. Anticipated
  issue dte of 9 Jan 97 and due date of 30 Jan 97. Magnitude
  of project is betwee $25,000 and $100,000. Requests for this
  Request for Quotation (RFQ) must be in writing referencing
  the RFQ # and the City, State of the USARC. Request must be
  accompanied by a non-refndable certified check, cashier's check,
  or money order payable to the US Treasury in the the amount
  of $8.00 per package. NO company, personal, registered checks
  or cash accepted. All responsible sources may submit a quotation
  which if timely received, shall be considered. Small
CITE: (I-353 SN013321)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: ESC/PKOP, 104 Barksdale Street, Hanscom AFB, MA 01731-1806
SUBJECT: S--CUSTODIAL SERVICES NEW BOSTON AFS, NH
SOL F19650-97-T1579
DUE 011797
POC Tanya Jaracz, Contract Specialist, (617) 377-6779; Rhonda
  Chavez, Contracting Officer, (617) 377-2236.
DESC: This procurement consists of custodial services at New
  Boston Air Station, New Boston, New Hampshire. Service will
  include but will not be limited to vacuuming carpets, sweep
  mopping floors, cleaning furniture, removing trash (including
  recyclable trash), cleaning smoking areas, low dusting, cleaning
  glass, spot cleaning and metal polishing, cleaning break and
  kitchen areas, cleaning supply rooms, and periodic cleaning
  such as high dusting, maintaining floors, cleaning light fixtures,
  cleaning exterior doors and window glass and cleaning crawl
  spaces. The period of performance will be from 97FEB01 through
  97SEP30. The procurement will be a firm-fixed price simplified
  acquisition procedure. A site visit is scheduled for 10:00
  AM local time, on 10 January 1997. Bids will be due by 17 January
  1997. If you are interested in receiving a package and attending
  a site visit please send a written request to Tanya Jaracz,
  ESC/PKOP, 104 Barksdale Street, Hanscom AFB, MA 01731-1806.
  (Phone: (617) 377-6779 Fax: (617) 377-4324). All firms responding
  must indicate whether they are or are not a small business
  concern. See Numbered Note(s): 1.
CITE: (I-353 SN013367)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Seattle Regional Printing Procurement Office, U.S. Government
  Printing Office, 4735 East Marginal Way South, Seattle, Washington
  98134
SUBJECT: T--DATA PROCESSING PAPER
SOL Program 1066-S
DUE 011097
POC Michael J. Atkins, (206) 764-3726.
DESC: Single award term contract for the period February 1, 1997,
  to January 31, 1998, for the Department of Energy. Approximately
  five orders per year. Size: 14-7/8 x 11". One-part, approximately
  480,000 sheets per order. Government to furnish: Reprint sample.
  Operations include: Printing, packing, and delivery. Schedule:
  From five to 10 workdays. Quality level: IV. Bid request on
  your firm's letterhead.
CITE: (M-353 SN013224)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Philadelphia Regional Printing Procurement Office, U.S.
  Government Printing Office, Southampton Office Park, Suite
  A-190, 928 Jaymore Road, Southampton, PA 18966
SUBJECT: T--OFFSET PRINTING
SOL Jacket Number--504-872
DUE 122396
POC Debbie Rozdzielski, (215) 364-6465; Contracting Officer--James
  T. Reingruber, (215) 364-6465.
DESC: One time procurement for the Department of the Navy--nationwide
  production area. Requirements are for 300,000 flat sheet forms.
  Trim size 20 x 24". Print face only in 4 color process on 60
  lb. white Litho Coated Cover Stock. F.O.B. Contractor's City.
  Quality level II. Copy pickup at GPO Southampton, PA, December
  26, 1996. Ship January 31, 1997. Request Invitation for bid
  on firm's letterhead, attn: Bid Request, FAX Request, (215)
  364-6479 or call (215) 364-6465.
CITE: (M-353 SN013225)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Philadelphia Regional Printing Procurement Office, U.S.
  Government Printing Office, Southampton Office Park, Suite
  A 09190, 928 Jaymore Road, Southampton, PA 18966
SUBJECT: T--OFFSET PRINTING
SOL Jacket 504-881
DUE 010897
POC Marilyn Stone (215) 364-6465; Contracting Officer--James
  T. Reingruber (215) 364-6465.
DESC: One time procurement for the Dept. of the Navy (DAPS NEA)
  nationwide productions. Requirement is for 2,155,006 tags.
  Finished size is 6-1/4 x 3-1/8". Print in black ink only, head
  to foot. Clip corners and with one reinforced hole and hard
  fiber patch, and twine. Quality Level III. Copy pickup at GPO
  Southampton, PA on January 13, 1997. Delivery complete by February
  19, 1997. Request Invitation for Bid on Firm's letterhead or
  call (215) 364-6465, or FAX request on Company letterhead to
  (215) 364-6465.
CITE: (M-353 SN013243)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Los Angeles Regional Printing Procurement Office, U.S.
  Government Printing Office, 3950 Paramount Boulevard, Room
  220, Lakewood, CA 90712-4144
SUBJECT: T--OFFSET PRINTING
SOL Program 1934-S
DUE 122696
POC Diane Abeyta, (310) 982-1130.
DESC: Single award term contract for period DOA to 12-31-97,
  for the Department of Energy. Production area assumed to be
  within a 20-mile radius of Bakersfield, CA. Printing and Copying
  Services, approx. 1 order for three of the items, and 3 to
  5 orders per month for one of the items for Category I--Duplicating/Copying.
  One order for one item, and 12 orders for the other item for
  Category II--Printing Services. Up to 600 copies for Category
  I, and up to 1000 copies for Category II, of up to 1,500 pages
  for Category I and 2 pages for Category II, up to 48 x 105"
  for Category I, and up to 11 x 23" for Category II. Operations
  include copy pickup, films, proofs, printing, binding,  packing,
  labeling and marking, and distribution. Up to 5 workday production
  schedule. Product Quality Level III and IV attributes. Requirements
  for bidding are available by request on your firm's letterhead.
CITE: (M-353 SN013266)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Columbus Regional Printing
  Procurement, 1335 Dublin Road, Suite 112-B, Columbus, OH 43215
SUBJECT: T--CATEGORY I: WHITE WOVE/WRITING/BOND ENVELOPES; CATEGORY
  II: KRAFT AND SPUNDBOUND OLEFIN ("TYVEK") ENVELOPES
SOL Program 3584-S
DUE 011097
POC Dotti Griffith or Steven A. Boortz (Contracting Officer)
  on (614) 488-4616 for information of a technical nature and
  contact Joan Long, (614) 488-4491 for any other assistance
  required.
DESC: Single award term contract for the period February 1, 1997
  and ending January 31, 1998 for Department of Energy, Oak Ridge,
  TN. These specifications cover the production of various envelopes
  requiring such operations as manufacture, printing, drilling,
  packing and delivery. Trim Sizes: Various. Category I: White
  Wove/Writing/Bond Envelopes. Category II: Kraft and Spundbound
  Olefin ("Tyvek") Envelopes. Approximately 119 orders. Approximately
  500 to 70,000 envelopes per order. Government to furnish: Film
  negatives. Material to be mailed/delivered f.o.b. contractor's
  plant by "Airborne". Deliver f.o.b. destination to Oak Ridge,
  TN. Production time: 6 to over 30   workdays. Bid request on
  firm's letterhead while supplies last. Telephone/Telegraph
  requests are not acceptable.
CITE: (M-353 SN013305)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: 89th Contracting Office/LGCV, 1419 Menoher Drive, Andrews
  AFB, MD 20762-6500
SUBJECT: U--AEROBICS TRAINING
SOL FA4416-97-T0964
DUE 011596
POC Point of Contact, Jennifer A. LaChance, All responses to
  this synopsis must be in writing.  Telefax responses welcome
  at 301/9811910
DESC: Simplified acquisition procedures are being used in this
  procurement.  All quotes are due by the close of business,
  15 days from the issue date of this request for quotation.
   Contractor to provide full aerobic service for Andrews AFB
  West and East Fitness Centers.  Estimated period of performance
  is 9 months for thirty (30) classes per week Monday-Saturday.
   Classes will consist of one (1) hour of instruction.  Contractor
  shall have at least three years experience with a minimum of
  one year teaching aerobics and BS or BA degree in physical
  education may be substituted for three years of the total experience.
   All inquiries and concerns must be addressed in writing. 
  Facsimile request and proposals will be accepted.  No collect
  calls will be accepted.
CITE: (I-353 SN013083)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, STE
  5, Tyndall AFB, FL 32403-5526
SUBJECT: U--EDUCATIONAL TEST DEVELOPMENT AND TRAINING
SOL F08637 97 QX071
DUE 011397
POC Contact A1C Pearlman, Contract Specialist, 904-283-8630;
  Capt James Calnan, Contracting Officer, 904-283-8638
DESC: Requirements:  This synopsys constitutes a combines synopsis/soliciation
  for commercial services prepared in accordance with the format
  in FAR Subpart 12.6, as supplemented with additional information
  included in this notice.  This announcement constitutes the
  only solicitation; faxed or written quotations are being requested
  and a written solicitation will not be issued.  The solicitation
  number F08637 97QX071 is a request for quotation.  the requirement
  is solicited on an open-market basis for potential set-aside
  to small business firms.  The Standard Industrial Classification
  is 8748 and the Size Standard is $3.5M.  Tyndall AFB has a
  requirement to acquire services to develop test questions for
  input into the Certification and Testing Program (CerTest).
   The requirements of this project include: the development
  of valid and reliable certification tests to operate on the
  CerTest system; software modifications, as required, to meet
  the needs of increased test pools; workshops at various Air
  Force locations to ensure the validity of the certification
  tests and establish management procedures for the  administration
  of CerTest training program.  The contractor will convert the
  new Environmental Protection Agency's (EPS) Chloroflourocarbon
  exam to operate on the CerTest system.  The contractor will
  develop tests to operate on the CerTest system.  The deliverable
  for this effort could be tests distributed on floppy disk or
  on CD-ROM as requested by user.  Further deliverables may include:
   training workshops, evaluation and item analysis reports based
  on the test data currently being collected by the CerTest program,
  and the development of computer-based training materials that
  could be tied into the CerTest program.  The solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-36.  Delivery will
  be from date of award through 30 Sep 97.  The following Far
  Part 12 clauses apply: 1) FAR 52.212-1, Instructions to Offerors-Commercial
  (no additional instructions other than as noted above), 2)
  FAR 52.212-2, Evaluation-Commercial Items.  Award will be made
  to the lowest price responsible quoter who can provide the
  services during the period specified.  Evaluation of quote
  is based on best value, cost, ability to meet requirements
  and past performance.  Award will be made on an "all or none"
  basis.  3) A completed copy of FAR 52.212-3, Offeror Representation
  and Certification-Commercial Items, must be submitted with
  quote, 4) FAR 42.212-4, Contract Terms and Conditions applies.
   Additional Terms:  quotations must be in writing and submitted
  on or before the due date:  Quotations are due on January 10,
  1997, 4:30 PM, Central Standard Time, 325th Contracting Squadron/LGCV,
  501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526.  Facsimile
  acceptable.  Quotations may be faxed: Attn:  A1C Pearlman 904-283-1222,
  5) FAR 52.212-5 Contract Terms and Conditions Required to Implement
  States or Executive Orders - Commercial Items, and FAR 52.212-6,
  Subcontracts for Commercial Items and Commercial Components,
  apply to this acquisition (All listed Statues/order are exempted).
   Other terms are as follows:  Payment will be made by the Defense
  Finance and Accounting Service (DFAS-OR-FVP), 2500 Leahy Ave.,
  P.O. Box 934400, Orlando FL  32893-4400.
CITE: (W-353 SN013215)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: U.S. Department of the Interior,  Interior Service Center,
  1849 C Street, NW., Room 1314 Washington, DC
SUBJECT: U--BUILDING MAINTENANCE TRAINING PROGRAM
SOL 14-01-0001-97-C-08
DUE 013197
POC Tammie V. Crank, Contracting Officer, (202) 208-3815.
DESC: The U.S. Department of the Interior anticipates negotiating
  with American Institute of Occupational Trades, in Chicago,
  Illinois, to conduct and administer a Building Maintenance
  Training program at the Harpers Ferry Job Corps Civilian Conservation
  Center in Harpers Ferry, West Virginia. Services shall be provided
  from February 1, 1997 through June 30, 1997, with an option
  to extend services for additional four (4) one-year periods.
  No solicitation document exists. No telephone  inquiries will
  be accepted. A request for solicitation will not be considered
  an  affirmative response, however, if issuance of a solicitation
  is determined appropriate requesting firms will be included
  on the mailing list. Reference Synopsis Number 13. See  Numbered
  Note 22.
CITE: (M-353 SN013300)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: North Central Regional Contracting, 1300 Metropolitan
  Ave, Leavenworth, KS 66048
SUBJECT: U--AWARD OF ADVANCED OCCUPATIONAL EDUCATION FOR THE
  FMC, ROCHESTER, MN
SOL N/A
POC Contact Supervisor Contract Specialist/ Barb Von Wold (507)287-0674,
  ext. 318.
DESC: Point of Contact (#11) on award sysnopsis was incorrect.
  Correct contact person is Supervisor Contract Specialist/Barb
  Von Wold, (507)287-0674, ext. 318
CITE: (I-353 SN013345)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL
  62225-5302
SUBJECT: V--AIR TERMINAL SERVICES
SOL F11626-97-R0002
DUE 030797
POC Rodney D. Gilbert, (618)256-6454
DESC: Passenger and baggage processing and related services at
  Los Angeles  International Airport,Airport, Charleston International
  Airport, and Phadelphia International Airport.  Performance
  will be from 1 October 1997 through 30 September 1998.  The
  Government may, at its option, extend performance for three
  additional one year periods.  All responsible sources may submit
   a proposal which will be considered by the Air Force.  Set
  aside for small businesses.
CITE: (W-352 SN012993)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL
  62225-5302
SUBJECT: V--AIR TERMINAL SERVICES
SOL F11626-97-R0002
DUE 030797
POC Rodney D. Gilbert, (618)256-6454
DESC: Passenger and baggage processing and related services at
  Los Angeles  International Airport,Airport, Charleston International
  Airport, and Phadelphia International Airport.  Performance
  will be from 1 October 1997 through 30 September 1998.  The
  Government may, at its option, extend performance for three
  additional one year periods.  All responsible sources may submit
   a proposal which will be considered by the Air Force.  Set
  aside for small businesses.
CITE: (W-352 SN012994)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: National Park Service, Contract Operations Branch (233),
  P.O. Box 37127, Washington, DC 20013-7127
SUBJECT: V--PROVIDE SHUTTLE BUS SERVICE FOR THE NATIONAL PARK
  SERVICE
SOL 1443IB0001-97-001
DUE 122096
POC Demetria Brown (202) 523-0064, Contracting Officer.
DESC: The notice previously published to provide Shuttle Service
  for the Government Employees between National Park Service
  Offices located at 800 N. Capitol Street, N.W. and the Department
  of the Interior Building at 18th & C Streets, N.W. is canceled.
  The requirement will be filled under the procedures for the
  8(a) program.
CITE: (M-353 SN013307)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197
SUBJECT: V--RELOCATION SERVICES
SOL W813LP6227NP32
DUE 123196
POC Karen Chapman, Purchasing Agent, (301) 394-1945, Beth Smith,
  Contracting Officer, (301) 394-3371.
DESC: Contractor shall provide all labor, equipment, materials,
  tools, chemical supervision, inspection, etc., necessary to
  relocate the PSD High Voltage Ion Accelerator, General Ionex
  Tandetron Model 5117, from Room 2D139, Myer Center, Fort Monmouth,
  NJ to ALC, Adelphi, MD. This includes disassembly and packing
  in preparation for shipment, and the post-shipment and storage,
  unpacking, factory refurbishment of selected components, reassembly
  and re-installation to operating condition in accordance with
  statement of work. It is intended to award this contract to
  DeFaoite Systems Group, Derry, NH on a sole source basis. It
  is imperative that the disassembly and packing of the General
  Ionex Model 5117 Tandetron Accelerator for shipment and storage
  be done by the contractor with the best possible knowledge
  of the machine's design and operation, and that the subsequent
  unpacking, setup and calibration be done by the same contractor
  in preparation for acceptance testing. This is to ensure that
  the accelerator is promptly restored to its former working
  condition when set up in the new ALC facility. If this is not
  done, the system will not then, and may not ever, function
  properly again. DeFaoite Systems Group's principle field service
  engineer is uniquely qualified to perform this service. As
  a member of the General Ionex Corporation team that originated
  the Tandetron Accelerator as well as a veteran field engineer,
  he is recognized throughout the world as a leading expert in
  its design, maintenance and repair. Interested persons, responsible
  businesses only may identify their interest and capability
  to respond to the requirement by submitting a request in writing
  for a copy of the solicitation. No telephone requests will
  be honored. See Numbered Note(s): 22.
CITE: (I-353 SN013331)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: U. S. Postal Service, Facilities Service Office, PO Box
  800, Winthrop ME 04364-0800
SUBJECT: X--SOLICITATION FOR PROPOSALS - BROOKSVILLE, ME 04617-9998
SOL 082530-97-A-0023
DUE 013196
POC Terry Brooks, Real Estate Specialist, 207-377-2381.
DESC: The United States Postal Service seeks proposals to lease
  existing space, space to be modified, or facilities to be constructed
  in Brooksville, ME. The preferred area is within the general
  vicinity of the Town Office Complex. The space requirements
  are 2,000 sf Net Interior Space, 23 Parking spaces, 564 sf
  Platform, and 39,035 sf Minimum Site Size. The lease term is
  for 20 years with three 5-year renewal options. Proposals will
  be received through January 31, 1997, and must be submitted
  by principals only (along with a photograph of the property)
  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 orde rmade payable
  to "USPS Disbursing Officer" in the amount of $25.00. Interested
  parties are encouraged to submit their packages by one of the
  methods offered by the U.S. Postal Service (First Class, Priority,
  or Express Mail)
CITE: (I-353 SN013330)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31401
SUBJECT: Y--DINING HALL/TROOP ISSUE WAREHOUSE - SEYMOUR JOHNSON
  AFB, NC
SOL DACA21-97-B-0020
DUE 011797
POC Craig Harrell (Technical Questions) 912/652-5150 Randy Largeman
  (Contractual Questions) 912/652-5293.
DESC: Description of Work: Project includes construction of a
  new dining facility of concrete masonry exterior and standing
  seam metal roof. Facility consists of dining area, kitchen,
  dishwashing area, bakery, refrigerated and nonperishable storage,
  offices, latrines, and receiving dock. The facility also includes
  a troop issue area consisting of chilled and nonperishable
  storage, a linen exchange area, a postal service center, and
  all required support, as well as demolition and renovation
  of specified existing facilities. The new dining facility,
  including the supporting space mentioned above, totals approximately
  27,000 square feet. The project includes supporting utilities,
  pavements and site improvements. The demolition and renovation
  includes asbestos abatement and totals approximately 28,000
  square feet. Network Analysis System will be required. Estimated
  cost range of project is from $1,000,000 to $5,000,000. Charge
  for solicitation documents is $55. Make check payable to F&A
  Officer. Solicitation documents will be available January 27,
  1997 (approx.). In order to receive documents in a timely manner,
  requests should be received by January 17, 1997. This solicitation
  is issued on an unrestricted basis pursuant to the "Business
  Opportunity Development Reform Act of 1988" (Public Law 100-656).
  Only written requests for plans and specifications will be
  accepted. State area code, telephone number, street address
  and nine-digit zip code. Plans and specifications are available
  Monday through Friday, 8:30 A.M. to 5 P.M., 100 West Oglethorpe
  Avenue, Savannah, Georgia 31401-3640.
CITE: (I-352 SN012980)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of Agriculture, Agricultural Research
  Service, 6303 Ivy Lane, Room 616, Greenbelt, Maryland  20770
SUBJECT: Y--RENOVATE GREENHOUSES 222 AND 223, CONSTRUCT GREENHOUSES
  N-03A AND N-03B, AT THE SUBTROPICAL AGRICULTURAL RESEARCH LABORATORY,
  WESLACO, TEXAS
SOL 8241-3K15-97
DUE 012997
POC Contracting Officer, Mike Thompson, 301-344-0298
DESC: Solicitation Notice - It is the intent of the U.S. Department
  of Agriculture, Agricultural Research Service, to have the
  successful contractor perform demolition, site work, construction
  of greenhouse structures; and installing related electrical,
  plumbing, heating, ventilation, and air conditioning systems
  for research greenhouses at the Subtropical Agricultural Research
  Laboratory, Weslaco, Texas. Work for Greenhouse 223 shall include
  a new structure, glazing, and related electrical, plumbing,
  heating , ventilation, and air conditioning systems for a 1,200
  square foot greenhouse to be installed on an existing concrete
  floor and knee wall system.  Work for Greenhouse 222 shall
  include reusing the existing structure, floor and knee wall;
  installing a new glazing system; and installing related electrical,
  plumbing, heating, ventilation, and air conditioning systems
  for the 1,600 square foot greenhouse.  Greenhouses N-03A and
  N-03B shall be new 1,600 square foot units, including related
  site work, concrete floors, knee walls, structures and required
  utility systems. The estimated cost of construction is between
  $650,000 and $750,000. Solicitation packages will be available
  for distribution on or about December 31, 1996.  The bid documents
  will be provided, at no cost to prospective bidders, by Marmon
  Mok, One Riverwalk Place, Suite 1600, 700 North St. Mary's,
  San Antonio, Texas  78205.  The point of contact is German
  Valdes, he can be reached on 210-223-9492.  A pre-bid conference
  will be scheduled on or about January 14, 1997.  Bids will
  be opened on or about January 29, 1997.  All responsible sources
  may submit an offer which shall be considered by the Agency.
CITE: (I-353 SN013154)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code
  540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198
SUBJECT: Y--P-707 BACHELOR ENLISTED QUARTERS AND DINING FACILITY
  AT NAVAL AUXILIARY LANDING FIELD (NALF), SAN CLEMENTE ISLAND,
  CALIFORNIA
SOL N68711-95-R-7560
DUE 030497
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  Rose Hussak/Contracting Officer, Janet Buyson.
DESC: DESCRIPTION OF WORK--This is a design/build procurement.
  Sources sought to provide the design, engineering, and construction
  of a Bachelor Enlisted Quarters and Dining Facility at Naval
  Auxiliary Landing Field (NALF), San Clemente Island, California,
  complete and ready for use. Work includes off-site demolition
  of an existing two-story Dining Hall of Type V construction
  (approximately 1,700 SM), including hazardous materials abatement;
  on-site demolition of a deteriorating concrete slab (approximately
  30,000 SM); and the design, engineering construction of a new,
  complete and fully operational Bachelor Enlisted Quarters (BEQ)
  and Dining Facility. The BEQ portion of the facility will consist
  of approximately 75 one and two story Living Unit Modules (approximately
  54 SM each total) and a Common Building for the BEQ (approximately
  900 SM total). The Dining Facility will be a one-story structure
  (approximately 830 SM total). Included in the work is soils
  investigation, site grading, development of the entire site
  (including sports courts, walkways, and recreation amenities),
  utilities systems, equipment, fixtures, and finishes. The site
  is located on an island approximately 75 miles northwest of
  San Diego, California. Contract duration is 420 calendar days,
  except that all work related to the Dining Facility and supporting
  facilities (including access roads, parking lot, and utilities)
  shall be completed within 270 calendar days. Demolition of
  the existing Dining Facility shall not commence until the new
  Dining Facility is complete and operational. The contract is
  to be awarded to the responsible offeror who submits the proposal
  considered most advantageous to the Government considering
  "Price" and "Technical" evaluation factors. The following evaluation
  criteria has been established: Factor 1 (Price) and Factor
  2 (Technical) which are weighted equally. Within the "Technical"
  factor, the following subfactors are listed in order of importance:
  Subfactor (1) Design and Construction, Subfactor "2" Experience
  and Qualifications of Contractor/A-E/Subcontractor, Subfactor
  "3" Schedule, Subfactor "4" Subcontracting Effort. One project
  site visit (via air transport from Bldg. 700 air terminal NASNI)
  is scheduled for 14 January 1997. Limited seating on the plane
  requires that interested Offerors reserve space (maximum 3
  seats per Offeror) with ENS Karsten Koch (619-545-2134) as
  early as possible. Reservation deadline is 7 January 1997.
  A non-refundable $150.00 round trip charge per seat will be
  assessed. A preproposal conference is scheduled 9:00 a.m.,
  local time, on 15 January 1997, in the Training Room, second
  floor of the Military Housing Welcome Center, COMNAVBASE, 3544
  Albacore Alley, San Diego, CA. Participants must reserve seating
  a minimum of two (2) days in advance of the conference date
  by contacting Rose Hussak at 619-556-9345. This is not a public
  bid opening.--The estimated cost is between $10,000,000 and
  $15,000,000.--Firm Fixed Price Construction Contract. Proposals
  will be considered from all responsible sources.--This project
  is unrestricted.--The Standard Industrial Code is 1522/1542
  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.--NOTE: Plans
  and specs will not be mailed to firms within 20 mile radius
  of the issuing office.--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 RFP number N68711-95-R-7560, with complete
  name, address, area code and phone number and whether bidding
  as a prime/subcontractor/supplier. There will be a charge for
  plans and specs. Please call Plan Issue at 619-532-2082 for
  price of this project.--When price is known, checks are to
  be made out to DEFENSE PRINTING SERVICE.--FEES ARE NOT REFUNDABLE.--Mail
  request to Southwest Division, Naval Facilities Engineering
  Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San
  Diego, CA 92132-5187.--Submit one (1) check per project.--Solicitation
  packages are limited to two (2) sets per prime and one (1)
  per subcontractor/supplier.--Plans and specification will be
  available on or about 07 January 1997. Electronic data files
  of most of the RFP documents will also be available on 7 Jan
  97 via SWDIV BBS (619-532-1779, Area 3: Design/Build RFP) and
  Internet FTP site (ftp.efdswest.navfac.navy.mil; Host Directory
  is C: d pub).
CITE: (I-353 SN013180)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DHHS, Indian Health Service, 309 Federal Building, Aberdeen,
  South Dakota 57401
SUBJECT: Y--RENOVATION OF THE ALLEN WATER TREATMENT BUILDING
  AND INSTALLATION OF ONE (1) NEW COMMUNITY WELL IN ALLEN, SOUTH
  DAKOTA, PINE RIDGE INDIAN RESERVATION
SOL IFB-3438
POC Robin Claymore or Beverly Moran, Contract Specialists, or
  Ronda M. Longbrake, Contracting Officer at (605) 226-7567.
DESC: For the renovation of Allen Water Treatment Building and
  installation of one (1) community well in Allen, South Dakota,
  Pine Ridge Indian Reservation, Bennett County, South Dakota.
  Work is to be completed within seventy-five (75) days after
  Notice to Proceed. IFB 3438 will be available approximately
  15 (15) days after publication. Project magnitude is $25,000.00
  to $100,000.00. The proposed acquisition listed herein is totally
  set-aside for award to 100% or 51% Indian-owned firms pursuant
  to the Buy Indian Act. The Indian Preference Clause in employment
  and subcontracting is made a part of this solicitation and
  resultant contract.
CITE: (M-353 SN013227)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DHHS, Indian Health Service, 2900 Fourth Avenue North,
  P.O. Box 2143, Billings, MT 59103
SUBJECT: Y--DRILL AND DEVELOP 15 WATER WELLS AT VARIOUS HOMES
  AT CROW INDIAN RESERVATION, CROW AGENCY, MONTANA
SOL IFB-244-97-0009-REL
DUE 022497
POC Rita E. Langager, Contract Specialist, or Jerry L. Black,
  Contracting Officer, at (406) 247-7293.
DESC: The Billings Area Indian Health Service has a requirement
  which consists of the wells to be drilled and developed at
  homes of the participants receiving service on the Crow Indian
  Reservation, Montana. Resultant contract Will be a requirements
  type, with an estimated project magnitude of $25,000.00-$100,000.00.
  Prospective Contractors should submit their requests to this
  office in writing or by telefax at (406) 247-7108 no later
  than 1/23/97. Prospective contractors should be aware that
  this solicitation will be set-aside for award to 51% Indian
  Owned firms under authority of the Buy-Indian Act. Plans and
  specifications will be available at the above address  for
  viewing, without charge, after the solicitation release date.
  Any questions concerning this action can be directed to Rita
  E. Langager, Contract Specialist, at (406) 247-7293.
CITE: (M-353 SN013237)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DHHS, Indian Health Service, 2900 Fourth Avenue North,
  P.O. Box 2143, Billings, MT 59103
SUBJECT: Y--CONSTRUCT PRESSURE DOSE MOUND SYSTEMS FOR 15 HOMES
  ON CROW INDIAN RESERVATION, CROW AGENCY, MONTANA
SOL IFB-244-97-0010-REL
DUE 022497
POC Rita E. Langager, Contract Specialist, or Jerry L. Black,
  Contracting Officer, at (406) 247-7293.
DESC: The Billings Area Indian Health Service has a requirement
  which consists of pressure dose mound systems to be constructed
  for the homes of the participants receiving service on the
  Crow Indian Reservation, Montana. Resultant contract Will be
  a requirements type, with an estimated project magnitude of
  $25,000.00-$100,000.00. Prospective Contractors should submit
  their requests to this office in writing or by telefax at (406)
  247-7108 no later than 1/23/97. Prospective contractors should
  be aware that this solicitation will be set-aside for award
  to 51% Indian Owned firms under authority of the Buy-Indian
  Act. Plans and specifications will be available at  the above
  address for viewing, without charge, after the solicitation
  release date. Any questions concerning this action can be directed
  to Rita E. Langager, Contract Specialist, at (406) 247-7293.
CITE: (M-353 SN013238)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: United States Postal Service, Facilities Service Office,
  6800 W 64th Street, Suite 100, Overland Park, KS 66202-4171
SUBJECT: Y--NEW CONSTRUCTION LEASED, DONAHUE, IOWA 52746-9998
SOL 193045-97-A-0016
DUE 011497
POC Technical Questions, Dennis Hawley (913) 831-1855 Extension
  618, Contract questions, Candice L. Fuller, Real Estate Specialist,
  (913) 831-1855 Extension 435.
DESC: The U.S. Postal Service is soliciting for proposals to
  construct and lease back a new 1,606 sq. ft. facility in Donahue,
  Iowa, on a controlled site of approximately 34,399 sq. ft.
  The site is at the Northeast Corner of Third Avenue and Main
  Street in the City of Donahue, Scott County, Iowa. After December
  16, 1996, plans and specifications may be obtained for a NON-REFUNDABLE
  fee from "Jorji" at Kelly Blueprint, 8877 W 75th St, Overland
  Park, KS 66204-2275, telephone (913) 341-2333. Contact Kelly
  Blueprint in writing for list 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.
CITE: (M-353 SN013272)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DHHS, Indian Health Service, 2900 Fourth Avenue North,
  P.O. Box 2143, Billings, MT 59103
SUBJECT: Y--CONSTRUCTION OF APPROXIMATELY 15 WATER SYSTEMS AT
  VARIOUS SITES ON THE CROW INDIAN RESERVATION, CROW AGENCY,
  MONTANA
SOL IFB-244-97-0008-REL
DUE 022497
POC Rita E. Langager, Contract Specialist, or Jerry L. Black,
  Contracting Officer, at (406) 247-7293.
DESC: The Billings Area Indian Health Service has a requirement
  which consists of the construction of approximately 15 water
  systems at various scattered sites on the Crow Indian Reservation,
  Montana. Resultant contract will be a requirements type, with
  an estimated project magnitude of $25,000.00-$100,000.00. Prospective
  Contractors should submit their requests to this office in
  writing or by telefax at (406) 247-7108 no later than 1/23/97.
  Prospective contractors should be aware that this solicitation
  will be set-aside for award to 51% Indian Owned firms under
  authority of the Buy-Indian Act. Plans and specifications will
  be available at the above address for viewing, without charge,
  after the solicitation release date. Any questions concerning
  this action can be directed to Rita E. Langager, Contract Specialist,
  at (406) 247-7293.
CITE: (M-353 SN013274)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Federal Highway Administration, Loudoun Tech Center,
  21400 Ridgetop Circle, Sterling, Virginia  20166-6511
SUBJECT: Y--NORTH CAROLINA FOREST HIGHWAY PROJECT NC PFH 58-1(1)
SOL DTFH71-97-B-00005
DUE 020697
POC Contact for verifying availibility of bidding documents:
  Contract Specialist Sue Stanton, 703-285-0006; Contact for
  technical information:  Engineering Coordinator, Robert Sparrow,
  703-285-0075; Contracting Officer, Mary W. Daigle.
DESC: Sealed bids from all business concerns will be accepted
  for the North Carolina Forest Highway Project NC PFH 58-1(1),
  Nantahala National Forest, in Jackson County, North Carolina.
  The project consists of the replacement of the existing bridges
  over Sols Creek and Charley Creek, located along North Carolina
  Service Road 1756, and includes constructing a detour roadway;
  grading; paving; drainage improvements; and other miscellaneous
  work.  Principal items of work and approximate quantities are
  as follows:  Temporary culvert pipe, 1350 mm diameter, 30 m;
  Sandbags, 2,900 Each; Removal of bridge, Lump Sum; Placed riprap,
  class 1, 420 m3; Aggregate base, grading C or D, 620 metric
  tons; Structural concrete, class A(AE), 70 m3; Structural concrete,
  class D(AE), 135 m3; Epoxy coated reinforcing steel, 12,500
  kg; Drilled shafts, 450 mm diameter, 30 m.  The project is
  expected to fall within the price range of $250,000 to $500,000
  and has a construction completion date of August 31, 1997.
   Invitation for Bids No. DTFH71-97-B-00005 to be issued on
  or about January 6, 1997. Plans, proposal and contract booklets,
  standard specifications, and other bid documents, will be available
  on or after the issuance date, from the Federal Highway Administration,
  Eastern Federal Lands Highway Division, 21400 Ridgetop Circle,
  Sterling, Virginia 20166-6511, telephone: 800-892-8776, at
  no charge to bidders, subcontractors, and suppliers. Please
  call to verify availability of the bid documents. All requests
  for bid documents and planholder's lists will be mailed first
  class. It is strongly recommended that all requests for bid
  documents and planholder's lists be received 7 calendar days
  before bid opening to ensure receipt of requested materials.
   Requests for 'faxing' or overnight mailing will not be accepted.
   Bid opening on or about February 6, 1997, at 2:00 pm, local
  time at the Office of the Division Engineer, Federal Highway
  Administration, Eastern Federal Lands Highway Division, 21400
  Ridgetop Circle, Sterling, Virginia 20166-6511.  The following
  applies to Minority, Women-Owned and Disadvantaged Business
  Enterprises:  The Department of Transportation (DOT) Office
  of Small and Disadvantaged Business Utilization has bonding
  programs to assist minority, women-owned and disadvantaged
  business enterprises in acquiring short-term capital and bonding
  assistance for transportation-related contracts.  Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates up to $500,000 per contract to provide
  accounts receivable financing.  The DOT Bonding Assistance
  Program enables firms to apply for bid, performance and payment
  bonds up to $500,000 per contract. DOT provides an 80 percent
  guaranty on the bond amount to a surety against losses.  For
  further information and applicable forms concerning the STLP
  and Bonding Assistance Program, please call (800) 532-1169.
CITE: (I-353 SN013279)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--MCON (P-070), BACHELOR ENLISTED QUARTERS, SAN MATEO
  AREA, MARINE CORPS BASE, CAMP PENDLETON, CALIFORNIA
SOL N68711-96-B-2126
DUE 021097
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  Rowena Galendez/Contracting Officer, Katherine G Luhmann/For
  Bid Results call 619-532-2355.
DESC: DESCRIPTION OF WORK - The work includes construction of
  3 (three) story structures complete with concrete footings
  and floor slabs, masonry exterior and interior bearing walls,
  standing seam metal roofing over metal deck and steel trusses,
  elevator, plumbing, wet pipe fire sprinkler system, heating,
  ventilating, air conditioning, electrical lighting and power,
  intercommunications, master antenna TV, and fire alarm systems,
  and incidental related work. Exterior site work includes asphalt
  concrete paving, extension of existing sewer, water, underground
  electrical, and gas services, storm drainage system, landscaping,
  and irrigation system, and incidental related work complete
  and ready for use.--The estimated cost is over $10,000,000.--Firm
  Fixed Price Contract.-- Contract duration is approximately
  420 calendar days. --Bids will be considered from all responsible
  sources.--This project is unrestricted.--The Standard Industrial
  Code is 1522 and the annual size standard is $17 million.--It
  is recommended the subcontracting plan goals reflect a minimum
  goal of 5% for Small Disadvantaged Business subcontracting
  effort.--NOTE: THIS PROJECT WILL ALSO BE DISTRIBUTED AS AN
  ELECTRONIC BID SET (EBS).--THIS PROJECT WILL BE PROVIDED ON
  CD-ROM WITH NO CHARGE TO REQUESTORS AT A LATER DATE.--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 $98.00.--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 N68711-96-B-2126,
  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 08 JAN 1997.
CITE: (I-353 SN013350)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--STORM DRAINAGE FACILITIES, GENERAL MITCHELL IAP-ARS,
  WISCONSIN
SOL DACA45-97-B-0011
DUE 021297
POC Contracting Division at: (402) 221-4266 Plans and specifications
  can be ordered by fax at (402) 221-4530.
DESC: The work will include the following: (Approx. quantities)
  Project consists of constructing and upgrading permanent storm
  drainage facilities to intercept, redirect, sample and test
  storm water throughout the Air Reserve Base. Work includes
  clearing and grubbing, remove/reinstall chain link fencing,
  demolition of paving (asphalt & concrete), installing new paving,
  trenching, excavation and hauling, installation of new RCP
  and PVC piping, jacking and boring, and upgrading electrical
  site utilities. Additional work includes the installation of
  flow sensor plates, 500 SY of 70 mil geotextile fabric, seeding,
  erosion control netting, new 8' x 8' prefabricated metal building
  complete with steel reinforced footings and lighting, installation
  of primary and secondary monitoring stations, and providing
  detention/retention cells and deicing pad. The estimated construction
  cost of this project is between $500,000 and $1,000,000. Contractor's
  Quality Control will be a requirement in this contract. The
  Contractor will be required to commence work within 10 days
  after notice to proceed and complete the work 300 calendar
  days after receipt of Notice to Proceed. Provisions will be
  included for liquidated damages in case of failure to complete
  the work in the time allowed. Performance and payment bonds
  will be required. Bid sets will be available on/a January 8,
  1997. Half-size plans and specifications will be furnished
  upon request. All requests for solicitation packages should
  be made in writing no later than 14 days prior to bid opening.
  After such time, packages will be furnished if supply is available.
  It has been determined that the number of sets be limited to
  1 (one) per firm (additional copies will be the responsibility
  of the requestor). Please list street address (for parcel del
  service) and mailing address. SPECIAL NOTES: All responders
  are advised that this requirement may be cancelled or revised
  at any time during the solicitation, selection, selection evaluation,
  negotiation and/or final award structure and disposition of
  US Armed Forces. Telephone calls regarding small business matters
  should be made to Mr. Hubert J. Carter Jr. at 402-221-4110.
  Telephone calls on contents of drawings and specifications
  should be made to Specification Section at (402) 221-4413.
  For contractual questions, contact Janice Cook at: (402) 221-4118.
  SIC NO. 1629. THIS SOLICITATION IS UNRESTRICTED AND OPEN TO
  BOTH LARGE AND SMALL BUSINESS PARTICIPATION.
CITE: (I-353 SN013365)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 23d Contracting Squadron, 1443 Reilly Road, Suite C,
  Pope Afb Nc 28308-2896
SUBJECT: Z--SIMPLIFIED ACQUISITION FOR BASE ENGINEERING REQUIREMENTS
  (SABER) 
SOL F31601-97-RA004
DUE 021897
POC Mr. Thomas W. Foster, Contractor Administrator, 910-394-6276,
  Contracting Officer, Mr. Martin M. Honan, Jr, 910-394-6599
DESC:  Synopsis for subject solicitation is modified by adding:
   The total contract amount with all options exercised is $20,000,000.00
  for 5 years, or $4,000,000.00 per year.  
CITE: (W-352 SN012987)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, Headquarters Customer
  Service Center,18th & F Streets, NW,Room B-140,Wash ington,DC
  20405
SUBJECT: Z--EXPANSION OF TV STUDIO, GSA CENTRAL
SOL GS-11P-97-YTC-0398-RFP
DUE 010697
POC Contact Point,Meta E. Edwards,202/219-6567,Contracting Officer,Esther
  J. Green,202/501-2284
DESC: The General Services Administration has a need to procure
  services to expan d a TV Studio, located at GSA Centreal Office,
  18th & F Streets, NW, Public Affa irs on the ground level of
  the building. This is a 100% set-aside for small busi ness
  SIC Code 1799 with a small business size standard of $7 million.
   The estim ated dollar range of this procurement is between
  $25,000 and $100,000.  No bondi ng is required.  Tentative
  issue date is on or about December 20, 1996 and tenta tive
  proposal due date is on or about January 6, 1997.  Requests
  for this solici tation must be in writing or by fax to (2)
  208-0580, Attn:  Meta E. Edwards.  Al l responsible souces
  will be considered by the agency.
CITE: (I-352 SN012989)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, Roanoke Suboffice, 210
  Franklin Road, Room 702, Roanoke, Virginia 24011
SUBJECT: Z--DESIGN AND INSTALLATION OF PERIMETER SECURITY BARRIERS
  TO PROVIDE STANDOFF PROTECTION AGAINST VEHICULAR BOMBS AT TWO
  FEDERAL BUILDINGS.
SOL GS-03P-97-QNC-0329
DUE 022697
POC Phyllis Gray, Contracting Officer, 540-857-2174, fax 540-857-2034
DESC: General Services Administration is seeking technical proposals
  for the design and installation of perimeter security barriers
  to provide standoff protection against vehicular bombs at the
  Elizabeth Kee Federal Building in Bluefield, West Virginia,
  and the Abingdon Federal Building in Abingdon, Virginia.  This
  synopsis represents the request for technical proposals.  Two
  pre-proposal meetings will be held on January 15, 1997, as
  follows:  10:00 A.M. at the Elizabeth Kee Federal Building,
  601 Federal Street, Bluefield, West Virginia; and at 2:00 P.M.
  at the Abingdon Federal Building, 180 West Main Street, Abingdon,
  Virginia.  Please fax your intent to attend these meetings
  to Phyllis Gray at 540-857-2034.  Building drawings of the
  exterior space for both buildings will be available January
  15, 1997.   1. This project will require the design and installation
  of parking lot enclosures and access system and perimeter security
  barriers at the Elizabeth Kee Federal Building in Bluefield,
  WV, and design and installation of perimeter security barriers
  at the Abingdon Federal Building in Abingdon, VA.  Separate
  designs must be submitted for each building.  GSA is seeking
  design/build proposals not to exceed 475,000 for the Elizabeth
  Kee Federal Building and not to exceed $45,000 for the Abingdon
  Federal Building.   2. GSA intends to use the two-step sealed
  bidding method to obtain technical proposals and sealed bids
  for this project.  Multiple awards may be made.  3. Requirements
  of the technical proposals: Offerors shall submit the following:
  (1) Resume, project listing, or other documentation of the
  experience of the firm on design/build projects of a similar
  size and nature.  Include names, addresses, and phone numbers
  of references; (2) Before and after photographs of at least
  two, and no more than four, similar design/build security projects.
   Photos should be no larger than eight inches by ten inches
  and no smaller than four inches by four inches.  The offeror
  shall describe its specific role in each project pictured (e.g.
  general contractor, design/build contractor, etc.).  (3) Company
  profile including, (a) a financial statement; (b) a description
  of the experience of the key management personnel who will
  actually perform tasks associated with the project.  Describe
  the role of each individual named.  Discuss the percentage
  and type of work that will be accomplished with the offeror's
  own forces and the percentage and type of work that will be
  subcontracted.  (4) A written narrative which shall include
  the following information shown separately for each building:
  proposed construction method, proposed finished appearance
  or configuration (including historic considerations for the
  Elizabeth Kee Building).  Offerors must include a sketch of
  their proposed solution(s) and catalog pages(s) or cutsheet(s)
  with the full description of the proposed barriers, bollards,
  fences, gates, etc., as appropriate.  Each narrative shall
  not exceed three (3) typed pages.  Each must describe, at a
  minimum, the following:  For the Elizabeth Kee Building: (i)
  proposed parking lot enclosure and access system; for the Elizabeth
  Kee Building and the Abingdon Federal Building (ii) proposed
  security perimeter barriers; (iii) proposed finishes which
  match or compliment existing building appearances; (iv) proposed
  method of attachment and installation for all equipment, enclosures,
  barriers, etc., (v) proposed construction schedule.  4. Evaluation
  Criteria: Selection of acceptable proposals will be based upon
  (1) the offeror's past experience with similar work; (2) the
  offeror's ability to design and construct the work; (3) the
  offeror's ability to deal with historic issues at the Elizabeth
  Kee Building; (4) management and organization; experience of
  management personnel; (5) proposed solution to design issues;
  and (6) duration of construction.   5. Technical proposals
  shall not include price or pricing information.  Information
  on prices/pricing will be requested during the second step
  of this procurement process.  Contractors should note that
  GSA is seeking technical proposals which will result in project
  costs not to exceed $75,000 in Bluefield, WV., and not to exceed
  $45,000 in Abingdon, VA.   6. Technical proposals must be
  received by 4:00 P.M. (local time), on February 26, 1997, by
  GSA, Poff Federal Building, Room 702, 210 Franklin Road, Roanoke,
  VA., 24011.  7. In the second step, only bids based upon technical
  proposals determined to be acceptable, either initially or
  as a result of discussions, will be considered for award. 
  Each bid in the second step must be based on the bidder's own
  technical proposal(s).  8. Offerors should submit proposals
  that are acceptable without explanation or additional information.
   The Government may make a final determination regarding a
  proposal's acceptability solely on the basis of the proposal
  as submitted.  The Government may proceed with the second step
  without requesting further information from any offeror; however,
  the Government may request additional information from offerors
  of proposals that it considers reasonable susceptible of being
  made acceptable, and may discuss proposals with their offerors.
   9. A notice of unacceptability will be forwarded to the offeror
  upon completion of the proposal evaluation and final determination
  of unacceptability.  Debriefing of unsuccessful offerors, if
  requested, will take place after contract award. 10. Multiple
  technical proposals may be submitted.  Mutltiple awards may
  be made. 11. The estimated award date for this project is
  early April 1997; the estimated Notice to Proceed date is mid
  May 1997.  These dates are estimates and are not binding on
  the Government.  Actual contract performance time will be contained
  the the invitation for bid. 
CITE: (W-352 SN012992)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Naval Facilities Engineering
  Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP
  96540- 2200
SUBJECT: Z--GROUNDS MAINTENANCE SERVICES FOR U. S. NAVY FAMILY
  HOUSING, GUAM, M.I.
SOL N62766-96-B-9014
DUE 010297
POC Contact Julia Taitano, Contract Specialist, Tel: (671) 339-
  2252/3180
DESC: This procurement is a 100% set-aside for Small Business
  concerns.  The contractor shall furnish all labor, management,
  supervision, tools, equipment, materials, supplies, and transportation
  necessary to perform grounds maintenance services for U. S.
  Navy Family Housing in Guam in accordance with the specified
  requirements.  The services are to be performed under a combination
  Firm, Fixed-Price and Indefinite Quantity type contract.  The
  contract term will be for a period of 12 months with 4 option
  periods. Estimated cost range is for base, plus options, is
  between $1,000,000 and $5,000,000.  Approximate date of availability
  of plans and specs is on or about 02 January  1997. Availability
  of the solicitation is limited and will be furnished on a first-come,
  first-served basis.  Bid opening is scheduled for 04 February
  1997, at 2:00 P.M. Guam time.  See  note 1. SIC CODE--0782
CITE: (I-352 SN012999)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration (8PC),Public Buildings
  Service,P. O. Box 255 46,Denver,CO 80225-0546
SUBJECT: Z--REPAIR & ALTERATION, STATE OF COLORADO
SOL GS-08P-97-JBD-0006
DUE 012397
POC Contact,Cindy Wahrle,303/844-4083,Contracting Officer,Cindy
  J. Wahrle,303/8 44-4083
DESC: Provide all labor, material, supervision, equipment and
  tools necessary for general repairs and alterations to Government-owned
  and leased facilities at va rious locations in the State of
  Colorado.  This will be an Indefinite Quantity C onstruction
  Contract(s) with the ability to perform associated design services
  f or construction projects ranging from approximately $2,000
  to $100,000.  The est imated cost of construction for a given
  year under this contract is approximatel y $1,200,000.  Offerors
  will be evaluated using the source selection procedures/ greatest
  value method outlined in the solicitation.  The Government
  may make mul tiple awards and estimates to make four awards
  under the subject solicitation. Individual delivery orders
  exceeding $2,000 may be competed among the selected f irms
  under the contract unless the Government deems otherwise an
  individual task order basis.  Individual orders will be placed
  with the contractor with the low est price when only price
  is a factor.  The contracts will be for a one year bas e period
  with four (4) one year unilateral options on the part of the
  Government .  The requirement is being solicited through full
  and open competition.  SIC Co de 1542.  Responses should be
  mailed or faxed to the attention of GSA Ofc of Bus iness Development
  (8PB), PO Box 25006, Denver, CO 80225; Fax (303) 236-7408.
   Th e specifications will be available on or about 12/30/96.
  There will be no public opening of offers.
CITE: (I-353 SN013081)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration,Public Buildings Service,450
  Golden Gate Ave nue,San Francisco,CA 94102-3434
SUBJECT: Z--REPAIR AND ALTERATION OF U.S. COURTHOUSE
SOL GS-09P-97-KTC-0015
DUE 021997
POC Contact,Peggy DeLaTorre,415/522-3157,Contracting Officer,Peggy
  De La Torre, 415/522-3157
DESC: Repair and Alteration at the U.S. Courthouse, 312 N. Spring
  St. Los Angeles , CA.  Cost Range:  $5 million - $10 million.
   Sic Code 1711,$7.0mil Work includ es labor, materials, equipment
  and supervision required to complete the renovati on of the
  HVAC system of the entire building, lighting system retrofit
  from the 6th Floor through 17th floors. Improvements to the
  HVAC systems include but not limited to: installation of variable
  frequency motor devices and controls for th e penthouse air
  handlers, balancing of the air distribution systems, duct cleani
  ng from basement through 4th floors, replacement of existing
  chillers and coolin g towers, installation of smoke detectors
  in the air handling units, replacement of the exisitng heating
  and cooling coils, filtration systems improvements.  Wo rk
  shall also include replacement of front entrance ramp to comply
  with current ADA requirements.  As an option for award, work
  shall include duct cleaning from 5th through 17th floors. Incidental
  asbestos and lead base paint removal.  Liqu idated Damages
  apply as stated in solicitation.  Prime contractor shall perform
  50% under its own workforce.  Construction performance time
  is 460 calendar days after the receipt of the Notice to Proceed.
   A pre-bid conference and walk-thru are scheduled for January
  23, 1997 @ 10:00AM local time at the U.S. Courthouse, 312 N.
  Spring St. Los Angeles, CA.  Issue date is approximately January
  2, 1997 .  Bid opening date is approximately February 19, 1997
  @ 2:00PM.  20% Bid Bond i s required.  Performance and Payment
  Bonds are required.  A payment in the amoun t of $100.00 (approx)
  non-refundable charge is required for all bid packages.  P
  lease contact Ford Graphics, Attn:  Mark Hernandez or Florencio
  Sanchez, 1225 We st 9th St Los Angeles, CA 90015 (310) 627-5667
  FAX #310-683-1335.  The non-refun dable fee shall not exceed
  the actual cost of duplication of the IFB documents, plus regular
  mailing costs.  All requests should identify the project as
  the R & A Project located at 312 N. Spring St. Los Angeles,
  CA reference Solicitation N o. GS09P97KTC0015.  Plan holders
  list are available upon request from Peggy De L a Torre, Contracting
  Officer, FAX#415-522-3316.  No telephone requests for the p
  lan list will be accepted.  Bid packages are available through
  Ford Graphics.  R equest should be made no later than February
  3, 1997.  For further information, please call the Contracting
  Officer, Peggy De La Torre at (415) 522-3157.
CITE: (I-353 SN013085)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Naval Facilities Engineering
  Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP
  96540- 2200
SUBJECT: Z--PEST AND RODENT CONTROL SERVICES AT VARIOUS U. S.
  NAVAL ACTIVITIES, GUAM, M.I.
SOL N62766-96-B-9024
DUE 102596
POC Contact Julia Taitano Contract Specialist, Tel: (671) 339-
  2252/3180
DESC: This solicitation is 100% set-aside for small business
  concerns.  The contractor shall furnish all management, labor,
  supervision, tools, equipment, materials, and transportation
  necessary to provide pest control services.  Work includes
  the performance of nuisance; structural; stored products; mosquito
  and biting fly; ornamental and turf; weed; and other miscellaneous
  pest control services.  The contract type will be a combination
  firm, fixed price and indefinite quantity.  The contract will
  be for a base period of 12 months with unilateral government
  options to extend at firm, fixed prices established at the
  time of contract award.  The contract duration, including the
  exercise of any option, is not to exceed 60 months.  Estimated
  cost range for all years is between $1 - $5 million dollars.
   Approximate date of availability of plans and specs is on
  or about 25 October 1996. Proposals will be closed on or about
  26 November 1996, at 2:00 P.M. Guam time.  SIC CODE--7342
CITE: (I-353 SN013086)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Naval Facilities Engineering
  Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP
  96540- 2200
SUBJECT: Z--PEST AND RODENT CONTROL SERVICES AT VARIOUS U. S.
  NAVAL ACTIVITIES, GUAM, M.I.
SOL N62766-96-B-9024
DUE 010697
POC Contact Julia Taitano Contract Specialist, Tel: (671) 339-
  2252/3180
DESC: This solicitation is 100% set-aside for small business
  concerns.  The contractor shall furnish all management, labor,
  supervision, tools, equipment, materials, and transportation
  necessary to provide pest control services.  Work includes
  the performance of nuisance; structural; stored products; mosquito
  and biting fly; ornamental and turf; weed; and other miscellaneous
  pest control services.  The contract type will be a combination
  firm, fixed price and indefinite quantity.  The contract will
  be for a base period of 12 months with unilateral government
  options to extend at firm, fixed prices established at the
  time of contract award.  The contract duration, including the
  exercise of any option, is not to exceed 60 months.  Estimated
  cost range for all years is between $1 - $5 million dollars.
   Approximate date of availability of plans and specs is on
  or about 06 January 1997. Proposals will be closed on or about
  06 February 1997, at 2:00 P.M. Guam time.  SIC CODE--7342
CITE: (I-353 SN013087)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Army, U.S. Army Engineer District,
  Buffalo, 1776 Niagara Street, Buffalo, New York 14207-3199
SUBJECT: Z--MAINTENANCE DREDGING, FAIRPORT HARBOR, FAIRPORT,
  LAKE COUNTY, OHIO
SOL DACW49-97-B-0010
DUE 021897
POC Contact Point, Barbara Mansfield, Contract Specialist, 716-879-4256
DESC: Work consists of, but is not limited to, furnishing all
  plant, labor, material and equipment necessary to remove and
  dispose of approximately 150,000 cubic yards of dredged material,
  other than ledge rock, from Fairport Harbor, Fairport, Lake
  County, Ohio. Dredged material will be disposed of in Government
  designated open lake area and/or Contractor-furnished Government-approved
  disposal area. Estimated magnitude of construction in terms
  of physical characteristics is between 500,00.00 and 1,000,000.00.
   The performance period is 91 calendar days.  Charge for solicitation
  documents is $15.00 per set of full size plans and specifications.
   Make check or money order payable to the "US Army Engineer
  District, Buffalo".  NOTE: THE PROPOSED SOLICITATION IS 100%
  SET-ASIDE FOR SMALL BUSINESSES. SIC CODE 1629
CITE: (I-353 SN013110)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy
  Space Center, FL 32899
SUBJECT: Z--REPLACING VAB UTILITY ANNEX PUMPS AT LC-39
SOL RFO 10-97-0019
DUE 012497
POC Shelly Whittaker, Contract Specialist, OP-ESO-A, 407-867-7230
DESC: This project consists of replacing three fire pumps and
  the obsolete 125 VDC fire pump control system, refurbishing
  the three diesel engines which drive the fire pumps, and adding
  new return (test) piping from the fire pumps' discharge to
  an  existing 1 million gallon water reservior.  The three pumps
  are located in the VAB Utility Annex Pumps at LC-39.  Other
  systems affected by this project include compressed air, fuel
  oil, cooling water and electrical power.  All of these systems
  will require temporary or permanent modifications.  However,
  these systems are being modified only to facilitate installation
  of the new fire pumps, control system, return (test) piping,
  and refurbished fire pump engines and not to otherwise change
  their function. Plan to issue solicitation package on or before
  1/8/97. Magnitude of project is between $500,000 and $1,000,000.
  Period of performance: 540 calendar days after notice to proceed.
  Point of contact for solicitation package Mail Code: ATS-PRO,
  407-867-2851 or FAX request 407-867-9187. All responsible sources
  may submit a bid/proposal which shall be considered by the
  agency. An ombudsman has been appointed to hear concerns from
  offerors, potential offerors, and contractors during the preaward
  and postaward phases of this acquisition -- The purpose of
  the ombudsman is not to diminish the authority of the contracting
  officer 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 quotes, the source
  selection process, or the adjudication of formal contract disputes
  -- Interested parties are invited to call the installation
  ombudsman, Mr. J. A. Thomas at 407-867-2355. Concerns, issues,
  disagreements, and recommendations which cannot be resolved
  at the installation may be referred to the NASA ombudsman,
  Mr. Thomas S. Luedtke at 202-358-2090.  
CITE: (W-353 SN013130)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Department of Labor, ETA, Division of Acquisition
  and Assistance, 200 Constitution Avenue, N.W., Room S-4203,
  Washington, D.C. 20210
SUBJECT: Z--PY '93/94/95 - HVAC SYSTEMS UPGRADES FOR BUILDING
  A AND D AT THE TULSA JOB CORPS CENTER, TULSA, OKLAHOMA
SOL IFB-97-DAA-20
DUE 021897
POC Mike Hughes, (918) 627-5500 or Olivia J. Thorpe, Contract
  Specialist, (202) 219-8698.
DESC: The work to be performed under this project involves construction
  to upgrade the existing HVAC and hot water systems for Building
  A and D. The work also includes removal of asbestos containing
  materials, the installation of interior lighting fixtures,
  and miscellaneous architectural finishes at the Tulsa Job Corps
  Center. The estimated cost range is from $1,000,000 to $5,000,000.
  Plans and specifications will be available on January 10, 1997,
  ONLY from the office of Architect/Engineer, Mike Hughes Architects,
  8301 E. 51st Street, Suite 203, Tulsa, Oklahoma 74145. Contact:
  Mike Hughes, (918) 627-5500 for additional information regarding
  this project. Collect calls will not be accepted. It is emphasized
  that requests for plans and specifications shall be directed
  to the A/E firm listed above to ensure proper handing of requests.
  All requests must be in writing. Requests will be on a first-come,
  first-serve basis until supplies are exhausted. For requests
  made after the supply is exhausted, the Contracting Officer
  may determine whether payment of a fee is warranted. The non-refundable
  fee shall not exceed the actual cost of duplication of the
  IFB documents, plus COD charges. A $100 bid deposit is required.
  A Pre-Bid walk-through is scheduled for January 27, 1997 at
  2:00 p.m., local time. The Bid Opening date is February 18,
  1997, at 2:00 p.m., local time. This is a 100% Small Business
  Set-Aside requisition. The Standard Classification (SIC) code
  is 1711. The size standard is $17.0 million. See Numbered Note(s):
  1.
CITE: (I-353 SN013167)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA, Forest Service, P. O. Box 2010, Cleveland, TN 37320
SUBJECT: Z--MAINTENANCE OF FOREST ROADS
SOL RFQ NO. 04-97-08
DUE 020597
POC Nelia Rogers, 423/476-9713, Contracting Officer, James E.
  McDonald, 423/476-9711
DESC: Maintenance of forest roads on as as-needed basis on the
  Cherokee National Forest in Cocke, Greene, Unicoi, Washington,
  Carter,Johnson and Sullivan Counties, Tennessee. Contract Period:April
  1, 1997 through March 31, 1998. The proposed contractlisted
  here is not set aside for small business.
CITE: (I-353 SN013188)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA, ARS, Pacific West Area, 800 Buchanan Street, Albany,
  California 94710
SUBJECT: Z--INSTALLATION OF NEW WATER MAIN
SOL RFQ No. 3-91H2-97
DUE 020397
POC Rita Abeyta, (510) 559-6019, FAX (510) 559-6023, Contract
  Specialist.
DESC: Contractor shall provide labor, material, equipment and
  supervision for construction of a new water main at the USDA,
  Agricultural Research Service, Tropical Fruit and Vegetable
  Research Laboratory on Stainback Highway in Hilo, Hawaii. Work
  shall consist of, but not be limited to, excavation and backfill,
  new water main, valving and water meter, testing and chlorination.
  Request for Quotation No. 3-91H2-97 will be available on or
  about January 3, 1997. The estimated cost range for this project
  is between $25,000.00 and $100,000.00. Requests for a solicitation
  package should be faxed to the attention of Rita Abeyta at
  (510) 559-6023 or mailed to the address shown above.
CITE: (M-353 SN013222)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Brookhaven National Laboratory, Division of Contracts
  and Procurement, Building 355, Upton, N.Y. 11973-5000
SUBJECT: Z--ELECTRON MICROSCOPE FACILITY RENOVATION
POC David Dale, Sr.  Contracts Specialist, (516) 344-3199
DESC: Brookhaven National Laboratory  located approximately 60
  miles East of New York City intends to solicit bids for the
  following: ELECTRON MICROSCOPE FACILITY. Note: this project
  is set aside for small businesses only. Work  consists of,
  but not limited to, renovating, the existing lab space by gutting
  the interior  and removing all related mechanical and electrical
  items. The project  also  includes the installation of new
  suspended ceiling, floor tiles, photographic equipment, work
  benches, wall-mounted cabinets, base cabinets, sound absorption
  panels,  disconnect switches, and all related electrical  works
  as required to provide a complete electron microscope  facility
  and ready to use. All work will be awarded  on a  single contract.
  A 20% Bid Bond is  required. Payment  and Performance  Bonds
  are  required after contract award. Brookhaven National Laboratory
  is  charging a non-refundable  fee of $55.00  for bid documents.
  Personal checks  made out  to  ``Brookhaven  National Laboratory''
  are acceptable. Checks may be sent immediately and bid packages
  will be mailed upon  availability. Requests for  bid packages
  received without proper payment will not  be acknowledged.
CITE: (M-353 SN013236)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Naval Hospital, Building
  286, Portsmouth, Virginia 23708-5310
SUBJECT: Z--CENTRAL ENERGY PLANT ADDITION, NAVAL MEDICAL CENTER,
  PORTSMOUTH, VIRGINIA
SOL N62470-96-B-6018
DUE 020697
POC Elizabeth Carmack or Jean Maxwell at (804) 398-7303.
DESC: The work includes miscellaneous architectural work (door,
  painting, louver, installation, etc.) structural work (catwalk
  and platform modifications, etc.) mechanical work (temperature
  controls, pipe insulation, valve installation, boiler access
  door, installation of 3 Government furnished regulators, etc.)
  electrical work (switchgear heaters, communications system,
  etc.) and incidental related work. Plans and Specifications
  will be available on or about January 6, 1997. A limited number
  of bid packages will be available and issued on a first come
  first serve basis. There is no charge for plans and specifications.
  Bid opening date is February 6, 1997. Estimated Cost   Range:
  $100,000.00 to $250,000.00. This project is NOT set-aside for
  small business concerns. All responsible sources may submit
  an offer which will be considered.
CITE: (M-353 SN013250)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: National Park Service, Denver Service Center, P.O. Box
  25287 DSC-CAC, Denver, CO 80225-0287
SUBJECT: Z--WASTEWATER TREATMENT SYSTEM IMPROVEMENTS, SEQUOIA
  AND KINGS CANYON NATIONAL PARKS, FRESNO COUNTY, CALIFORNIA,
  SEKI-621
SOL 1443IB800097902
DUE 021097
POC Branch of Construction Contracts, 303/987-6744
DESC: The work of this contract consists of the general construction
  of a recirculating sand wastewater treatment plant, wastewater
  disposal fields, demolition of existing lagoons, underground
  utilities, and associated work.--Estimated price range, $1,000,000
  to $2,500,000.--Time for completion, 240 calendar days for
  Phase 1, 490 calendar days for Phase 2.--Bid opening date is
  approximate; actual date will be established at the time bidding
  documents are available.--All responsible sources may submit
  a bid which will be considered.
EMAILADD: contracts_dsc@nps.gov
EMAILDESC: 
CITE: (D-353 SN013253)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE
  27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301
SUBJECT: Z--MAINTENANCE OF THE POWER DISTRIBUTION SYSTEM
SOL N47408-97-Q-1349
DUE 011597
POC Purchasing Agent, Maggie Evangelista, 805-982-2142
DESC: The work includes providing all labor, materials, transportation,
  tools, equipment, management and supervision necessary for
  maintenance of the Power Distribution System located at various
  areas aboard the Naval Construction Battalion Center, Port
  Huneme,CA as required by means of a Fixed Price with Indefinite
  Quantity Contract. Estimated price range is under $100,000.00.
  SIC Code 1731, $5.0M. This requirement is unrestricted. All
  responsible sources may submit a quotation which, if timely
  received, sall be considered by the agency. Written quote will
  be solicited in writing. Request for a copy of the statement
  of work may be faxed to (805) 982-9121. Specifications are
  available on or about January 3, 1997 until supply is exhausted.
  Additional copies are available by contacting the Ventura County
  Contractor's Association Plan Room at (805) 981-8088. Please
  cite Request for Quotation Number, Company Name, Address, andPhone
  Number. Anticipated award date: January 20, 1997.
CITE: (I-353 SN013283)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Squadron (CONS/LGC), 4380B Alabama Road,
  Moody AFB, GA 31699-1794
SUBJECT: Z--REPAIR BATHROOM FINISHES FOR MFH
SOL F09607-97-B0006
DUE 011397
POC Dan Costello (912) 257-1498, Buyer; Dewayne G. Carson, (912)
  257-3153, Contracting Officer.
DESC: The proposed contract is for project MDY 93-0272, Repair
  Bathroom Finishes for MFH, Moody AFB, GA, which consists of,
  but is not limited to furnishing all plant, labor, equipment,
  materials, transportation, supervision, etc., to remove existing
  tub, flooring, water closet, and finishes and replace with
  new tub, flooring, water closet and finishes. All work shall
  be performed in strict compliance with specifications and drawings.
  This will be a firm-fixed price contract with 180 calendar
  days performance time. Magnitude of proposed construction is
  between $250,000.00 and $500,000.00. This solicitation was
  previously synopsized as F09607-96-B0038  but was never issued.
  This solicitation will be available for free download via the
  internet at URL Address http://www.moody.af.mil/lg/cons/cons.html.
  Any questions concerning access to this solicitation via the
  internet should be directed to Dan Costello at EMail costelld@sups347.mdy_lg.sups.moody.af.mil
  or by phone at (912) 257-1498. Contractors desiring a solicitation
  package by mail will be required to pay a fee of $7.64 per
  package. Requestors should submit a check payable to the U.S.
  Treasury with their written request to Contracting Squadron/LGCC,
  4380B Alabama Road, Moody AFB GA 31699-1794. No contractors
  submitting written requests for mailed packages will be consider
   for the bidders mailing list without the payment of this fee.
  Include in your request size status, telephone number, and
  point of contact. A solication package will be available for
  review only by contractor free of charge at the contracting
  office. No telephone request will be accepted. Standard Industrial
  Classification Code is 1522 and $17.0 million size standard
  for determining size of concern only. This acquisition is unrestricted.
CITE: (M-353 SN013286)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM Contracts,
  NAVSHIPYD Bldg 491, Portsmouth, Virginia 23709-5000
SUBJECT: Z--BUILDING 1500 LOBBY RENOVATION, NORFOLK NAVAL SHIPYARD,
  PORTSMOUTH, VIRGINIA
SOL N62470-96-B-5098
DUE 021297
POC Bid Packages, Sandra Johnson, (757) 396-5121; Contract Specialist,
  Laura L. Lathrop; Contracting Officer, Rosalind D. Rogers.
DESC: The work includes renovation of the 1300 square foot vestibule
  and lobby, consisting of the removal of the existing vinyl
  composite tile flooring; removal of the existing metal ceiling
  including light fixtures; and removal of the existing aluminum
  storefront; new aluminum storefront with automatic doors; new
  rubber flooring; and new gypsum ceiling with 2 x 2 fluorescent
  light fixtures; and incidental related work. Estimated cost
  range: $250,000.00 to $500,000.00. Plans and specifications
  will be available on or about 10 January 1997. A limited number
  of plans and specifications will be available on a first-come-first-served
  basis until the supply is exhausted.  There is no charge for
  the first set of plans and specs (additional sets are $25.00
  each); HOWEVER, EACH FIRM IS RESPONSIBLE FOR OBTAINING BID
  DATA. LOCAL FIRMS MAY PICK UP PACKAGES AT THE ISSUING OFFICE.
  OUT OF TOWN FIRMS MUST MAKE ALL ARRANGEMENTS FOR TYPE OF DELIVERY
  DESIRED AND NOTIFY ISSUING OFFICE. No plan holders lists will
  be faxed. All responsible sources may submit an offer which
  will be considered.
CITE: (M-353 SN013304)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Navy, Southwest Division, Naval Facilities
  Engineering Command, Officer in Charge of Construction_Los
  Angeles Area, Naval Weapons Station, Building 230 (West Wing),
  Seal Beach, CA 90740-5000
SUBJECT: Z--PROCUREMENT NOTICE-REPAIR WHARF 311, PIER 314, PIER
  309 AND NAVIGATION AIDS AT THE NAVAL WEAPONS STATION, SEAL
  BEACH, CA
SOL N68711-95-B-8629
DUE 020697
POC Sandra Craft (310) 626-6110, Contract Officer Veneece McNeley.
DESC: The work includes all necessary labor, materials, equipment,
  and supervision necessary to provide the perform repairs and
  replacement to Pier 309, Wharf 311, Pier 314, Dolphin 3 and
  an existing Buoy Line and incidental related work at the Naval
  Weapons Station, Seal Beach, CA by means of a firm fixed price
  type contract. The estimated cost is between $500,000.00 and
  $1,000,000.00. Performance time will be 210 days, commencing
  15 calendar days after award. Bids will be considered from
  all responsible sources. The proposed contract is unrestricted.
  The Standard Industrial Classification Code is 1799. The related
  small business size standard is $7 million. NOTE: Plans and
  specs will not be mailed to firms within a 20 mile radius of
  the issuing  office. Solicitation packages may be acquired
  in person from Plan Issue or by mail. Requests for the solicitation
  package must be in writing stating solicitation number N68711-95-B-8629,
  complete name, address, area code and phone number and whether
  bidding as a prime/subcontractor/supplier/manufacturer. Mail
  requests to the Officer in Charge of Construction, Los Angeles
  Area, Naval Weapons Station, Building 230 (West Wing), Seal
  Beach, CA 90740-5000 or fax requests to plan issue at (310)
  626-7961. Telephone requests will not be accepted. Plans and
  specifications will be available on 06 January 1997 until supply
  is exhausted. No deposit required.
CITE: (M-353 SN013308)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: Z--REPAIR ELECTRICAL SWITCHBOARDS, PHASE I (R23-86),
  VAULT 4, WING 2, BLDG A-33, NAVAL COMMAND, CONTROL AND OCEAN
  SURVEILLANCE CENTER RDTE DIVISION, SAN DIEGO CA
SOL N68711-96-B-4221
DUE 020697
POC POC Ms. Pat Hickok, Code D211, Contracting Officer, (619)553-3854,
  for technical/contractual questions. POC for copy, Mr. J.C.
  Norris, (619)553-4331.
DESC: The work includes providing all labor, approved materials
  and equipment required for removal of existing switchboards
  and abandoned equipment, the installation of new switchboards
  with new circuit breakers with solid state trip units, voltmeters,
  ammeters and instrument phase selector switches, and incidental
  related work, complete and ready for use.--Estimated cost range
  is between $100,000.00 and $250,000.00.--Firm Fixed Price Contract--Estimated
  start date is 20 February 1997 with 150 days to complete the
  work.--This proposed contract will be unrestricted.--SIC Code
  is 1731--Potential bidders should request plans and specifications
  in writing or pick up stating IFB Number N68711-96-B-4221 and
  complete name, address, area code, phone number and whether
  bidding as prime contractor/ subcontractor/supplier.--Telephone
  requests will not be accepted.--Mail requests to Naval Command,
  Control and Ocean Surveillance Center RDTE Division, Bid Office
  Code D214B, 53570 Silvergate Avenue, San Diego, CA 92152-5113
  or FAX to (619) 553-6976.--Incomplete requests will be returned
  to sender.--Bids will be considered from all responsible sources.--NOTE:
  Plans and specifications will not be mailed to firms within
  a 25 mile radius of the issuing office.--Plans and specifications
  will be available until supply is exhausted on a first come,
  first served basis.--Bid opening date is 6 February 1997.--No
  deposit required.
CITE: (I-353 SN013329)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: C1(16) F010 OIC of NAVFAC Contracts, NAV Submarine Base
  New London, Box 26, Bldg 135, Groton CT 06349-5026
SUBJECT: Z--REPAIR FIRE DAMAGED GOVERNMENT HOUSING, NAVAL SUBMARINE
  BASE NEW LONDON, GROTON, CT
SOL N62472-97-Q-5439
DUE 012497
POC Teresa Benavidez, Contract Specialist, LCDR J.T. Baker, Contracting
  Officer, (860) 449-3536, additional contact J. Bivins (860)
  449-3955.
DESC: The work includes repair and return to service two fire
  damaged housing units located at 31 Arrowood Avenue and 63
  Elderberry Rd. in Nautilus Park at the Naval Submarine Base
  New London, Groton, CT. This solicitation will be issued unrestricted.
  The estimated cost range is from $25,000 to $100,000. The applicable
  SIC Code and Size Standard is 1799 (Special Trade Contractors,
  N.E.C.) and 17.0 million. All solicitation requests shall be
  submitted in writing or by FAX to (860) 449-4565.
CITE: (I-353 SN013348)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH
  Ave NE, Poulsbo, WA 98370-75
SUBJECT: Z--NOTICE OF MODIFICATION TO THE CURRENT JOB ORDER CONTRACT
  FOR THE CONSTRUCTION, ALTERATION, CONSTRUCTION MAINTENANCE,
  AND REPAIR OF GOVERNMENT FACILITIES AT NAVAL AIR STATION WHIDBEY
  ISLAND
SOL N44255-95-D-6041
POC Don Myers, Contract Specialist (360) 396-0236/John Reynolds,
  Contracting Officer (360) 396-0252.
DESC: This is a notice of a proposed contract modification to
  increase the estimated maximum contract amount from $3,250,000
  to $4,250,000 for the current option period of the subject
  contract. This is an Indefinite Quantity contract that was
  awarded under source selection procedures. All work is issued
  on an as-needed basis and negotiated based on fixed unit prices
  and coefficients. The anticipated modification date is 07 January
  1997. The proposed modification is for services for which the
  Government intends to solicit only one source under the authority
  of FAR 6.302-1. This is a notice of intent only and is NOT
  to request proposals for this action.
CITE: (I-353 SN013352)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Earle C. Clements Job Corps Center, 2302 Hwy 60, Morganfield,
  KY 42437
SUBJECT: Z--INSTALLATION OF ROOF SYSTEMS
SOL PY 1994 Modification #1
DUE 030697
POC Derrick Watson, (502) 389-5325/Contracting Officer, Ron Hite,
  (502) 389-5314.
DESC: Estimated cost between $100,000.00-$200,000.00. Request
  For Bid may be received December 23, 1996. When calling be
  prepared to state name, address, and solicitation number.
CITE: (M-353 SN013370)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--TRAILING EDGE, AMMUNITION PAK.  E/I 25MM GUN SYSTEM,
   AIRBORNE.
SOL SP0740-97-Q-0627
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)  Kent morioka 614/69 2-3899
DESC: PR-NO:  YPC96291000854 NSN 1005-01-284-4042, CAGE 76301
  Part No  75A321122-1005 trailing edge, ammunition pak.  McDonnell
  Douglas (76301)  P/N 75A321122-1005.  There is no additional
  technical data at DCSC for  this solicitation.  5 -EA Del to
  San Diego CA 92136-0000 Del 220 days  after award.  PR-NO:
   YPC96291001113 1 -EA Del to Cherry Point NC  28533-0021 Del
  220 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 Corp. (76301).  Automated Best Value Model (ABVM) 
  applies.  While price may be a significant factor in the evaluation
  of offers,  the final contract award decision will be based
  upon a combination of  price and past performance, as described
  in the solicitation.  While price  will be a significant factor
  in the evaluation of offers, the final  contract award price
  may be based upon a combination of price and delivery as  described
  in this solicitation.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-353 SN013065)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FMU), Rock Island, IL
  61299-7630
SUBJECT: 10--BARREL ASSEMBLY CHROME
SOL DAAE20-96R0033
DUE 021097
POC Contract Specialist: Kathleen Lannan (309) 782-6444, PCO:
  Allen J. Hale (309) 782-6736
DESC: 1005-01-433-8405, Part Number 12524520. Requirements are
  240 each Barrel Assembly Chrome. For use on the M242 Automatic
  Gun. The sole source contractor for this proposed action is:
  Saco Defense Inc., 291 N. St., Saco, ME 04072-0890. The aforementioned
  contractor is a large business. FOB is destination. Published
  for subcontracting purposes only. Offers from concerns other
  than the above are not solicited. All or part of this action
  is an unfunded FY97 requirement. Requirement must be manufactured
  in the US or Canada. Statistical Process Control is required.
  ANSI/ISO/ASQC Q9001 or equivalent inspection criteria required.
  The proposed action will include a 100 percent option. Estimated
  issue date of this solicitation is 010997. Failure to properly
  address requests for solicitation in accordance with this CBD
  notice will result in non-receipt of the solicitation package.
  Failure to properly address bids/offers in accordance with
  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)(if a CAGE code has
  been assigned to you) along with your name, address, datafax
  number, and solicitation number. The fax number for requests
  is (309) 782-4728. Electronic requests may be accepted through
  the Automated Acquisition Information System (AAIS). All ACALA
  solicitations are available for viewing/downloading, in addition
  to procurement history, via the AAIS. The AAIS can be accessed
  electronically, 24 hours a day, using a modem set to dial (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. If electronic means is not possible, procurement history
  will be provided telephonically at (309) 782-8094 on a limited
  basis. See Note(s): 22.
CITE: (I-353 SN013337)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--LINK M14A2N
SOL DAAA0997B0008
POC CONTACT THE CONTRACT SPECIALIST: Judy Cherry (309)782-7454,
  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: 15 Jan 97,
  Bid Opening Date: 15 Feb 97. NSN: 1305-01-290-0714, Qty: 303000,
  Unit of Issue: ea, Part Number: 12910231, End Item: 20MM, Nomenclature:
  Link M14A2N, FOB: origin. 100% option. Restricted to MOB producers.
  For subcontracting info only. Mil-Q-9858 inspection criteria
  required. Published for subcontracting purposes only.
CITE: (I-353 SN013158)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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. Original CBD Notice was
  published 12/18/96. This cancels that notice in its entirety.
CITE: (I-353 SN013338)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 14--BASE ASSEMBLY
SOL N0010497RLB49
DUE 020497
POC Contact Point, Mark P Kendall, 02132.4, (717)790-6474, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, William
  R Wolfe, 02132, (717)790-2191
DESC: NSN 7E-1420-01-181-8328-MG, SPEC NR TDP VER 009, Ref Nr
  639AS4946, Qty 194 EA, Deliver to Receiving Officer Fisk Norfolk
  Norfolk VA, See Notes 9,22
CITE: (I-353 SN013112)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--SUPPORT, ENGINE CONTROL I/A/W CESSNA AIRCRAFT CO.,
   AIRCRAFT DIV
SOL SP0460-97-R-0495
DUE 020697
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement. for copies of RFQ Sol
  icitations,  contact thebuyer:  Margaret Adams/BU860/804 -279-5137
  contracting  officer:  Janet price/804-279-513 0
DESC: PR-NO:  YPG96317001292 NSN 1560-00-520-6076, support, engine,
   control Cessna aircraft Co., CAGE 71379 drawing number:  4055001
  Rev  'g', DTD 9/19/75, PN 4055001 222 -EA Del to Stockton CA
  95296 drawings,  interim procurement descriptions and deviation
  lists may be examined or  obtained from DSCR.  Del by:  270
  DARO - FOB origin first article test  required.  Option to
  increase quantity - 100% total small business (SB)  set-aside
  (NOTE 1).  All responsible sources may submit offer which DGSC
   shall consider.
CITE: (I-353 SN013022)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--DUCT ASSEMBLY, AIR CONDITIONING-HEATING
SOL SP0460-97-Q-D960
DUE 020697
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact M. langford/BT
  992/804-279-6645  contracting officer Alexander Stuart/ 804-279-3504
DESC: PR-NO:  YPG96323000506 NSN 1560-00-572-2542, duct assembly,
  air  conditioningheating Lockheed Corp CAGE 98897 P/N 3311168-13
  10 -EA Del to  Richmond VA 23297-5900 Del 60 DARO see mote
  22, intended source:   Lockheed Corp.  Unrestricted.  Solicitation
  will be made in writing and  orally.  QPL - FAR 52.209-1 OR
  52.209-2 - see NOTE 23.  Specifications,  plans or drawings
  relating to the procurement described are not available  and
  cannot be furnished by the government.  All responsible sources
  may  submit offer which DGSC shall consider.
CITE: (I-353 SN013023)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--FAIRING, AIRCRAFT
SOL SP0460-97-Q-B650
DUE 012897
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copy of RFQ/solici
  tation contact  the buyerrodney Bonner/BV511/804-279-32 31/FAX
  804-279-6078 or  X4300/contracting officer/bar bara Stansbury/804-279-3416
DESC: PR-NO:  YPG96325000344 NSN 1560-01-423-2706, fairing, aircraft,
   Lockheed Martin Corp, CAGE 81755, Dwg 16W382, Rev "by", P/N
   16W382-283, sources:  mooney aircraft Corp, CAGE 54200, gamma
  eng Inc  CAGE 50283. first article testing, 2 EA. origin inspection
  required.   94 -EA Del to Richmond VA 23297-5900 Del by 1345
  DARO. more than one  source. solicitations will be made in
  writing.specifications, plans or  drawings relating to the
  provurement described are not available and  cannot be furnished
  by the government.  All responsible sources may submit  offer
  which DGSC shall consider.
CITE: (I-353 SN013024)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--SUPPORT, STRUCTURAL
SOL SP0460-97-Q-B649
DUE 012897
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copy of RFQ/solici
  tation contact  the buyerrodney Bonner/BV511/804-279-32 31/FAX
  804-279-6078 or  X4300/contracting officer/bar bara Stansbury/804-279-3416
DESC: PR-NO:  YPG96330000346 NSN 1560-01-276-7218, support, structural,
   Lockheed Martin Corp, CAGE 81755, Dwg 16P1109 Rev "P", P/N
   16P1109-11, source:  Schulz products, CAGE 56153. origin inspection
   required. first article test, 1 EA. unrestricted.  300 -EA
  Del to  (Call contracting office) Del by 60 DARO. FOB origin.
  FMS required.other  than full and open comp (sole source).
  specifications, plans or drawings  relating to the procurement
  described are not available and cannot be  furnished by the
  government.  The final contract award decision may be based
   upon a combination of price, past performance and other evaluation
   factors as described in the solicitation. solicita tion will
  be made in  writing.  All responsible sources may submit offer
  which DGSC shall consider.
CITE: (I-353 SN013025)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--TEE ASSEMBLY, BLEED
SOL SP0460-97-R-0540
DUE 021897
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer, BA rbara
  Stansbury BV417 (804)279-3416 KO Kimberly  Hansen (804)279-3624
  FAX (804)279-6078/4300
DESC: PR-NO:  YPG96332000866 NSN 1560-01-046-1370, 64 -EA Del
  to New  Cumberland PA 17070-5001 Del by 26 Nov 97 with FAT/263
  DARO/139 WO FAT 18 - EA Del to Stockton CA 95296 Del by 26
  Nov 97 with FAT/263DARO/139 WO FAT  IAW Lockheed Martin CAGE
  81755 Dwg 16Y160 Rev V DTD 1/12/89 & supports  cited on TDPL
  010461370-96278 see NOTE 3 in AID.  Tech data is  available.drawings,
  interim procurement descriptions and deviation lists  may be
  examined or obtained from Defense Supply Center Richmond. 
  Government  first article applies.  100% quantity option. 
  All responsible sources  may submit offer which DGSC shall
  consider.
CITE: (I-353 SN013026)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--RECEIVER, REFUELING
SOL SP0460-97-R-0479
DUE 020697
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact Alexander stu ART/BT960/804-279-3504
  contracting officer Margie  stev ENS/804-279-6340
DESC: PR-NO:  YPG96261000300 NSN 1560-01-095-4337, receiver,
  refueling  IMO Delaval Inc CAGE 79326 P/N CCR101/11 H R Textron
  Inc CAGE 96124 P/N  744000-11 121 -EA Del to DuPont WA 98327
  Del 150 DARO 72 -EA Del to New  Cumberland PA 17070-5001 Del
  150 DARO see NOTE 22, intended sources:   transdigm Inc and
  H R Textron.  More than one source.  Other than full  and open
  and unrestricted.  QPL - FAR 52.209-1 OR 52.209-2 - see NOTE
   23.  Specifications, plans or drawings relating to the procurement
   described are not available and cannot be furnished by the
  government.   All responsible sources may submit offer which
  DGSC shall consider.
CITE: (I-353 SN013037)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--SUPPORT, STRUCTURAL
SOL SP0460-97-Q-B653
DUE 012897
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copy of RFQ/solici
  tation contact  the buyerrodney Bonner/BV511/804-279-32 31/FAX
  804-279-6078 or  X4300/contracting officer/bar bara Stansbury/804-279-3416
DESC: PR-NO:  YPG96340000357 NSN 1560-01-103-8133, support, structural,
   Lockheed Martin Corp, CAGE 81755, P/N 16K2326-827. origin
  inspection  required.  5 -EA Del to Richmond VA 23297-5900
  Del by 250 DARO.  unrestricted. other than full and open. 
  NOTE 22. solicitations will be  made in writing.specifi- cations,
  plans or drawings relating to the  procurement described are
  not available and cannot be furnished by the  government. 
  All responsible sources may submit offer which DGSC shall 
  consider.
CITE: (I-353 SN013038)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15--SUPPORT,STRUCTURAL
SOL N0038397QD108
DUE 012797
POC Contact Point, Kathleen   Johnson, 0221.09, (215)697-4069,
  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 7R-1560-01-246-6434-SR, Ref Nr 75A180201-1004, Qty 2 EA
  , Delivery FOB Origin----- no drawings available., See Note
  22
CITE: (I-353 SN013107)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--BELL CRANK; FAIRING, FUSELAGE, AI
SOL DAAJ09-97-Q-0493
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: 1560-01-248-9971, P/N: 7-311517070-13, QTY: 6 Each,
  FOB Origin with delivery of 6 each 180 days ARO to Texarkana,
  TX. NSN: 1560-01-157-1423, P/N: 7-311150123-11, QTY: 2 Each,
  FOB Origin with delivery of 2 each 180 days ARO to Texarkana,
  TX. Applicable to the AH-64 Program. This procurement requires
  prequalification. Contractors who desire to be prequalified
  must submit qualification documentation. 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 or future solicitations.
  All responsible sources are encouraged to submit a proposal
  which shall be considered by the Agency. See Numbered Note(s):
  22.
CITE: (I-353 SN013169)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Turkish Embassy, Office of Defense Attache, Air Procurement
  Office, 3005 Massachusetts Ave., NW., Washington, DC 20008
SUBJECT: 15--AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
SOL MS96A5018
DUE 012297
POC SMSgt.E.MERT, (202) 265-5834.
DESC: Turkish Ministry of Defense requests proposal for the opening
  of a camera installation well to B-200 Beechcraft aircraft.
  Administrative and Technical Specifications can be obtained
  providing Fedex Number via fax request. Quotations will be
  delivered to Turkey. No telephone or fax requests one week
  before deadline for the solicitation package will be accepted.
  Our fax number is: (202) 387-7976.
CITE: (M-353 SN013228)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--PARACHUTE ASSEMBLY, 5-FOOT STABILIZER
SOL SP0460-97-R-0449
DUE 020697
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Contact the buyer/Rodney  Bonner/ BV511/804-279-3231/ FAX 804-279-6078
  or X4300/contracting OFCR/  Barbara St ansbury/804-279-3416
DESC: PR-NO:  YPG96169001565 NSN 1670-00-451-1982, parachute
  assembly,  5-FT stabilizer, Martin Baker Acft, CAGE U1604,
  P/N MBEU39295.  Origin  inspection required. unrestricted.
   550 -EA Del to Richmond VA  23297-5900 Del by 80 DARO. only
  one source. solicitations will be made  in writing. specifications,
  plans or drawings relating to the procurement  described are
  not available and cannot be furnished by the government.
CITE: (I-353 SN013030)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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, MAIN STRUT. END ITEM EA-6B AIRCRAFT.
  KITCO HAS  BEEN APPROVED AS A
SOL SP0740-97-Q-0622
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)  John Lidonnice (614 ) 692-4711
DESC: PR-NO:  YPC96295001737 NSN 1620-01-134-8575, CAGE 26512
  Part No  1128GSK8-300 CAGE 34087 Part No 112GSK8-300 CAGE 34087
  Part No  1128GSK8-300 parts kit, main strut. Grumman part number
  1128GSK8-300.  no technical data available at DCSC for this
  solicitation.  9 -EA Del to  Jacksonville FL 32212-0097 Del
  140 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:  Grumman aerospace(26512) Kitco Inc
  (34087) 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-353 SN013066)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: ASC/LFDKI, Bldg 32, 2300 D Street, Wright-Patterson AFB
  OH 45433-7249
SUBJECT: 16--INTEGRATION EFFORT SUPPORTING THE F-15E FIGHTER
  PROGRAM
SOL F33657-96-R-0032
POC Contact Point, Mr. Myron Miller, Contracting Officer at 937/255-7927.
DESC: This CBD announcement constitutes a Notice of Contract
  Action of a proposed contract to integrate and install the
  Avionic Interface Unit (AIU) into the F-15E aircraft. Small
  businesses are hereby notified of potential subcontracting
  opportunities for this acquisition. Point of contact is: Director
  of Procurement, McDonnell Douglas Aerospace (MDA), (314) 232-9154.
  The F-15E Aircraft Program Office (ASC/LFD) of HQ Aeronautical
  Systems Center, Wright-Patterson AFB, OH, proposes to award
  a contract for this effort during the 3rd quarter of FY 97
  to McDonnell-Douglas Aerospace (MDA), St. Louis, MO. The contract
  will be awarded pursuant to the authority of FAR 6.302-1[(10
  U.S.C.) 2304(c)(1)] only one responsible source and no other
  source can satisfy agency requirements. The contractor meets
  all the following criterion: (a) Capability to integrate and
  install the above subsystems to be compatible with the current
  and planned configurations of the F-15E, (b) Capability to
  conduct retrofit/modification activities, (c) Capability to
  identify and develop efficient and cost-effective training
  programs for support of an F-15E, (d) Capability to use and
  input data into the Logistics Support Analysis file when conducting
  studies and analyses of training requirements associated with
  the F-15E aircraft and aircraft subsystems, (e) Capability
  to perform the design, development, integration, prototyping
  and test of new, peculiar F-15E Organizational and Depot (O&D)
  level support equipment hardware and software, designing and
  testing both hardware and software for nuclear weapons capabilities,
  and supporting planning, analysis, evaluation and coordination
  required for nuclear certification of support equipment, (f)
  Capability to prepare/revise and submit Support Equipment Recommendation
  Data (SERD) as part of appropriate Engineering Change Proposals
  (ECPs) to specify organizational and depot support equipment
  requirements for F-15E aircraft and ability to identify standard
  hand tools and develop modified hand tools required to support
  the F-15E, including modification drawings for modified standard
  hand tools, stock numbers, nomenclature and technical descriptions,
  as applicable, which shall be provided for each tool, (g) Capability
  to test and evaluate efforts in a manner that shall include
  consequential conduct of the air vehicle, avionics, and support
  equipment simulator, laboratory and aircraft ground tests.
  (NOTE: Additional GFE assets may be available to support test
  and evaluation activities, but need dates must be identified
  in a timely manner,) (h) Capability to conduct systems engineering
  and project management for all subsystems, (i) Capability to
  provide all required engineering data. An Ombudsman has been
  appointed to hear concerns from offerors or potential offerors
  during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to commun-icate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. 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 or in the source selection process. Interested
  parties are invited to call Mr Daniel L. Kugel, ASC/SY, 2475
  K Street Suite 1, Wright-Patterson AFB, OH 45433-7642 at (937)
  255-3855. The Ombudsman should only be contacted with issues
  or problems that have been previously brought to the attention
  of the contracting officer and could not be satisfactorily
  resolved at that level. Direct all routine communication to
  Mr. Myron Miller, Contracting Officer at (937) 255-7927. See
  note 22.
CITE: (I-353 SN013354)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories--Potential
  Sources Sought
OFFADD: Commanding Officer, Naval Air Systems Command, AIR 2.5.3.3.6,
  Mail Stop 34, Naval Air Station, Patuxent River, MD 20670-5449
SUBJECT: 16--INSTALLATION KITS FOR ELECTRONIC EQUIPMENT ON C-130
  AIRCRAFT
SOL N/A
DUE 011097
POC Contact Mr. Luke Patterson, AIR-2.5.3.3.6, Naval Air Systems
  Command, MS 34, Naval Air Station, Patuxent River, MD 20670-5449.
DESC: Market Survey/Sources Sought for Installation Kits for
  C-130 Modification Program (Hardware) Requiring Office: PMA-226.
  The Naval Air Systems Command is conducting a market survey
  to determine the extent of capable interested parties for the
  manufacture of modification program INSTALLATION KITS for Global
  Positioning System (GPS) and ARC-210 radios for installation
  into existing Navy, Navy Reserve, and Marine Corps C-130 aircraft.
  The anticipated requirement will call for the manufacture of
  51 GPS installation kits and 49 ARC-210 installation kits.
  The solicitation may also include optional contract line items
  for installation kits for Satellite Communications (SATCOM)
  and Ground Proximity Warning System units. A fixed-price type
  contract is contemplated. Work will be based on performance
  specifications with limited data and drawings to be provided
  by the Navy. Interested parties who possess the facilities,
  tooling and skill required to perform this effort are encouraged
  to submit a brief qualifications statement (not more than 20
  pages) to: Naval Air Systems Command, Attn: AIR-2.5.3.3, Mail
  Stop 34, Naval Air Station, Patuxent River, MD 20670-5449.
  Qualifications statements are due no later than January 10,
  1997. E-Mail responses are welcome and encouraged. Telephone
  responses or inquiries will not be accepted. Please forward
  E-Mail responses to the following Internet address: PATTERSON_LUKE%PAX8A@MR.NAWCAD.NAVY.MIL
CITE: (I-353 SN013201)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: U.S. Coast Guard Engineering Logistics Center, 2401 Hawkins
  Point Road, Baltimore, MD 21226-5000
SUBJECT: 20--PROPULSION  SHAFTS
SOL DTCG40-97-B-60015
DUE 022197
POC Linda Mannion, Contract Specialist, (410) 636-4338, Sandra
  McKay,  Contracting Officer, (410) 636-4286.
DESC: Provide all labor and materials required to forge, machine,
  test, inspect, preserve, package, mark  and ship propulsion
   shafts to be used on 82'C WPB, 65' WYT and 65'B WYT vessels;
  Sleeve sets to be provided as Government Furnished Material
  include: 2010-01-223-7554 and 2010-01-006-4843. Test and inspection
  procedures shall be required for approval of forgings  and
  completed shafts. Shaft material shall be as specified in ASTM-A564-95,
  type 630, class a. Delivery shall be made F.o.b. Destination
  to the U.S. Coast Guard Engineering Logistics Center, Baltimore,
  MD 21226-5000 within approximately 90 calendar days after receipt
  of a delivery order. A requirements contract for one (1) base
  year and four (4) option years is  anticipated. All responsible
  sources may submit a bid which shall be considered  by the
  agency.  See Numbered Notes 1 and 26. 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.
CITE: (M-353 SN013230)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT
SOL IAP-770,000-05
DUE 013197
POC Alberto A. Solano, Actg. Mat. Mgr. #1, (507) 272-4601, Eugenio
  Huerta, Contracting Officer, (507) 272-4601
DESC: Shaft #1, Shaft #2 and Shaft #3 per drawings VF-1301-88-1819,
  VF-1301-88-1621 and VF-1301-88-1622.  When requesting solicitation
  state Name, Address, and solicitation Number.  Request will
  be accepted by facsimile at 011-507-272-7588, or Telex 3034
  PCCAMRM PG. All responsible sources may timely submit an offer
  which shall be considered by the Commission. Basis of award
  may be made on "Best Value" factors such as delivery time,
  quality of product, experience, past performance and responsibility
  shall be considered to ensure that the purchase is advantageous
  to PCC.
CITE: (I-353 SN013151)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO Miami, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT
SOL IAP-770,070-05
DUE 013197
POC Alberto A. Solano, Actg. Mat. Mgr. #1, (507) 272-4601, Eugenio
  Huerta, Material Manager #1, (507) 272-4601
DESC: Gear #3 and Gear #7 per drawings VF-1301-88-1578, VF-1301-88-1582
  and PCC specification No 580-361 dated 4/14/94. When requesting
  solicitation state Name, Address, and Solicitation Number.
   Request will be accepted by Facsimile at 011-507-272-7588,
  or Telex 3034 PCCAMRM PG. All responsible sources may timely
  submit an offer which shall be considered by the Commission.
   Basis of award may be made on "BEST VALUE" factors such as
  delivery time, quality of product, experience, past performance
  and responsibility shall be considered to ensure that the purchase
  is advantageous to PCC.
CITE: (I-353 SN013152)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO Miami, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS,
SOL IAP-770,720-05
DUE 020597
POC EUGENIO HUERTA G., MATERIAL MANAGER 1, (507) 272-4601, E.
  H. WOMBLE, CHIEF, INV. BRANCH, (507) 272-4620
DESC: Various gears for the towing locomotive.  In accordance
  with PCC drawings and specifications. When requesting solicitation
  state Name, Address, and Solicitation Number.  Request will
  be accepted by Facsimile at 011-507-272-7588, or Telex 3034
  PCCAMRM PG. All responsible sources may timely submit an offer
  which shall be considered by the Commission.  Basis of award
  may be made on "BEST VALUE" factors such as delivery time,
  quality of product, experience, past performance and responsibility
  shall be considered to ensure that the purchase is advantageous
  to PCC.
CITE: (I-353 SN013153)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT
SOL IAP-770,930-05
DUE 020597
POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio
  Huerta, Contracting Officer, (507) 272-4620
DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and
  Drawing VF-1301-88-1583.  When requesting solicitation state
  Name, Address, and solicitation Number.  Request will be accepted
  by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG.
  All responsible sources may timely submit an offer which shall
  be considered by the Commission. Basis of award may be made
  on "Best Value" factors such as delivery time, quality of product,
  experience, past performance and responsibility shall be considered
  to ensure that the purchase is advantageous to PCC.
CITE: (I-353 SN013155)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT
SOL IAP-770,930-05
DUE 020597
POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio
  Huerta, Contracting Officer, (507) 272-4620
DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and
  Drawing VF-1301-88-1583.  When requesting solicitation state
  Name, Address, and solicitation Number.  Request will be accepted
  by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG.
  All responsible sources may timely submit an offer which shall
  be considered by the Commission. Basis of award may be made
  on "Best Value" factors such as delivery time, quality of product,
  experience, past performance and responsibility shall be considered
  to ensure that the purchase is advantageous to PCC.
CITE: (I-353 SN013209)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS,
SOL IAP-770,920-05
DUE 020597
POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio
  Huerta, Contracting Officer, (507) 272-4620
DESC: Gear #10, per PCC Spec. #580-361, dated April 14, 1994
  and Drawing VF-1301-88-1585.  When requesting solicitation
  state Name, Address, and solicitation Number.  Request will
  be accepted by facsimile at 011-507-272-7588, or Telex 3034
  PCCAMRM PG. All responsible sources may timely submit an offer
  which shall be considered by the Commission. Basis of award
  may be made on "Best Value" factors such as delivery time,
  quality of product, experience, past performance and responsibility
  shall be considered to ensure that the purchase is advantageous
  to PCC.
CITE: (I-353 SN013211)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT
SOL IAP-770,730-01
DUE 020597
POC Eugenio Huerta G, Material Manager, (507) 272-4601, E. H.
  Womble, Contracting Officer, (507) 272-4620
DESC: Gear #14, per PCC Spec. #580-361, dated April 14, 1994
  and Drawing VF-1301-88-1588.  When requesting solicitation
  state Name, Address, and solicitation Number.  Request will
  be accepted by facsimile at 011-507-272-7588, or Telex 3034
  PCCAMRM PG. All responsible sources may timely submit an offer
  which shall be considered by the Commission. Basis of award
  may be made on "Best Value" factors such as delivery time,
  quality of product, experience, past performance and responsibility
  shall be considered to ensure that the purchase is advantageous
  to PCC.
CITE: (I-353 SN013212)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: Wyoming Air National Guard/LGC; 217 Dell Range Blvd;
  Cheyenne, WY  82009-4799
SUBJECT: 23--UTILITY VEHICLE (ATV)
SOL DAHA4897T5126
DUE 020597
POC Point of Contact - Wayne F. Lindquist, Contracting Officer,
   307-772-6392
DESC: 4 Wheel Drive Utility Vehicle, Gasoline Powered, With a
  Pickup Style  Cargo Bed in Rear. Vehcile Will Have a Cab in
  Front With Heater. Vehicle  Will Have Rear Wheel Drive With
  Dual Mode Differential.
CITE: (D-352 SN012998)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 25--TAILGATE, VEHICLE BO
SOL DAAE0797QT181
DUE 021797
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Richard Wisz (810)
  574-7193
DESC: NSN:  2510000402264, qty:  90, FOB:  destination, opt:
   100%  item:  tailgaate, as see NOTE:  01.  All responsible
  Sou rces may submit  an offer which will be considered.  The
  offer due date is on or about  021797 (see soliciation for
  actual offer due date).
CITE: (I-352 SN012995)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--FRAME ASSEMBLY, WINDSHIELD. WELDED CONSTRUCTION.
   ON AM  GENERAL M998 (HMMWV) SERIES TRUCKS.
SOL SP0750-97-Q-0306
DUE 011597
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)  Julie brill (614) 6 92-1278
DESC: PR-NO:  YPC96299000816 NSN 2510-01-233-1141, CAGE 19207
  Part No  12339512 CAGE 34623 Part No 5594433 frame assembly,
  windshield. welded  construction.  Used on AM General M998
  (HMMWV) series trucks.  Per army  drawing 12339512 and all
  related data.  60 -EA Del to New Cumberland PA  17070-5001
  Del by 150 days after date of award.  40 -EA Del to Lathrop
   CA 95330 Del by 150 days after date of award.  See NOTE 9,
  12, 23.   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 (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 specificaitons cannot be provided by DSCC.
   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-353 SN013080)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: USDA--Forest Service, Modoc National Forest, 800 West
  12th Street, Alturas, CA 96101
SUBJECT: 25--TRUCK CRANE
SOL RFQ 09-96-03
DUE 022897
POC Loren W. Ambers, Contracting Officer at (916) 233-5811.
DESC: Provide truck-mounted, hydraulic, articulating behind cab
  mount crane. Information is minimum specification (or equal).
  Minimum 20" outriggers with horizontal and vertical locks.
  Crane shall have dual, waist level controls with identical
  operations of normal crane functions on each side of the truck/machine.
  The boom shall be capable of being worked and rotated simultaneously.
  The crane shall have minimum horizontal reach of 33" and a
  minimum vertical reach above the truck frame of 45". Minimum
  lifting capacity at 25'-00", radius shall be 4500 pounds. The
  crane shall be capable of minimum 365 degrees of rotation.
  (180 degree work area). This procurement is totally set-aside
  for small business area concerns. The SIC code for the procurement
  is 5013.
CITE: (M-353 SN013369)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--PISTON, INTERNAL COMBUSTION ENGINE
SOL SP0750-97-Q-0352
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, Julie brill,  (614)692-1278.
DESC: PR-NO:  YPC96289001549 NSN 2815-01-378-9124, CAGE 0BAT5
  Part No  4538741-287 piston, internal combustion engine. Hagglunds
  Inc P/N  4538741-287.  83 -EA Del to McClellan AFB CA 95652-1621
  Del by 90 days  after date of award.  See NOTE 22.  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 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-353 SN013064)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--GAS TURBINE POWER UNIT
SOL N0038397R0002
DUE 012797
POC Contact Point, Donna M Sibel, 0224.04, (215)697-5970, Fax,
  (215)697-3161, Twx, Not-avail
DESC: NSN 7R-2835-01-347-8038-GF, Ref Nr 3800076-5, Qty 100 EA,
  Delivery FOB Origin--This requirement is for award of a proposed
  2 year Indefinite Quantity repair  contract in support of the
  F-18 Environmental Control System.  Due to the  unavailability
  of drawings, only Allied Signal Inc. (99193)will be  solicited.Quantity
  shown is the estimated 2 year total.  Any other interested
   paries should contact NAVICPSource Developement, (215) 697-5717
  for  information regarding qualification for future procurements.,
  See Note 22
CITE: (I-353 SN013088)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--PARTS KIT,FUEL CONT
SOL N0038397RM123
DUE 012797
POC Contact Point, David J Russial, 0232.21, (215)697-2557, 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-2915-00-494-2350-NQ, Ref Nr 350814A, Qty 192 EA, Delivery
  FOB Origin-----. Drawings are not available. Since this is
  a "source controlled" item,  competition shall be restricted
  to Allied Signal Aerospatiale., See Note 22
CITE: (I-353 SN013089)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories--Potential Sources Sought
OFFADD: Coast Guard Engineering Logistics Center, Propulsion
  Systems Contracting Branch (Code 046/46), Mail Stop #26, 2401
  Hawkins Point Road, Baltimore, MD 21226-5000
SUBJECT: 29--ENGINE ACCESSORIES
SOL DTCG40-97-R-60018
DUE 041697
POC Kelly Carney, Contract Specialist, (410) 636-7745; S.M. Mckay,
  Contracting Officer, (410) 636-4286.
DESC: Potential Sources Sought. The U.S. Coast Guard Engineering
  Logistics Center is seeking qualified sources to consider an
  award of a contract for three (3) each Governors, Diesel, Engine,
  NSN 2990-01-329-8355, Woodward Governor P/N 8571-584, Woodward
  Governor Drawing No. 9987-458, used on 378' WHEC Coast Guard
  vessels. The form, fit, and function of these Governors must
  be exactly compatible with the system for which it is intended.
  The Government does not possess copies of the manufacturer's
  engineering data or drawings. It is the Government's belief
  that only the Original Equipment Manufacturer, Woodward Governor,
  or their authorized distributors can provide these   Governors.
  However, other potential sources having the expertise and required
  capabilities can submit such data discussing the same in duplicate
  within 15 days from the date of this announcement. The following
  information must be provided to evaluate the acceptability
  of the offered Governors: (1) complete and current engineering
  data to demonstrate the acceptability of the offered Governors
  (i.e., salient, physical, functional, and serviceability characteristics)
  or (2) Data that the offered Governors have been satisfactorily
  manufactured for the Government or the Original Equipment Manufacturer.
  No cost or pricing data is required. THIS IS NOT A SOLICITATION.
    THIS IS A REQUEST FOR INFORMATION ONLY. This synopsis is
  issued pursuant to FAR 5.207(e)(3) and TAM 1205.207. See Numbered
  Note 22. 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   $500,000.00.
  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.
CITE: (M-353 SN013299)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Supply Directorate, Contracting Department, PSC Box 8018,
  Cherry Point, NC 28533-0018
SUBJECT: 30--GEARSHAFT
SOL N00146-97-Q-J314
DUE 011497
POC Jerry Starling, (919) 464-8864.
DESC: Gearshaft, NSN 9C-3040-00-484-4346, 3015877, Qty: 00000016,
  EA, Deliver to: Nadep Receiving Officer, Cherry Point, NC,
  Delvy: 02/02/97; Deliver to: Nadep Receiving Officer, Cherry
  Point, NC, 30 days after date of order; The Naval Aviation
  Depot, MCAS Cherry Point, North Carolina 28533. The End Item
  Application is T400 REDUCTION GEARBOX ASSY P/N T400-CP-400GB.
  Request for quotes must be faxed to Jerry Starling at (919)
  464-8492/7728. Faxed request from responsible sources will
  be accepted. All responsible sources may submit a bid, proposal
  or quotation which will be considered. Include Cage and/or
  CEC code with request. All responsible sources may submit a
  bid, proposal, or   quotation which shall be considered by
  this agency.
CITE: (M-353 SN013265)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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,STATOR VANE
SOL N0038397QM125
DUE 012797
POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 1R-3110-01-311-0278-EN, Ref Nr 2187465, Qty 349 EA,
  Delivery FOB Origin, See Note 22
CITE: (I-353 SN013108)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 34--TOOLROOM LATHES
SOL SP0490-97-R-0538
DUE 021297
POC Contact:  for copies of RFP Call Martha Meadows at (804)2796611
   or send afax to (804)279-5948.
DESC: PR-NO:  PR# 97-98-1000 soliciting for RTC for toolroom
  lathes. NSN  3416-01- 078-5328.  Technical data, warranty and
  packaging alternates,  and optional tooling included.  Inspection
  and acceptance at origin, FOB  origin, destination unknown.
   Estimated annual quantity is 3 EA.  All  responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-353 SN013034)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: Department of the Navy, NAWCAD Contracts Compency Division,
  MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304
SUBJECT: 36--36 DFP-106E DUAL DIPLEXER PREAMPLIFIER
SOL N00421-97-Q-5106
POC Terri Meunier, Contracting Officer, (301) 862-8318.
DESC: This is a notice of intent to negotiate with Metropole
  Products, P.O. Box 309, Stafford, VA 22554 on an other than
  full and open competitive basis to purchase 25 ea of a dual
  diplexer preamplifier p/n DFP-106E brand name Metropole Products.
  The government intends to negotiate on a sole source basis
  with Metropole Products to avoid and prevent unnecessary new
  development/engineering costs for required preamplifier, which
  is compatible with the existing system and equipment. Delivery
  is required FOB Destination to Naval Air Warfare Center, Aircraft
  Division, Bldg 115, MS-9, St. Inigoes, MD 20684 within 30 days
  or sooner after contract award. Written request for copies
  of Request for Quotation may be faxed to (301) 862-8670 to
  the attention of Terri Meunier. All responsible sources may
  submit a quotation which will be considered by this agency.
  Estimated solicitation date is 97 Jan 03.
CITE: (I-353 SN013181)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: Department of the Navy, NAWCAD Contracts Compency Division,
  MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304
SUBJECT: 36--36 DFP-106E DUAL DIPLEXER PREAMPLIFIER CANCELLED
SOL N00421-97-Q-5106
POC Terri Meunier, Contracting Officer, (301) 862-8318.
DESC: This is a notice to cancel N00421-97-Q-5106 in the CBD.
CITE: (I-353 SN013195)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 36--SEWING MACHINES
SOL 1PI-B-1950-97
DUE 021197
POC Contract Specialist, CHRISTIAN, ROSANNA, 202/508-3969
DESC: UNICOR, Federal Prison Industries, Inc. intends to enter
  into a firm fixed price definite quantity type contract for
  ten each Sewing Machines: Walking foot, trimmer-back tack,
  air foot lift, electrical hook up will be 220 3 phase moto.
  FOB Destinatio FCI Safford, AZ. Required delivery from date
  of award through 60 days thereafter. Vendor shall provide and
  install and make production ready. Equal to or better than
  a Juki DNU241H-7 machine for information purpose only. All
  bidders desiring a copy of bidshould send a Fax 202-508-8498
  or letter to above address requesting a bid package and stating
  size of your firms's business. No telephone request shall be
  honored. All responsible sources may submit a bid which shall
  be considered
CITE: (I-353 SN013327)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 39--HOIST, CHAIN, HAND-OPERATED:  CLASS 1 OR 2, TYPE
  H,  ROLLER CHAIN, 1 1/2 TO 3 TON CONVERTIBLE
SOL SP0750-97-Q-0304
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, Julie brill,  (614)692-1278.
DESC: PR-NO:  YPC96274001352 NSN 3950-00-235-4237, hoist, chain.
   hand-operated, class 1 OR 2, type H, 57 inch to 10 feet lift
  height, 1  1/2 to 3 tons convertible capacity. in accordance
  with MIL-H-904 which  requires prequalification and listing
  on QPL.  147 -EA Del to  Mechanicsburg PA 17055-0789 Del by
  150 days after date of award.  50 -EA  Del to Tracy CA 95376-5000
  Del by 150 days after date of award.  See  NOTES 9, 12, and
  23.  Solicitation not available until 15 days after  published
  in the CBD.  Delivery Evaluation Factor applies.  While price
   may be a significant factor in the evaluation of offers, the
  final award  cecision 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-353 SN013063)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 41--FAN, VANEAXIAL
SOL DAAE0797RT145
DUE 021797
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Linda Wiedenmeyer
  (810) 574-8078
DESC: NSN:  4140014068169, qty:  85, FOB:  destination, opt:
   53%  item:  fan, vaneaxia see NOTE:  22.  The offer due date
  is on or about  021797 (see soliciation for actual offer due
  date).
CITE: (I-352 SN012996)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: U. S. ARMY Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO 63120-
SUBJECT: 41--FILTER ELEMENT AIR; CABLE ASSEMBLY, SPEC; SPACER,
  OPTICAL ELEMENT; CIRCUIT CARD ASSEMBLY; LEAD ELECTRICAL; MICROCIRCUIT,
  DIGITAL; Y, RADIAL.
SOL DAAJ09-97-Q-0457
DUE 021197
POC EVELYN H. KELLEY, Contracting Officer, (314) 263-0792, BILL
  HENDERSON, Contract Specialist, (314) 263-0791, Fax (314) 263-9012.
DESC: Filter Element, NSN: 4130-01-327-5417, P/N: 13075671-019,
  30 each; Cable Assembly, Special, NSN: 6150-01-349-3530, P/N:
  13231031-509, 2 each; Spacer, Optical Element, NSN: 6650-01-171-6961,
  P/N: 13076249-019, 34 each; Circuit Card Assembly, NSN: 5998-01-356-6316,
  P/N: 13231525-19, 2 each; Lead, Electrical, NSN: 5995-01-225-3236,
  P/N: 13081937, 3 each; Microcircuit, Digital, NSN: 5962-01-204-7874,
  P/N: 13084301, 232 each; Cable Assembly Radi, NSN: 5995-01-296-5540,
  P/N: 13081706-69, 9 each, to be procured from LOCKHEED MARTIN,
  ELECTRONICS & MISSILES , Orlando, FL - FOB Origin with all
  deliveries to the U.S. Army AH64 Support Center, 1700 Tradeport
  Drive, Orlando, FL 32824-7007. Required delivery for all items
  is between 180 to 210 days DACA. THIS IS NOT A COMPETITIVE
  PROCUREMENT. THE GOVERNMENT DOES NOT OWN DRAWINGS for THESE
  PARTS. Authority and Justification is 10 U. S. C. 2304(c)(1).
  The proposed contract action is for supplies which can not
  be procured through full and open competition because the authority
  cited states only one respnsible source or only a limited number
  of responsible sources and no other supplies will satisfy agency
  requirements, FAR 6.302-1. Firms that recognize and can produce
  the required items described above are encouraged to identify
  themselves to the Contracting Officer to initiate the source
  approval process. PROSPECTIVE CONTRACTORS MUST MEET A PREQUALIFICATION
  REQUIREMENT BEFORE AWARD CAN BE MADE. This requirement is anticipated
  to be awarded via delivery order to a Basic Ordering Agreement.
  See Numbered Note(s): 22.
CITE: (I-353 SN013171)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Supply Operations, Purchase Branch, Box 500, Code 244,
  Bldg. 87/2, Naval Submarine Support Facility, New London, Groton,
  CT 06349-5500
SUBJECT: 41--REFRIGERATION, AIR-CONDITIONING, AND AIR CIRCULATING
  EQUIPMENT
SOL N49399-97-Q-0022
DUE 010397
POC Carol Angelo, Purchasing Agent, (860) 449-4398, or Michael
  J. Konon, Contracting Officer, Phone (860) 449-3612, FAX (860)
  449-2840.
DESC: The Naval Submarine Support Facility, New London requires
  a modular steam heater. Unit to utilize steam as heating medium.
  The motor fan unit to force air through steam coils then non-collapsible
  ventilation hoses for interior space heating. All responsible
  business sources may submit a quotation which shall be considered
  by the agency. No telephone requests for the solicitation.
  Only written or FAX requests for the solicitation received
  directly from the requester are acceptable.
CITE: (M-353 SN013374)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 43--PUMP ASSY,SWI
SOL N0010497RFB40
DUE 021097
POC Contact Point, David E Snyder, 0243.11, (717)790-2367, Fax,
  (717)790-2284, Twx, Not-avail
DESC: NSN 7H-4320-01-388-5383-SS, SPEC NR TDP VER 001, Qty 1
  AY, Deliver to Receiving Officer Portsmouth NH --This is a
  Subsafe/Level 1 item which will be acquired from approved sources
   only.  Contracts will be awarded to offerors whose inspection
  system conforms  to MIL-I-45208A as certified by a joint DCAS/NAVICP
  survey team.  Information  about the MIL-I-45208A requirement
  may be obtained from NAVICP, Code 8452,  P.O. Box 2020, Mechanicsburg,
  PA  17055-0788.  Item is "sole  source"-Worthington.  Confidential
  security clearance required., See Notes 9,22
CITE: (I-353 SN013122)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Contracts & Procurement Division, Contracts Branch, Code
  643, 1000 23rd Avenue, Port Hueneme, CA 93043-4301
SUBJECT: 47--PIPE AND FITTINGS
SOL N6258397T1237
POC Charlotte Erickson (805) 982-2122 Mary Lorenzana Contracting
  Officer (805)982-2125 DSN # 551-2125.
DESC: Ductile iron, mechanical joint with accessories, 4" x 20'
  LG. 132 LG. Various other items: elbows, restraints, tees,
  couplings, gaskets to go with 4" pipe. Various qty. Fob Dest
  Port Hueneme, CA 60 DAYS ARO. Requests for Solicitation Documents
  may be submitted in writing or fax to (805) 982-0467. See Numbered
  Note(s): 1.
CITE: (I-353 SN013163)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 48--CORRECTION, VALVE,GLOBE         - AND SIMILAR REPLACEMENT
  PART
SOL N0010497RCB14
DUE 020597
POC Contact Point, Eric W Kreider, 02111.7, (717)790-2864, Fax,
  (717)790-2612, Twx, Not-avail, Contracting Officer, Jodi Watkins,
  02111, (717)790-4253
DESC: NSN 7H-4810-01-410-8211, SPEC NR TDP VER 001, Qty 9 EA,
  Delivery FOB Origin, Contract 100 Percent Small Business Set
  Aside--This solicitation also contains three more NSNs as follows:
  4810-01-698-5356,  5 Ea; 4810-01-407-4576, 1Ea; 4810-01-407-4578,
  1 Ea.  The solicitation also  conatains the provisions for
  a 100% option for each NSN.  The options will be  evaluated
  prior to the award of the contract., See Note 9
CITE: (I-353 SN013123)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany,
  GA 31704- 3019
SUBJECT: 49--PLAIN TABLE BLAST CLEANING MACHINE
SOL M67004-97-R-0004
DUE 021897
POC Gerald S. Byrd, Contract Specialist, Code 895, (912)439-6786
  Contracting Officer, Helen J. Daughtry, Code 895, (912)439-6715.
DESC: LSN 4940-01-263-0216, Purchase including Installation of
  a Blast Cleaning Machine, 1 each, FOB Albany, GA. Delivery
  including installation scheduled for 30 days after date of
  award. Specifications adequate for manufacturing purposes are
  available. All responsible offers will be considered. Request
  for Proposal to be issued approximately January 16, 1997 with
  a 30 day closing time. Facsimile requests accepted at (912)439-6713
  Request for solicitation must be in writing, Attn: Carol McConnell,
  Code 890-2
CITE: (I-352 SN012981)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--NUT, SELF-LOCKING, DOUBLE HEXAGON SOURCE CONTROLLED
   DOCUMENT
SOL SP0500-97-Q-J140
DUE 012397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Deborah Hankin/JCA53/X0506 buyer: 
  Deborah  Hankin/JCA53/X0506
DESC: PR-NO:  YPI96310002319 NSN 5310-00-783-0075, tion required
  57,930 - EA Del to New Cumberland PA 17070-5001 Del by 07 Feb
  97.  See NOTES 9,  22, RFQ due date 97 Jan 23 specs:  United
  Technologies P &W Acft Div  (77445) predominant mater:  P/N
  375096 approved sources:  Cherry Textron.   Size/dimen:  (11815,
  Bristol (27238), Fairchild (99215), Kaynar  (15653), SPS (56878).
   Primary quantity 57930 offers will be evaluated  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
  sources are:  Cherry Textron Inc.  (11815), Bristol (27238),
  fairchid (99215), Kaynar.  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.  Other NOTES:
   to obtain a  copy of this solicitation please send FAX request
  to (215) 697-6333 0R  X1462 or X2978.  Another NOTE:  the solicitation
  method will be a written  RFQ. anticipated award date is January
  17, 1997.  Specs/Dwgs are not  required.
CITE: (I-353 SN013143)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--PILE, WOOD, (PRESERVATIVE TREATED); PILE SHALL CONFORM
  TO  THE REQUIREMENTS OF THE
SOL SP0500-97-Q-J583
DUE 012297
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Paul brown/WAA02/215-697-3601 BU yer:
   P.  brown/WAA02/215-697-3601
DESC: PR-NO:  YPI96340000437 NSN 5510-00-260-5950, pile, wood;
  I/A/W  ASTM D25.  Treated I/A/W TT-W-571 (AWPA C3).  60 feet
  - 47 inch butt  circ.  Full and open competition apply 100
  -EA Del to national City CA  91950 Del by 13 Dec 96.  RFQ due
  date:  97JAN22 specs:  ASTM D 25  /TT-W-00571J primary qty:
   100 deliveries to CONUS (excluding Alaska)  delivery schedule:
   90 days NOTE 1 applies drawings/specs are not  required. 
  To obtain a copy of this solicitation please send FAX request
   to 215-697-6333 or X1462 or X2978.
CITE: (I-353 SN013214)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 55--PLYWOOD; LUAN
SOL 1PI-B-1932-97
DUE 120397
POC Contract Specialist, MACALUSO, PETER, 202/508-3958
DESC: The bid opening is corrected to 1/23/97, 2pm EST. The estimated
CITE: (I-353 SN013324)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 55--PLYWOOD; HEMLOCK, WALNUT, AND BIRCH
SOL 1PI-B-1931-97
DUE 120396
POC Contract Specialist, MACALUSO, PETER, 202/508-3958
DESC: The bid opening is corrected to 1/23/97, 2pm EST.
CITE: (I-353 SN013325)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Contracting Division, P.O. Box 8368, Marine Corps Base,
  Camp Lejeune, NC 28547-8368
SUBJECT: 56--REQUIREMENTS CONTRACT FOR VARIOUS TYPES OF STONE
SOL M6700197B0001
DUE 013197
POC Ms. Suzy Geohagan, (910) 451-3011.
DESC: Requirements contract for various types of stone to include
  SA(M) 1 inch, ABC 1-1/2 inch, RIP RAP, #467 2 inch, and ABC-granite
  for the period of 1 April 97 through 31 March 98. Deliver to
  MCB, Camp Lejeune, NC. All requests shall be submitted in writing
  or via FAX (910) 451-2193 and shall contain company name, address,
  solicitation number, point of contact, phone/fax number and
  business size. All responsible sources may submit a bid which
  will be considered.
CITE: (M-353 SN013223)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Supply Operations, Purchase Branch, Box 500, Code 244,
  Bldg. 87/2, Naval Submarine Support Facility, New London, Groton,
  CT 06349-5500
SUBJECT: 56--CONSTRUCTION AND BUILDING MATERIALS
SOL N49399-97-Q-0052
DUE 010397
POC Carol Angelo, Purchasing Agent, (860) 449-4398, or Michael
  J. Konon, Contracting Officer, Phone (860) 449-3612, FAX (860)
  449-2840.
DESC: The Naval Submarine Support Facility, New London requires
  both wood and metal doors with and without lites and transoms.
  Various hardware, and accessories for new construction. All
  responsible small business sources may submit a quotation which
  shall be considered by the agency. No telephone requests for
  the solicitation. Only written or FAX requests for the solicitation
  received directly from the requester are acceptable.
CITE: (M-353 SN013373)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--AMPLIFIER-MIXER
SOL SP0970-97-Q-A116
DUE 012897
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:  YPE96281000108 NSN 5895-00-209-9558, CAGE 13499
  Part No  608-5044-001 5 -EA Del to Memphis TN 38114-5210 other
  than full and open  competition:  part numbered item products
  offered clause applies.   Various increments solicited:  1-2,
  3-4, 5-9, 10-14, 15-19, 20-24.   PR quantity:  5 each.  Line
  1 quantity 5 -UY8593 Memphis TN 38114-5210.   Delivery schedule:
   5 ea.within 180 days.  Set-aside:  unrestricted  (sole source/single
  source) (no preference).  Size standard:  750.  All  responsible
  sources may submit offer which DESC shall consider.
CITE: (I-352 SN013004)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--CASE, DETECTOR APPROVED SOURCE CAGE 56540, P/N 4023521-0504;
SOL SP0970-97-Q-A118
DUE 012997
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:  YPE96281001526 NSN 5895-00-400-0708, CAGE 06845
  Part No  4023521-0504 CAGE 24384 Part No 4023521-0504 CAGE
  56540 Part No  4023521-0504 CAGE 61433 Part No 4023521-0504
  no additional descriptive  data available 75 -EA Del to Mechanicsburg
  PA 17055-0789 Del by 16 Nov 96.   30 -EA Del to Lathrop CA
  95330 other than full and open competition:   part numbered
  item products offered clause applies.  Various increments 
  solicited:  50-99, 100-149, 150-199, 200-249, 250-499.  PR
  quantity:   105 each.  Line 1 quantity 75 -SW3100 Mechanicsburg
  PA 17055-0789.   Line 2 quantity 30 -W62G2T Stockton CA 95296-0130.
   Delivery schedule:   105 each within 30 days.  Set-aside:
   total small business set-aside.   Size standard:  750.  All
  responsible sources may submit offer which DESC  shall consider.
CITE: (I-352 SN013005)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--SYNCHRO AND GEAR TR
SOL SP0970-97-Q-A119
DUE 012997
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:  YPE96282000223 NSN 5895-01-065-5193, CAGE 82152
  Part No  D229-9018-010 CAGE 82686 Part No U216746 9 -EA Del
  to Lathrop CA 95330  other than full and open competition:
   part numbered item products  offered clause applies.  Various
  increments solicited:  1-2, 3-4, 5-9,  10-14, 15-19, 20-24.
   PR quantity:  9 EA.  Line 1 quantity 9 - W62G2T Stockton CA
  95296-0130.  Delivery schedule:  9 ea.within 120 days.   Set-aside:
   unrestricted(sole source/single source) (no preference). 
   Size standard:  750.  All responsible sources may submit offer
  which DESC  shall consider.
CITE: (I-352 SN013006)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--CIRCUIT CARD ASSEMB
SOL N0038397QD111
DUE 012797
POC Contact Point, Gladys J Nicholas, 0221.05, (215)697-2576,
  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 7R-5895-01-174-2128-GF, Ref Nr 2802046-4, Qty 24 EA, Delivery
  FOB Origin-----.  No drawings available.  No option included.,
  See Note 22
CITE: (I-353 SN013090)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--ELECTRON TUBE
SOL N0038397RB016
DUE 012797
POC Contact Point, William M Fitzpatrick, 0231.10, (215)697-3820,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Anthony
  C Etheridge, 0231.21, (215)697-2560
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-5840-00-130-6945-CY, Ref Nr 3351609, Qty 152 EA, Delivery
  FOB Origin--OFFERORS PLEASE NOTE: DUE TO THE UNAVAILABILITY
  OF DRAWINGS AND OTHER DATA,  THEPART MUST BE ACQUIRED FROM
  A SOURCE SPECIFIED ON A SOURCE CONTROL DRAWING  AND THE PART
  REQUIRES ENGINEERING SOURCE APPROVAL, (FLIGHT CRITICAL ITEM),
   THEREFORE THIS REQUIREMENT WILL BE RESTRICTED TO 900816) PALOMAR
  PRODUCTS.---, See Notes 22,23
CITE: (I-353 SN013109)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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, Fort Monmouth, New
  Jersey 07703-5008
SUBJECT: 58--DEPOT LEVEL MAINTENANCE FOR THE AN/GSQ-240A(C) RADIO
  TERMINAL
SOL DAAB07-97-R-C602
DUE 011597
POC Shirley Hughes, Contract Spec, 908/532/4471, AMSEL-ACCA-C-AR,
  Contracting Officer, Homer L. O'Krepki.
DESC: 5975-01-437-7179, 5998-01-437-7195, 5998-01-437-7180, 5998-01-437-7196,
  5820-01-437-8859, 4130-01-437-7197, 5975-01-437-8867, P/O AN/GSQ-240A(C),
  acquisition for depot level maintenance, to include repair
  and inspection for a period of one (1) year, plus two (2) one
  year options and for the procurement of parts inlay to facilitate
  the repair effort; in addition, additional facilitation, special
  test sets are required. The depot level support shall be a
  non-competive negotiation, pursuant to FAR 6.302-1(b)(1)(i),
  Unique supplies or services available from only one source,
  with GEC Marconi, Wayne, NJ. GEC Marconi is the manufacturer
  of the JTIDS terminal and at this time, the confirguration
  has not been finialized. However, all responsible sources may
  submit a proposal which sahll be considered by the agency.
  The Government provides this data for informational purposes
  and should not be relied upon as a basis for preparation of
  an offer. Only written requests for this soliciation will be
  honored. See Note 22. 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-353 SN013190)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Contracting Officer, USCG Aircraft Repair & Supply Center,
  Elizabeth City, NC  27909-5001
SUBJECT: 58--COMMUNICATION, DETECTION, AND COHERENT RADIATION
  EQUIPMENT
SOL DTCG38-97-Q-200008
DUE 010897
POC Contact G. L. Knight, Contracting Officer, (919)335-6144
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in FAR 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. DTCG38-97-Q-200008 is issued as a Request for
  Quotation and incorporates provision and clauses in effect
  through Federal Acquisition Circular 90-42.  This is an unrestricted
  acquisition. The Standard Industrial Classification Code is
  3728.  The small business size standard is 1000 employees.
   This item is utilized on the HH-65A aircraft.  Item number
  1, Microphone/Preamplifier, NSN 5895-01-HS1-2794, P/N 173816-01
  (Only acceptable source is Smith Industries, Aerospace & Def.
  Sys. Inc.), quantity required:  99 Each.  Items are to be delivered
  no later than 180 days from receipt of Purchase Order to USCG
  Aircraft Repair & Supply Center, Receiving Section, Bldg. 63,
  Elizabeth City, NC 27909-5001.  Delivery shall be F.O.B. destination
  with final acceptance at destination.  The following Federal
  Acquisition Regulation (FAR) provisions and clauses apply:
   FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct
  1995); FAR 52.212-2 Evaluation - Commercial Items (Oct 1995)
  - The following factors, in descending order of importance,
  shall be used to evaluate offers:  Technical capability of
  the item to meet the Government's requirement, price and past
  performance; FAR 52.212-3 Offeror Representations and Certifications
  - Commercial Items  (Jun 1996) - Offerors shall include a completed
  copy of this provision with its offer; FAR 52.212-4 Contract
  Terms and Conditions-Commercial Items (Aug 1996) with the following
   addenda: 52.211-5 New Material (May 95), 52.211-7 Other Than
  New Material, Residual Inventory, and Former Government Surplus
  Property (May 95), 52.211-14 Notice of Priority Rating for
  National Defense Use (Sep 90) DO-A1 rated, 52.211-15 Defense
  Priority and Allocation Requirements (Sep 90), 52.211-16 Variation
  in Quantity (Apr 84) (b) 0% increase, 0% decrease; total contract
  quantity, 52.211-17 Delivery of Excess Quantities (Sep 89),
  52.247-34 F.O.B. Destination (Nov 91), 52.247-54 Diversion
  of Shipment under F.O.B. Destination Contracts (Mar 89).  Packaging
  Instructions, each piece of equipment shall be packaged in
  accordance with best commercial packaging to enable shipment
  to destination and transshipment to a Coast Guard unit without
  repacking or incurring damage during shipping and handling.
   Material shall be marked in accordance with MIL-STD-129M,
  Marking for Shipment and Storage, dated 15 Jun 93. All labeling
  will be imprinted with the appropriate National Stock Number,
  Part Number, Nomenclature, Quantity, Contract Number, Delivery
  Order Number, Cure Date as provided, and Serial Number. Labeling
  data shall be attached to the outside of the shipping container.
   Inspection and acceptance to ensure that item is in accordance
  with manufacturer's specifications shall be performed by USCG
  Quality Assurance personnel at destination. FAR 52.212-5, Contract
  Terms and Conditions Required to Implement Statutes or Executive
  Orders - Commercial Items (Aug 1996), paragraphs (b)(6)-(10)
  apply. Closing date and time for receipt of offers is 8 Jan
  1997, 3:00 PM, Eastern Standard Time. Facsimile Offers are
  acceptable and may be forwarded via Fax Number (919)335-6496.
   This Notice is for Informational purposes for Minority, Women-Owned
  and Disadvantaged Business Enterprises:  The Department of
  Transportation (DOT), Office of Small Disadvantaged Business
  Utilization (OSDBU), has a program to assist minority, woman-owned
  and disadvantage 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 please
  call the OSDBU at (800) 532-1169.  For information concerning
  the acquisition, contact the contracting official listed above.
CITE: (I-353 SN013312)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 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,
  AMSMI-AC-CAA, Redstone Arsenal, AL 35898-5280
SUBJECT: 59--AEROSTAT TESTBED SUPPORT
SOL DAAH01-96-D-0023
DUE 010697
POC Jeri S. Kirkpatrick, Contract Specialist, AMSMI-AC-CAA (205)842-7683
  Peggy A. Jackson, Contracting Officer, AMSMI-AC-CAA (205)842-7682.
DESC: Support of AEROSTAT TESTBED FACILITY. Support to provide
  hardware, system engineering and anlysis, field engineering,
  maintenance and training support. See Numbered Note(s): 22.
CITE: (I-352 SN012983)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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 600960-97-R-A016
DUE 020597
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:  YPE96284000912 NSN 5960-01-436-4493, CAGE 00HA3
  Part No  T-8151-64 CAGE 00HA3 Part No 154-8151-64 54 -EA Del
  to Mechanicsburg PA  17055-0789 Del by 03 Dec 96.  53 -EA Del
  to Lathrop CA 95330 Del by 03  Dec 96.  Other than full and
  open competition:  part numbered item  products offered clause
  applies various increments:  50-99 100-149  150-199 200-299
  300-499 size standard:  750 delivery schedule:  30 each  within
  90 days. 30 each every 30 days thereafter 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-352 SN013007)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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 DSCC FORM 239, DATED 13 DEC 96 APPLIES.
SOL SP0960-97-Q-A071
DUE 011597
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:  YPE96324000600 NSN 5960-01-064-3292, CAGE 18876
  Part No  10182428 CAGE 88236 Part No vmu-1244 CAGE 89146 Part
  No L7208B  manufacturer classification:  coaxial magnetron.
   7 -EA Del to Memphis  TN 38114-5210 Del by 28 Jun 97.  Other
  than full and open competition:   part numbred item products
  offerd clause applies delivery schedule:  7  each within 90
  days various increments:  1-20 21-40-41-60-61-80 81-100  101-120
  set-aside type:  g-unrestricted (sole source/single source)
  (no  preferenc) size standard:  500 no drawings availabl all
  responsible  sources may submit offer which DESC shall consider.
CITE: (I-353 SN013008)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--SPLICE, CONDUCTOR RAYCHEM CORP, FSCM 06090, P/N
  D-141-0108
SOL SP0450-97-Q-N183
DUE 013197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JDPA  Richmond VA 23297-5000 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. Jo Y Jones/AT132/804-279-4278
DESC: PR-NO:  YPG96267000462 NSN 5940-01-093-0292, 18,000 -EA
  Del to  Stockton CA 95296 6,620 -EA Del to Mechanicsburg PA
  17055-0789 synopsis  is modified to show solicitation as a
  small business set aside.  See NOTE  1 all other statement
  in original synopsis remain the same.
CITE: (I-353 SN013031)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--WIRING HARNESS, BRANCHED
SOL SP0451-96-Q-P367
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement. please contact:  brend
  a  Noe/BB936/804-279-3006 contracting officer:  Frances R.
  Harrison
DESC: PR-NO:  YPG96134001489 NSN 5995-01-188-3269, wiring harness,
   branched use of ozone depleting substances:  critical application
  item,  I/A/W Dwg NR TACOM Dwg 12339445 Rev C basic DTD 90 May
  05.  Cica-wiring  harness, branched Tech data package availability:
   269 -EA Del to  Mechanicsburg PA 17055-0789 Del by 285 days
  ARO.  170 -EA Del to  Stockton CA 95296 Del by 285 days ARO.
   Wiring harness, branched see  NOTE 9 see NOTE 23 drawihng
  number:  TACOM Dwg 12339345 Rev C.  Drawings,  interim procurement
  descriptions and deviation lists may be examined or  obtained
  from Defense General Supply Center.  Incremental quantities:
    primary:  439 1ST alt:  338 2ND alt:  540 3RD alt:  742 delivery
   schedule 285 days ARO.  See NOTE 1 solicitation will be made
  in writing.   All responsible sources may submit offer which
  DGSC shall consider.
CITE: (I-353 SN013035)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--INSULATION SLEEVING U/I CL = 00000000250FT
SOL SP0400-96-A-AA36
DUE 020997
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JDPA  Richmond VA 23297-5000 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. ma ndy
  Lambert/AT232/804-279-3777
DESC: PR-NO:  YPG96240000120 NSN 5970-01-333-3400, 40 -CL Del
  to  Richmond VA 23297-5900 manufacturer:  Parker-Hannifin Corp.
  (CAGE 98441).   Part number AS-B-11. specifications, plans
  or drawings relating to the  procurement described are not
  available and cannot be furnished by the  government. delivery
  schedule:  100 days ARO.  Unrestricted.  The  final contract
  award decision may be based upon a combination of price, past
   performance and other evaluation factors as described in the
  solicitation.   Issue date 1/8/97. open/close date:  2/9/97.
   Solicitation will be made  in writing.  All responsible sources
  may submit offer which DGSC shall  consider.
CITE: (I-353 SN013036)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Accounting and Contract Section, General Affairs Division,
  NTT Multi-Media System Laboratory Group, Nippon Telegraph and
  Telephone Corporation, Telephone: +81-468-59-2132  Attn.: Mr.
  Ishida
SUBJECT: 59--PARALLEL PROCESSING COMPUTER SYSTEM
SOL KANPO 08-154 (Ken M Kei 78)
DUE 013197
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   Accounting and Contract Section, General
  Affairs Division, NTT Multi-Media System Laboratory Group,
  Nippon Telegraph and Telephone Corporation, Attn.: Mr. Ishida
   +81-468-59-2132
DESC: Products outline; As Individual Tender Documentation. 
  Quantity; a complete set.  Delivery date; March 14, 1997. 
  Delivery site; NTT Yokosuka Research and Development Center.
   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-353 SN013041)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--CIRCUIT CARD ASSEMB
SOL N0038397RP449
DUE 012797
POC Contact Point, Grace R Soltis, 0222.08, (215)697-6083, Fax,
  (215)697-3161, Twx, Not-avail
DESC: NSN 1R-5998-01-398-6497-SX, SPEC NR TDP VER 003, Ref Nr
  1935AS148-1, Qty 6 EA, Deliver to Defense Distribution Depot
  (sb3106) Norfolk VA , Contract 100 Percent Small Business Set
  Aside
CITE: (I-353 SN013091)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL N0038397Y2525
DUE 012197
POC Contact Point, Debra B Brinn, 0225.10, (215)697-4383, 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 7R-5998-01-374-1296, Ref Nr 411660-902, Qty 19 EA, Delivery
  FOB Origin--THIS IS A REPAIR REQUIREMENT.  DUE TO UNAVAILABILITY
  OF DATA THIS REQUIREMENT  WILL BE RESTRICTED TO LOCKHEED MARTIN
  MARIETTA(63516).---, See Note 22
CITE: (I-353 SN013092)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--CABLE ASSEMBLY,SPEC
SOL N0010497QJA66
DUE 020497
POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax,
  (717)790-7317, Twx, Not-avail
DESC: NSN 7H-5995-01-275-3819, SPEC NR TDP VER 003, Ref Nr 6097488,
  Qty 28 EA, Deliver to Defense Distrbution Depot San Diego San
  Diego CA , Contract 100 Percent Small Business Set Aside--while
  price is a factor in the evaluation of offerors, the final
  contract  award decision will be based on a combination of
  factors, including historical  quality performance of the contractor
  whose offer is being evaluated., See Note 9
CITE: (I-353 SN013113)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--CIRCUIT CARD ASSEMB
SOL N0010497RDB40
DUE 020597
POC Contact Point, Michael P Furry, 02112.12, (717)790-1470,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James
  A Komaromy, 02112, (717)790-2854
DESC: NSN 7H-5998-01-356-1289, SPEC NR TDP VER 001, Ref Nr 797194-004,
  Qty 51 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk
  VA , Defense Distrbution Depot San Diego San Diego CA --All
  firms should include their cage code on solicitation requests.
   All  responsible sources may submit an offer which will be
  considered., See Notes 9,22
CITE: (I-353 SN013124)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL DAAJ09-97-Q-0487
DUE 013197
POC Evelyn Kelley, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-0784.
DESC: NSN: 5998-01-414-2758, P/N: 8520668-902, QTY: 7 Each, applicable
  to the OH-58 Program. FOB Origin with delivery of 7 each 180
  days ARO to New Cumberland, PA. This procurement requires prequalification.
  Contractors who desire to be prequalified must submit qualification
  documentation. This proposed contract action is for supplies
  for which the Government does not own specifications or drawings.
  It is restricted to the following approved source, Honeywell,
  Inc. 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. See Numbered Note(s):
  22.
CITE: (I-353 SN013168)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Federal Aviation Administration, 2300 East Devon Ave.,
  Des Plaines Il
SUBJECT: 59--JAQUITH INDUSTRIES EQUIPMENT
SOL DTFA14-97-Q-10040
DUE 122796
POC Contact Melody McGovern at area code 847/294-7347 for information.
DESC: The FAA intends to enter into a single source procurement
  with Jaquith Industries to procure various ALSF-2 equipment.
  Vendors who believe they have an equal product should call
  the Contracting Officer, Melody McGovern, at area code 847/294-7347.
  In order to be considered, vendor must have installed equipment
  at an FAA facility. Responses are due by 12/27/96 via fax at
  area code 847/294-8310.
CITE: (I-353 SN013202)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 59--DIGITAL SIGNAL PROCESSING INTEGRATED CIRCUIT/PART
  OF THE OM-73 MODEM SET.
SOL DAAB07-97-R-D273
DUE 011097
POC Patricia Burkett, Contract Specialist, (908) 532-1532 Arthur
  Friedman, Contracting Officer, (908) 532-1532.
DESC: CECOM This is a Sole Source Acquisition to VLSI Technology,
  Inc. San Jose, CA. to fabricate, test, inspect and deliver
  900 Digital Signal Processing Integrated Circuits/Part of OM-73
  Modem Set. The Government does not possess the required technical
  data package which would permit full and open competition.
  VLSI Technologies, Inc. is the only known firm with the technical
  capability to produce the DSP IC and assure that complete form,
  fit and functional requirements are provided for these spares.
  Synopsis published for informational purposes only. Specifications,
  plans or drawings relating to the procurement described are
  not available and cannot be furnished by the government. See
  Note(s): 22, 26
CITE: (I-353 SN013339)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000E, 521 N. 9th Street, Point Mugu, CA 93042-5001
SUBJECT: 59--AMPLIFIER
SOL N68936-97-Q-0567
DUE 011597
POC Debbie Heitmeyer, Purchasing Agent, (805) 989-7558, Charles
  LeFever, Contracting Officer, (805) 989-1810.
DESC: The Naval Air Warfare Center, Weapons Division, Point Mugu,
  CA intends to procure 10 each Amplifiers, part number WA2063-9,
  manufacturer: Pacific Microwave (or equal); 10 each Amplifiers,
  part number WA2064-5, manufacturer: Pacific Microwave (or equal);
  15 each Amplifiers, part number WA3056-4, manufacturer: Pacific
  Microwave (or equal). Complete specifications will be included
  in the Request for Quotation. Request for copies of the RFQ
  must be submitted via mail to Attn: Debbie Heitmeyer, NAWCWPNS,
  Code 230000E, 521 9th St., Point Mugu, CA 93042-5001 or by
  facsimile to (805) 989-0561. Anticipated award date: on or
  before 1/31/97. See Numbered Note(s): 1.
CITE: (I-353 SN013340)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential
  Sources Sought
OFFADD: Commander, Naval Sea Systems Command, SEA 02544, 2531
  Jefferson Davis Hwy, Arlington, VA  22242-5160
SUBJECT: 59--ADVANCED INTEGRATED ELECTRONIC WARFARE SYSTEM (AIEWS)
SOL N00024-97-R-5478
POC Contract Specialist, Ms. Kelly L. Sherman  703/602-8000 x567,
  Contracting Officer, Mr. Thomas A. Duval  703/602-8000 x594
DESC: The Program Executive Office for Theater Air Defense [PEO(TAD)]
  and the Naval Sea Systems Command (NAVSEA) are seeking potential
  sources for the development of the Advanced Integrated Electronic
  Warfare System (AIEWS).  AIEWS is the Navy's next generation
  shipboard electronic warfare (EW) system planned for use with
  the Ship Self Defense System (SSDS) and the AEGIS Combat System
  (ACS).  AIEWS will be developed as an integral element of the
  ship's combat system.  AIEWS will use an open architecture
  to allow technology insertion and facilitate use of commercial-off-the-shelf
  (COTS) and non-developmental items (NDI). The system will be
  developed to provide/support layered and coordinated countermeasures
  in the littoral operational environment, with special emphasis
  on the full integration of all soft-kill elements into the
  ship's Anti-Air Warfare (AAW) systems.  AIEWS is being developed
  in two increments.  Increment I will introduce advanced Electronic
  Warfare Support (ES) capabilities [Precision Electronic Support
  Measures (PESM) and Specific Emitter Identification (SEI)],
  a control and processing element, a standard combat system
  workstation with improved Human Machine Interface (HMI), full
  AEGIS/SSDS integration, and integration with off-board expendable
  decoys (MK214, MK216, IR, and NULKA). The ES subsystem will
  extend the detection range beyond that of existing ship EW
  systems and provide precise azimuth and elevation angle of
  arrival measurement.  AIEWS Increment I is intended to improve
  situational awareness, increase processing throughput, support
  Combat Identification, and provide sensor/weapon system cueing.
   Increment II will provide advanced Electronic Attack (EA)
  capabilities including onboard radio-frequency (RF) and Infrared
  (IR) capability and coordination of on-board and off-board
  active and passive EA expendable capabilities against threats
  throughout the engagement timeline. AIEWS Increment II will
  provide engagement support, counter-surveillance, counter-targeting
  and counter-anti-ship-missiles capabilities.  AIEWS Increment
  I is targeted for an initial fleet introduction in 2001, with
  Increment II estimated to be available in the 2004 timeframe.
   This synopsis is not a request for proposals, and in no way
  binds the Government to issue a solicitation and/or award a
  contract.  The security requirements for AIEWS require that
  any potential offeror must possess a SECRET facility clearance,
  and a SECRET storage capability or be eligible for a clearance.
   Interested sources should respond to this announcement in
  writing to the attention of Ms. Kelly L. Sherman (SEA 0254K).
   The written response should include the interested source's:
  1.) security clearance information; 2.) CAGE Code; 3.) unclassified
  mailing address;  4.) classified mailing address; and 5.) a
  brief summary of capabilities.  In order to support any such
  potential procurement, NAVSEA intends to complete a two (2)
  phase release of draft documentation for industry review and
  comment.  Upon confirmation of an interested source's ability
  to satisfy the necessary security requirements, a classified
  draft performance specification shall be released for review
  and comment.  During the week of 13 Jan 97, NAVSEA intends
  to issue a draft solicitation for industry review and comment.
   All questions/comments on the draft documentation should be
  submitted in writing to the attention of Ms. Kelly L. Sherman
  (SEA 0254K) no later than 14 Feb 97.  Questions on the classified
  material should be submitted to the attention of Ms. Kelly
  L. Sherman in accordance with DoD 5220.22-M, National Industrial
  Security Program Operating Manual (NISPOM).  Additional unclassified
  documentation will be available via internet address http://sea02www.navsea.navy.mil/.
  Additional classified documentation will be made available
  for industry review from 0900 to 1500 weekdays at a library
  resident at the Naval Research Laboratory (NRL) Washington,
  DC 20390. Interested sources will schedule appointments with
  Mr. George Weissbach at NRL [202/767-5937]. Requests to review
  the NRL library should be included with the written response
  outlined above.  Notification of an industry briefing will
  be announced at a later date.
CITE: (I-353 SN013103)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Department of the Navy, Carderock Division Headquarters,
  Naval Surface Warfare Ctr, 9500 MacArthur Blvd, Bethesda, MD
  20817-5700
SUBJECT: 61--HIGH VOLTAGE POWER SUPPLIES
SOL N00167-97-R-0011
DUE 012997
POC Ms. Kim Tatum, Contract Negotiator, (301) 227-5825/ Contracting
  Officer, Renee Cairo-Iocco.
DESC: The Carderock Division of the Naval Surface Warfare Center
  intends to negotiate a contract to procure a minimum of eight
  (8) High Voltage Direct Current (HVDC) Power Supplies. The
  power supplies shall each deliver 6.5 kilowatts of power at
  a nominal output voltage of 100VDC (unregulated), with a minimum
  voltage of 50VDC and a maximum of 160VDC under various load
  or input power conditions. The power supplies shall operate
  on ungrounded three phase Type I shipboard 440VAC 60Hz power
  as defined in MIL-STD-1399 Section 300A. The power supplies
  shall meet the requirements of MIL-STD-1399 Section 300A for
  harmonic current limitation and input voltage fluctuation and
  shall operate at a power factor of 0.90 or greater. The power
  supplies shall be ruggedized as they will be installed onto
  a US Navy operational combatant ship(s) as part of a long-term
  evaluation. The power supplies shall meet the airborne noise
  Grade B (personnel berthing spaces) requirements of MIL-STD-740-1.
  The power supplies shall weight no more than 350 lbs., have
  maximum dimensions of 26"H by 20"W by 14"D, and be housed in
  a drip-proof (45 degrees) cabinet as defined in MIL-STD-108.
  The power supplies shall operate in an ambient temperature
  range of 0 degrees C-50 degrees C without derating, shutdown,
  malfunction, or damage. The Government may optionally require
  compliance with MIL-STD-461D/462 (electromagnetic compatibility).
  An option to buy up to four (4) additional ppower supplies
  will also be a part of this procurement. A Request for Proposals
  (RFP) is expected to be released on or about 10 January 1997.
  All companies requesting the RFP shall specify if they are
  Small Business, Small Disadvantaged Business, Historically
  Black College or University/Minority Institution (HBCU/MI),
  or 8(a). See NOTE 1. SIC Code is 3679; small business standard
  size is 500 employees. PLEASE REQUEST SOLICITATION IN WRITING
  TO THE ATTENTION OF POC STATED ABOVE.
CITE: (I-352 SN012985)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--STATOR CORE
SOL SP0430-97-R-0397
DUE 021197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer:  SH aron
  Blackmore/ZZ885/804-279-5373. Judith H.  Hawthorne /804-279-4905.
DESC: PR-NO:  YPG96313000478 NSN 6115-01-430-3151:  stator core.
    Leland Electrosystems Inc.  CAGE 07639.  P/N 36B506012BA
  technical data  package availability.  DSCR does not currently
  have an approved technical  data package available for this
  NSN.  Please do not submit request to  DSCR-VABA.  66 -EA Del
  to Mechanicsburg PA 17055-0789 Del by 266 days.   60 -EA Del
  to Tracy CA 95376-5000 Del by 266 days.  Other than full and
   open comp.  See NOTE 22,12, 23.  Intended source:  Leland
   Electrosystems.  Unrestricted:  Y.  Option to Inc qty:  N.
   Option to  ext term of contract:  N.  Total quantity shipped:
   126.  The final  contract award decision may by based upon
  a combination of price, past  performance and other ealuation
  factors as described in the solicitation.   Specifications,
  plans or drawings relating to the procurement described are
   not available and cannot be furnished by the government. 
  Solicitation  will be made:  in writing:  N.  Orally:  N. 
  All responsible sources  may submit offer which DGSC shall
  consider.
CITE: (I-353 SN013021)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, ALTERNATING CURRENT
SOL SP0430-97-Q-P363
DUE 021197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitations,
   contact the buyer:  Sara West/ZZ881/804279-4545. Judith H.
   Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96338000799 NSN 6105-01-162-8015:  motor, alternating
   current.  Reliance Electric Co.  CAGE 50380.  P/N 801631-557.
   This  motor shall be furnished IAW MIL-M-17060.  Rev E, amendment
  1 with  sealed system.  Tech data package availability.  DSCR
  does not currently  have an approved technical data package
  available for this NSN.  Please  do not submit request todscr-vaba.
   Critical application item.  3 -EA  Del to Barstow CA 92311-5014
  Del by 327 days.  Other than full and open  comp.  See NOTE
  23.  Intended source:  Reliance Electric company.   Total quantity
  shipped:  3.  Option to Inc qty:  N.  Option to ext  term of
  contract:  N.  Unrestricted:  Y.  Specifications, plans or
   drawings relating to the procurement described are not available
  and  cannot be furnished by the government.  Solicitation will
  be made:  in  writing:  X.  Orally:  X.  All responsible sources
  may submit offer which  DGSC shall consider.
CITE: (I-353 SN013027)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--ROTOR, MOTOR
SOL SP0430-97-Q-P358
DUE 021197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitations,
   contact the buyer:  Sara West/ZZ881/804279-4545. Judith H.
   Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96344000785 NSN 6105-01-122-1356:  rotor motor.
    Talley Corp the.  DBA Teleflex control systems.  CAGE 98889.
   P/N  8D32-5.  Technical data package availability.  DSCR does
  not currently  have an approved technical data package available
  for this NSN.  Please  do not submit request to DSCR-VABA.
   65 -EA Del to McClellan AFB CA  95652-1621 Del by 230 days.
   Other than full and open comp.  See NOTE 23.   Intended source:
   the Talley Corp., DBA Teleflex control system.   Total quantity
  shipped:  65.  Option to Inc qty:  N.  Option to ext  term
  of contract:  N.  Unrestricted:  Y.  Specifications, plans
  or  drawings relating to the procurement described are not
  available and  cannot be furnished by the government.  Solicitation
  will be made:  in  writing:  Y.  Orally:  Y.  All responsible
  sources may submit offer which  DGSC shall consider.
CITE: (I-353 SN013029)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, ROLL ACTUATOR
SOL SP0430-97-Q-P357
DUE 021197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitation,
   contact the buyer:  Sara West/ZZ881/804-2 79-4545. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  FPG96338001255 NSN 6105-00-111-0851:  motor, roll
   actuator.  CAGE 19710.  P/N D65A.  Tech data package availability.
    DSCR does not currently have an approved technical data package
  available  for th is NSN.  Please do not submit request to
  DSCR-VABA.  Critical  application item.  MPC Products Corp.
   8 -EA Del to Mechanicsburg PA  17055-0789 Del by 90 days.
   6 -EA Del to Tracy CA 95376-5000 Del by 90  days.  Other than
  full and open comp.  See NOTE 23.  Incremental  quantities
  - max:  70.  Min:  14.  Option to Inc qty:  N.  Option  to
  ext term of contract:  N.  Unrestricted:  Y.  Intended source:
    MPC Products Corp.  Specifications, plans or drawings relating
  to the  procurement described are not available and cannot
  be furnished by the  government.  Solicitation will be made:
   in writing:  Y.  Orally:  Y.   All responsible sources may
  submit offer which DGSC shall consider.
CITE: (I-353 SN013032)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, DIRECT CURRENT
SOL SP0430-97-Q-P356
DUE 021197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies or RFQ solicitations,
  contact  the buyer:  Sara West/ZZ881/804279-4545. Judith H.
   Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96340000546 NSN 6105-00-216-5813:  motor, direct
   current.  Litton Systems Inc.  CAGE 99932.  P/N 810105-13GG733.
   Tech  data package aailability.  DSCR does not currently hae
  an approved  technical data package aailable for this NSN.
   Please do not submit  request to dscr-aba.  165 -EA Del to
  Albany GA 31704-1128 critical item  application.  Del by 200
  days.  Other than full and open comp.  See  NOTE 23.  Total
  quantity shipped:  165.  Option to increase qty:  N.   Option
  to ext term of contract:  N.  Unrestricted:  Y.  Intended 
  source:  Litton systems, Inc.  Specifications, plans or drawings
   relating to the procurement described are not available and
  cannot be  furnished by the government.  Solicitation will
  be made:  in writing:  Y.   Orally:  Y.  All responsible sources
  may submit offer which DGSC shall  consider.
CITE: (I-353 SN013039)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 61--CABLE ASSEMBLY,SPEC
SOL N0010497RJA67
DUE 020597
POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax,
  (717)790-7317, Twx, Not-avail
DESC: NSN 7H-6150-01-423-4796, SPEC NR TDP VER 004, Ref Nr 5267400,
  Qty 49 EA, Deliver to Defense Distrbution Depot San Diego San
  Diego CA --WHILE PRICE IS A FACTOR IN THE EVALUATION, OTHER
  FACTORS SUCH AS CONTRACTOR PAST PERFORMANCE ARE ALSO APPLICABLE
  IN EVALUATION., See Note 9
CITE: (I-353 SN013125)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 61--ELECTRICAL EQUIPMENT
SOL 1PI-B-1949-97
DUE 020597
POC Contract Specialist, MCPHERSON, CHYREL, (202)508-3942
DESC: UNICOR, Federal Prison Industries, Inc., intends to enter
  into a Firm Fixed Price Contract for Electrical Equipment.
  Please request a copy of the solicitation package for the list
  of items. Required delivery is 30 calendar days after award
  of contrac. FOB destination to USP Beaumont, Texas. Only faxed
  and written requests will be accepted, no telephone requests.
  Fax number (202)508-8498. Your request must be on company letterhead,
  include size (large or small),
CITE: (I-353 SN013326)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment--Potential
  Sources Sought
OFFADD: SA-ALC/BC, 303 S. Crickett Dr., Ste 4, Kelly AFB TX,
  78241-6025
SUBJECT: 61--WEAPON DELIVERY CONTROL UNIT
SOL JT14
POC Joe Torres.
DESC: SOURCE QUALIFICATION NOTICE: THIS IS NOT A SOLICITATION.
  This notice is to publicize the availability of Qualification
  Requirements for the Weapon Delivery Control Unit which contains
  the relays and associated circuitry for control of the M39
  20MM Gun and Gun Camera; NSN: 6110-01-069-7741PT; application
  F-5 Aircraft. Copy of the Qualification Requirements can be
  obtained by submitting a written or FAX request to the attention
  of Mr. Joe Torres; SA-ALC/BC; 303 S. Crickett Dr., Ste, 4;
  Kelly AFB, TX 78241-6025; FAX: (210) 925-0235. Reference JT14
  when requesting Qualification Requirements.
CITE: (M-353 SN013269)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Contracting Officer (Code 520), Naval Construction Battalion
  Center, Gulfport, MS 39501-5001
SUBJECT: 65--INFANT WARMERS AND INCUBATORS
SOL N62604-97-R-7550
DUE 020597
POC Bennie Boren, (601) 871-2281.
DESC: The Naval Construction Battalion Center has a requirement
  for 12 Each Infant Warming units, mobile, without bed assembly,
  8 Each Infant Warming units with oak finish for Birthing rooms,
  13 Each Infant Warming units for delivery rooms, 26 Each ICU
  Infant Warming units for Neonatal Intensive Care, 10 ICU Infant
  Incubators and 15 ICU Infant Incubators. Units are to be shipped
  to Naval Construction Battalion Center, Gulfport, MS within
  60 days after receipt of contract. Installation and training
  is to be performed at the Naval Medical Center, Portsmouth,
  VA after completion of the facility. All requests for this
  solicitation must be in writing and facsimile requests are
   acceptable, FAX No. (601) 871-3212. All responsible sources
  may submit an offer which shall be considered.
CITE: (M-353 SN013245)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs 662/90C, 4150 Clement
  St., San Francisco, CA 94121
SUBJECT: 65--HOME HEMODIALYSIS SUPPLIES
SOL IFB-662-02-97
DUE 010297
POC Contracting Officer, Doug Hargrove (415/750-2065)
DESC: Bid opening is postponed from December 18, 1996 to 2:00
  p.m. on January 2, 1997.
CITE: (I-353 SN013333)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--DETECTOR, COOL OFF
SOL SP0440-97-Q-T533
DUE 011597
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-4458. 
  For copies of RFQ solicitations,  contact:  D. Lena Mile S/AX504/804-279-4458.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  FPG96338001055 NSN 6685-01-148-0471, part number:
    Dynamic Controls Corp., P/N 11239-1.  Specifications, plans
  or drawings  relating to the procurement described are not
  available and cannot be  furnished by the government.  25 -EA
  Del to Tracy CA 95376-5000 Del by  120 DARO.  Duration of contract
  period:  firm fixed price unrestricted  Automated Best Value
  Model:  the final contract award decision may be based  upon
  a combination of price, past performance and other evaluation
   factors as described in the solicitation.  Other than full
  and open comp  (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) see NOTE
  22 intended source(S):   Dynamic Controls Corp.  Solicitations
  between $25,000-$100, 000  anticipated award date is:  16 Jan
  97.
CITE: (I-353 SN013020)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--BEZEL, INSTRUMENT MOUNTING
SOL SP0440-97-Q-T522
DUE 011597
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-4458. 
  For copies of RFQ solicitations,  contact:  D. Lena Mile S/AX504/804-279-4458.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  YPG96339000573 NSN 6695-01-305-6961, part number:
    control products Corp., P/N 600009-101.  Specifications,
  plans or  drawings relating to the procurement described are
  not available and  cannot be furnished by the government. 
  CICA:  see AID, no addl data.   47 -EA Del to Mechanicsburg
  PA 17055-0789 Del by 100 DARO.  Durationa of  contract period:
   firm fixed price unrestricted Automated Best Value  Model:
   the final contract award decision may be based upon a combination
  of  price, past performance and other evaluation factors as
  described in the  solicitation.  Other than full and open comp
  (10 U.S.C. 2304(C)(1)) (FAR  6.302-1) intended source(S): 
  control products solicitations between  $25,000-$100, 000 anticipated
  award date is:  16 Jan 97.  All  responsible sources may submit
  offer which DGSC shall consider.
CITE: (I-353 SN013028)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--COUNTER, ROTATING
SOL SP0440-97-Q-T525
DUE 011597
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-4458. 
  For copies of RFQ solicitations,  contact:  D. Lena Mile S/AX504/804-279-4458.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  FPG96339000565 NSN 6680-01-038-6775, part number:
    Kollsman Inc., P/N 87413202032.  Specifications, plans or
  drawings  relating to the procurement described are not available
  and cannot be  furnished by the government.  @ITEM namecounter,
  rotating @REGISTER  QUANTITY3 @FIGURE quantity per REGISTER10
  all registers AL L tiers  @NUMERAL display methoddrum @NUMERAL
  READOUT000 minimum and @999 maximum  all registers all tiers
  @STYLE DESIGNATORB2 unenclosed square or rectang  ular 14 -EA
  Del to Mechanicsburg PA 17055-0789 Del by 120 DARO.  13 -EA
   Del to Tracy CA 95376-5000 Del by 120 DARO.  Duration of contract
  period:   firm fixed price unrestricted Automated Best Value
  Model:  the final  contract award decision may be based upon
  a combination of price, past  performance and other evaluation
  factors as described in the solicitation.   Other than full
  and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) see  NOTE
  22 intended source(S):  Kollsman Inc.  Solicitation between
   $25,000-$100, 000 anticipated award date is:  16 Jan 97 all
  responsible  sources may submit offer which DGSC shall consider.
CITE: (I-353 SN013033)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GAGE, PRESSURE, DIAL INDICATING
SOL SP0440-97-Q-T545
DUE 011597
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-4458. 
  For copies of RFQ solicitations,  contact:  D. Lena Mile S/AX504/804-279-4458.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  YPG96340000705 NSN 6685-00-387-4325, part number:
   Ametek  US gauge Div., P/N AW2017AC07.  Specifications, plans
  or drawings  relating to the procurement described are not
  available and cannot be  furnished by the government.  @ACTUATION
  type any acceptable @SCALE type  single @SCALE name hydraulic
  pressure @SCALE range 0.0 to 4000.0 pounds  pressure per S
  quare inch @GRADUATION unit 1000.0 pounds per square inch 
  @SCALE smallest increment 100.0 pounds per squar E inch @OVERALL
  length  2.108 inches nominal @OVERALL diameter 2.000 inches
  nominal @MOUNTING  method clamp 40 -EA Del to Barstow CA 92311-5014
  Del by 180 DARO..  40 - EA Del to Mechanicsburg PA 17055-0789
  Del by 180 DARO.  Duration of  contract period:  firm fixed
  price unrestericted Automated Best Value  Model:  the final
  contract award decision may be based upon a combination of
   price, past performance and other evaluation factors as described
  in the  solicitation.  Other than full and open comp (10 U.S.C.
  2304(C)(1)) (FAR  6.302-1) see NOTE 22 intended source(S):
   Ametek US gauge Div.   Solicitation between $25,000-$100,
  000 anticipated award date is:  16  Jan 97 all responsible
  sources may submit offer which DGSC shall consider.
CITE: (I-353 SN013040)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--OSCILLOSCOPE
SOL N0038397RP049
DUE 012797
POC Contact Point, Grace R Soltis, 0222.08, (215)697-6083, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Brian Byrnes,
  0222, (215)697-6534
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-6625-01-436-4148-GF, Ref Nr 750135-1, Qty 8 EA, Delivery
  FOB Origin--Drawings are NOT available.---, See Notes 22,23
CITE: (I-353 SN013093)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 66--INDICATOR,TEMPERATU
SOL N0010497RDB90
DUE 020597
POC Contact Point, Nick D Stellhorn, 02112.14, (717)790-1457,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James
  A Komaromy, 02112, (717)790-2854
DESC: NSN 7H-6685-01-359-8620, SPEC NR TDP VER 002, Qty 31 EA,
  Delivery FOB Origin--Mfgd. to MIL-M-24144 Rev D., See Note
  9
CITE: (I-353 SN013126)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Phillips Laboratory/PKOS, Directorate of Contracting,
  Operational Contracting Div, 2000 Wyoming Blvd SE, Kirtland
  AFB NM 87117-5777
SUBJECT: 66--ONE METER, MOBILE, GIMBALLED TELESCOPE SYSTEM; WITH
  MOBILE CARRIER SYSTEM.
SOL F29650-96-R0218
DUE 021497
POC POC: Jim Sullenberger, Contract Specialist, 505-846-2201;
  Contracting Officer, Vivian C. Jaramillo, 505-846-2201.
DESC: 66 One Meter, Mobile, Gimbolled Telescope System with mobile
  Carrier System, One (1) each. Sol No: F29650-96-R0218. Previously
  synopsized in the CBD under Potential Sources Sought on 22
  Aug 96. Revised specifications are available on Phillips Laboratory
  Home Page at www.plk.af.mil. Solicitation anticipated to be
  issued on or about 17 Jan 97. Proposals due on or about 19
  Feb 97. With award to be made on or about 19 Mar 97.
CITE: (I-353 SN013164)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C.
  20375
SUBJECT: 66--MEASUREMENT AUTOMATION SUBSTEM
SOL N00173-97-Q-0017
POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202)
  404-8158.
DESC: Naval Research Laboratory has a requirement for a Measurement
  Automation Subsytem. The vendor shall automate the entire process
  of antenna pattern measurement and radar cross section (RCS)
  pattern measurement. The subsystem shall be robust enough to
  produce inverse synthetic aperature radar (ISAR) images from
  the measured RCS data. The subsystem must be fully compatible
  with existing government hardware, specifically the HP 85301B
  antenna and RCS measurement system and a Flam and Russel 8502
  positioner controller. The government shall furnish an IBM
  compatable computer as a controller for the subsystem. The
  vendor shall install the subsystem and provide two days of
  training in the use of the subsystem. Oral request will not
  be accepted. See Numbered Note(s): 1.
CITE: (I-353 SN013364)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment--Potential
  Sources Sought
OFFADD: SA ALC/BC, 303 S. Crickett Dr., STE 4, Kelly AFB, TX
  78241-6025
SUBJECT: 66--SIGNAL GENERATOR
SOL AG15
POC Art Gallegos
DESC: This is not a solicitation. The Small Business Office,
  SA-ALC/BC, is seeking to develop alternate sources for a Signal
  Generator currently being supplied by Hewlett/Packard Co.;
  P/N: 8657BOT001; NSN: 6625-01-341-3975. The only data the Air
  Force has available on this item is a general description with
  specifications. A copy of the available data can be obtained
  by submitting a written or FAX request to: Address: SA-ALC/BC;
  303 S. CRICKETT DR., STE 4; KELLY AFB, TEXAS 78241-6025; FAX:
  (210) 925-0235. Reference AG15 on all requests.
CITE: (M-353 SN013295)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment--Potential
  Sources Sought
OFFADD: SA-ALC/BC, 303 S. Crickett Dr., STE 4, Kelly AFB TX,
  78241-6025
SUBJECT: 66--DATA DIGITAL ANALYZER
SOL AG16
POC Art Gallegos
DESC: This is not a solicitation. The Small Business Office,
  SA-ALC/BC, is seeking to develop alternate sources for a Digital
  Data Analyzer; P/N: FB6000AF; NSN: 6625-01-436-3603. The only
  data the Air Force has available on this item is a general
  description with specifications. A copy of the available data
  can be obtained by submitting a written or FAX request to:
  Mr. Arthur Gallegos; Address: SA-ALC/BC; 303 S. Crickett Dr.,
  Ste 4; Kelly AFB, Texas 78241-6025; FAX: (210) 925-0235. Reference
  AG16 on all requests.
CITE: (M-353 SN013306)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products--Potential Sources
  Sought
OFFADD: National Institutes of Health, 6120 Executive Blvd.,
  Room 868, Bethesda, MD 20892
SUBJECT: 68--COMPRESSED GASES
SOL 0019
POC Sheri Lawson, Contracting Officer, 301/402-3065 or Edward
  Wilgus, Chief, Acquisitions Branch A/B, 301/402-3070.
DESC: The OPM (Office of Procurement Management), NIH (National
  Institutes of Health) is conducting a market survey to determine
  the availability and technical capability of businesses to
  furnish all the necessary transportation, personnel (supervision/labor),
  facilities and cylinders (with the exception of the Liquid
  Nitrogen cylinders) to provide Liquid Nitrogen, Carbon Dioxide,
  Argon, Technical Grade, Argon, UHP Grade, Nitrogen, Technical
  Grade and Helium, UHP Grade. In an effort to meet all the delivery
  requirements specified herein, the Contractor shall be physically
  located within a one hundred (100) mile (160.93 kilometer)
  radius of the Rocky Mountain Laboratories (RML), National Institutes
  of Health (NIH), Hamilton, Montana 59840. The intended procurement
  will be classified under SIC 2813, Industrial Gases with a
  size standard of 1,000. The Contractor shall: 1) Furnish all
  the necessary transportation, personnel (supervision/labor),
  facilities and cylinders (with the exception of the Liquid
  Nitrogen cylinders) to provide Liquid Nitrogen, Carbon Dioxide,
  Argon, Technical Grade, Argon, UHP Grade, Nitrogen, Technical
  Grade and Helium, UHP Grade. 2) Deliver the specified gases
  and pick-up empty cylinders on Mondays between the hours of
  8:00 a.m and 11:30 a.m. (Mountain Time) and/or between 12:30
  p.m. and 3:30 p.m. (Mountain Time) throughout the duration
  of this contract, with the exception of Federal Holidays. In
  the event that a Federal Holiday occurs on a Monday, the Contractor
  shall pickup and deliver the following Tuesday. 3) Provide
  Emergency Delivery Service for all gases specified herein.
  The service shall be provided Mondays through Fridays between
  the hours of 8:00 a.m. and 4:30 p.m. All gases ordered (Emergency
  service) before noon shall be delivered that same day and all
  gases ordered in the afternoon shall be delivered before noon
  on the following work day. The period of performance shall
  be for twelve (12) months from date of award with four (4)
  successive twelve (12) month option periods. Concerns that
  respond to this synopsis shall furnish concise responses directed
  specifically to the requirements mentioned above and are invited
  to submit capability statements in an original plus two (2)
  copies no later than fifteen (15) business days from the date
  of this announcement. Responding firms that are located outside
  the one hundred (100) (160.93 kilometer) mile radius of the
  RML area, shall indicate how the firm would coordinate with
  and provide gases to the RML. Sources demonstrating the capability
  to accomplish the above shall supply pertinent information
  in sufficient detail to demonstrate their ability to perform.
  Information furnished should include enough material to allow
  the Agency to perform a proper evaluation. THIS IS NOT A REQUEST
  FOR PROPOSAL (RFP) NOR IS AN RFP CURRENTLY AVAILABLE. Capability
  Statements: (a) If mailing your capabilities through the U.S.
  Postal Service use the following address: National Institutes
  of Health, Office of Procurement Management, OA, 6120 Executive
  Blvd., Room 868, ATTN: Sheri Lawson, Bethesda, MD 20892. (b)
  If hand delivering, or using a courier service such as: UPS,
  Federal Express, etc., use the following City, State, and Zip
  Code: Rockville, MD 20852. Responses by Facsimile (FAX) will
  not be accepted. This market survey is being conducted through
  the CBD to reach the widest possible audience and to gather
  current market information.
CITE: (I-353 SN013332)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Defense Information Systems Agency, NCRCO, 701 South
  Court House Road, Arlington, VA 22204-2199
SUBJECT: 70--PURCHASE OF ACCUGRAPH PHYSICAL NETWORK MANAGEMENT
  SOFTWARE AND TECHNICAL SUPPORT
SOL DCA100-97-Q-0031
DUE 010297
POC Susanne Gannon, Contract Specialist (703) 607-6893 or Mark
  Bogart, Contracting Officer (703) 607-6920
DESC: The Defense Information Systems Agency intends to issue
  a combined synopsis/request for quotation for commercial items
  prepared in accordance with the format in FAR, Subpart 12.6,
  as supplemented with additional information included in this
  notice.  This announcement constitutes the only Request for
  Quotation; Responses to the Request for Quotation are being
  requested and a written solicitation will NOT be issued.  The
  Request for Quotation number is DCA100-97-Q-0031.  The Request
  for Quotation document and incorporated provisions and clauses
  are those in effect through Federal Acquisition Circular 90-42
  (or latest).  This acquisition is reserved exclusively for
  small business concerns and shall be set aside in accordance
  with FAR, Subpart 19.5.  The Specific Make and Model Procurement
  is as follows: Two (2) MTB923C Accugraph Physical Network Management
  Bundle (PNMB) Concurrent; Two (2) MTB923C One Year Accugraph
  Technical Support; Eight (8) Accugraph PNM "View Only" Concurrent
  licenses; and Eight (8) One Year Accugraph Technical Support.
   Delivery will be made to DISA/JIEO/CFCSE/JEXIF, 45335 Vintage
  Park Plaza, Sterling, Va 21066.  The provision at FAR, 52.212-1,
  Instructions to Offerors-Commercial applies to this acquisition.
   Offerors must also include a completed copy of the provision
  at FAR, 52212-3, Offeror Representations and Certifications-Commercial
  Items.  FAR, 212-4, Contract Terms and Conditions-Commercial
  Items; and FAR, 52212-5, Contract Terms and Conditions Required
  to Implement Statutes or Executive Orders- Commercial Items,
  (b)(1) through (16), and (c)(1) through (5) also apply to this
  acquisition and must be included in the offer.  No verbal responses
  for this Request for Quotation will be accepted.  All responses
  to this Request for Quotations must be in writing and must
  reference the quotation number in this notice.  Fax responses
  to: (703)607-4340, or mail responses to: DISA/DITCO/NCR, Attn:
   Susanne Gannon, 701 S. Courthouse Road, Arlington, VA  22204-2199
  by 2 P.M.(EST), 2 January 1997.
CITE: (W-353 SN013145)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Army Research Laboratory, AMSRL-CS-WS-T(Bldg 1624), White
  Sands Missile Range, NM 88002-5501
SUBJECT: 70--1 EA SUN ULTRA 1 MODEL 170 CREATOR GRAPHICS
SOL DAAL01-97-M-P018
DUE 010797
POC LUCY M. ESCUDERO, Contracting Officer/(505) 678-0697 OR FAX
  (505) 67 4508.
DESC: The Army Research Laboratory Small Purchases Team-WSMR
  intends an acquisistion of 1 each SUN ULTRA 1 MODEL 170 CREATOR
  GRAPHICS, 254 MB RAM, INTERNAL CD-ROM, 50-68 PIN SCSI CONVERTER,
  MII TO AUI CONTERVERTER CABLE (ETHERNET), SUN C, SUN FORTRAN,
  SECOND DRIVE- 4 GB HARD DRIVE, 4MM TAPE DRIVE. There will be
  no FORMAL RFQ. The SIC Code is 3571 and the Standard is 1000
  employees. This procurement is a SMALL BUSINESS SET ASIDE.
  Price shall include all applicable rates; Federal, State, and
  local taxes/ shipping costs; and shall be FOB White Sands Missile
  Range, NM. The Government will not pay for any effort expended
  in responding to this synopsis.
CITE: (I-353 SN013166)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO
  64131-3088
SUBJECT: 70--GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT
  (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
SOL 6TSA-97-CSC-0065
DUE 010397
POC CONTACT SUE CUMPTON BY FAX (816)823-3322
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Federal Acquisition
  Regulations document (FAR) 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.  Solicitation
  number 6TSA-97-CSC-0065 is being issued as a request for quotations
   (RFQ).  This solicitation is set aside for small business
  in accordance with FAR subpart 13.105(a).  The solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular (FAC) 90-38.
   CLIN 1. Standard PROSAR package (SAROS version) with updates,
  includes Quadratic processing, one data parsing module ERS-1,
  JPL AirSAR, SAROS, Almaz, Source Code, without the X-Windows/Motif/TCI
  Graphical User Interface (GUI).  Qty. 1.  Offeror must provide
  proof of ability to deliver referenced requirements.  Date
  of Delivery and acceptance 30 days ARO.  FOB Wright Patterson
  AFB, OH.  The provision at FAR 52.212-1, instructions to offerors,
  applies to this acquisition.  Evaluation is based on best value,
  cost, ability to meet requirements and past performance.  Offerors
  shall include a completed copy of the provision at FAR 52.212-3,
  offeror representation and certification - commercial items
  with its offer.  The clause at FAR 52.212-4, contract terms
  and conditions - commercial items applies to this acquisition.
   In addition to the guidance contained in FAR 52.212-4, contractors
  shall submit proof of delivery with their invoices. Proof of
  delivery may be in the form of a bill of lading or other shipping
  document signed by the receiving office.  Invoices received
  without proof of delivery will not be accepted.  The clause
  at FAR 52.212-5, contract terms and conditions required to
  implement statutes or executive orders - commercial items applies
  to this acquisition.  Offers are due 4 p.m. CST January 3,
  1997, at the address shown above Attn: Sue Cumpton.  Inquiries
  will only be accepted by FAX at the number shown above.
CITE: (I-353 SN013213)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential
  Sources Sought
OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy
  Space Center, FL 32899
SUBJECT: 70--IMAGE EDITOR
SOL RFQ JM96-IMA
DUE 010397
POC Jeff Marshall, USK-360, Kennedy Space Center, FL  32899
DESC: United Space Alliance, LLC (USA), a NASA prime contractor
   at Kennedy Space Center (KSC), FL, seeks sources capable of
  providing an image editor which will be integrated by USA into
  an existing application software system for the purpose of
  producing and printing SGML based documents in a client-server
  environment employing Windows NT on the servers and Windows
  95 on the clients.  The formal solicitation for this procurement
  will contain specific compatibility and tool set integration
  requirements as well as functional requirements.  The image
  editor will be a part of a software application tool suite
  to be used by a minimum of 500 engineers (150 concurrent user
  sessions) to create, manage, and deliver the work instruction
  content of technical procedures.  The image editor will be
  used to produce and maintain the raster images that are embedded
  in the documents.  The image editor will be used to scan in
  images, alter them (by cropping, sizing, adding text, etc.),
  and embed them in SGML based compound documents.  The image
  editor must be capable of output in an encapsulated postscript
  format.  This synopsis is for the sole purpose of identifying
  prospective sources and does not commit USA to make an award,
  nor to reimburse costs of submitting data.  Indications of
  interest should be forwarded to reach USA no later than 010397
  and should contain data, in duplicate, of company capabilities,
  experience in this or related fields, an such other data as
  may indicate a bona fide capability to perform the requirements
  set forth above.  Address:  United Space Alliance, LLC, 1100
  Lockheed Way, Titusville, FL  32780,  Attn:  Jeff Marshall,
  Mail Code USK-360.  Questions may be submitted via FAX at (407)
  867-7068.  Office will be closed, however, from 122196 thru
  010197, inclusive. 
CITE: (W-353 SN013097)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential
  Sources Sought
OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy
  Space Center, FL 32899
SUBJECT: 70--PAGE COMPOSITION ENGINE
SOL RFQ JM96-PG
DUE 010397
POC Jeff Marshall, USK-360, Kennedy Space Center, FL  32899
DESC: United Space Alliance, LLC (USA), a NASA prime contractor
   at Kennedy Space Center (KSC), FL, seeks sources capable of
  providing a Windows NT or IBM AIX server based page composition
  engine which will be integrated by USA into an existing application
  software system for the purpose of producing and printing SGML
  based documents in a client-server environment.  The formal
  solicitation for this procurement will contain specific compatibility
  and tool set integration requirements as well as functional
  requirements.  The page composition engine will be a part of
  a software application tool suite to be used by a minimum of
  500 engineers (150 concurrent user sessions) to create, manage,
  and deliver the work instruction content of technical procedures.
   This tool will enable printing capabilities and functions
  necessary to produce the technical documents.  The page composition
  engine must be able to compose and paginate ASCII data streams
  containing SGML tagged text, postscript based graphics, and
  bitmap image data in a client-server environment.  The page
  composition engine must be able to automatically determine
  differences between specified versions of an input data stream
  and highlight the differences in a specified manner (e.g. change
  bars) as part of the output data stream.  The engine must support
  both foreground (interactive) and background (batch) execution
  and multiple instances of the engine running concurrently.
   The engine must generate output in the form of a postscript
  print data stream and a Portable Document Format (PDF) file.
   This synopsis is for the sole purpose of identifying prospective
  sources and does not commit USA to make an award, nor to reimburse
  costs of submitting data.  Indications of interest should be
  forwarded to reach USA no later than 010397 and should contain
  data, in duplicate, of company capabilities, experience in
  this or related fields, an such other data as may indicate
  a bona fide capability to perform the requirements set forth
  above.  Address:  United Space Alliance, LLC, 1100 Lockheed
  Way, Titusville, FL  32780,  Attn:  Jeff Marshall, Mail Code
  USK-360.  Questions may be submitted via FAX at (407) 867-7068.
   Office will be closed, however, from 122196 thru 010197, inclusive.*****

CITE: (W-353 SN013098)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential
  Sources Sought
OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy
  Space Center, FL 32899
SUBJECT: 70--CAD EDITOR
SOL RFQ JM96-CAD
DUE 010397
POC Jeff Marshall, USK-360, Kennedy Space Center, FL  32899
DESC: United Space Alliance, LLC (USA), a NASA prime contractor
   at Kennedy Space Center (KSC), FL, seeks sources capable of
  providing a CAD editor which will be integrated by USA into
  an existing application software system for the purpose of
  producing and printing SGML based documents in a client-server
  environment employing Windows NT on the servers and Windows
  95 on the clients.  The formal solicitation for this procurement
  will contain specific compatibility and tool set integration
  requirements as well as functional requirements.  The CAD editor
  will be a part of a software application tool suite to be used
  by a minimum of 500 engineers (150 concurrent user sessions)
  to create, manage, and deliver the work instruction content
  of technical procedures.  The CAD editor will be used to produce
  and maintain the graphics that are embedded in the documents.
   The CAD editor will be used to create and maintain technical
  drawings and graphics which will be embedded in SGML based
  compound documents.  It must be compatible with Microstation
  input and output formats.  It is highly desirable that the
  editor can provide conversion of raster images to vector graphics.
   The CAD editor must be capable of output in an encapsulated
  postscript format.  This synopsis is for the sole purpose of
  identifying prospective sources and does not commit USA to
  make an award, nor to reimburse costs of submitting data. 
  Indications of interest should be forwarded to reach USA no
  later than 010397 and should contain data, in duplicate, of
  company capabilities, experience in this or related fields,
  an such other data as may indicate a bona fide capability to
  perform the requirements set forth above.  Address:  United
  Space Alliance, LLC, 1100 Lockheed Way, Titusville, FL  32780,
   Attn:  Jeff Marshall, Mail Code USK-360.  Questions may be
  submitted via FAX at (407) 867-7068.  Office will be closed,
  however, from 122196 thru 010197, inclusive.  
CITE: (W-353 SN013099)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: DISA-DITCO/DTS42, 2300 East Drive, Bldg 3600, Scott AFB,
  IL 62225-5406
SUBJECT: 71--WORKSTATIONS
SOL DCA200-97-Q-0044
DUE 011097
POC Sandy Lute (618)256-9705, Fax (618)256-9414
DESC: The Defense Information Technology Contracting Organization
  has a requirement  to procure two full star workstations,
  one half star workstation and one fourth star  workstation
  for the Defense Megacenter, Denver, CO.  The equipment list
  includes the following:  4 ea Command Center:  2 wide by 2
  high Command Bridge Module,  Systems Mfg model 7650-2202 or
  equal, 1 ea Command Center:  2 wide by 3 high Command Bridge
  Module, Systems Mfg model 7560-2302 or equal, 2 ea Command
   Center:  2 high 45 Degree Corner Kit, Systems Mfg model 7527-0002
  or equal, 2 ea Command Center:  Base Level End Panel, System
  Mfg model 7526-0001 or equal, 2 ea Command Center:  First
  Tier End Panel, Systems Mfg model 7526-0002 or equal, 2 ea
  Command Center:  Second Tier End Panel, Systems Mfg model 7526-0003
  or equal, 2 ea Command Center:  Third Tier End Panel, Systems
  Mfg model 7526-0004 or equal, 4 ea Switching Product:  4 Port
  Autoboot Commander, Systems Mfg model AR-4 or equal, 16 ea
  Switching Product:  8' Universal Cable For PC to Switch Connection,
   System Mfg model CURC- or equal, 4 ea Switching Product: 
  Remote Switch Panel for Autoboot Commander, Systems Mfg model
  RSP-4 or equal,  4 ea Switching Product: Bracket to Attach
  Remote Switch to Keyboard, Systems Mfg model SMB-1 or equal,
   2 ea Command Station:  Four Position Command Station with
  Adjustable Monitor Shelf, Cable Cutouts and Fabric Wrapped
  Panels 12'7" long and 12'7" wide, Systems Mfg model 7500-0044
  or equal, 1 ea Command Station:  Two Position Command Station
  with Adjustable Monitor Shelf, Cable Cutouts and Fabric Wrappred
  Panels 12'7" long and 6'9" wide, Systems Mfg model 7500-0244
  or equal, 1 ea Command Station:  One Position Command Station
  with Adjustable Monitor Shelf, Cable  Cutouts and Fabric Wrapped
  Panels 6'9" long and 6'9" wide, Systems Mfg model 7500-0014,
  11 ea Command Station:  Roll Out Keyboard Drawers, Systems
  Mfg model 7578-0100 or equal, 11 ea Command Station:  Two
  Drawer Pedestals, Systems Mfg model 0016-2301 or equal, 11
  ea Command Station:  Task Light With Direction Reflector,
  Systems Mfg model 7528-0003 or equal, 2 ea Command Station:
   Optional Black Accent Stripe, Systems Mfg model 7500-0144
  or equal, 1 ea Command Station:  Optional Black Acent Stripe,
  Systems Mfg model 7500-0124 or equal, 1 ea Command Station:
   Optional Black Accent Stripe, Systems Mfg model 7500-0114
  or equal, 11 ea Command Station:  Six Plug Power Outllet Strip,
  Systems Mfg model 7135-0007 or equal, 1 ea Shipping and handling.
   No contract award will be made on the basis of quotations/proposals
  received in response to this notice since this synopsis cannot
  be considered a Request for Quotations/Proposals.  The resultant
   purchase order shall be a firm, fixed price purchase order.
   The anticipated RFQ release date is 3 Jan 97 with quotations
  expected to be due on 10 Jan 97.  Vendor quotations in response
  to this RFQ must be received in hard copy.  All responses from
  responsible sources shall be considered for evaluation.  Oral
  communications are not acceptable. You may contact the above
  listed contract specialist via fax at (618)256-9414.   
CITE: (W-352 SN012990)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Earle C. Clements Job Corps Center, 2302 Hwy 60, Morganfield,
  KY 42437
SUBJECT: 73--PROVIDE CAFETERIA DISHWARE
DUE 012797
POC Derrick Watson, (502) 389-5325/Contracting Officer, Ron Hite,
  (502) 389-5314.
DESC: Estimated cost between $25,000.00-$100,000.00. Request
  For Bid may be received December 23, 1996. When calling be
  prepared to state name, address, and solicitation number.
CITE: (M-353 SN013278)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: Procurement & Supply Department Planning Group, Nippon
  Telegraph and Telephone Corporation,  +81-3-5353-4562  Attn.:
  Mr. Miura
SUBJECT: 75--OPTICAL DISK CARTRIDGE FOR INFORMATION INTERCHANGE
SOL KANPO 08-156 (Shizai 8-8)
DUE 012397
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   Procurement & Supply Department Planning
  Group, Nippon Telegraph and Telephone Corporation,  +81-3-5353-4562
   Attn.: Mr. Miura
DESC: Products outline; The Optical Disk Cartridge for Information
  interchange is used for recording and reading binary code data
  by using the thermo-magnetic effect and magneto-optical effect.
  The Cartridge has a capacity of 2.6G Bytes with a sector size
  of 1024 bytes and has been certified.  The Cartridge comprises
  an optical disk and a case for protecting the optical disk.
   Quantity; about 35,000 disks.  Delivery date; The appointed
  date from April 1, 1997 to March 31, 1998.  Delivery site;
  NTT will separately specify the places in Japan as delivery
  sites.  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-353 SN013042)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 81--SHIPPING AND STORAGE DRUM
SOL N00406-97-R-4036
DUE 020697
POC S. Powers-Dexter
DESC: Shipping and storage drum, approximately 22-1/2 inches
  inside diameter x 34-3/4" heigh, 55 gallon capacity, open head
  with 2 roll hoops. to be made out of sheet steel. complete
  specification to be provided with request for proposal. quantity:
  estimated 8,000 each. this will be a requirements type contract.
  100% small business set-aside. FOB destination puget sound
  naval shipyard, bremerton wa delivery at destination no later
  than 15 days after effective date of each purchase order. all
  responsible sources may submit (offer/bid/quotation) which
  shall be considered by the fleet & industrial supply center,
  puget sound. telephone requests will not be honored fax requests
  at (360) 476-2931.
CITE: (I-353 SN013172)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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: Aeronautical System Center, Weapons, Air Base And Range
  Office, Contracting Division (ASC/VXK), 314 West Choctowhatchee
  Avenue, Suite 104, Eglin AFB Fl  32542-5717
SUBJECT: 83--TEXTILES, LEATHER, FURS, APPAREL AND SHOE FINDINGS,
  TENTS AND FLAGS
SOL F08626-97-R-0107
POC Mr. Dennis D. Fields, Sr., Contract Specialist or Mr. Jeffrey
  D. Cox, PCO, (904) 882-4685, ext 336 or 316.
DESC: Correction:  This action originally publicized in the CBD
  and the Eglin PK Homepage on 06 Dec 96.  The name is change
  from "Textiles, Leather, Furs, Apparel and Shoe Finds, Tents
  and Flags" to "Small Shelter Systems/ECU".  Extreme cold weather
  heating measures will not be provided by the government.  There
  is no numbered notes.  All other information publicized in
  the original synopsis is correct.***** 
CITE: (W-353 SN013251)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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: Aeronautical System Center, Weapons, Air Base And Range
  Office, Contracting Division (ASC/VXK), 314 West Choctowhatchee
  Avenue, Suite 104, Eglin AFB Fl  32542-5717
SUBJECT: 83--TEXTILES, LEATHER, FURS, APPAREL AND SHOE FINDINGS,
  TENTS AND FLAGS
SOL F08626-97-R-0107
POC Mr. Dennis D. Fields, Sr., Contract Specialist or Mr. Jeffrey
  D. Cox, PCO, (904) 882-4685, ext 336 or 316.
DESC: Correction:  This action originally publicized in the CBD
  and the Eglin PK Homepage on 06 Dec 96.  The name is change
  from "Textiles, Leather, Furs, Apparel and Shoe Finds, Tents
  and Flags" to "Small Shelter Systems/ECU".  Extreme cold weather
  heating measures will not be provided by the government.  There
  is no numbered notes.  All other information publicized in
  the original synopsis is correct.***** 
CITE: (W-353 SN013252)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags--Potential Sources Sought
OFFADD: Aeronautical System Center, Weapons, Air Base And Range
  Office, Contracting Division (ASC/VXK), 314 West Choctowhatchee
  Avenue, Suite 104, Eglin AFB Fl  32542-5717
SUBJECT: 83--MEDIUM SHELTER/ECU
SOL VXK-97-004
POC Mr. Dennis D. Fields, Sr., Contract Specialist or Mr. Jeffrey
  D. Cox at (904) 882-4685, ext 336 or 316.
DESC:  The Aeronautical Systems Center, Weapons, Air Base and
  Range, Product Support Office, Contracting Division (ASC/VXK),
  in support of the Air Base System Division (ASC/VXO), is requesting
  information on air transportable protective shelter systems
  which will provide work areas for personnel.  The objective
  is to identify a candidate replacement item for the approximately
  1500 square feet General Purpose Medium Shelter that could
  be brought to manufacturing capability as a Commercial Item
  with minimum effort.  The following are specific performance
  characteristics of interest: and other factors considered.
   a.  Basic shelter shall consist of the shelter and utilities
  interfaces integrated with a high efficiency, adequately sized,
  environment friendly HVAC and attendant air distribution, heat
  load and infiltration loss reduction measures.  High overall
  shelter R-value is desirable to reduce HVAC loads and increase
  efficiency.  b.  The shelter system must optimize weight per
  shipping volume and packed volume, to erected volume ratio.
   Specifically, the shelter subsystem (cladding, support, connectors,
  utility interfaces, insulation, etc.) should weight no more
  than 8,175 lbs.  The environmental control unit subsystem should
  weight no more than 1,380 lbs.  c.  The elapsed time from 463L
  pallet packed configuration to fully erected and functioning
  shelter system must be optimized.  d.  Shelter system shall
  require minimum maintenance at the organizational level and
  must be available 95% of the time or better.  e.  A minimum
  20 year operational life is required with two erection/strike
  down cycles per year required.  f.  Shelter system shall be
  transportable by C-130, C-141 and larger aircraft using 463L
  cargo handling system (pallet).  g.  The shelter must be weather
  resistant and operational in temperature ranges from -25 degrees
  to +125 degrees Fahrenheit.  i.  Power requirements shall be
  optimized.  j.  Not allow more than 10 lbs/sq. ft. snow accumulation
  and be able to support that load.  k.  The shelter will be
  retrofitable for nuclear , biological and chemical protection
  and for passive (camouflage/concealment and hardening) protection.
   ASC/VXO will host an industry day during 23 and 24 January
  1997 to further define requirements and answer pertinent questions.
   Firms having the ability to provide systems should submit
  specific information to document their capabilities and potential
  to successfully execute this effort to ASC/VXO (VXK), Bldg
  40, Attn:  Mr. Dennis D. Fields, Sr., 314 W Choctawhatchee
  Ave. Ste 103, Eglin AFB FL 32542-5717.  Such information should
  include, but is not limited to:  affordability, engineering
  design, analysis, manufacturing capability, test and evaluation
  results, logistics support requirements, and previous purchasers.
   Firms responding to this RFI will be forwarded a market survey.
   This RFI is for planning purposes only, and shall not be construed
  as a Request For Proposal (RFP) or as an obligation on the
  part of the Government to acquire any follow-on acquisitions.
   The Government does not intend to award a contract on the
  basis of this Sources Sought/RFI or otherwise pay for the information
  solicited.  No entitlement to payment of direct or indirect
  cost or changes by the Government will arise as the result
  of submission of responses to this Sources Sought/RFI does
  not constitute the solicitation of proposals or authority to
  enter into negotiations to award a contract.  The information
  you provide may be utilized by the United States Air Force
  in developing its acquisition approach and its Statement of
  Objectives (SOO).  The amalgamated results of the program may
  be released to industry as a SOO at the RFP stage; therefore,
  it is highly desirable that data be received with unlimited
  rights to the Government.  However, we recognize that proprietary
  data maybe a part of this effort.  If so, clearly mark such
  restricted or proprietary data and present it as an addendum
  to the non-restricted/non-proprietary information.  Firms responding
  to this synopsis should state if they are a large, small or
  small disadvantaged business.   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 offers should use established
  channels to request information, pose questions, and voice
  concerns before resorting to the use of the Ombudsman.  Potential
  offerors are invited to contact ASC's Ombudsman, Colonel, Chief
  DET 5, Aeronautical Systems Center (DEPARTMENT OF THE AIR FORCE,
  ASC/SK, 205 West D Ave, Suite 318) Eglin AFB FL 32542-6865
  at 904-882-9051, with serious concerns only.  For routine communications
  concerning this acquisition, potential offerors are invited
  to contact Mr. Dennis Fields, Contract Specialist, at (904)
  882-4685, ext 336 for contractual information or Lt Sean Haglund
  at (904) 882-4686, ext 328 for technical information.  Collect
  calls will not be accepted.*****
CITE: (W-353 SN013206)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags--Potential Sources Sought
OFFADD: Aeronautical System Center, Weapons, Air Base And Range
  Office, Contracting Division (ASC/VXK), 314 West Choctowhatchee
  Avenue, Suite 104, Eglin AFB Fl  32542-5717
SUBJECT: 83--MEDIUM SHELTER/ECU
SOL VXK-97-004
POC Mr. Dennis D. Fields, Sr., Contract Specialist or Mr. Jeffrey
  D. Cox at (904) 882-4685, ext 336 or 316.
DESC:  The Aeronautical Systems Center, Weapons, Air Base and
  Range, Product Support Office, Contracting Division (ASC/VXK),
  in support of the Air Base System Division (ASC/VXO), is requesting
  information on air transportable protective shelter systems
  which will provide work areas for personnel.  The objective
  is to identify a candidate replacement item for the approximately
  1500 square feet General Purpose Medium Shelter that could
  be brought to manufacturing capability as a Commercial Item
  with minimum effort.  The following are specific performance
  characteristics of interest: and other factors considered.
   a.  Basic shelter shall consist of the shelter and utilities
  interfaces integrated with a high efficiency, adequately sized,
  environment friendly HVAC and attendant air distribution, heat
  load and infiltration loss reduction measures.  High overall
  shelter R-value is desirable to reduce HVAC loads and increase
  efficiency.  b.  The shelter system must optimize weight per
  shipping volume and packed volume, to erected volume ratio.
   Specifically, the shelter subsystem (cladding, support, connectors,
  utility interfaces, insulation, etc.) should weight no more
  than 8,175 lbs.  The environmental control unit subsystem should
  weight no more than 1,380 lbs.  c.  The elapsed time from 463L
  pallet packed configuration to fully erected and functioning
  shelter system must be optimized.  d.  Shelter system shall
  require minimum maintenance at the organizational level and
  must be available 95% of the time or better.  e.  A minimum
  20 year operational life is required with two erection/strike
  down cycles per year required.  f.  Shelter system shall be
  transportable by C-130, C-141 and larger aircraft using 463L
  cargo handling system (pallet).  g.  The shelter must be weather
  resistant and operational in temperature ranges from -25 degrees
  to +125 degrees Fahrenheit.  i.  Power requirements shall be
  optimized.  j.  Not allow more than 10 lbs/sq. ft. snow accumulation
  and be able to support that load.  k.  The shelter will be
  retrofitable for nuclear , biological and chemical protection
  and for passive (camouflage/concealment and hardening) protection.
   ASC/VXO will host an industry day during 23 and 24 January
  1997 to further define requirements and answer pertinent questions.
   Firms having the ability to provide systems should submit
  specific information to document their capabilities and potential
  to successfully execute this effort to ASC/VXO (VXK), Bldg
  40, Attn:  Mr. Dennis D. Fields, Sr., 314 W Choctawhatchee
  Ave. Ste 103, Eglin AFB FL 32542-5717.  Such information should
  include, but is not limited to:  affordability, engineering
  design, analysis, manufacturing capability, test and evaluation
  results, logistics support requirements, and previous purchasers.
   Firms responding to this RFI will be forwarded a market survey.
   This RFI is for planning purposes only, and shall not be construed
  as a Request For Proposal (RFP) or as an obligation on the
  part of the Government to acquire any follow-on acquisitions.
   The Government does not intend to award a contract on the
  basis of this Sources Sought/RFI or otherwise pay for the information
  solicited.  No entitlement to payment of direct or indirect
  cost or changes by the Government will arise as the result
  of submission of responses to this Sources Sought/RFI does
  not constitute the solicitation of proposals or authority to
  enter into negotiations to award a contract.  The information
  you provide may be utilized by the United States Air Force
  in developing its acquisition approach and its Statement of
  Objectives (SOO).  The amalgamated results of the program may
  be released to industry as a SOO at the RFP stage; therefore,
  it is highly desirable that data be received with unlimited
  rights to the Government.  However, we recognize that proprietary
  data maybe a part of this effort.  If so, clearly mark such
  restricted or proprietary data and present it as an addendum
  to the non-restricted/non-proprietary information.  Firms responding
  to this synopsis should state if they are a large, small or
  small disadvantaged business.   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 offers should use established
  channels to request information, pose questions, and voice
  concerns before resorting to the use of the Ombudsman.  Potential
  offerors are invited to contact ASC's Ombudsman, Colonel, Chief
  DET 5, Aeronautical Systems Center (DEPARTMENT OF THE AIR FORCE,
  ASC/SK, 205 West D Ave, Suite 318) Eglin AFB FL 32542-6865
  at 904-882-9051, with serious concerns only.  For routine communications
  concerning this acquisition, potential offerors are invited
  to contact Mr. Dennis Fields, Contract Specialist, at (904)
  882-4685, ext 336 for contractual information or Lt Sean Haglund
  at (904) 882-4686, ext 328 for technical information.  Collect
  calls will not be accepted.*****
CITE: (W-353 SN013207)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags--Potential Sources Sought
OFFADD: Aeronautical System Center, Weapons, Air Base And Range
  Office, Contracting Division (ASC/VXK), 314 West Choctowhatchee
  Avenue, Suite 104, Eglin AFB Fl  32542-5717
SUBJECT: 83--MEDIUM SHELTER/ECU
SOL VXK-97-004
POC Mr. Dennis D. Fields, Sr., Contract Specialist or Mr. Jeffrey
  D. Cox at (904) 882-4685, ext 336 or 316.
DESC:  The Aeronautical Systems Center, Weapons, Air Base and
  Range, Product Support Office, Contracting Division (ASC/VXK),
  in support of the Air Base System Division (ASC/VXO), is requesting
  information on air transportable protective shelter systems
  which will provide work areas for personnel.  The objective
  is to identify a candidate replacement item for the approximately
  1500 square feet General Purpose Medium Shelter that could
  be brought to manufacturing capability as a Commercial Item
  with minimum effort.  The following are specific performance
  characteristics of interest: and other factors considered.
   a.  Basic shelter shall consist of the shelter and utilities
  interfaces integrated with a high efficiency, adequately sized,
  environment friendly HVAC and attendant air distribution, heat
  load and infiltration loss reduction measures.  High overall
  shelter R-value is desirable to reduce HVAC loads and increase
  efficiency.  b.  The shelter system must optimize weight per
  shipping volume and packed volume, to erected volume ratio.
   Specifically, the shelter subsystem (cladding, support, connectors,
  utility interfaces, insulation, etc.) should weight no more
  than 8,175 lbs.  The environmental control unit subsystem should
  weight no more than 1,380 lbs.  c.  The elapsed time from 463L
  pallet packed configuration to fully erected and functioning
  shelter system must be optimized.  d.  Shelter system shall
  require minimum maintenance at the organizational level and
  must be available 95% of the time or better.  e.  A minimum
  20 year operational life is required with two erection/strike
  down cycles per year required.  f.  Shelter system shall be
  transportable by C-130, C-141 and larger aircraft using 463L
  cargo handling system (pallet).  g.  The shelter must be weather
  resistant and operational in temperature ranges from -25 degrees
  to +125 degrees Fahrenheit.  i.  Power requirements shall be
  optimized.  j.  Not allow more than 10 lbs/sq. ft. snow accumulation
  and be able to support that load.  k.  The shelter will be
  retrofitable for nuclear , biological and chemical protection
  and for passive (camouflage/concealment and hardening) protection.
   ASC/VXO will host an industry day during 23 and 24 January
  1997 to further define requirements and answer pertinent questions.
   Firms having the ability to provide systems should submit
  specific information to document their capabilities and potential
  to successfully execute this effort to ASC/VXO (VXK), Bldg
  40, Attn:  Mr. Dennis D. Fields, Sr., 314 W Choctawhatchee
  Ave. Ste 103, Eglin AFB FL 32542-5717.  Such information should
  include, but is not limited to:  affordability, engineering
  design, analysis, manufacturing capability, test and evaluation
  results, logistics support requirements, and previous purchasers.
   Firms responding to this RFI will be forwarded a market survey.
   This RFI is for planning purposes only, and shall not be construed
  as a Request For Proposal (RFP) or as an obligation on the
  part of the Government to acquire any follow-on acquisitions.
   The Government does not intend to award a contract on the
  basis of this Sources Sought/RFI or otherwise pay for the information
  solicited.  No entitlement to payment of direct or indirect
  cost or changes by the Government will arise as the result
  of submission of responses to this Sources Sought/RFI does
  not constitute the solicitation of proposals or authority to
  enter into negotiations to award a contract.  The information
  you provide may be utilized by the United States Air Force
  in developing its acquisition approach and its Statement of
  Objectives (SOO).  The amalgamated results of the program may
  be released to industry as a SOO at the RFP stage; therefore,
  it is highly desirable that data be received with unlimited
  rights to the Government.  However, we recognize that proprietary
  data maybe a part of this effort.  If so, clearly mark such
  restricted or proprietary data and present it as an addendum
  to the non-restricted/non-proprietary information.  Firms responding
  to this synopsis should state if they are a large, small or
  small disadvantaged business.   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 offers should use established
  channels to request information, pose questions, and voice
  concerns before resorting to the use of the Ombudsman.  Potential
  offerors are invited to contact ASC's Ombudsman, Colonel, Chief
  DET 5, Aeronautical Systems Center (DEPARTMENT OF THE AIR FORCE,
  ASC/SK, 205 West D Ave, Suite 318) Eglin AFB FL 32542-6865
  at 904-882-9051, with serious concerns only.  For routine communications
  concerning this acquisition, potential offerors are invited
  to contact Mr. Dennis Fields, Contract Specialist, at (904)
  882-4685, ext 336 for contractual information or Lt Sean Haglund
  at (904) 882-4686, ext 328 for technical information.  Collect
  calls will not be accepted.*****
CITE: (W-353 SN013208)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 87--Agricultural Supplies
OFFADD: USDA Forest Service, Savannah River Forest Station, P.O.
  Box 710, New Ellenton, SC 29809-0710
SUBJECT: 87--PINE SEEDLINGS
SOL RFQ-36-97-04
DUE 010697
POC Katherine Mayo, Contract Specialist, (803) 725-0240.
DESC: Request for Quotes is for growing, producing, and delivering
  500,000 Longleaf and 200,000 Loblolly Pine 1-0 Bareroot Seedlings
  to the Department of Energy's Savannah River Site (SRS) near
  Aiken, SC. The seedlings must be grown within a 200 mile radius
  of New Ellenton, SC. The Government will furnish all seed needed
  for performance of this contract.
CITE: (M-353 SN013298)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4022, FORT KNOX KY 40121-5000
SUBJECT: 89--BREAD, ROLLS AND DOUGHNUTS
SOL DABT23-97-B-0028
DUE 020497
POC Contract Specialist Paul Avery (502) 624-8069 (Site Code
  DABT23)
DESC: Requirements type contract for bread, rolls and doughnuts
  for the period 1 March 1997 through 28 February 1998. Estimated
  annual quantity of approximately 600,000 lbs of 14 different
  types of breads and rolls and approximately 16,590 dozen of
  5 diffeent types of doughnuts. Bread and doughnuts to be delivered
  to approximately 25 different locations at Fort Knox, Kentucky.
  All responsible sources may submit an offer which will be considered.
  You may request a copy of the solicitation by fax to 502/624-
  869. No telephone requests will be accepted.
CITE: (I-353 SN013320)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: U.S. Postal Service, Topeka Purchasing Center, 500 SW
  Montara Pky., Topeka, KS 66624-9402
SUBJECT: 95--MISC. FLAT BELTS
SOL 198525-97-A-0118
DUE 012797
POC Terry Roberts, (913) 861-2881, FAX (913) 861-2862.
DESC: The USPS has a requirement for six (6) items of Misc. flat
  belts in varying quantities of 2000-5000 each. The belts are
  identified by Habasit Belting and Siegling America and are
  the only acceptable sources of supply. A firm fixed priced
  award contract will be awarded from the solicitation. Delivery
  will be FOB Destination to the Materiel Distribution Center,
  Topeka, Kansas. Delivery will be scheduled for 9-8-97. Solicitation
  will be issued on or about December 27, 1996 and offers will
  be due on or about January 27, 1997. Requests for solicitation
  must be in writing and Zip Plus-4 in the address is required.
  No telephone request for the solicitation will be   accepted.
  Cite one (1) request per order and a solicitation will be furnished
  on a first received, first served basis until the supply is
  exhausted.
CITE: (M-353 SN013248)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: General Affairs Department, Telegran sector, Nippon Telegraph
  and Telephone Corporation, Attn.: Mr. Nagasaka  +80-3-3244-2151
SUBJECT: 99--ENVELOPES FOR GREETING TELEGRAMS
SOL KANPO 08-155 (Denpo 8-1)
DUE 012497
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   General Affairs Department, Telegran sector,
  Nippon Telegraph and Telephone Corporation, Attn.: Mr. Nagasaka
   +80-3-3244-2151
DESC: Products outline; Designated products are designed as forms
  for use as congratulatory, condolence and general -purpose
  telegrams.  Quantity; about 9,610,000 sheets.  Delivery date;
  The appointed date from April 1, 1997 to March 31, 1998.  Delivery
  site; NTT will separately specify the place in Japan as delivery
  sites.  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-353 SN013043)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: General Affairs Department, Telegran sector, Nippon Telegraph
  and Telephone Corporation, Attn.: Mr. Nagasaka  +80-3-3244-2151
SUBJECT: 99--CONTINUOUS FORMS FOR TELEGRAMS
SOL KANPO 08-155 (Denpo 8-2)
DUE 012497
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   General Affairs Department, Telegran sector,
  Nippon Telegraph and Telephone Corporation, Attn.: Mr. Nagasaka
   +80-3-3244-2151
DESC: Products outline; Designated products are designed as telegram
   output printing forms.  Quantity; about 84,000,000 folds.
   Delivery date; The appointed date from April 1, 1997 to March
  31, 1998.  Delivery site; NTT will separately specify the place
  in Japan as delivery sites.  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-353 SN013044)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: National Imagery and Mapping Agency, Attn: PCO-E MS D-5,
  4600 Sangamore Road, Bethesda, MD 20816-5003
SUBJECT: 99--LICENSE TO RECEIVE TRANSMISSIONS FROM SPOT SATELLITE
SOL N/A
POC Contact Tim Hughes, Contracting Officer, 301-227-1904, FAX
  301-227-4793
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in sub part 12.6
  as supplemented with additional information included in this
  notice. This announcement constitutes the only solicitation/notification.
  PROPOSALS ARE NOT BEING REQUESTED AND A WRITTEN SOLICITATION
  WILL NOT BE ISSUED. (NATIONAL IMAGERY AND MAPPING AGENCY) intends
  to award a two-month extension to contract DMA800-94-D-8064
  on a sole source basis with SICORP of Virginia. This contract
  provides a license for the Air Force to receive satellite transmissions
  from the French Satellite, System Pour L'Observation de la
  Terre, as well as associated unique services and supplies.
  This notice of intent is not a request for competitive proposals.
  The period of performance will be 01 January 1997 through 28
  February 1997. No solicitation document exist and request for
  a solicitation will be disregarded.
CITE: (I-353 SN013193)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Marine Corps Regional Contracting Office, Northeast Region,
  2010 Henderson Road, MCCDC, Quantico, Virginia 22134-5045
SUBJECT: 99--LAUNDERING AND RENTAL SERVICES OF SHOP TOWELS
SOL M0026497R0003
DUE 022497
POC Peggy Smith, (703) 784-3466, ext. 35, Contracting Officer,
  Wanda Wichmann, (703) 784-3466.
DESC: The Marine Corps Regional Contracting Office, Quantico,
  VA has a requirement for laundering and rental services for
  shop towels. It is anticipated that the quotation will be issued
  012497. Only written or faxed requests received directly from
  the requester will be accepted, FAX number (703) 784-3592,
  See Numbered Note 1.
CITE: (M-353 SN013249)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Naval Surface Warfare Center, Carderock Division, Philadelphia
  Purchase Branch, Code 335, Bldg. 77l, U.s. Naval Base, Philadelphia,
  Pa 19112-5083
SUBJECT: A--GRAYWATER TREATMENT SYSTEM, MODEL WE-00970-3
POC B. Cunningham (301)227-5762, William Barnes (301)227-5282
CNT N00167-97-C-0007
AMT $376,730.00
LINE 0001 & 0002
DTD 120996
TO Pall Aeropower Corporation, Pall Aeropower Company, 6301 49th
  St. North, Pinellas Park, FL  34665-5798
CITE: (W-353 SN013144)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Park Service, P.O. Box 25287, Denver, CO 80225-0287
SUBJECT: A--CONCESSION CONTRACT EXTENSIONS
POC Judy Jennings, Concessions Program Leader, (303) 969-2661
CNT IMFA-EXTEND
AMT Concession Contract
DTD 010197
TO The National Park Service intends to extend the following
  concession contracts and permits which will expire on December
  31, 1996, unless extended.  The following concession contracts
  and permits will be extended for a period of one year through
  December 31, 1997: BRYCE CANYON NATIONAL PARK, CC-BRCA0
CITE: (D-353 SN013284)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement
  Office, Redstone Arsenal, AL 35898-5275
SUBJECT: A--WEAPON SYSTEMS ORDNANCE TEST AND EVALUATION SUPPORT
POC (RDPC) Patricia Yarbrough, Contract Specialist, AMSMI-AC-CRAX,
  205- 876-8919, Raymond Shores, Contracting Officer, Synopsis
  Number R122- 96.
CNT DAAH01-90-C-R312/P00139
AMT $271,393.58
LINE N/A
DTD 121196
TO AMTEC Corporation, 500 Wynn Drive, Suite 314, Huntsville,
  Alabama 35816-3429
CITE: (I-353 SN013341)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX
  2946, PORTLAND OR 97208-2946
SUBJECT: B--WATER QUALITY MONITORING AT LOST CREEK AND APPLEGATE
POC Contracting Officer RALPH P. BANSE-FAY (503) 326-6417 (Site
  Code DACW57)
CNT DACW57-97-C-0010
AMT $37,060
DTD 121396
TO CASCADE RESEARCH GROUP, ATTN JOHN SALINAS, PO BOX 404, MURPHY,
  OR 975330404
CITE: (I-353 SN013315)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Contracting Division, U.S. Coast Guard Facilities Design
  & Construction Center (Atlantic), 5505 Robin Hood Road, Suite
  K, Norfolk, VA  23513-2431
SUBJECT: C--PROFESSIONAL DESIGN AND PREPARATION OF CONSTRUCTION
  CONTRACT DOCUMENTS FOR A USCG MOORING & BUOY LOADING FACILITY
  AT THE USACOE SERVICE BASE, ST. LOUIS, MO
POC N/A
CNT DTCG47-96-C-3EFK16
AMT $193,995.00
DTD 121396
TO Stanley Consultants, 225 Iowa Avenue, Muscatine, IA 52761-
  3764
CITE: (I-353 SN013131)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Commanding Officer, Engineering Field Activity West,
  900 Commodore Dr. San Bruno, CA 94066-5006
SUBJECT: C--REPAIR C5 SQUADRON OPERATIONS (DBOF-T) BUILDING 380
  AT TRAVIS AIR FORCE BASE, FAIRFIELD, CALIFORNIA
POC Joyce Howell-Payne, Contract Specialist, (415) 244-2672,
  Carl W. Brinkley, Contracting Officer.
CNT N62474-95-C-2534
AMT $1,857,562.00
LINE N/A
DTD 121696
TO Orbas & Associates, 3037 Golf Course Dr. #5, Ventura, California
  93003
CITE: (I-353 SN013170)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
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: C--INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER
  SERVICES
POC Elaine Farabee, (614) 766-3843.
CNT DAHA33-97-D-0001
AMT $750,000.00 with options totaling $750,000.00
DTD 121096
TO Beling Consultants, 1150 Dublin Road, Columbus, OH 43215
CITE: (M-353 SN013247)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of Treasury (DY),Internal Revenue Service,
  (S:P), Attn: Cindy Dong, 1650 MISSION ST., RM. 312, SAN FRANCISCO,
  CA 94103
SUBJECT: D--MAINTENANCE OF EAGLE TELEPHONE SYSTEMS AND EQUIPMENT
POC Cindy Dong, Contracting Officer, (415) 556-1383.
CNT TIRWR-97-P-00603
AMT $32,826.15
LINE N/A
DTD 121696
TO Deane Communications, Inc., 6063 So. Vinewood St., Littleton,
  CO 80120.
CITE: (I-353 SN013189)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of Treasury (DY),Internal Revenue Service,
  (S:P), Attn: Cindy Dong, 1650 MISSION ST., RM. 312, SAN FRANCISCO,
  CA 94103
SUBJECT: D--MAINTENANCE OF EAGLE TELEPHONE SYSTEMS AND EQUIPMENT
POC Cindy Dong, Contracting Officer, (415) 556-1383.
CNT TIRWR-97-P-00603
AMT $32,826.15
LINE N/A
DTD 121696
TO Deane Communications, Inc., 6063 So. Vinewood St., Littleton,
  CO 80120.
CITE: (I-353 SN013199)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA - Wenatchee National Forest, 215 Melody Lane, Wenatchee,
  WA 98801
SUBJECT: F--GROWING OF CONTAINERIZED SEEDLINGS, WENATCHEE NATIONAL
  FOREST, CHELAN, KITTITAS AND YAKIMA COUNTIES, WASHINGTON
POC Donald L. Mann, 509/662-4316
CNT 53-05GG-7-00001m
AMT $105,913
LINE N/A
DTD 121796
TO Silvaseed Company, P.O. Box 118, Roy, WA 98580
CITE: (I-353 SN013360)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: G--Social Services
OFFADD: Centers for Disease Control and Prevention (CDC), Procurement
  & Grants Office, Program Acquisition Branch, 255 East Paces
  Ferry Rd, NE, Rm 500, Atlanta, GA 30305
SUBJECT: G--THE NATIONAL AIDS, STD AND NIP HOTLINE CONTRACT
POC Mark S. Federer, Contracting Officer, (404) 842-6789
CNT 200-97-0607
AMT $6,771,100
LINE N/A
DTD 121696
TO American Social Health Association, 100 Capitola Drive N.E.,
  Room 200, Durham, NC 27713
CITE: (I-352 SN012978)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer,
  937 N. Harbor Drive, San Diego, CA 92132-0212
SUBJECT: J--MAINTENANCE OF COMPUTER HARDWARE
POC Contracting Officer, Fran L. Cass; Contract Specialist Brian
  O'Donnell,(619)532-3445
CNT N00244-97-C-3015 awarded to Halifax for a base year and four
  option ys
AMT $193,500
DTD 112796
TO Halifax Corporation, P.O. Box 11904, Alexandria, VA 22312
CITE: (I-353 SN013082)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: VA Medical Center, 500 Foothill Blvd., Salt Lake City,
  UT 84148
SUBJECT: J--MAINTENANCE OF JOHNSON CONTROL ENERGY MANAGEMENT
  SYSTEM
POC Brenda Alverson, (801) 584-1249
CNT V660P-4450
AMT $109,125
LINE 0001
DTD 121696
TO Johnson Controls, Inc., 2255 Technology Parkway, West Valley
  City, UT 84119
CITE: (I-353 SN013194)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Officer in Charge (Code 400), SUPSHIP New Orleans Detachement
  Ingleside, 2384 State Hwy 361, Ingleside, TX 78362
SUBJECT: J--RAV USS BLACKHAWK (MHC 58)=20
CNT N00024-94-H-8685, J.O. U130, Solicitation=A0N68958-97-R-0003
AMT $58,022.00
LINE 0001 through 0003
DTD 121396
TO Peterson Builders, Inc., P.O. Drawer 280, Ingleside, TX 78362-0280
CITE: (I-353 SN013280)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: K--ALL SERVICES AND MATERIAL, INSTALL AN INTERGRATED
  SUPPORT STATION
POC N/A
CNT F09603-94-C-0576-P00011/F09603-97-R-52609
AMT $282,500
LINE N/A
DTD 120396
TO To: Northrop Grumman Corp, Electronic Systems Div, 600 Hicks
  Rd, Rolling Meadows IL 60008-1098   
CITE: (W-353 SN013257)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: GSA, Property Management Contracts Branch, JCK Federal
  Building, 230 S. Dearborn Street, Chicago, IL 60604
SUBJECT: M--OPERATIONS AND MAINTENANCE
POC Laurie Chestnut, Contract Specialist, (312) 886-4102.
CNT GSO5P96GAC0187
AMT $2,928,003.30 (includes base period plus option years)
DTD 111896
TO PM Realty Group, Ltd., 919 N. Michigan, Suite 2000, Chicago,
  IL
CITE: (M-353 SN013216)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Bureau of Prisons, Federal Correctional Complex, POB
  1029, Coleman, Florida, 33521-1029
SUBJECT: Q--MEDICAL SERVICES
POC Kathy J. Collins, (352) 330-3015, Contracting Officer.
CNT 05-0218
AMT $30,720.00
LINE 1-On-Site Optometrist
DTD 121096
TO Daniel D. Richardson, O.D., 326 Shopping Center Drive, Wildwood,
  Florida, 34785
CITE: (M-353 SN013273)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of Prisons (FBOP), Western Regional Contracting
  Office, 6600 Goodfellow St., Dublin, CA 94568
SUBJECT: Q--X-RAY INTERPRETATION SERVICES FOR USP LOMPOC, CA
POC James F. Cooper, Contracting Officer, (510) 803-2775.
CNT Contract No. J116c-410 on Solicitation No. IFB116-0366
AMT $41,730.00
DTD 121096
TO Central Diagnostic Imaging Medical Group, Inc., 111 Elm Street,
  Suite 205, San Diego, CA 92101-2647
CITE: (M-353 SN013287)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: R--FY 1997 CONTRACTOR LOGISTICS SUPPORT (CLS) FOR THE
  T-45 PROGRAM
POC Contact, LCDR C. K. Stream, Phone (703)604-1920
CNT N00019-96-C-0104 (Synopsis no. 30192-96)
AMT $65,573,154
LINE N/A
DTD 093096
TO McDonnell Douglas Aerospace, P.O. Box 516, St. Louis, MO 63166-0516

CITE: (I-353 SN013182)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC
  7260 Bethesda, Maryland 20892-7260
SUBJECT: R--PATENT LEGAL SERVICE
POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073,
  FAX- 3406.
CNT 263-97-D-0015
AMT $1,895,000.00
LINE N/A
DTD 121196
TO Fish and Richardson, Suite 1400, 4225 Executive Square, LA
  Jolla, CA 92037
CITE: (I-353 SN013183)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC
  7260 Bethesda, Maryland 20892-7260
SUBJECT: R--PATENT LEGAL SERVICE
POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073,
  FAX- 3406.
CNT 263-97-D-0025
AMT $1,983,000.00
LINE N/A
DTD 121296
TO Townsend and Townsend and Crew, Two Embarcadero Center, San
  Francisco, CA 94111
CITE: (I-353 SN013184)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC
  7260 Bethesda, Maryland 20892-7260
SUBJECT: R--PATENT LEGAL SERVICE
POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073,
  FAX- 3406.
CNT 263-97-D-0021
AMT $1,985,500.00
LINE N/A
DTD 121396
TO Merchant & Gould 3100 Northwest Center, 90 S. 7th Street,
  Minnepolis, MD 55402-4131
CITE: (I-353 SN013185)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC
  7260 Bethesda, Maryland 20892-7260
SUBJECT: R--PATENT LEGAL SERVICE
POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073,
  FAX- 3406.
CNT 263-97-D-0019
AMT $1,877,500.00
LINE N/A
DTD 121396
TO Leydig, Voit & Mayer, Ltd., Two President Plaza, Suite 4900,
  Chicago, IL 60601-6780
CITE: (I-353 SN013192)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC
  7260 Bethesda, Maryland 20892-7260
SUBJECT: R--PATENT LEGAL SERVICE
POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073,
  FAX- 3406.
CNT 263-97-D-0016
AMT $1,556,750.00
LINE N/A
DTD 121396
TO Fitch, Even, Tabin & Flannery, 135 S. LaSalle St., Suite 900,
  Chicago, IL 60603-4277
CITE: (I-353 SN013197)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC
  7260 Bethesda, Maryland 20892-7260
SUBJECT: R--PATENT LEGAL SERVICE
POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073,
  FAX- 3406.
CNT 263-97-D-0017
AMT $1,580,000.00
LINE N/A
DTD 121396
TO Klarquist Sparkman Campbell Leigh & Whinston, One World Trade
  Center, 121 SW Salmon St., 16th Fl., Portland, OR 97204-2988
CITE: (I-353 SN013200)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer,
  937 N. Harbor Drive, San Diego, CA 92132-0212
SUBJECT: S--CUSTODIAL SERVICES
POC Contracting Officer, Fran Cass; Contract Specialist Dave
  Chesnut,(619)532-3955
CNT N00244-97-C-8007
AMT $45,610.00
DTD 120196
TO L & D Cleaning Service, P.O. Box 233, Caribou, Maine  04736
CITE: (I-353 SN013084)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge/Officer in Charge of Construction,
  Naval Air Station, Stop 49, 22445 Peary Road, Patuxent River,
  Maryland 20670-5504
SUBJECT: S--SNOW REMOVAL, NAWC, AIRCRAFT DIVISION, PATUXENT RIVER,
  SOLOMONS ANNEX, SOLOMONS, WEBSTER OUTLYING FIELD, ST. INIGOES,
  AND GLENN FOREST, MARYLAND
POC Contract Specialist, Jacqueline M. Lacey (301) 342-3854 ext.
  506.
CNT N62477-97-M-3005
AMT Not To Exceed $100,000.00
LINE Bid Items 0001 throug
DTD 043097
TO Great Mills Trading Post Co. Inc., P.O. Box 52, Great Mills,
  Maryland 20634
CITE: (M-353 SN013239)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd.,
  SE., Atlanta, GA 30315
SUBJECT: U--8249--BUSINESS EDUCATION VT INSTRUCTOR
POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX,
  (404) 331-4409.
CNT J120c467, RFP120-0431
AMT $21,836.00
LINE Base Year
DTD 120296
TO Sharon Gilbert
CITE: (M-353 SN013233)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd.,
  SE., Atlanta, GA 30315
SUBJECT: U--8249--ELECTRONICS VT INSTRUCTOR
POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX,
  (404) 331-4409.
CNT J120c466, RFP120-0429
AMT $21,624.00
LINE Base Year
DTD 120296
TO Garrett Bibb
CITE: (M-353 SN013234)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: General Services Administration, Public Buildings Service,
  Contracts Branch (5PMC, M/S 33-3), 230 South Dearborn Street,
  Room 3324, Chicago, Illinois 60604-1696
SUBJECT: U--TRAINING AND CONFERENCE FACILITIES
POC Timothy Heitman, Contracting Officer, 312 353-4167
CNT GS05P97GAM0032
AMT $33,579.88
DTD 120696
TO Westin Hotel - O'Hare, 6100 River Road, Rosemont, IL 60018
EMAILADD: pbschgo@gsa.gov
EMAILDESC: 
CITE: (W-353 SN013259)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer,
  937 N. Harbor Drive, San Diego, CA 92132-0212
SUBJECT: V--PACK AND CRATE SERVICES FALLON NV
POC Contracting Officer, S. K. Wasson; Contract Specialist Ben
  S. Stowman,(619)532-2663
CNT N00244-97-D-5016
AMT $310,799
DTD 121296
TO Bender/Colonial Moving & Storage,150 S Stanford Way, Sparks
  NV 89431
CITE: (I-353 SN013255)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Facilities service Office, U.S. Postal Service, 4000
  DeKalb Technology Pkwy., Suite 300, Atlanta, GA 30340-2799
SUBJECT: X--SYLVESTER, GA 31791-9998, AWARD OF CONSTRUCTION NEW
  USPS LEASED POST OFFICE
POC Gloria Byers-Harris, Real Estate Specialist, (770) 454-0609,
  Kerry G. Pfrimmer, Contracting Officer, (770) 454-0621.
AMT $123,714.56
DTD 121296
TO Donald W. Ford, Jr. & J. Todd Ford
CITE: (M-353 SN013368)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S.  Army Engineer District, Alaska, P.O.  Box 898,
  Anchorage, Alaska 99506-0898
SUBJECT: Y--STORM DRAINS, ELMENDORF AFB, ALASKA
POC Contact, Gail M. West, 907/753-2552/Contracting Officer,
  Sharyn A  Dunn , 907/753-2556
CNT DACA85-97-C-0002
AMT $667,400.00
DTD 121396
TO GMC Contracting, P.O. Box 232556, Anchorage, AK 99523-2556
CITE: (I-352 SN012988)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commanding Officer, Naval Facilities Engineering Command,
  P. O. Box 190010, North Charleston, SC  29419-9010.
SUBJECT: Y--SQUADRON OPS/AMU FACILITY, CHARLESTON AFB, SC
POC N/A
CNT N62467-94-C-1124
AMT $5,036,875.00
DTD 121796
TO Bell Constructors, Inc. 1340 Lexington Avenue, Rochester,
  NY 14606
CITE: (I-353 SN013132)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of Agriculture, Agricultural Research
  Service, Room 616, 6303 Ivy Lane, Greenbelt, Maryland  20770
SUBJECT: Y--CONSTRUCT PARLIER, CALIFORNIA, IRRIGATION
POC Contracting Officer, Michael W. Thompson, 301-344-0298
CNT 50-3K15-7-8227
AMT $439,500
DTD 121396
TO Butts Construction Company, 674 N. Burgan, Fresno, California
  93727
CITE: (I-353 SN013150)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code
  540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198
SUBJECT: Y--STRUCTURAL UPGRADES TO BUILDING 12 AT THE FLEET AND
  INDUSTRIAL SUPPLY CENTER, SAN DIEGO, CALIFORNIA
POC Contract Specialist, Rose Hussak/Contracting Officer, Janet
  Buyson.
CNT N68711-96-C-2074
AMT $2,000,000.00
LINE N/A
DTD 121696
TO Orbas & Associates, 3037 Golf Course Drive #5, Ventura, CA
  93003
CITE: (I-353 SN013179)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, NY Facilities Service Office, 2
  Hudson Place, Hoboken, NJ 07030-5502
SUBJECT: Y--MAIN OFFICE/VMF, STATEN ISLAND, NY--ELECTRICAL UPGRADE
CNT 332495-97-B-0027
AMT $273,000.00
DTD 121196
TO Lighton Industries, 699 Cross Street, Lakewood, NJ 08701-4696
CITE: (M-353 SN013303)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
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: Y--NIGHT VISION CLASSROOM, FORT RUCKER, ALABAMA
POC Contracting Officer, Gene L. Curtis (Site Code W31XNJ)
CNT DACA01-97-C-0015 (DACA01-96-B-0112)
AMT $372,133
DTD 121696
TO EAGLE WOOD, INC., P.O. Box 1046, Denver, NC 28037, (S)
CITE: (I-353 SN013317)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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 CHILLER, BUILDING 800, CECIL FIELD NAVAL
  AIR STATION, JACKSONVILLE,FL
POC Ms. Susan Heuler, (904) 778-5560, Contracting Officer
CNT N68931-97-M-1015
AMT $64,500
LINE 0001
DTD 121796
TO Professional Cooling & Control Systems, Inc. 16 Industrial
  Loop, Suite 174, Orange Park, Florida 32073
EMAIL sheuler_at_pwcoa@jaxmail.navy.mil
EMAILDESC: 
CITE: (W-353 SN013094)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Resident Officer in Charge of Construction Attn: Contracting
  Officer, 181 Wainwright Rd, Halligan Hall, Stop21A, U.S. Naval
  Academy, Annapolis, MD 21402-5013
SUBJECT: Z--ROADWORK VARIOUS LOCATIONS AT THE U.S. NAVAL COMPLEX,
  U.S. NAVAL ACADEMY, ANNAPOLIS, MD
CNT N62477-96-D-0657
AMT $475,527.08
DTD 121096
TO D-M&S, Inc. 10880 Rt. 99 Woodstock, MD 21163-1304
CITE: (I-353 SN013147)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: VA Medical Center, Route 9, Martinsburg, WV
SUBJECT: Z--REPLACE NURSE CALL - PHASE III
POC Shari M. Kesecker
CNT V613C-386
AMT $223,000
LINE Alt Item #4
DTD 120696
TO Shifler Elec Assoc Inc., Hagerstown, MD 21740
CITE: (I-353 SN013191)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, Maryland 21045-0701
SUBJECT: Z--EXPANSION PROJECT, FIRST FLOOR, BMEU, COLUMBUS, OH
  43216-9998
CNT 232098-96-B-0431
AMT $287,000.00
DTD 121096
TO Cody-Ziegler, Inc., 6500 Taylor Road, SW., Box 200, Summit
  Station, OH 43073
CITE: (M-353 SN013217)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, 4000
  DeKalb Technology Pkwy., Ste. 300, Atlanta, GA 30340-2799
SUBJECT: Z--DAYTONA BEACH, FL--DOWNTOWN STATION--BUILDING RENOVATIONS
POC Pat Ward, Contract Specialist, (770) 454-0664.
CNT 123125-97-B-3035
AMT $560,052.00
DTD 120696
TO Scott Peterson Construction Co., Inc., 645 North Lane Avenue,
  Jacksonville, FL 32254-2822
CITE: (M-353 SN013229)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Assistant Officer in Charge, Facilities Support Contract
  Dept., Building 87, Stop 5, Facilities MCAS, PSC Box 8006,
  Cherry Point, North Carolina 28533-0006
SUBJECT: Z--PAINTING, STATION
CNT N62470-96-D-2129
AMT Not to Exceed $295,170.00
LINE Line Item 0001
DTD 121296
TO J and K Contracting, Inc., 9344 Lanham-Severn Road, Suite
  206, Lanham, MD 20706
CITE: (M-353 SN013290)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--REPAIRS TO PUBLIC WORKS ADMIN B-616, MCAS, BEAUFORT,
  SC
CNT N62467-96-C-6550
AMT $866,300.00
DTD 121096
TO HASS Construction, 2894 Pringle St, Unit D, N. Charleston,
  SC 29405
CITE: (M-353 SN013292)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--REPAIR ENLISTED DINING FACILITY BLDG 442, MCAS, BEAUFORT,
  SC
CNT N62467-95-C-6553
AMT $675,221.00
DTD 121096
TO Cullum Mechanical Construction, PO Box 40368, Charleston,
  SC 29423
CITE: (M-353 SN013293)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE
  STREET, ST LOUIS MO 63103-2833
SUBJECT: Z--GUIDEWALL REPAIR AT LOCK AND DAM NO. 24, MISSISSIPPI
  RIVER, MISSOURI
POC Contracting Officer T. M. LAWS (314) 331-8500 (Site Code
  DACW43)
CNT DACW43-97-C-0405 DACW43-97-B-0211
AMT $169,849
DTD 121696
TO ST LOUIS BRIDGE CONSTRUCTION CO, 655 LANDMARK DRIVE, ARNOLD,
  MO 63010
CITE: (I-353 SN013314)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--ALTER FLIGHT SIMULATOR/ADAL AIRCRAFT RINSE FACILITY/BCE
  WAREHOUSE, MACDILL AFB, FLORIDA
POC Contracting Officer, Edward M. Slana (Site Code W31XNJ)
CNT DACA01-97-C-0017 (DACA01-96-B-0064)
AMT $239,000
DTD 121396
TO R.M. WILLIAMS CONTRACTORS, INC., 504 S. Moody Avenue, P.O.
  Box 18284, Tampa, Florida 33609, (S)
CITE: (I-353 SN013316)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--FARM BUILDING DEMOLITION, TTW WILDLIFE MITIGATION,
  AMORY, MISSISSIPPI
POC Contracting Officer, Sue L. Speights (Site Code W31XNJ)
CNT DACW01-97-C-0011 (DACW01-96-R-0077) (SBA# 0470-97-604309)
AMT $190,140
DTD 121796
TO JERNIGAN CONTRACTORS, INC., 2396 Mount Olive Road, Louisville,
  MS 39339, (S)
CITE: (I-353 SN013318)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code
  540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198
SUBJECT: Z--FY97 MCON PROJECT P-706 CHANNEL DREDGING, NAVAL AIR
  STATION, NORTH ISLAND, CORONADO, CALIFORNIA
POC Contract Specialist, Charles Bolz/Contracting Officer, Janet
  Buyson.
CNT N68711-94-C-1686
AMT $32,652,859.00
LINE BASE OFFER ITEM 0001
DTD 120996
TO Great Lakes/Stuyvesant Joint Venture, 2122 York Road, Oak
  Brook, IL 60521
CITE: (I-353 SN013366)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 358989-5280
SUBJECT: 14--FY 97, 98, 99 ATAS/SVML ENGINEERING SERVICES.
POC Mr. J.W. Sheats/Contracting Officer/AMSMI-AC-CAE/(205) 876-5257
  (PCA).
CNT DAAH01-97-C-0084
AMT $10,691,249.00
LINE N/A
DTD 121396
TO Hughes Missile Systems Company, P.O. Box 11337, Tucson, AZ
  85734- 1337
CITE: (I-353 SN013187)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--LATCH ASSEMBLY, AIRCRAFT
SOL SP0460-96-R-2350
CNT SP0460-97-C-0134
AMT $51,968.00
LINE 0001
DTD 121796
TO Special-T Fasteners Inc 20660 Nordhoff St Chatsworth CA 91311
CITE: (I-353 SN013010)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--COVER, ACCESS
SOL SP0460-96-Q-LA83
CNT F04606-97-G-0002-TY02
AMT $44,140.10
LINE 0001
DTD 121796
TO Northrop Grumman Corp Military Aircraft Systems Div El Segundo
   site 1 Hornet Way El Segundo CA 90245-2804
CITE: (I-353 SN013018)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: 15--FITTING
POC N/A
CNT F09603-94-G-0035-0239
AMT $325,024.00
LINE N/A
DTD 120696
TO Lockheed Martin Corp, Lockheed Martin Aeronautical Sys, 86
  S Cobb Dr, Marietta Ga 30063-0290
CITE: (W-353 SN013260)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Supply Directorate, Contracting Department, Supply, MCAS,
  PSC Box 8018, Cherry Point, NC 28533-0018
SUBJECT: 15--REPAIR KIT FOR REPAIR OF THE CH-46 STUB WING
POC Susan Rice, Contract Specialist (SUL1H), (919) 466-2007.
  Anna O'Brien (Tel: (919) 466-2844/FAX (919) 466-3571).
CNT N00146-97-D-0006
AMT $457,650.00
DTD 111999
TO Marion Composites, 150 Johnson Road, Marion, VA 24354
CITE: (M-353 SN013296)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: 15--LIP ASSY< SCOOP, ENGINE
POC N/A
CNT F09603-96-C-0339/F09603-96-R-11754
AMT $410,399.00
LINE N/A
DTD 121096
TO Associated Company Inc, P O Box 17279, 1501 S Mclean Blvd,
  Wichita KS 67213-0000
CITE: (W-353 SN013378)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: 15--AILERON
POC N/A
CNT F09603-97-C-0073/F09603-96-R-21480
AMT $52,328.00
LINE N/A
DTD 120696
TO Cyclone Aviation Products LTD, 1 Cyclone Rd, P O Box 114,
  Carmiel-20100 Israel
CITE: (W-353 SN013379)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 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--MANIFOLD ASSEMBLY, OXYGEN
SOL SP0920-96-Q-A218
CNT SP0920-97-M-1301
AMT $36,271.51
LINE 7001 THROUGH 7002
DTD 121796
TO Carleton Technologies Inc 10 cobham Dr Orchard Park NY 14127-4195
CITE: (I-352 SN013000)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--TUBE, TUNED CAVITY-O
SOL SP0460-96-Q-XP46
CNT SP0460-97-M-4619
AMT $81,900.00
LINE 0001
DTD 121796
TO Raytheon E-Systems Inc ECI Div 1501 72ND St N Saint Petersburg
  FL  33710
CITE: (I-353 SN013009)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--BRACKET, WELDMENT, TAIL, ROTOR, HELECOPTER.
SOL SP0740-96-R-1679
CNT F09603-94-G-0016-UB2U
AMT $96,052.50
LINE 0001AA THROUGH 0001AH
DTD 121196
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-353 SN013047)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--RELIEF ASSEMBLY, ACT.
CNT F09603-95-G-0015-UBM1
AMT $34,305.88
LINE 0001
DTD 121896
TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave
   Kalamazoo MI 49001-4165
CITE: (I-353 SN013049)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--STEM-SEAT ASSY. ON RH-53 HELICOPTER.
SOL SP0740-96-R-0237
CNT SP0740-97-C-0684
AMT $66,642.00
LINE 0001 THROUGH 0003
DTD 121896
TO EG and G Wright Components Inc RT 96 P O Box 160 Phelps NY
  14532
CITE: (I-353 SN013051)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--CYLINDER ASSEMBLY, ACTUATING, LINEAR
SOL SP0740-96-R-0980
CNT N00383-96-G-005D-UB18
AMT $59,052.69
LINE 0001
DTD 121896
TO Parker-Hannifin Corp Aerospace Group Customer Support Military
   Div 16666 Von Karman Ave Irvine CA 92714-4917
CITE: (I-353 SN013057)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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 ELEMENT, FLUID.
SOL SP0740-97-Q-0025
CNT SP0740-97-M-9052
AMT $39,380.14
LINE 0001 THROUGH 0003
DTD 121896
TO Pioneer Valve & Fitting Co Inc.  93 Seigel Street Brooklyn,
  NY  11206-3200
CITE: (I-353 SN013059)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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, LANDING GEAR.
SOL SP0740-97-Q-0216
CNT N00383-96-G-M127-UB08
AMT $98,670.00
LINE 0001 THROUGH 0002
DTD 121896
TO Coltec Industries Inc Menasco aerosystems Div 4000 S Hwy 157
   Euless TX 76040-7012
CITE: (I-353 SN013075)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Supply Directorate, Contracting Department, PSC Box 8018,
  Cherry Point, NC 28533-0018
SUBJECT: 16--O/S CLUTCH
POC Debora Berget, (919) 466-7766, Contracting Officer, Cherie
  Daniels, (919) 466-7504.
CNT N00146-97-M-N124
AMT $45,000.00
LINE 0001
DTD 102296
TO Boeing Canada Technology Ltd, Arnprior Division, Baskin Drive
  East, Arnprior Ontario, K7S--3M1-CA
CITE: (M-353 SN013244)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--BRACKET ASSEMBLY
SOL 97T584-42-P-0700
CNT SP0740-97-M-5151
AMT $39,834.00
LINE 0001
DTD 121896
TO Seyer Industries Inc 66 Patmos Ct P.O.Box 100 Saint Peters
  Mo  63376
CITE: (I-353 SN013053)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--RADIATOR MODIFICATION KIT.
SOL SP0770-97-Q-MA41
CNT SP0770-97-M-EA43
AMT $36,556.44
LINE 0001
DTD 121896
TO Stewart and Stevenson Services Inc 4516 Harrisburg Blvd P.O.Box
   1637 Houston TX 77251-1637
CITE: (I-353 SN013072)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box
  215,Portsmouth,VA,23705-0215
SUBJECT: 19--USS WASP (LHD-1), SSP 087-97, TAV
CNT Job Order 7042
AMT $26,645.00
LINE 0001, 0002, 0003
DTD 121896
TO Dreadnought Marine, Inc., 3200 Princess Anne Rd., Norfolk,
  VA 23504
CITE: (I-353 SN013281)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 20--ROD, CATHODIC
SOL SP0451-96-Q-UE91
CNT SP0490-97-M-AE16
AMT $28,224.00
LINE 0001
DTD 121796
TO Wilson Walton international Inc 66 Hudson St P.O.Box m-890
   Hoboken NJ 07030
CITE: (I-353 SN013017)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 20--SHAFT,PROPULSION SH
POC Contact Point, Nick D Stellhorn, 02112.14, (717)790-1457,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James
  A Komaromy, 02112, (717)790-2854
CNT N0010496CDA30, Sol Nr N00104-96-R-DB99, NIIN 013100838
AMT $173,959
DTD 082696
TO Erie Forge & Steel Inc. , Erie ,PA 16512-0000
CITE: (I-353 SN013114)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005
SUBJECT: 23--LINE SERVICING TRUCK--LEASE TO OWN
CNT F48608-97-C0003
AMT $52,578.00
TO LIJO, Inc., 12423 Hedges Run Drive, Suite 171, Lake Ridge,
  VA 22192
CITE: (M-353 SN013285)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--CUSHION, RUBBER, SPROCKET.
SOL SP0750-97-Q-0049
CNT SP0750-97-M-8266
AMT $82,663.20
LINE 0001 THROUGH 0002
DTD 121896
TO Champion rubber products Co Inc 4515 Dunham St Los Angeles
  CA  90023-4114
CITE: (I-353 SN013052)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--WHEEL, PNEUMATIC TIRE. ON M870 SEMI-TRAILER
SOL SP0750-97-Q-0159
CNT SP0750-97-M-3151
AMT $26,010.00
LINE 0001 THROUGH 0003
DTD 121896
TO Otr wheel engineering Inc 2721 Katherine Rd P O Box 3743 Quincy
   IL 62301
CITE: (I-353 SN013078)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WW9), Rock Island , IL
  61299-7630
SUBJECT: 25--CLUTCH ASSEMBLY, FRICTION
POC Contract Specialist: Mary Robbins (309) 782-4372, PCO: Allan
  W. Hutson (309) 782-3220
CNT DAAE20-96C0385
AMT $180,642
LINE N/A
DTD 121696
TO Dunrite Systems Corporation, 2120 5th Avenue, Ronkonkoma,
  NY 11779-6906
CITE: (I-353 SN013335)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--SUPPORT, BEARING
SOL SP0480-96-R-2760
CNT F41608-94-G-0031-TY71
AMT $62,295.00
LINE 0001 THROUGH 0002
DTD 121796
TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace
   Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181
CITE: (I-353 SN013019)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--ROTATING ASSEMBLY, TURBINE.
SOL SP0760-95-Q-BB65
CNT SP0760-97-M-3917
AMT $29,118.00
LINE 0001
DTD 121796
TO Maritime power Co 200 Henderson St Jersey City NJ 07302-4413
CITE: (I-353 SN013067)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--RING SET, PISTON.
SOL SP0770-96-Q-MD89
CNT SP0770-97-M-AN87
AMT $40,464.10
LINE 0001 THROUGH 0007
DTD 121796
TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O
  Box 626  Baltimore MD 21203-0626
CITE: (I-353 SN013077)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--PUMP, FUEL.
SOL SP0770-96-Q-VG91
CNT SP0770-97-M-HP07
AMT $39,986.00
LINE 0001 THROUGH 0002
DTD 121896
TO Viking Inc 5125-A taravella Rd P O Box 328 marrero LA 70073
CITE: (I-353 SN013054)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--FILTER ELEMENT, INTAKE AIR CLEANER
SOL SP0760-97-Q-0201
CNT SP0760-97-M-8988
AMT $26,496.00
LINE 0001
DTD 121896
TO Parmatic filter Corp 88 Ford Rd denville NJ 07834
CITE: (I-353 SN013076)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--CLAMP, HUB
SOL SP0740-96-Q-GD09
CNT F09603-94-G-0016-UB3B
AMT $31,492.50
LINE 0001 THROUGH 0002
DTD 121796
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-353 SN013048)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--CONNECTING LINK, RIGID
CNT SP0740-97-M-5133
AMT $45,686.00
LINE 0001 THROUGH 0003
DTD 121796
TO Coltec Industries Inc Menasco aerosystems Div 4000 S Hwy 157
   Euless TX 76040-7012
CITE: (I-353 SN013056)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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 AND CARRIER ASSEMBLY.
SOL SP0700-97-Q-0043
CNT SP0700-97-M-0782
AMT $79,080.00
LINE 0001
DTD 121796
TO Columbus equipment Co 50 E Kingston Ave Columbus, OH 43207-2436
CITE: (I-353 SN013073)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--GUARD, MECHANICAL DRIVE.
SOL SP0770-96-Q-UF11
CNT SP0770-97-M-GN71
AMT $44,055.00
LINE 0001
DTD 121896
TO Ohio machinery Co government sales office 5695 crooked stick
  Rd  P.O.Box 399 Sharon Center OH 44274-0399
CITE: (I-353 SN013074)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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 UNIT, BALL
CNT SP0500-97-W-0945
AMT $37,500.00
LINE 0002
DTD 121896
TO Jo-bar Mfg Corp 7225 Division Bedford OH 44146-5405
CITE: (I-353 SN013137)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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, HALF, SLEEVE
SOL SP0500-97-Q-6275
CNT SP0500-97-M-U200
AMT $29,550.00
LINE 0001
DTD 121896
TO Military vehicile operations G M truck and business group
  mailcode  2603 03 660 South Boulevard East pontiac Michigan
  48341-3128
CITE: (I-353 SN013138)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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, DUPLEX
SOL SP0500-97-Q-8017
CNT SP0500-97-M-V009
AMT $92,340.00
LINE 0001AA THROUGH 0001AH
DTD 121896
TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New
  York  14701
CITE: (I-353 SN013139)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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, ROD END
SOL SP0500-97-Q-A762
CNT F04606-96-G-0021-TZ33
AMT $44,597.70
LINE 0001
DTD 121896
TO HR Textron Inc Controls Div sub of Textron Inc 25200 W Rye
  Canyon  Rd Valencia CA 91355-1204
CITE: (I-353 SN013140)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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 96TF55-52-P-0500
CNT SP0500-97-M-T148
AMT $36,800.00
LINE 0001
DTD 121896
TO MPB Corp Split Ballbearing Div sub of Wheelabrator-Frye Inc
  336  Mechanic St Lebanon NH 03766-2627
CITE: (I-353 SN013141)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--CORD, FIBROUS
SOL SP0500-96-Q-SW95
CNT SP0500-97-M-S992
AMT $74,966.55
LINE 0001 THROUGH 0002
DTD 121896
TO Gladding braided products Inc 1 deruyter St South otselic
  NY  13155
CITE: (I-353 SN013134)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PUMP, ROTARY.
SOL SP0750-97-Q-0073
CNT SP0750-97-M-9311
AMT $62,592.00
LINE 0001
DTD 121896
TO Twin DISC Inc 1328 Racine St Racine WI 53403-1758
CITE: (I-353 SN013060)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PUMP, ROTARY
SOL SP0750-97-Q-0074
CNT SP0750-97-M-9314
AMT $39,644.00
LINE 0001
DTD 121896
TO Twin DISC Inc 1328 Racine St Racine WI 53403-1758
CITE: (I-353 SN013061)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PARTS KIT, FLUID PRESSURE FILTER.
SOL SP0750-97-Q-0051
CNT SP0750-97-M-8255
AMT $26,147.58
LINE 0001 THROUGH 0003
DTD 121796
TO Facet enterprises Inc filter products Div 8439 triad Dr  Greensboro
  NC 27409-9018
CITE: (I-353 SN013069)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846
   , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 43--RING,WEARING
POC Contact Point, Ida M Hechler, 846.2w, (717)790-2227, Fax,
  (717)790-4163, Twx, Not-avail, Contracting Officer, Anthony
  J Smiraglia, 846, (717)790-1766
CNT N0010496PAM88, Sol Nr N00104-96-T-4932, NIIN LLH834489
AMT $34,998
DTD 121296
TO Warren Pumps Inc , Warren ,MA 01083-0696
CITE: (I-353 SN013115)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 44--GLOVE,ANTI-C SZ9
POC Contact Point, Linda M Altland-faust, 87321.12, (717)790-5721,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent
  E Roach, 87321, (717)790-5259
CNT N0010497PBE00, Sol Nr N00104-96-Q-VY59, NIIN 013662526
AMT $63,626
DTD 122796
TO I S A Corp. , Salem ,OR 97302-0000
CITE: (I-353 SN013116)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 44--GLOVE,SZ10,SPECIAL
POC Contact Point, Linda M Altland-faust, 87321.12, (717)790-5721,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent
  E Roach, 87321, (717)790-5259
CNT N0010497PBE04, Sol Nr N00104-96-Q-VY58, NIIN 013672368
AMT $44,013
DTD 122796
TO I S A Corp. , Salem ,OR 97302-0000
CITE: (I-353 SN013117)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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 96TKE2-22-P-0700
CNT SP0740-97-M-0284
AMT $25,235.04
LINE 0001 THROUGH 0002
DTD 121896
TO Titeflex Corp sub of Bundy Corp 603 Hendee St P.O.Box 90054
   Springfield MA 01139
CITE: (I-353 SN013050)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--TUBE ASSEMBLY, METAL. CRES, PREBENT, 1-1/4 INCH
SOL 96TLH8-92-P-0700
CNT SP0740-97-M-0228
AMT $28,483.92
LINE 0001 THROUGH 0002
DTD 121896
TO American metal fabrication 3044 S Hoover Wichita KS 67215
CITE: (I-353 SN013062)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--TUBE ASSEMBLY, METAL.
SOL SP0740-96-Q-GC75
CNT SP0740-97-M-3997
AMT $37,017.12
LINE 0001
DTD 121796
TO McDonnell Douglas Corp McDonnell Douglas Aerospace McDonnell
   Douglas Helicopter Co 5000 E McDowell Rd Mesa AZ 85215-9789
CITE: (I-353 SN013079)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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, SOLENOID. 120 VOLTS AC, 150.0 PSI,
SOL SP0760-97-Q-0021
CNT SP0760-97-M-4005
AMT $82,000.00
LINE 0001
DTD 121896
TO Marotta Scientific control Inc.  78 boonton Ave.  P. O. Box
  427  montville, NJ 07045
CITE: (I-353 SN013055)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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, SOLENOID.
SOL SP0770-96-Q-QF75
CNT N00383-95-G-M120-UBDG
AMT $67,705.74
LINE 0001 THROUGH 0002AD
DTD 121796
TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300
  W  Warner Rd Tempe AZ 85285-2200
CITE: (I-353 SN013058)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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, GATE. SIZE 1-1/2 INCH, MATERIAL BRONZE.
SOL SP0760-96-R-3394
CNT SP0760-97-C-4650
AMT $219,156.75
LINE 0001AA THROUGH 0001AE
DTD 121896
TO Milwaukee Valve Co Inc 2375 S Burrell St Milwaukee WI 53207-1519
CITE: (I-353 SN013068)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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 ASSEMBLY, MANIFOLD
CNT SP0760-97-M-4003
AMT $33,750.00
LINE 0001
DTD 121896
TO Marotta Scientific control Inc.  78 boonton Ave.  P. O. Box
  427  montville, NJ 07045
CITE: (I-353 SN013070)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--DIAPHRAGM, ACTUATOR VALVE, SPECIAL SHAPED.
SOL SP0740-96-Q-4410
CNT SP0740-97-M-5127
AMT $85,120.00
LINE 0001
DTD 121796
TO Whittaker Corp Whittaker Controls Div 12838 Saticoy St P O
  Box  3951 North Hollywood CA 91605
CITE: (I-353 SN013071)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--WASHER, PRELOAD INDICATING.
SOL SP0500-97-Q-B113
CNT SP0500-97-M-S616
AMT $27,480.00
LINE 0001
DTD 121496
TO Unirex Inc 9310 E 37TH Street Wichita KS 67226-2014
CITE: (I-353 SN013133)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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 SET
SOL SP0500-97-Q-D818
CNT SP0500-97-M-U195
AMT $50,800.10
LINE 0001
DTD 121896
TO Penn Detroit Diesel Allison R D 1 sipe Road York Haven PA
   17370-9785
CITE: (I-353 SN013135)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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, PLAIN ENCASED
SOL 96TGE7-32-P-0500
CNT SP0500-97-W-1106
AMT $26,377.00
LINE 0001
DTD 121896
TO Chesapeake Associated Enterprises Inc greater Hartford industrial
   Ctr Forest Hill business center 22 Newport drive Forest Hill
  MD 21050-1647
CITE: (I-353 SN013142)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L
SOL SP0500-97-Q-B976
CNT SP0500-97-M-T188
AMT $69,140.69
LINE 0001 THROUGH 0007
DTD 121896
TO Cook lumber Co Inc 7231 interlaaken Dr SW Tacoma WA 98499
CITE: (I-353 SN013136)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 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--SWITCH, PUSH-PULL
SOL SP0930-97-Q-A051
CNT SP0930-97-M-2336
AMT $74,221.13
LINE 0001
DTD 121796
TO Trevose industrial products Inc 138 five points Rd macungie
  PA  18062
CITE: (I-352 SN013001)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 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--SWITCH, SOLID STATE
SOL SP0930-96-Q-A241
CNT SP0930-97-M-2037
AMT $36,904.00
LINE 0001 THROUGH 0002
DTD 121796
TO Eldec Corp 16700 13TH Ave W P.O.Box 97027 lynnwood WA 98046-9727
CITE: (I-352 SN013002)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 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--CIRCUIT CARD ASSEMB
SOL SP0960-96-Q-A178
CNT SP0960-97-C-0008
AMT $87,749.00
LINE 0001
DTD 121796
TO Litton Systems Inc Guidance and Control Systems Div 5500 Canoga
   Ave Woodland Hills CA 91367-6621
CITE: (I-352 SN013003)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--HOLDER ASSEMBLY, ELECTRICAL CONTACT BRUSH
SOL SP0430-96-Q-FN82
CNT SP0430-97-M-P421
AMT $32,156.25
LINE 0001
DTD 121796
TO Ruta supplies, Inc.  30-09 35TH Avenue Astoria, NY 11106
CITE: (I-353 SN013015)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Department of Commerce, National Oceanic and Atmospheric
  Administration, 1325 East West Highway, Station 4301, Silver
  Spring, Maryland  20910-3283
SUBJECT: 59--MINIMUM/MAXIMUM TEMPERATURE SYSTEM ELECTRONIC SUBASSEMBLY
CNT 50-DGNW-7-90038
AMT $152,622.00
LINE CLIN 0001
DTD 121396
TO Lexis Service Corp., 30 Aero Road, Bohemina, NY  11719
CITE: (I-353 SN013045)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59--RELAY,SOLID STATE
POC Contact Point, Jacqueline L Michael, 87321.14, (717)790-1427,
  Fax, (717)790-2284, Twx, Not-avail
CNT N0010497PBE08, Sol Nr N00104-97-Q-BB41, NIIN 014353470
AMT $40,940
DTD 122796
TO Jo-kell Inc , Norfolk ,VA 23517-1014
CITE: (I-353 SN013118)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
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--REGULATOR,VOLTAGE
POC Contact Point, Ronald J Brosso, 02152.11, (717)790-7312,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Melanie
  A Pepperman, 02152, (717)790-3056
CNT N0010497PGA97, Sol Nr N00104-97-Q-GA44, NIIN 013743514
AMT $39,606
DTD 122796
TO Lockheed Martin Tactical Systems , Salt Lake City ,UT 84116
  - -2988
CITE: (I-353 SN013119)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: 59--SWITCH, FEATHERING
POC N/A
CNT F09603-95-C-0488-P00002/F09603-96-R-12014
AMT $44,680.00
LINE N/A
DTD 120496
TO To:  kaiser Aerospace & Electronics Corp, Orange County Plant,
  17000 South Red Hill Ave, Irvine CA 92714-5676
CITE: (W-353 SN013258)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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 (HR3), Rock Island , IL
  61299-7630
SUBJECT: 59--SWITCH, THERMOSTATIC
POC Contract Specialist: Donna Jennings (309) 782-6601, POC:
  Joyce Klein (309) 782-5051
CNT DAAE20-97C0070
AMT $25,136
LINE N/A
DTD 121796
TO Technical Products Group, Inc., Intellitec Division, 2000
  Brunswick Lane, Deland, FL 32724
CITE: (I-353 SN013336)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--REGULATOR MODULE
SOL SP0430-96-Q-BQ28
CNT SP0430-97-M-P461
AMT $33,900.00
LINE 0001
DTD 121796
TO Centroid, Inc.  3 Aerial Way Syosset, Nassau, NY 11791
CITE: (I-353 SN013011)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--STATOR, PMG
SOL SP0430-96-R-1077
CNT SP0430-97-C-5106
AMT $201,250.00
LINE 0001AA THROUGH 0002AB
DTD 121796
TO Leland Electrosystems Inc 740 E National Rd Vandalia OH  45377-3062
CITE: (I-353 SN013012)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--WOUND CORE ASSEMBLY
SOL 96TE87-72-P-0400
CNT SP0430-97-M-P391
AMT $33,369.00
LINE 0001 THROUGH 0002
DTD 121796
TO Skurka engineering Co 4600 Calle Bolero P O Box 2869 Camarillo
  CA  93011-2869
CITE: (I-353 SN013014)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 61--MOTOR,UNIVERSAL
POC Contact Point, Jacqueline L Michael, 87321.14, (717)790-1427,
  Fax, (717)790-2284, Twx, Not-avail
CNT N0010497C7004, Sol Nr N00104-96-R-BK11, NIIN 013537556
AMT $76,102
DTD 122696
TO Jo-kell Inc , Norfolk ,VA 23517-1014
CITE: (I-353 SN013111)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: 61--POWER SUPPLY
POC N/A
CNT F09603-97-M-0285/F09603-96-R-50055
AMT $63,164.00
LINE N/A
DTD 112796
TO TO: Lambda Novatronics Inc, 2855 W Mcnab Rd, Pompano Beach
  Fl 33061-0878
CITE: (W-353 SN013256)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 63--Alarm and Signal, and Security Detection Systems
OFFADD: Bureau of Prisons, Federal Correctional Complex, POB
  1029, Coleman, Florida 33521-1029
SUBJECT: 63--ALARM RECORD KEEPING SYSTEM
POC Kathy J. Collins, (352) 330-3015, Contracting Officer.
CNT 05-0490
AMT $42,573.00
DTD 120996
TO Permieter Products, 1130 Terra Bella Ave., Mountainview, CA
  94043
CITE: (M-353 SN013288)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--INDICATOR, TEMPERATURE, THERMOCOUPLE
SOL SP0440-97-Q-T175
CNT SP0440-97-M-X612
AMT $25,979.52
LINE 0001
DTD 121796
TO Howell instruments Inc 3479 W Vickery Fort Worth TX 76107-5722
CITE: (I-353 SN013013)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--THERMOCOUPLE ASSEMBLY
SOL SP0440-96-Q-HY71
CNT SP0440-97-M-X236
AMT $33,000.00
LINE 0001
DTD 121796
TO Thermocontrol Inc 5728 Hartsdale Dr Houston TX 77036-2112
CITE: (I-353 SN013016)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 68--ION EXCHANGE COMPOU
POC Contact Point, Jacqueline L Michael, 87321.14, (717)790-1427,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent
  E Roach, 87321, (717)790-5259
CNT N0010495D70275002, NIIN 001110564
AMT $138,650
DTD 122796
TO Beacon Water Equipment Co Inc , Chenango Bridge ,NY 13745
  - -0000
CITE: (I-353 SN013120)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 68--AMPOULE,DISSOLVED O
POC Contact Point, Jacqueline L Michael, 87321.14, (717)790-1427,
  Fax, (717)790-2284, Twx, Not-avail
CNT N0010496D70115002, NIIN 011738392
AMT $29,213
DTD 122796
TO Chemetrics Inc , Calverton ,VA 22016-0000
CITE: (I-353 SN013121)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 70--DISPLAY,HEADS-UP
POC Contact Point, Kathleen     Johnson, 0221.09, (215)697-4069,
  Fax, (215)697-0491, Twx, Not-avail, Contracting Officer, Suzanne
       Brophy, 0221, (215)697-6519
CNT N0038394GM4005047, NIIN 013939997
AMT $16,418,400
DTD 121296
TO Kaiser Electronics , San Jose ,CA 95131-0000
CITE: (I-353 SN013104)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 70--COMPUTER,DIGITAL
POC Contact Point, Gerald     R Buday, 0235.11, (215)697-6511,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395D007G7013, NIIN 012080468
AMT $73,959
DTD 121196
TO Hamilton Standard Div Of , Windsor Locks ,CT 06096-0000
CITE: (I-353 SN013105)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 70--TERMINAL,DATA PROCE
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397PXZ30, NIIN 013663054
AMT $990,000
DTD 112296
TO Department Of The Navy , Washington ,DC 20360-0000
CITE: (I-353 SN013106)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: 72--PORTABLE DISHWASHERS
POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent,
  Robert S. Kay, Contracting Officer
CNT N00604-97-M-B215
AMT $74,000
LINE 0001
DTD 120996
TO OK TV & Appliance, 2615 S. King St., Rm. 200, Honolulu, HI
  96826(S)
CITE: (I-352 SN012979)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--FASTENERS, SNAPS, AND EYELETS
POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942
CNT 1PI-C-2895-97
AMT $4,624
LINE 0002-0003
DTD 121796
TO STIMPSON CO. INC., 900 SYLVAN AVE. (SUFFOLK COUNTY), BAYPORT,
  NY 11705
CITE: (I-353 SN013322)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 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--FASTENERS, SNAPS, EYELETS
POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942
CNT 1PI-C-2904-97
AMT $12,113
LINE 0001
DTD 121796
TO Reiter Sales, Inc., 111 Great Neck Rd., Room 213, Great Neck,
  NY 11021-5402
CITE: (I-353 SN013323)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany,
  GA 31704- 3019
SUBJECT: 95--ENHANCED APPLIQUE ARMOR KITS
POC Dixon B. Chatman, Contract Specialist, Code 894, (912)439-6761
  Contracting Officer, Larry F. Pendley, Code 894, (912)439-6761.
CNT M67004-96-C-4010/P00001/M67004-97-Q-4002
AMT $68,602.00
LINE N/A
DTD 121696
TO Rafael, P. O. Box 2082, Haifa 31021, Israel
CITE: (I-352 SN012982)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: National Park Service, Denver Service Center, 12795 West
  Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225
SUBJECT: 99--CONTRACT FOR FABRICATION AND DELIVERY OF GRANITE
  FOR THE FDR MEMORIAL IN WASHINGTON, DC
POC Edward L. Tafoya, (303) 969-2116.
CNT 1443-CX-2000-97-003
AMT $91,380.35
DTD 120996
TO Cold Spring Granite Co., 202 South 3rd Ave., Cold Spring,
  Minn. 56320
CITE: (M-353 SN013246)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Facilities Service Office, U.S. Postal Service, 7800
  N. Stemmons Frwy., Suite 400, Dallas, TX 75247-4217
SUBJECT: 99--AWARD OF CONTRACT TO CONSTRUCT AND LEASE A NEW FACILITY
  FOR WESTLAKE, LA 70669-9998
CNT 482980-97-A-0023
AMT $75,708.00
DTD 121196
TO City of Westlake, 701 Johnson St., Westlake, LA 70669-5509
CITE: (M-353 SN013309)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: Officer in Charge of Construction, Building 5501, P.O.
  Box 43119, Marine Corps Logistics Base, Albany, GA 31704-3119.
SUBJECT: TIMBER--SALE
POC Mr. Eddie Paramore, (912) 439-5637.
DESC: Approximately 6,901 tons of pine pulpwood located at Marine
  Corps Logistics Base, Albany, Georgia. On the sale areas, approximately
  142 acres will be thinned. This sale is to be by Unit Price--Inv
  N62467-97-C-3430. Bid opening is on Thursday, 30 January 1997.
  Contact Mr. Eddie Paramore, Base Natural Resources Manager
  at (912) 439-5637.
CITE: (M-353 SN013235)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 20, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: Defense Logistics Agency, Defense Reutilization & Marketing
  Service, International Sales Office, 2163 Airways Boulevard,
  Memphis, Tennessee 38114-5211
SUBJECT: SALE--OF ELECTRICAL/ELECTRONIC & AIRCRAFT PARTS (CU,
  CN)
POC Danny Snow, Chief, Usable Branch, (901) 775-6132.
DESC: All bids for property offered must be received by 15 JAN
  97, 3:00 p.m. C.D.S.T., at the International Sales Office in
  Memphis, Tennessee. Includes: aircraft components and accessories,
  bufiler assembly, clocks, passenger aircraft door, turboprop
  T56 engine, camera friction head, gearbox, helicopter parts,
  liquid containers, navigational lights and instruments, plate,
  stabilizer bar assembly, transmission, landing gear wheel and
  aircraft yoke assembly main rotor. Type sale: SEALED BID, IFB
  No. 31-7320, Inspection beginning: 20 DEC 96, Bid opening:
  16 JAN 97, Property locations: AZ, CA, FL, GA, MS, ND, PA,
  TX, UT, VA, WA.
CITE: (M-353 SN013268)