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

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington,
  DC 20460-0001
SUBJECT: A--ENVIRONMENTAL RISK ASSESSMENT FOR THREE SELECTIVE
  INDUSTRIES
SOL CC0004
DUE 010397
POC Melissa Revely-Brown, 202-260-1225
DESC: The EPA is issuing a request for proposal for services
  to which the Government intends to award a firm fixed price
  contract using the Simplified Acquisition Procedures of FAR
  Par 13.  The EPA is FACNET certified.  Any contractor/vendor
  able to meet requirements must demonstrate in writing by closing
  date.  All responsible sources solicited may submit a bid,
  proposal, or quotation, which shall be considered.  Interested
  person may identify their interest and capability to respond
  to the requirement or submit proposals.  This notice is intended
  for competitive proposals.  All proposals received within
  15 days after the date of publication of this synopsis will
  be considered by the Government.  A determination by the Government
  not to compete this proposed contract based upon responses
  to this notice is solely within the discretion of the Government.
   Information received will normally be considered solely for
  the purpose of determining whether to conduct a competitive
  procurement.  Award will be made only if the offeror, the
  product/service, or the manufacturer meets qualification requirement
   at the time of award in accordance with FAR clause 52.209-1.
   The solicitation identifies the office where additional information
  can be obtained.     Title:         Environmental Risk Assessments
  for Three Selected Industries  Background:    EPA's Office
  of Science and Technology regulates the discharge of Toxic
  Pollutants (e.g. heavy metals, organics) by establishing effluent
  guidelines.  These guidelines are developed using Best Available
  Technology (BAT) and include (1) an assessment of treatment
  technologies;  (2) an assessment of the economics to install
  and operate the technology; and (3) an assessment of the environmental
  improvement anticipated after the implementation of the guidelines.
   Increased attention and emphasis is being given to the environmental
  impact of BAT guidelines.  This impact  includes the potential
  reduction in pollutant loadings.  However, it  also looks at
  the more specific changes in water quality that may occur
  along selected stream reaches, including chemical and biological
  changes.            EPA is responsible for understanding
  these anticipated changes in water and the effects of water
  quality on stream ecology that may result from the implementation
  of BAT guidelines.  An evaluation of the potential changes
  and the resulting benefits is performed on an industry-wide
  basis.  The technical depth of each such evaluation (benefits
  analysis) will vary according to a number of factors.  These
  factors include the availability and quality of data, specific
  industrial characteristics such as size and locations, the
  regulatory strategy, and the estimated cost to implement the
   regulations.  These evaluations are compiled in an environmental
  risk assessment.  Services Required:  Environmental risk
  assessments shall be completed for the following three industries:
  (1) landfills, (2) incinerators, and (3) transportation equipment
  cleaning.  Each of these environmental risk assessments shall
  include the following five elements:  (1) documented environmental
  problems;  (2) an industry profile that identifies facility
  locations, receiving streams and POTWs, that quantifies pollutant
  releases to the environment, and that includes industrial risk-based
   rankings;  (3) a categorized list of released pollutants based
  on physical-chemical/fate properties and toxicity, and toxic
  weighting factors for both water and air exposures;  (4) projected
  potential aquatic life and human impacts using localized,
  simplified stream dilution modeling and reach-specific data
   such as ambient levels and other pollutant sources including
  air emissions, sludge disposal modeling, and other modeling
  as appropriate; and  (5) a benefits and risk analysis of the
  regulation by assessing fate, exposure,  human health concerns,
  and ecological concerns.    Landfills:  Drafts of the five
  elements described above have been completed for this industry.
  The contractor shall incorporate any comments provided by
  the Project Officer upon award of this contract, and shall
  update or expand elements as directed in these comments. 
   Incinerators:  Drafts of the industry profile (element 2)
  and the categorization of the released  pollutants (element
  3) have been completed for this industry.  The contractor shall
  incorporate any comments provided by the Project Officer upon
  award of this contract,  and shall update or expand them as
  directed by these comments.  The contractor shall draft the
  remaining elements listed above (elements 1, 4, and 5) using
  any provided by the Project Officer upon award of this contract.
    Transportation Equipment Cleaning: A draft of the categorization
  of the released  pollutants (element 3) has been completed
  for this industry.  The contractor shall incorporate any comments
  provided by the Project Officer upon award of this contract,
   and shall update or expand it as directed by these comments.
   The contractor shall draft the remaining elements  listed
  above (elements 1, 2, 4, and 5) using guidance provided by
  the Project Officer upon award of this contract.   Sources
  of information include but are not limited to:           308-Questionnaire
  data           EPA studies and reports           EPA development
  documents and background decision documents           National
  Water Quality Inventory           U.S. Census File      
      National Study of Fishing, Hunting, and Wildlife Associated
  Recreation (USFW)  Computer software programs, models, and
  databases to facilitate this work include:           STORET
  Water Quality File           Industrial Facilities Discharge
  File (IFD)           GAGE File           DFLOW program 
           Toxics Data Base (TDB)           Drinking Water Supply
  Files           DIALOG and EPA's National On-Line Library
  System           Aerometric Information Retrieval System (AIRS)
             Toxic Release Inventory (TRI)           Permit
  Compliance System (PCS)           REACHSCAN           Stream
  Dilution Water Quality Model           POTW/Sludge Model
            OST-HECD Sludge Exposure Models           MMSOILS
  Model           TRIAIR and TRIWATER models in the Graphical
  Exposure Modeling System (GEMS)  Deliverables:        The
  preliminary summary tables for the Landfills industry are due
  to the Project Officer by February 7, 1997.  The preliminary
  assessment along with the final summary tables are due to the
   Project Officer by March 31, 1997.  The final draft assessment
  is due to the Project Officer by September 1, 1997.   A copy
  of each of these deliverables shall also be provided in electronic
  (3.5 inch floppy disk) format at the time they are due. 
        The preliminary summary tables for the Incinerators industry
  are due to the Project Officer by February 14, 1997.  The
  preliminary assessment and the final summary tables are due
  to the Project Officer by April 7, 1997.  The final draft
  assessment is due to the Project Officer by September 8, 1997.
   A copy of the each of these deliverables shall also be provided
  in electronic (3.5 inch floppy disk) format at the time they
  are due.       The preliminary summary tables for the Transportation
  Equipment Cleaning industry are due to the Project Officer
  by February 21, 1997.  The preliminary assessment and the final
  summary tables are due to the Project Officer by April 14,
  1997.  The final draft assessment is due to the Project Officer
  by September 15, 1997.  A copy of each of these deliverables
  shall also be provided in electronic (3.5 inch floppy disk)
  format at the time they are due.       The contractor shall
  maintain a file of all documentation, including raw data, calculations,
   assumptions, telephone contacts, and sources of information
  used.  Confidential data shall be maintained in accordance
  with Office of Water CBI provisions.  Contractor shall return
  all files to the Project Officer on completion of contract.
    Period of Performance:   Through September 30, 1997   
   SEND ALL PROPOSALS TO:  US. EPA 401 M STREET, SW MAIL
  CODE 3803-F WASHINGTON, DC.  20460 ATTN:  MELISSA REVELY-BROWN
    HANDCARRY TO:  US. EPA 499 SOUTH CAPITOL STREET, SW
  MAIL CODE 3803-F WASHINGTON, DC.  20460 ATTN:  MELISSA REVELY-BROWN

LINK HTTP://WWW.EPA.GOV/OAMHPOD1/
LINKDESC: 
EMAIL REVELY-BROWN.MELISSA@EPAMAIL.GOV
EMAILDESC: 
  E-MAIL
CITE: (W-347 SN011193)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--DEFENSE PRODUCTION ACT (DPA) INDIUM PHOSPHIDE WAFERS
  (INP)
SOL BAA-97-01-MTPD
POC Mary Jones, Contract Negotiator, WL/MTPD, (937) 255-4427;
  Willa Eichelman, WL/MTPD, (937)-255-9665
DESC:  A.  INTRODUCTION:  As Executive Agent for the Defense
  Production Act (DPA) Title III Program, the Air Force is soliciting
  proposals for the creation of a long term, financially-viable
  domestic semi-insulating indium phosphide (SI InP) wafer production
  capability.  Proposals in response to this BAA shall be submitted
  by 8 Jan 97, 1500 hours Eastern Time, addressed to WL/MTPD,
  Building 22B, 2700 D Street, Suite 2, Wright-Patterson Air
  Force Base OH 45433-7405, Attention: Ms Willa Eichelman, Procurement
  Contracting Officer.  This is an unrestricted solicitation.
   Small businesses are encouraged to propose on 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.  There will be no other solicitation
  issued in regard to this requirement.  Offerors should be alert
  for any BAA amendments that may permit subsequent submission
  of proposal dates.  Offerors should request a copy of the WL
  Guide entitled, "PRDA and BAA Guide for Industry" dated Nov
  92.  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 stated herein.
   The Guide is also available on the Internet, address:  www.wl.wpafb.af.mil/contract.
   B-REQUIREMENTS:  (1) Technical Description:  The purpose of
  this effort is to establish a long term, viable production
  capability for producing consistent, high quality SI InP wafers.
   Specific program objectives to be addressed include:  (a)
  Development and implementation of a credible, long term plan
  to achieve business viability, (b) Establishment of a production
  process capable of producing consistent, high quality 75mm
  SI InP wafers, (c) Development and implementation of a process
  improvement plan that addresses critical production process
  and quality issues such as boule/wafer uniformity and consistency,
  surface preparation, defect reduction and  process yields,
  (d) Demonstration of at least a 50% reduction in the total
  wafer production cost from the established baseline, (e) Demonstration
  of a production capability of at least 50KSI/YR, (f) Establishment
  of  industry partnerships for material evaluation and/or qualification,
  (g) Distribution of free wafers to Government, industry and
  universities for materials characterization and (h) Development
  of a 100mm production process roadmap.  (2) Deliverable Items:
   The following deliverable items shall be proposed:  (a) Status
  Report, DI-MGMT-80368/T, quarterly (b) Funds and Man-Hour Expenditure
  Report, DI-FNCL-80331/T, monthly, (c) Business Plan, DI-MISC-80711/T,
  (Draft and Final) (d) Presentation Material, DI-A-3024/T, as
  required, and (e) Project Final Report, DI-MISC-80711/T, (Draft
  and Final).  (3) Security Requirements:  The work performed
  as a result of this Broad Agency Announcement (BAA)  will be
  unclassified.  Data generated by the resulting contract(s)
  may be subject to export control and/or subject to International
  Traffic in Arms Regulations.  United States organizations are
  asked to contact the contracting officer immediately if they
  anticipate employment of foreign nationals on this program.
   C-ADDITIONAL INFORMATION:  (1)  Anticipated Period of Performance:
   Technical effort is estimated to last approximately 30 months.
   The contract shall also provide for additional 4 months for
  processing/completion of the final report.  (2)  Expected Award
  Date: May 97.  (3)  Government Funding Estimate:  The Government
  anticipates up to two contract awards with total Government
  funding not to exceed $4M.  (4)  Type of Contract:  Cost Sharing.
   A total program cost share ratio of at least 1:1 of Government
  funding is desired.  Past capital investments will not be considered
  towards cost sharing.  (5)  Domestic Source:  The production
  capability established for SI InP, a "critical technology item",
  must be provided by a domestic source.  The DPA defines "domestic
  source" as: "a business concern  (a) that performs in the U.S.
  or Canada substantially all of the research and development,
  engineering, manufacturing, and production activities required
  of such business concern under contract with the U.S. relating
  to a critical component or a critical technology item, and
  (b) that procures from business concerns described in (a) substantially
  all of any components and assemblies required under contract
  with the U.S. relating to a critical component or critical
  technology item."  (6)  Government Furnished Property:  None
  contemplated.  (7)  Size Status:  For the purpose of this acquisition,
  the size standard is 750 employees (SIC 3699).  (8)  Notice
  to Foreign-Owned Firms:  Such firms are asked to immediately
  notify the Air Force point of contact cited below upon deciding
  to respond to this announcement.  Foreign contractors should
  be aware that restrictions may apply which could 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 elsewhere herein.
   Offerors should consider instructions contained in the WL
  PRDA and BAA Guide for Industry referenced in Section A of
  this announcement.  Technical and cost proposals, submitted
  in separate volumes, are required and must be valid for 180
  days.  Proposals must reference the above BAA number.  All
  responsible sources may submit a proposal which shall be considered
  against the criteria set forth herein.  Offerors are advised
  that only contracting officers are legally authorized to contractually
  bind or otherwise commit the Government.  (2)  Cost Proposal:
   The cost proposal shall be prepared in accordance with FAR
  15.804-6 and shall include a Standard Form 1411, Contract Pricing
  Proposal Cover Sheet, with all supporting data, in order to
  allow for a complete review by the Government.  The cost proposal
  shall include all supporting information including breakdown
  of labor hours by category, materials, travel, computer, subcontracting,
  and other direct and indirect costs. An analysis of each major
  subcontractor must be performed by the offeror in accordance
  with FAR 15.806-1 and included in the cost proposal.  Details
  of the cost sharing to be undertaken by the offeror should
  be included in the cost proposal.  A total of 5 hard copies
  shall be provided along with a digital copy that is Microsoft
  Excel capatible.  (3)  Technical Proposal:  The technical proposal
  shall address how the offeror proposes to meet the stated requirements
  including submission of a concise business plan summary.  Additional
  information on prior work in this area, descriptions of available
  equipment, data, facilities and resumes of personnel who will
  be participating in this effort shall also be included in the
  technical proposal.  The technical proposal shall also include:
   (a) Statement of Work (SOW) detailing the technical tasks
  proposed to be accomplished under the proposed effort and suitable
  for contract incorporation, (b) Statement of Intention, if
  any, to use foreign nationals, (c) Break out of person hours
  for each task in the SOW and (d) Identification of all subcontractors
  and the level of effort proposed.  Offerors should refer to
  the Wright Laboratory Guide to assist in SOW preparation. 
  Offerors must submit approved DD Form 2345, Export-Controlled
  DOD Technical Data Agreement, with their proposal.  Any questions
  concerning the technical proposal or SOW preparation shall
  be referred to the Technical Point of Contact cited in this
  announcement.  A total of 15 copies are required.  Offerors
  are notified that the SOW may be incorporated, or any part
  thereof, by reference, in any resulting award.  The paragraph
  numbering used in the Technical Proposal for the technical
  approach discussion, the SOW tasks, and the Cost Proposal shall
  correlate.  Travel is projected to include, but not limited
  to, semi-annual reviews at locations selected by the Government.
   (4)  Page Limitations:  Technical proposals shall not exceed
  150 pages, double spaced, single-sided on 8.5" X 11" paper
  using 12 pitch or larger type.  The page limitation includes
  all information, ie. Indexes, photographs, foldouts, and appendices.
   Pages in excess of this limitation will not be considered
  by the Government.  There are no page limitations for the cost
  proposal.  E-BASIS FOR AWARD:  The selection of one or more
  sources for award will be based on a complete evaluation of
  offeror's proposals to determine the overall merit of each
  in response to this announcement.  The proposals shall be evaluated
  based upon the following criteria which are listed in descending
  order of importance.  (1)  Business Viability:  (a)  The effectiveness
  and completeness of the proposal in demonstrating a clear understanding
  of the factors necessary to achieve an economically-viable
  production capability, (b)  The extent to which the offeror
  possesses the business capability, experience, and willingness
  to become a competitive merchant supplier of InP substrates,
  and    The extent to which the offeror's proposal communicates
  a credible strategy for overcoming existing barriers, both
  business and technical, to successfully address North American
  markets for InP wafers.  (2)  Technical Merit and Soundness
  of Approach:  (a)  Extent to which the offeror proposes a solid,
  constructive plan of technological achievement, (b)  Extent
  to which the offeror's technical approach reflects a thorough
  understanding of the critical issues affecting the potential
  long term viability, and    Extent to which the proposed solutions
  have the potential for making a significant impact to the InP
  user base.  (3)  Quality and Scope of Proposed Solutions: 
  (a)  Extent to which the proposed technical approach will lead
  to improved material quality, increased boule/wafer yield and
  reduced production costs, (b)  Level of benefits to be derived
  through establishing partnerships with materials characterization
  firms, and    Organization, clarity and thoroughness of the
  proposed SOW.  (4)  Offeror's Capability and Experience:  (a)
   Extent to which the offeror possesses the capability and experience
  to complete the proposed work, (b)  Degree to which the analyses,
  approaches, staffing methodology and planning considerations
  demonstrate that the offeror has identified and understood
  the Government requirements, and    Degree to which the proposal
  shows a high probability of success.  (5)  Cost Realism:  (a)
   Reasonableness, realism and completeness, (b)  Amount and
  quality of cost share dollars proposed.  No other evaluation
  criteria will be used.  The technical and cost information
  will be evaluated at the same time.  The Air Force reserves
  the right to select for award of a contract, any, all, part,
  or none of the proposals received.  The Government reserves
  the right to award any resulting contract pursuant to the Research
  and Development Standard Contract format in DFARS 235.70. 
  F-POINTS OF CONTACT:  (1)  The Contracting Point of Contact
  is Ms. Willa Eichelman, Wright Laboratory, Manufacturing Technology
  Directorate, Processing and Fabrication Division, Defense Production
  Act Branch, WL/MTPD, Wright-Patterson AFB OH 45433-7405, (937)
  255-9665.  (2)  The Technical Point of Contact is Mr. John
  Blevins, Wright Laboratory, Manufacturing Technology Directorate,
  Processing and Fabrication Division, Defense Production Act
  Branch, WL/MTPD, Wright-Patterson AFB OH 45433-7405, (937)
  255-9665.  (3)  An Ombudsman has been appointed to hear concern
  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 Government personnel.
   All potential offerors should use the established channels
  to voice concerns before resorting to use of the Ombudsman.
   When requested, the Ombudsman will maintain strict confidentiality
  as to the source of concern.  The Ombudsman does not participate
  in the evaluation of proposals or in the selection decision.
   Interested parties should direct all routine communication
  concerning this acquisition to the Contract Negotiator  listed
  above.  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,
  (513)255-3855, E-Mail kugeldl@sy.wpafb.af.mil. 
CITE: (W-347 SN011219)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: A -- R&D SERVICES FOR NIGHT VISION AND ELECTRONIC SENSORS
SOL DAAB07-97-R-H002
DUE 021097
POC Contact Gail Jablonski, AMSEL-ACCB-C-BS(JAB), 908/532-4351;
  Joseph P. Brady, Contracting Officer, 908/532-6765.
DESC: This unrestricted solicitation is for a proposed Indefinite
  Delivery/Indefinite Quantity, Time-and-Materials with Award
  Fee contract to acquire high technology engineering services
  for the CECOM Research, Development and Engineering Center
  (CERDEC) Night Vision and Electronic Sensors Directorate (NVESD).
  The proposed contract will be for a basic one (1) year period
  with a maximum of four (4) one (1) year option periods. The
  SIC code is 8711, $20M. The Government reserves the right to
  award one contract and to award without discussions. This procurement
  will enable the Government to fulfill its mission of exploring
  new technologies related to the research and development of
  Night Vision, Electro-Optical, Electronic Sensors, Countermine
  and Survivability systems. It pertains to the equipment, systems,
  facilities and operations under the responsibility of NVESD
  at both Fort Belvoir, Virginia and Fort Monmouth, New Jersey.
  Performance will be primarily either at the contractor's facilities
  or one of the sites listed above. The draft document will be
  available on the CECOM Command Wide Electronic Bulletin Board
  (EBB). Requests for User Id's and Passwords to access this
  Command's EBB should be submitted in writing to: CDR, USACECOM,
  ATTN: AMSEL-ACSB-A, Mr. Thomas Newman or Mrs. Anita McGhee,
  Ft. Monmouth, NJ 07703-5008. FAX: 908/532/6020, Commercial:
  908/532-3820. The final solicitation package will be released
  only on the EBB and may be available on or about 10 January
  1997. Interested parties should review the Executive Summary
  under this file on the CECOM EBB. See numbered note 26.
CITE: (I-347 SN011231)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: A --INFORMATIONAL PURPOSES ONLY.
DUE 123196
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Mark Pritchard/Ladca/[405]739-4343
DESC: FOR INFORMATION ONLY: The Government has encountered a
  problem  in acquiring some bonded honeycomb assemblies since
  Boeing superseded liquid foaming adhesive BMS 8-30 with BMS
  5-90. No replacement adhesive has been successfully demonstrated.
  ****Request any recommendation for solution to this problem
  be referred to Mark Pritchard OC-ALC/LADCA, Tinker AFB OK 73145-3020,
  Phone 405-739-4343, FAX 405-739-4446.**** For information only.
  The approximate issue/response date will be 25 NOV 96. The
  anticipated award date will be 20 DEC 96. Oral procedure will
  be used for this solicitation. All responsible sources solicited
  may submit a bid, proposal, or quotation which shall be considered.
CITE: (I-347 SN011287)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: A --TELEPHONE SERVICES
SOL FUCSGT-63-24010
DUE 122396
POC For copy, contact the info office indicated., For additional
   information contact Dodson.K8e/Pkocc/[916]643-3797
DESC: Telephone Equipment/Services SOL# FO4699-97-Q0359, Due
  12-30-96,  contact Wayne Dobson, 916-643-3797 for RFP or fax
  request to 916-643-4157 This purchase request is for the following,
  no substituitions, user is requesting the following: 16ea,
  PN:89749, Noun: DTS ASI ; 2ea, PN:TIM8240NX, Noun: 8/24 VM/AA;
  2ea, PN:VM-SYS08, Noun: Install Voice Mail 8 port. This is
  equipment for the TIE telephone key system to support 120 plus
  users. Device must be capable of recording several messages
  per key system extension. The approximate issue/response date
  will be 23 Dec 96. The anticipated award date will be 06 Jan
  97. Written procedure will be used for this solicitation. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered.
CITE: (I-347 SN011387)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Advanced Research Projects Agency (DARPA), Contracts
  Management Office (CMO), 3701 N. Fairfax Dr., Arlington VA
  22203-1714
SUBJECT: A -- HIGHLY-CONTROLLED INFRARED DIELECTRIC EMISSIVITY
  (HIDE)
SOL BAA 97-10
DUE 021097
POC E. Brown, DARPA/ETO, FAX: (703) 696-2206.
DESC: PROGRAM OBJECTIVES AND DESCRIPTION: The Defense Advanced
  Research Projects Agency (DARPA) is soliciting research proposals
  in the area of Highly-Controlled Infrared Dielectric Emissivity.
  This solicitation is in response to the military need for new
  low-cost IR materials. Composite materials, such as photonic
  crystals, whose electromagnetic properties can be fully engineered
  and manufactured by low-cost techniques are of particular interest.
  The electromagnetic properties of interest are reflectivity,
  emissivity, and specularity, all of which are functions of
  incident angle and polarization. It is desirable that the material
  display high emissivity in specified spectral bands and low
  emissivity in others which are controlled entirely by design.
  This design capability could be called "emissivity engineering".
  Proposed research should investigate innovative approaches
  that enable rapid advances in this relatively new area. Specifically
  excluded is research that primarily results in evolutionary
  improvements to the existing state of practice. In addition,
  HIDE materials are of interest that can be extended to other
  advanced functions. Of interest are electronically-controlled
  emissivity, nonlinear-optic behavior, and birefringence, particularly
  as they enable new military (e.g., IR chameleons, optical limiters,
  etc.) and commercial applications. DARPA seeks innovative proposals
  in the following areas: (1) Optical Properties and (2) Fabrication
  Methods. Additional information on these technology areas is
  provided in the Areas of Interest section of the BAA 97-10
  Proposer Information Pamphlet referenced below. PROGRAM SCOPE:
  Multiple awards are anticipated. Collaborative efforts/teaming
  and cost sharing are encouraged. The technical POCs for this
  effort is E. Brown, fax: (703) 696-2206, electronic mail: erbrown@darpa.mil.
  GENERAL INFORMATION: Proposers must obtain a pamphlet entitled
  "BAA 97-10, Highly-Controlled Infrared Dielectric Emissivity
  (HIDE), Proposer Information Pamphlet" which provides further
  information on areas of interest, the submission, evaluation,
  and funding processes, proposal formats, and other general
  information. This pamphlet may be obtained by fax, electronic
  mail, or mail request to the administrative contact address
  given below. Proposals not meeting the format described in
  the pamphlet may not be reviewed. An original and nine (9)
  copies of the full proposal to DARPA/ETO, 3701 North Fairfax
  Drive, Arlington, VA 22203-1714 (ATTN.: BAA 97-10) on or before
  4:00 P.M., Monday, February 10, 1997, in order to be considered.
  This notice, in conjunction with the BAA 97-10 Proposer Information
  Pamphlet, constitutes the total BAA. No additional information
  is available, nor will a formal RFP or other solicitation regarding
  this announcement be issued. Requests for the same will be
  disregarded. The Government reserves the right to select for
  award all, some, or none of the proposals received. All responsible
  sources capable of satisfying the Government's needs may submit
  a proposal which shall be considered by DARPA. Historically
  Black Colleges and Universities (HBCUs) and Minority Institutions
  (MIs) are encouraged to submit proposals and join others in
  submitting proposals, however, no portion of this BAA will
  be set aside for HBCU and MI participation due to the impracticality
  of reserving discrete or severable areas of research in Highly-Controlled
  Infrared Dielectric Emissivity. All administrative correspondence
  and questions on this solicitation, including requests for
  information on how to submit a full proposal to this BAA, should
  be directed to one of the administrative addresses below, e-mail
  or fax is preferred. DARPA intends to use electronic mail and
  fax for correspondence regarding BAA 97-10. Proposals may not
  be submitted by fax or e-mail, any so sent will be disregarded.
  DARPA encourages use of the World Wide Web (WWW) for retrieving
  the Proposal Information Pamphlet and any other related information
  that may subsequently be provided. EVALUATION CRITERIA: Evaluation
  of proposals will be accomplished through a technical review
  of each proposal using the following criteria, which are listed
  in descending order of relative importance: (l) overall scientific
  and technical merit, (2) potential contribution and relevance
  to the DARPA mission, (3) manufacturability and plans to accomplish
  technology transition, (4) offeror's capabilities, (5) novelty
  and ingenuity of technical approach, (6) offeror's related
  experience, and (7) cost realism. Note: cost realism will only
  be significant in proposals which have significantly under
  or over-estimated the cost to complete their effort. The administrative
  addresses for this BAA are: Fax: (703) 351-8616 (Addressed
  to: DARPA/ETO, BAA 97-10), Electronic Mail: BAA 97-10@darpa.mil,
  Mail: DARPA/ETO, ATTN: BAA 97-10, 3701 North Fairfax Drive,
  Arlington, VA 22203-1714. This announcement and the Proposer
  Information Pamphlet may be retrieved via the WWW at URL http://www.darpa.mil/
  in the solicitations area.
CITE: (I-347 SN011721)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: Afdtc/pkzb, 205 West D Avenue, Suite 428, Eglin Afb,
  Fl 32542-6864
SUBJECT: A--TRI-SERVICE SIGNATURE MEASUREMENT AND DATA SYSTEM
  (TSMADS)
SOL N/A
POC Contact Lt Tim Scarborough, Contract Manager, (904) 882-8567
  or Marilyn Koser, Contracting Officer at (904) 882-4141
DESC: The Central Test and Evaluation Investment Program (CTEIP)
  Office has established a Tri-Service program to develop a specific
  set of capabilities to measure certain target signatures. 
  The Tri-Service Signature Measurement and Database System (TSMADS)
  Program will address target signature measure requirements
  for the Army, Navy, and Air Force.  The Air Force Development
  Test Center (AFDTC)/46th Test Wing has been identified as the
  Program Manager for this effort.  The Electro-Optical (EO)/Infrared
  (IR)/Laser Systems Flight of the Test Wing is seeking information
  on the availability of technology to develop and implement
  the requirements of the TSMADS program.  The instrumentation
  suites to be developed under this program include the following:
     a. Air Force:  Airborne Spatial/Spectral IR and Ultra Violet
  (UV)  Signature Measurement SystemCapabilityinstrument.  This
  system capability instrument must  be able to measure the IRinfrared
  and UV signatures of aircraft and anti-air missiles in their
  normal operating environments, infrared countermeasures operated
  in their normal environment, and surface targets.  The system
  must have approximately the following parameters:    (1)
  Field and Airborne capability with rugged compact design. 
  One application requires that the signature measurement instrument
  be mounted oncarried in a small stabilized gimbal which is
  installed in a pod and carriedpod on fighter aircraft.  Another
  application requires that the instrument be mountedbe mounted
  in carried in a large stabilized turret on a C-130 aircraft.
   Other applications require that the instrument be capable
  of being mounted on fixed and mobile towers, high cables, and
  other types of surface locations.  The range of operational
  environments is fairly severe.    (2) Must be capable of
  producing spatial resolutions on the order of 1 milliradian
  (or smaller).  The system must produce spectral signature data
  for each spatial pixel at the rates and spectral resolutions
  specified below:    (a) Collect signature data within a total
  minimum field-of-view (FOV) of approximately 1 degree byx 1
  degree. (minimum).  It is desirable that the system also have
  the capability (with pre-mission reconfiguration of the system
  allowed) to collect signature data within FOV up to 5 degrees
  by 5 degrees (with corresponding decreases in spatial/spectral
  scan rates, while maintaining the spatial resolution specified
  above).      (b) Meet the spatial/spectral signature requirements
  in the 3.5 to 5 micrometer band (minimum).  It is desirable
  that the system also have the capability (with pre-mission
  reconfiguration of the system allowed) to meet the spatial/spectral
  signature requirements in the 1 to 2.7 micrometer bands. 
       (c)  Provide a spectral resolution on the order of 5 wave
  numbers over the specified spectral bands, while operating
  at the specified spectral/spatial rates.  Spectral resolution
  greater than 15 wave numbers is unacceptable.      (d)Provide
  data at spectral/spatial data cube rates up to the order of
  75 per second.  Higher frame rates are desirable for some applications.
   It is desirable that the data cube rate be selectable (with
  pre-mission reconfiguration of the system allowed) to values
  lower than the maximum rate when measuring the signature of
  relatively static scenes.      (e)Provide spatial/spectral
  signature data from dynamic targets (such as incoming missiles
  and IR countermeasure devices) with radiance equivalent to
  a blackbody at below 100 degrees centigrade if the target fills
  at least one spatial pixel.  It is desirable that the system
  have the capability to measure the spatial/spectral signatures
  of relatively static targets with radiance equivalent to a
  blackbody (at temperatures near or below zero degrees centigrade).
      (3)  Provide the capability to simultaneously record spatial/spectral
  signature data in scenes that have spectral radiance variations
  as large as at least 12 bits above the minimum values stated
  above.  It is desirable that the dynamic range be as large
  as practical.  We are soliciting product information from
  organizations who build instruments of this general type. 
  Information submitted should include similar product specification
  literature and appropriate past experience in the development
  of similar instruments.    b. Air Force:  Airborne Imaging
  IR/Millimeter Wave (MMW)) Signature Measurement SystemCapability/
  UV instrument.  The systemcapability must be able to measure
  and record the IR (mid-wave and long-wave bands)(MIR, FIR),
  and MMW (10Ghz, 35Ghz, 95Ghz) signatures of surface targets
  in clutter and slow moving airborne targets.  It must be capable
  of operating in housed into an existing stabilized airborne
  platform approximately 24 x 30 inch cylindrical.  The system
  must be ruggedized to operate in an airborne environment. 
  The system must have the following parameters:    (1)  Provide
  simultaneous dual mode signature data (mid-wave IR (MWIR) and
  long-wave IR (LWIR) MIR and FIR, plus one band of MMW)  
   (2)  Provide spatial IR data with a resolution near of0.1
  milliradian.    (3)  The IR system must be capable of multiple
  FOV operation with a minimum of 1 degreedeg, 10 degrees, and
  20 degrees FOV.    (4)  The IR system must provide a dynamic
  range adequate for capturing the energy ranges for a typical
  surface target/background scenes.    (5)  The MMW system
  must be modular, i.e. common back-endbackend electronics and
  processing with separate interchangeable front ends for each
  MMW band of interest.    (6)The MMW system is desired to
  have a bandwidth of 2 GHhz.  We are soliciting product information
  from organizations who build instruments of this general type.
   Information submitted should include similar product specification
  literature and appropriate past experience in the development
  of similar instruments.    c. Army:  Ground-based Visible/NearVisible
  IR(NIR)/MWIR/MMWFIRImaging IR/MMW instrument Signature Measurement
  System.  The system capability must provide simultaneous multi-spectral
  data or individual spectrum data, i.e. Visible, or NIR, MWIR
  or LWFIR, or MMW, from a ground-based platform on a variety
  of surface targets.  The visible NIR, MWIR, and LWIR must be
  capable of being mounted on a platform.    (1)  The visible
  and NIR systems should provide spatial resolution to match
  the 2o observer criterion and spectral data froma single instruments.
   The visible and NIR systems must be separate.     (2) 
  The visible, NIR, MMW, and LWIR must be able to collect data
  at a minimum of 30 frames per second.    (3)    The MWIR
  and LWIR systemis desired to should provide spatial/spectral
  infrared data with a spatial resolution of 0.1 milliradian0.1milliradian
  and a spectral resolution ofpproximately 60 wave numbers.
     (4)  The IR system must be capable of multiple FOV operations
  with a minimum of 1 degree.,    (5)  The IR system must provide
  a dynamic range adequate for actually measuringcapturing the
  radiance signature of energy ranges for a typical surface targets
  in a natural background of 30oC to 40oC at ranges up to 3 kilometers..
      (6)  The MMW system must be modular, i.e. common back-endbackend
  electronics and processing with separate interchangeable front
  ends for each MMW band of interest.    (7)  The MMW system
  should provide signature data with a resolution of at least
  6 inches.is desired to have a bandwidth of 2 Ghz.  We are
  soliciting product information from organizations who build
  instruments of this general type.  Information submitted should
  include similar product specification literature and appropriate
  past experience in the development of similar instruments.
       d.Navy.  Undersea Acoustic Signature Measurement and
  Tracking System.Capability.Instrument.    (1)This system
  must be capable of detecting and quantifying the radiated acoustic
  signature and geographical location of targets within a 100
  KM2 undersea test range for the purpose of supporting at-sea
  test and evaluation exercises of undersea vehicles and surface
  craft.  The signature measurement capability of this system
  should enhance the ability to spatially identify multiple targets
  and to separate targets from countermeasures.    (2)  The
  instrumentation for this system should be deployable in such
  a configuration so as to not interfere physically with the
  operation of exercise surface craft or undersea vehicles.
     (3)  The target tracking methods of this system should
  not require acoustic transmissions that interfere with the
  objectives of the test and evaluation exercise.  However, for
  exercises that require high accuracy, the system should not
  exclude compatibility with existing active range tracking methods.
      (4)  The system will not be required to make blind target
  detection.  Some aspect of each target signature will be known
  to the system before the test and evaluation exercise.  The
  system will be required to detect and track by acoustic signature,
  up to nine independent targets, or three targets and six countermeasures.
   The acoustic signatures of each target can range in frequency
  from seismic to ultrasonic.     (5)  Real-time acoustic
  signature target tracking will be required for targets ranging
  in speed from stationary to 200 knots.    (6)  The position
  accuracy required will be determined by the test and evaluation
  exercise, and will be dependent on the method of acoustic tracking
  employed as well as the environmental conditions at the time
  of test.  High accuracy, equivalent to the current standards
  of active acoustic target tracking, should be achievable if
  required, and if it is possible to install the proper active
  hardware on the test targets.  For test and evaluation exercises
  that require non-invasive tracking, and during environmental
  conditions that yield adequate target acoustic signature-to-noise
  ratios, position accuracy within one order of magnitude of
  active tracking should be achievable.    (7)  The method
  that has been explored by the Navy, and which shows promise
  for meeting these requirements, utilizes a combination of matched-field/matched-mode
  and horizontal planar array technology.  Co-located vertical
  line and horizontal planar arrays have been used to detect
  acoustic signatures and estimate range and bearing of multiple,
   simultaneous targets with reasonable accuracy.    (8)The
  system should be deployable in water ranging from 30 meters
  to 600 meters in depth.  Survivability in high traffic and
  highly fished locations is required.  This can be achieved
  either by development of an easily retrievable system or by
  deployment of physically protected in-water components.  High
  water current (6 knots) should not affect the deployment or
  operation of the acoustic signature tracking system.    (9)
   The system components can be divided into two categories:
  in-water and dry-end.  The in-water category can be further
  divided into sensor package and telemetry.  The dry-end can
  be divided into telemetry receiver, signal processing hardware,
  signal processing software, and data archive system.    (10)
  The in-water subsystem must have an expected deployed life
  span of 10 years.  The dry-end subsystem hardware should be
  composed of commercial-off-the-shelf or non-developmental items.
   The signal processing software is expected to be highly specialized,
  but should be written to allow for expansion of capabilities
  as the methodology matures.   Acoustic Detection & Signature
  Measurement.   Frequency Range:  Seismic to Ultrasonic. 
   Speeds:  Stationary to 300 KTS.   Single Target of Interest.
     Interfering Source Rejection.   Accuracy:  +/- 2dB. 
   Tracking   Range Size:  Up to 10's of km2.   Range, Bearing
  and Depth.   Accuracy    Aircraft:  Sufficient to eliminate
  from interfering noise sources.    Ground Vehicles: Sufficient
  to eliminate from interfering noise sources.    Surface Ship
  and Undersea:  Consistent with Acoustic Hyperbolic Tracking
  5-10m for T&E.   Multiple Targets:  8 maximum.   Water Depth
  30m TBD (2000m for AUTEC)   Ambient Conditions    Countermeasure
  Environments.    Coastal Environments.  We are soliciting
  information from organizations who can provide individual components,
  subsystems, or complete systems of this type.  Information
  submitted should indicate past experience in development of
  undersea acoustic signature measurement, detection, and/or
  tracking systems.  All of these instrument suites will be
  required to meet stringent environmental and interface constraints
  consistent with their planned applications.  Although individual
  systemscapabilities may be based on separate technologies and
  serve different purposes, attempts must be made to include
  commonality wherever possible.  Signal and data processing,
  as well as data formats, are possible candidates for commonality.
   The Program Office is considering separate contracts for individual
  instrument suites or groupings of suites, but has not ruled
  out the possibility of a single contract for the entire program.
    This RFI is for planning purposes only and shall not be
  considered as a Request for Proposal (RFP) or as an obligation
  on the part of the Government to acquire any products or services.
   The Government does not plan to award a contract based on
  the responses from this RFI or otherwise pay for the information
  solicited.  No entitlement to payment of direct or indirect
  costs of charges by the Government will arise as a result of
  contractor submission of responses to this RFI or the Government's
  use of such information.  The Government reserves the right
  to reject, in whole or in part, any contractor's input resulting
  from this RFI.  This RFI does not constitute a solicitation
  for proposals or the authority to enter into negotiations to
  award a contract.  No funds have been authorized, appropriated,
  or received for this contemplated effort.  The information
  you provide may be utilized by the Air Force in developing
  its acquisition strategy and in its Statement of Work/Statement
  of Objectives.  The information resulting from this RFI may
  be released to industry as one or more RFPs.  Industry is encouraged
  to respond with information not constrained by proprietary
  data rights.  However, if proprietary data is included in your
  reply, please mark it appropriately.  Any subsequent actions
  resulting from the evaluation of the information provided as
  a result of this RFI may be synopsized at a future date.  If
  synopsized, information detailing the specific requirements
  of this procurement(s) will be included.  Replies to this RFI
  should arrive at the EO/IR/Laser Systems Flight by 31 January
  1997.  Address your replies as follows:  46th Test Wing/TSWI,
  Attn:  Mr. Roger Barrett, 303 No. 7th Street, Bldg. 22, Suite
  108, Eglin AFB, FL  32542-5641.  Additional technical information
  may be obtained from Mr. Roger Barrett, (904) 882-2594.*****

CITE: (W-347 SN011742)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: National Institute of Environmental Health Sciences,
  P. O. Box 12874,  Research TrianglePark, North Carolina, 27709
SUBJECT: B--PARTIAL SUPPORT FOR CHILDREN'S HEALTH ENVIRONMENTAL
  COALITION
SOL L04211
DUE 122396
POC Contact Point, Contracting Officer, Leroy Long, PO Box 12874
  Research Commons Alexander Dr. Research Triangle Park, NC 27709
DESC: The National Institute of Environmental Health Sciences
  is contributing funds to this conference for the benefit of
  Education and Research. This synopsis is for information only.
  See note 22.
CITE: (I-346 SN011082)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: B --12KW, 50 & 100KW FREQ CONV SURVEY
SOL F04606-97-R-8889
DUE 011597
POC For copy, contact the info office indicated., For additional
   information contact Gray.5ag/Pkljc/[916]643-0500
DESC: This is a request for contractor participation in two Industry
   Surveys, one for industry comments on Commercial Item Description
  (CID) for an acquisition for a commercial 12KW frequency converter,
  and one on a separate combined acquisition for commercial 50KW
  and 100KW frequency converters. These will potentially be two
  separate buys whose solicitation will be advertised in a future
  publication of the CBD. The Air Force intends to establish
  an indefinite quantity, 3 year, firm fixed price contract for
  an undetermined quantity of both separate buys for these units.
  If you have any questions, call Lew Gray at (916) 643-0500.
  Fax number is (916) 643-6767. Again, this is a request for
  industry comments only. Contractor request to participate in
  this industry survey should be received at SM-ALC/PKLJC (Attn:
  Lew Gray), 5040 Dudley Blvd., McClellan AFB CA 95652-1390 (or
  by fax) by 23 Dec 96. No telephone requests. Only written THIS
  IS NOT A SOLICITATION. IT IS A REQUEST FOR INDUSTRY COMMENTS
  ON TWO COMMERCIAL ITEM DESCRIPTIONS. The approximate issue/response
  date will be 23 Dec 96. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered.
CITE: (I-347 SN011679)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Contracting Officer (90C), VA Medical Center, 40 Industry
  Drive, West Haven, CT 06516
SUBJECT: B -- CREATE TRACER EVENT DATABASE
SOL 689-47-97
DUE 011997
POC Mark Phillips, 203-937-3086
DESC: The VA Connecticut Healthcare System intends to negotiate
  a sole source contract for the creation of a Tracer Event Database
  (TED) with The Medstat Group, 5425 Hollister Avenue, Santa
  Barbara California under authority of FAR 6.302. The TED is
  to contain the longitudinal healthcare claims experience for
  all individuals diagnosed with any Psychiatric ICD-9-CM diagnosis
  code (codes will be provided by the VA). The database created
  shall contain the medical/surgical claims for the selected
  individuals. The experience will be derived from the 1993 and
  1994 Market Scan database, and will include the following enhancements:
  1. outpatient pharmaceutical claims; 2. positive enrollment
  data; and 3. plan characteristic data. The enhancements are
  available for portions of the covered population, so not all
  patient data will contain information from these files. Files
  shall be linked by unique patient identification numbers allowing
  you to longitudinally follow patients across time and treatment
  settings. The data files created shall be delivered on tape
  cartridges in ASCII format. The data shall be delivered within
  6 weeks following award of this contract. The contractor shall
  have access to a database containing a covered lives population
  of over 4 million individuals. The database must have enhancements
  available for medical/surgical claims, outpatient pharmacy
  claims, enrollment information, and plan characteristics. The
  database must cover a wide geographical area (preferably all
  50 states). Contractor should have at least 4 years experience
  with the database, and be able to show through past performance
  that the database has been a viable research and analytical
  database. Responsible sources may respond with their capability
  to supply these requirements or submit proposals. All proposals
  received within fifteen days after publication of this synopsis
  will be considered by the government. A determination by the
  Government not to compete this proposed contract based upon
  responses to this notice is solely within the discretion of
  the government. Information received will be considered solely
  for the purpose of determining whether to conduct a competitive
  procurement. SIC code 8732 applies.
CITE: (I-347 SN011714)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Centers for Disease Control and Prevention, Procurement
  and Grants Office, 255 East Paces Ferry Road, NE, Room 500,
  Atlanta, Georgia 30305
SUBJECT: B -- PERTUSSIS LABORATORY ANALYSES FROM THE THIRD NATIONAL
  HEALTH AND NUTRITION EXAMINATION SURVEY
SOL 200-97-0606(P)
DUE 030497
POC Dale F. DeFilipps, Contract Specialist, (404) 842-6785
DESC: The Centers for Disease Control and Prevention (CDC) contemplates
  awarding a contract to obtain laboratory testing for antibodies
  against specific B.pertussis antigens for approximately 15,000
  serum samples collected from individuals aged 6 to 49 years
  during the third National Health and Nutrition Examination
  Survey (NHANES) from October 18, 1988 through October 15, 1994.
  The Contractor shall provide a validation report, laboratory
  manual, storage facility for specimens, specimen testing, test
  results, technology transfer, and quality control data. The
  anticipated performance period is 26 months. Requests for the
  solicitation will be filled on a limited first-come-first-served
  basis until the supply is exhausted. The date specified for
  receipt of offers will be approximately 60 days after the RFP
  issue date. Requests for the RFP must specify the RFP No. 200-97-0606(P).
  Facsimile requests may be sent to (404) 842-6727. Telephone
  requests will not be accepted.
CITE: (I-347 SN011716)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: 366 Contracting Squadron/LGCC, PO Box 4037, Mountain
  Home AFB, ID  83648-4037
SUBJECT: C -- ARCHITECT ENGINEER SERVICES - CONSTRUCTION
SOL N/A
DUE 022797
POC Nancy L. King/William W. Oakland, 208-828-2664
DESC: Mountain Home Air Force Base requires Architect-Engineer
  services for  three distinct open-end A-E design contracts
  for a period of one year with a  possibility of two option
  years.  Each contract shall provide a range of  disciplines
  including architectural, electrical, mechanical, and  civil/structural
  engineering.  One of the three selected firms shall be a  strong
  civil/structural design firm; the other two will be primarily
   architectural.  The Government, at its option, reserves the
  right to  negotiate Title II, supervision, and inspection services
  and/or Title III,  study and master planning services, with
  contractor at a later date.  The  contractor shall be guaranteed
  a minimum of $5,000.00 in fees per year.  The  maximum amount
  awarded shall be $750,000.00 per year.  No individual order
   may exceed $299,000.00 in fees except for initial order used
  to start the  contract.  The estimated contract date is May
  1997 and estimated completion  date is May 2000.  Firms desiring
  consideration shall submit appropriate  data described in the
  Standard Form 254, Architect-Engineer and Related  Services
  Questionnaire, and Standard Form 255, Architect-Engineer and
   Related Services Questionnaire for Specific Project.  Issue
  on or about 27  JAN 97.  Firms responding to this announcement
  within 30 days of publication  will be considered for selection
  by a weighted selection system, subject to  any limitations
  indicated with respect to:  A)  specialized experience and
   technical competence in the type of work required.  B)  availability
  of  experienced key personnel.  C)  capacity to accomplish
  work in the required  time (prompt response to requested services
  is required).  D)  past  experience, if any, of the firm with
  respect to performance on similar  open-end A-E contracts.
   E)  only those firms within a one hundred mile  radius of
  Mountain Home AFB, Idaho, will be considered.  F)  volume of
  work  perviously awarded by this office and other Department
  of Defense (DOD)  awards.  G)  ability to provide project drawings
  in AUTOCAD, release 12.0  with required format.  This is not
  a Request for Proposal.*****
LINKURL: http://www.mountainhome.af.mil
LINKDESC: 
EMAILADD: sheffieb@366lg.mountainhome.af.mil
EMAILDESC: 
CITE: (D-346 SN011078)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Brookhaven National Laboratory, Division of Contracts
  and Procurement, Building 355, Upton, N.Y. 11973
SUBJECT: C--HAZARDOUS WASTE DISPOSAL SERVICES
POC J. Volkmann, Ass't Contracts Specialist, (516) 344-7722.
DESC: Brookhaven National Laboratory (BNL) requests HAZARDOUS
  WASTE DISPOSAL SERVICES as follows: Analyze, package, transport,
  treat, recycle, and dispose of RCRA/TSCA hazardous waste in
  strict compliance with the applicable EPA, DOT, State and local
  regulations. Waste is categorized as follows: Lab Packs, Solid
  and Liquid wastes in 55 gallon drums, PCB wastes, Listed wastes,
  Compressed Gas Cylinders, Mercury wastes, and ``Special'' wastes
  (to include miscellaneous waste streams such as industrial
  wastes, battery disposal/recycling, fluorescent lamps, etc).
  Services will be contracted for a two year period with two
  separate options to renew the awarded contract for an additional
  one year period each. Companies interested in receiving an
  RFP for  one or more of the aforementioned categories shall
  send the following information to BNL BY 12/17/96: (1) Documented
  experience as a full service hazardous waste disposal firm;
  (2) References from other firms for which you have performed
  these services; (3) Compliance history(ies) for proposed TSDF's
  to be utilized in performing these services; (4) Copies of
  insurance documentation for proposed TSDF's which document
  at least $5 million General Liability/General Aggregate insurance;
  and (5) Copies of applicable licenses, permits, and EPA identification
  numbers for contractor's proposed TSDF's, to the attention
  of: J. Volkmann, Ass't Contracts Specialist, Brookhaven National
   Laboratory, Building 355, Upton, NY 11973-5000.
CITE: (M-347 SN011223)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: OICC/ROICC Jacksonville, NAVFACENGCOM Contracts, 1005
  Michael Rd., Camp Lejeune, NC 28547-2521
SUBJECT: C -- INDEFINITE QUANTITY CONTRACTS FOR ENVIRONMENTAL
  ENGINEERING AND DESIGN SERVICES FOR VARIOUS PROJECTS AT MARINE
  CORPS BASE, CAMP LEJEUNE, NORTH CAROLINA
SOL N62470-97-D-5321/22
DUE 012297
POC Jerry T. Williams, (910) 451-5606, FAX (910) 451-5629
DESC: Solicitation includes, various environmental and engineering
  projects involving solid waste, hazardous waste, UST's, AST's,
  erosion control, water pollution, air pollution, site assessments,
  thorough knowledge of the RCRA, CAA, CWA, SWDA, and similar
  statutes and related permits; the preparation of various permit
  applications shall require the necessary supporting documentation
  required by the State of North Carolina; collection and laboratory
  analysis of soil, water, and various compounds,; along with
  other miscellaneous design, preparation of construction documents
  including plans, specifications, cost estimates, record drawings,
  and review of shop drawings as they relate to the above environmental
  projects. The firm must demonstrate qualifications (with respect
  to the evaluation factors stated herein) to perform design
  of the projects listed above. The contract scope may require
  evaluation and definition of asbestos materials and toxic waste
  disposition and/or pollution control work. Firms must be prepared
  to accept the aforementioned as a part of their contract. Two
  contract awards will be made from this synopsis; N62470-97-D-5321,
  and N62470-97-D-5322. The contract will be of the Firm Fixed
  Price - Indefinite Quantity type. The duration of the contract
  will be for one (1) year from the date of the initial contract
  award. The proposed contract includes one (1) one year Government
  option for the same basic professional skills. The total A&E
  fee that may be paid under this contract will not exceed $500,000.
  The A-E must demonstrate his and each key consultant's qualifications
  with respect to the published evaluation factors for design
  and all option services. Evaluation factors (1) through (6)
  are of equal importance; factors (7) and (8) are of lesser
  importance than factors (1) through (6). Specific evaluation
  factors include: (1) Professional qualifications of firm and
  staff proposed with respect to solid waste, hazardous waste,
  UST's, AST's, erosion control, water pollution, air pollution,
  site assessments, thorough knowledge of the RCRA, CAA, CWA,
  SWDA, and similar statutes and related permits; the preparation
  of various permit applications shall require the necessary
  supporting documentation required by the State of North Carolina.
  The firm must demonstrate qualifications to perform the environmental
  engineering for permits and related services. Firms will be
  evaluated in terms of the design staff's following qualifications:
  (a) active professional registration in the state in which
  the design services will be performed; and (b) experience (with
  present and other firms) and roles of staff members, specifically
  on the projects listed in section 8 of the SF255. Each project
  should clearly indicate the personnel involved and those personnel
  should be listed by each project. (2) Specialized recent experience
  demonstrating the technical competence of particular staff
  members to design the projects addressed in evaluation factor
  number one. Each project listed should indicate key staff members
  involved. Firms will also be evaluated upon: (a) specific knowledge
  of the construction materials and practices of Eastern North
  Carolina; and the Federal and State of North Carolina laws,
  regulations, codes, and permits applicable to projects of this
  nature; (b) project experience as listed in section 8 of the
  SF255 (provide design schedule, estimate vs. bid amount, and
  design team for each). (3) Capacity of the proposed design
  team to accomplish the following schedules: Submission of proposal
  15 days following RFP. Final design submittal within 120 days
  of contract award. Project design schedules should be given
  for the same projects listed above for evaluation factors 1
  and 2. (4) Past performance on the same projects listed above
  with Government agencies and private industry in terms of the
  following: (a) cost control techniques employed by the firm
  as demonstrated by the ability to establish an accurate project
  construction budget and design to this budget as evidenced
  by the low bid amount; (b) quality of work as demonstrated
  by the history of design related change orders issued during
  construction; (c) demonstrated long term business relationships
  and repeat business with Government and private customers;
  and (d) demonstrated compliance with performance schedules.
  Project information for this evaluation factor should be for
  the same projects listed above for evaluation factors 1 and
  2. (5) Specific internal quality control procedures proposed
  for projects of this nature. Firm will be evaluated on the
  acceptability of their internal quality control program used
  to ensure technical accuracy and discipline coordination of
  plans, specifications and reports. (6) Knowledge in prescribing
  the use of recovered materials, achieving waste reduction and
  energy efficiency in facility design. (7) Location in the general
  geographical area of the project. (8) The volume of work previously
  awarded to the firm by the Department of Defense shall also
  be considered, with the object of effecting an equitable distribution
  of Department of Defense architect-engineer firms, including
  small and small disadvantaged business firms, and firms that
  have not had Department of Defense contracts. Architect-Engineer
  (A-E) firms which meet the requirements described in this announcement
  are invited to submit complete, updated Standard Forms 254,
  Architect-Engineer and Related Services Questionnaire, and
  255, Architect-Engineer Related Services for Specific Project,
  to the office shown above. Those firms that submit Standard
  Forms 254 and 255 will only have to submit one copy to be considered
  for both contracts. A-E firms utilized by the prime must also
  submit completed Standard Form 254. All SF 254's should be
  bound together. Submit one consolidated Standard Form 255 for
  the project design team that includes sub-consultants. Do not
  submit one SF 255 for each sub-consultant. We need only one
  copy of all forms. In block 10 of the SF255, discuss why the
  design team (firm and sub-consultants) is especially qualified
  based upon synopsized evaluation factors and provide evidence
  that your firm is permitted by law to practice the professions
  of architecture or engineering (i.e. state registration number).
  Clearly show the office location where work will be done and
  the experience of those that will do the work and their locations.
  The closing date for this announcement is 22 January 1997.
  Firms must submit forms to this office by 4:00 p.m. on the
  closing date. Late responses will be handled in accordance
  with FAR 52.215-10. See Note 24. This is not a request for
  proposal, and there is no solicitation document or package
  or plans and specifications to be issued as a result of this
  announcement or a planholders'/bidders' list.
CITE: (I-347 SN011249)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VAMC, 800 Zorn Avenue, Louisville, KY 40206
SUBJECT: C -- CONSTRUCT AMBULATORY SURGERY
SOL 603-45-97
DUE 011497
POC Holly Meyerhoffer, Contract Specialist (502) 894-6114
DESC: Provide A/E services for design of project to Construct
  Ambulatory Surgery, at the VA Medical Center, Louisville, KY.
  Design includes the preparation of complete drawings, specifications,
  and construction cost estimates per VA guidelines. Project
  involves construction of approximately 8000 GSF new construction
  in the form of a 5th floor level addition to existing structure
  to provide ambulatory surgery space. Addition will provide
  outpatient surgery suites, endoscopy, surgical preparation
  and support and other areas and will be located on a structure
  which has been designed for an additional floor. All construction
  phases will be involved. A/E team must include a certified
  industrial hygienist for planning of asbestos from adjacent
  areas. The estimated construction cost is between $1,000,000
  and $2,000,000. Area of consideration is restricted to firms
  located within a 100 mile radius of the VAMC, Louisville, KY.
  Complete all work within 140 calendar days of A/E contract
  award. This solicitation is unrestrictive in accordance with
  the Small Business Competitiveness Demonstration Program. Standard
  Industrial Classification code 8712 applies to this solicitation.
  Interested firms must submit appropriate data described in
  numbered note 24, no later than 4:30PM, local time on January
  14, 1997. See Note(s): 24.
CITE: (I-347 SN011254)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Medical Center, 1100 Tunnel Road, Asheville, NC 28805-2087
SUBJECT: C -- ADULT DAY CARE CLINIC, BUILDING # 15
SOL 637-43-97
DUE 011397
POC Beverly D. Jones, Contracting Officer, 704-299-5807
DESC: Provide Architect/Engineer Service for a Firm Fixed Price
  contract to develop, design and preparation of construction
  cost estimates for the project titled: Adult Day Care Clinics
  which includes demolition, asbestos and lead abatement, minor
  HVAC, electrical, plumbing modification and general construction.
  Renovate approximately 15,000 Sq. Ft. of existing space on
  the first and second floor, exterior construction will consist
  of a new entrance and recreation area with handicap accessibility
  to Building 15. A/E should be experienced in working in a hospital
  setting, knowledgeable of State and Federal Adult Day Care
  requirements and exhibit a history of reliable cost estimating
  along with an active quality improvement program. A/E shall
  be established within a 150 mile radius of the VA Medical Center,
  Asheville, NC. Estimated cost range for construction is $500,000
  to $1 Million. Submission of two (2) copies each of SF 254
  and 255 is required by the close of business January 13, 1997.
  Solicitation is subject to the availability of funds.
CITE: (I-347 SN011689)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: USDA, Natural Resources Conservation Service, Suite 354,
  Room 520, 441 S. Salina Street, Syracuse, NY 13202-2450
SUBJECT: C -- SURVEYING SERVICES FOR DETERMINING BOUNDARIES OF
  REAL PROPERTY UNDER THE WETLANDS RESERVE PROGRAM WITHIN THE
  STATE OF NEW YORK
SOL N/A
POC Nancy Lee, Contracting Officer (315) 477-6509
DESC: Easement surveys shall include research, field surveys,
  field notes, computations, and boundary monumentation, a survey
  map, report, boundary description, and surveyor's certificate
  addressing title subjections. GPS surveys will not be allowed.
  Must be a professional, licensed surveyor registered in the
  State of New York. Multiple awards will be made based on approximately
  nine (9) geographic areas within the State of New York. These
  consists of the following counties: Area 1 - Albany, Saratoga,
  Warren, Essex, Rensselaer, Washington, Greene, Schnectady;
  Area 2 - Herkimer, Hamilton, Fulton, Montgomery, Madison, Oneida,
  Oswego; Area 3 - Onondaga, Cortland, Tompkins, Cayuga, Seneca;
  Area 4 - Wayne, Ontario, Monroe, Livingston, Orleans, Genesee,
  Wyoming; Area 5 - Niagara, Erie, Chautauqua, Cattauagus; Area
  6 - Allegany, Steuben, Schuyler, Chemung, Tioga; Area 7 - Clinton,
  Franklin, St. Lawrence, Lewis, Jefferson; Area 8 - Ulster,
  Orange, Rockland, Putnam, Dutchess, Columbia; Area 9 - Broome,
  Chenango, Otsego, Schoharie, Delaware, Sullivan. More than
  one contract may be awarded in an area. When submitting a response
  to this notice, indicate which area(s) you are interested in.
  Responses to this advertisement should be received by January
  13, 1997. Work will be ordered on an "as needed" basis beginning
  approximately February 15, 1997 through September 30, 1997,
  with an option on the part of the government to renew for two
  additional one-year periods. Minimum orders per area range
  from $1,500 to $10,000 per fiscal year; Maximum orders per
  area range from $10,000 to $100,000. See notes 1 and 24.
CITE: (I-347 SN011695)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: DVA Medical Center West Los Angeles,(90C REK), 11301
  Wilshire Blvd, Los Angeles, CA 90073
SUBJECT: C -- ARCHITECT AND ENGINEERING SERVICES - CONSTRUCTION
SOL 691-903
DUE 011397
POC Robert Kedney, Contracting Officer, (310) 268-2774
DESC: The VA Medical Center West Los Angeles intends to procure
  Architect & Engineering Services to furnish technical specifications,
  prepare government cost estimate, and drawings for our Project
  Number 691-903, Bldg. 500 SICU Renovation. All interested firms
  should submit a current SF254 and SF255 to arrive here by COB
  13 Jan. 97, addressing the following: 1) Proposed Project Management
  Team, 2) Proposed Management Plan, 3) Previous experience under
  contracts of this type referencing compliance with Performance
  Schedules, Quality of Work, Cost Controls, and experience in
  preparing government cost estimates, 4) Geographic Location
  of working offices. Submit requested material to Contact Point
  shown above. Hand delivery should be made to Bldg. 218, Room
  311. NOTICE: THIS IS NOT A REQUEST FOR PROPOSAL. Synopsis #3
CITE: (I-347 SN011718)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31401
SUBJECT: C -- ANNUAL ANNOUNCEMENT FOR IDIQ CONTRACTS FOR MISCELLANEOUS
  A-E SERVICES, UNDER THE JURISDICTION OF SAVANNAH DISTRICT
SOL N/A
POC Joel Kreger, 912/652-5465 Ophelia Kendricks, 912/652-5072,
  or Leila Hollis, 912/652-5105.
DESC: ANNUAL ANNOUNCEMENT FOR IDIQ CONTRACTS FOR MISCELLANEOUS
  A-E SERVICES, UNDER THE JURISDICTION OF SAVANNAH DISTRICT 1.
  CONTRACT INFORMATION: The Savannah District, U.S. Army Corps
  of Engineers, requires the services of Architect-Engineer firms
  for numerous multidiscipline Indefinite Delivery/Indefinite
  Quantity contracts. Contracts awarded as a result of this announcement
  will be administered (1) by Savannah District for use on civil
  and military projects under its jurisdiction or (2) by Directorate
  of Public Work/Base Civil Engineer offices at specific Army
  and Air Force installations within GA, SC and NC. Contract
  limits and contract size will be determined at the time of
  selection. Typically, each contract will consist of a base
  ordering period and two option periods, each period not to
  exceed one year, for a total of three years. The ordering period
  will be for one year or whenever the Contracting Officer determines
  the ordering period is over and any dollar amount not consumed
  by task orders issued during the ordering period may be carried
  over to the next ordering period. The total of all task orders
  during each ordering period may not exceed $1,000,000. Individual
  task orders may not exceed $1,000,000. The total amount of
  each contract over the three year ordering period may not exceed
  $3,000,000. Assignment of individual task orders to the contracts
  with identical scopes of work will be based upon the following
  factors: (1) Proximity of the firm to the project site and
  familiarity with design criteria/codes and construction methods
  used at that locality, (2) Current capacity of the firm to
  accomplish the task order in the required time, (3) Equitable
  distribution of work among identical contracts and (4) Performance
  and quality of deliverables under the current IDIQ contracts.
  This announcement is open to all firms regardless of size.
  Large business offerors must identify subcontracting opportunities
  with small business, and small disadvantaged business on SF
  255. If selected the large business offeror will be required
  to submit a small/small disadvantaged & women owned subcontracting
  plan in accordance with FAR 52-219.9 and DFARS 2219.704/705
  as a part of the Request for Proposal package. The following
  subcontracting goals are the minimum acceptable goals to be
  included in the subcontracting plan. OF THE SUBCONTRACTED WORK,
  60% TO SMALL BUSINESS, 10% TO SMALL DISADVANTAGED BUSINESS
  ( A COMPOSITE OF SMALL BUSINESS), 5% TO WOMEN-OWNED BUSINESS
  (A COMPOSITE OF SMALL BUSINESS). Large business firms that
  intend to do any subcontracting must convey their intent to
  meet the minimum subcontractor goals on the SF 255, Block 6.
  Written justification must be provided if the minimum goals
  cannot be provided. For additional information please contact
  Ms. Ophelia Kendricks, Contract Specialist, at 912/652-5072
  or Ms. Leila Hollis at 912/652-5105.. 2. PROJECT INFORMATION:
  Task orders to be issued under these contracts may include
  design of NEW facilities and O&M projects related to additions
  and alterations of buildings, road, drainage and utility systems,
  engineering studies, project planning, topographic surveying
  to support designs, lead based paint and asbestos sampling/analysis/abatement
  design, and air monitoring during the abatement/construction
  process, shop drawing review, construction phase services and
  preparation of O&M manuals. Firms must indicate in Block 10
  the type of CADD system they employ and if their system is
  not Intergraph identify how they would translate drawing files
  to Intergraph and describe previous translation experience.
  3. SELECTION CRITERIA: See Note 24 for general selection process.
  The selection criteria are listed below in descending order
  of importance. Criteria a-e are primary. Criteria f-g are secondary
  and will be used as "tie-breakers" among technically equal
  firms. a. Specialized experience and technical competence in:
  (1) Design of new buildings, roads, drainage and utility systems.
  (2) Design of additions and alterations of buildings, road
  drainage and utility systems. (3) Engineering studies and project
  planning. (4) Topographic surveying. (5) Lead based paint and
  asbestos sampling/analysis/abatement design and air monitoring
  during abatement/construction process. (6) Shop drawing review,
  construction phase services and preparation of O&M manuals.
  (7) Producing CADD drawings and translation experience. b.
  Past performance on DoD and other contracts with respect to
  cost control, quality of work and compliance with performance
  schedules. c. Capacity to accomplish multiple simultaneous
  task orders and provide staff in the following disciplines:
  architect, civil, structural, mechanical, fire protection and
  electrical engineers, industrial hygienists, and topographic
  surveyors. Please disregard the "to be utilized" statement
  at Block 4 of SF 255 and show the total strength of each discipline.
  d. Professional qualifications of key management and professional
  staff members. The design team must include a Registered Fire
  Protection Engineer whose principle duties are fire protection
  engineering or a Registered Architect or Registered Engineer
  who is a full member in good standing of the Society of Fire
  Protection Engineers (SFPE). e. Knowledge of locality as it
  pertains to geological features, environmental and climatic
  conditions and local construction methods used on projects
  under Savannah District jurisdiction and/or location in the
  general geographical area of specific military installations
  in the 3 state area. f. Degree of participation of SB, SDB,
  WOB, HBCU or MI as prime contractor, subcontractor or joint
  venture partner. g. Volume of DoD contract awards in the last
  12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS:
  RESPONSES ON FILE FROM LAST YEARS ANNOUNCEMENT WILL BE DISCARDED.
  ALL FIRMS DESIRING CONSIDERATION MUST SUBMIT A NEW RESPONSE.
  Responses to this announcement will be used for IDIQ contract
  selections through January 31, 1998. This announcement is non-closing
  and firms may submit a SF 255 and SF 254 at anytime during
  1997. Firms desiring consideration shall submit ONE (1) copy
  of SF 255 (11/92 VERSION ONLY WILL BE ACCEPTED) for prime and
  ONE (1) copy of SF 254 (11/92 VERSION ONLY WILL BE ACCEPTED)
  for prime and each consultant (extra copies will not be kept)
  . FIRMS MUST INCLUDE PRIME's ACASS NUMBER in block 3b of SF
  255. For ACASS information call 503/326-3459. NO FAXED SUBMITTALS
  WILL BE ACCEPTED. Cover letters and extraneous materials (Brochures,
  etc.) will not be considered. Firms selected will be required
  to submit a Design Quality Assurance Plan concurrently with
  their fee proposal. Information on what is to be contained
  in this plan will be furnished upon notification of selection.
  Firms responding to this announcement are requested not to
  transmit this plan with their SF 255. PHONE CALLS are DISCOURAGED
  unless ABSOLUTELY necessary. PERSONAL VISITS for the purpose
  of DISCUSSING this announcement will NOT BE SCHEDULED. THIS
  is NOT a REQUEST for a PROPOSAL.
CITE: (I-347 SN011246)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Department of Veterans Affairs, 1601 Kirkwood Highway,
  Wilmington, DE 19805-4988
SUBJECT: C--A/E SERVICES TO CONSOLIDATE ICU
SOL RFP 460-11-97
DUE 011097
POC Toni A. Wilson, Contracting Officer (302) 633-5370/5371.
DESC: Furnish A/E Services to Consolidate ICU. Services include
  contract drawings, specifications, cost estimates and construction
  period services. Renovation of existing 3,000 NSF SICU and
  construction of additional 4,000 NSF to include replacement
  of architectural finishes, utilities, and HVAC equipment along
  with installation of emergency electrical system. Estimated
  construction cost range is $1,000,000.00 to $2,000,000.00.
  Interested firms must submit SF 254 and SF 255 by close of
  business January 10, 1997 to the Contracting Officer at Department
  of Veterans Affairs, 1601 Kirkwood Hwy. Wilmington, DE 19805-4988.
  This is subject to the availability of fiscal year 1997 funds.
CITE: (M-347 SN011308)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: 38ls/lgcx, 4022 Hilltop Rd Ste 211, Tinker Afb Ok 73145-2713
SUBJECT: D--REGULATED PRIVATE LINE SERVICE, TRUNKING SERVICE
  AND BUSINESS LINE SERVICE FOR MCGUIRE AFB NJ
SOL N/A
POC Contact Point:  Debbie Speir, (405) 734-9297, Contract Specialist
  or Contracting Officer Cathy D. Summers (405), 734-9759
DESC:  The 38 Logistics Squadron/LGCX intends to procure on a
  sole source basis local telephone service for Recruiting offices
  located in Hackensack; Cherry Hill; E. Brunswick and Mercerville
  NJ.  The intended contractor is Bell Atlantic shall provide
  the following services: (1) Commercial trunks and commercial
  business lines, for common user dial service within the local
  exchange area.  (2) Inter/Intra Exchange Channel/Mileage from
  the base to various off premise locations throughout the local
  exchange area.  The period of performance shall be five years
  from the date of contract award.  The primary place of performance
  will be New Jersey.  This acquisition is conducted under the
  Air Force's regulatory delegation of GSA's exclusive procurement
  authority for Federal Information Processing (FIP) resources.
   This sole source acquisition is justified under 10 U.S.C.
  2304 (c) (1).  Bell Atlantic is the only local exchange carrier
  (LEC) who has the approval of the New Jersey Public Service
  Commission to provide the required telephone service within
  the Local Access and Transport Area (LATA).  The Government
  intends to issue a Communication Service Authorization (CSA)
  written against the Defense Commercial Communications Office
  (DECCO) basic agreement DCA200-92-H-0039. Note 22. 
CITE: (W-347 SN011194)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: 38ls/lgcx, 4022 Hilltop Rd Ste 211, Tinker Afb Ok 73145-2713
SUBJECT: D--REGULATED PRIVATE LINE SERVICE, TRUNKING SERVICE
  AND BUSINESS LINE SERVICE FOR 110 FW, BATTLE CREEK ANGB MI
SOL N/A
POC Contact Point:  Lily Block (405) 734-9297, Contract Specialist
  or Contracting Officer Cathy D.  Summers (405) 734-9759
DESC:  The 38 Logistics Squadron/LGCX intends to procure on a
  sole source basis local telephone service for Battle Creek
  ANGB MI.  The intended contractor is AMERITECH,  shall provide
  the following services: (1) Commercial trunks and commercial
  business lines, for common user dial service within the local
  exchange area.  (2) Inter/Intra Exchange Channel/Mileage from
  the base to various off premise locations throughout the local
  exchange area.  The period of performance shall be five years
  from the date of contract award.  The primary place of performance
  will be Battle Creek ANGB  MI.  This acquisition is conducted
  under the Air Force's regulatory delegation of GSA's exclusive
  procurement authority for Federal Information Processing (FIP)
  resources.  This sole source acquisition is justified under
  10 U.S.C. 2304 (c) (1).  AMERITECH is the only local exchange
  carrier (LEC) who has the approval of the Michigan Public Utility
  Commission to provide the required telephone service within
  the Local Access and Transport Area (LATA).  The Government
  intends to issue a Communication Service Authorization (CSA)
  written against the Defense Commercial Communications Office
  (DECCO) basic agreement DCA200-92-H-0059. Note 22. 
CITE: (W-347 SN011196)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: 38ls/lgcx, 4022 Hilltop Rd Ste 211, Tinker Afb Ok 73145-2713
SUBJECT: D--REGULATED PRIVATE LINE SERVICE, TRUNKING SERVICE
  AND BUSINESS LINE SERVICE FOR  337 RECRUITING SQUADRON LOCATED
  AT DURHAM NC 27707
SOL N/A
POC Hope Foreman (405) 724-9297, Contract Specialist or Contracting
  Officer, Cynthia Obermeyer (405) 734-9297
DESC: The 38 Logistics Squadron/LGCX intends to procure on a
  sole source basis local telephone service for 337 Recruiting
  Squadron Durham NC.  The intended contractor is GTE South Inc.
   GTE South  Inc shall provide the following services: (1) Commercial
  trunks and commercial business lines, for common user dial
  service within the local exchange area (2) Inter/Intra Exchange
  Channel/Mileage from the base to various off premise locations
  throughout the local exchange area.  The period of performance
  shall be five years from the date of contract award.  The primary
  place of performance will be Durham NC 27707.  This acquisition
  is conducted under the Air Force's regulatory delegation of
  GSA's exclusive procurement authority for Federal Information
  Processing (FIP) resources.  This sole source acquisition is
  justified under 10 U.S.C. 2304 (c) (1).  GTE South  Inc is
  the only local exchange carrier (LEC) who has the approval
  of the North Carolina  Utilities Commission to provide the
  required telephone service within the Local Access and Transport
  Area (LATA).  The Government intends to issue a Communication
  Service Authorization (CSA) written against the Defense Commercial
  Communications Office (DECCO) basic agreement DCA200-92-H-0136.
   Note 22. 
CITE: (W-347 SN011217)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of Commerce, NOAA, 200 World Trade Center,
  Room 209, Norfolk, VA 23510-1624
SUBJECT: D--NETWORK SUPPORT SERVICES
SOL 52EANF-7-00020
DUE 012797
POC Lynne Phipps, Contracting Officer, 757-441-6881, Sue Lewis,
  Contract Specialist, 757-441-6649
DESC: The National Oceanic and Atmospheric Administration, National
  Marine Fisheries Service, Northeast Region, Gloucester, Massachusetts
  has a requirement for services necessary to provide full Network
  Support Service to include network  maintenance, PC installation
  and training for 6 offices in Gloucester, Massachusetts and
  twenty-two remote sites.  The period of performance is from
  date of contract thru 12 months thereafter.  The requirement
  is 100% set-aside for Small Business.  Copies of the solicitation
  will only be provided in response to written or faxed requests
  received directly from the requestor.  Requests for copies
  of the solicitation may be faxed to 757-441-3786.  Note 26
  applies.    
EMAIL Suel@noaa.gov
EMAILDESC: 
  e-mail
CITE: (W-347 SN011221)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DOD/DLA, Defense National Stockpile Center, Directorate
  of Stockpile Contracts, 8725 John J. Kingman Road, Suite 4528,
  Mail Stop 3339, Fort Belvoir, VA 22060-6223
SUBJECT: D--TECHNICAL SUPPORT FOR SOFTWARE REVISIONS & ENHANCEMENTS
  INCLUDING TRAINING
SOL SPO833-97-M-0114
DUE 010297
POC Point of Contact-Crystal Peverill, Procurement Assistant,
  (703)767-5505
DESC: The government plans to procure a sole source simplified
  acquisition from Computer Innovative Design, Inc., 3905 Laro
  Court, Fairfax, VA  22031 for software revisions and enhancements
  to the modeling system residing at the Institute of Defense
  Analyses including training IDA personnel in understanding
  the computer code of the model.  The proposed simplified acquisition
  is for svervices for which the Government intends to solicit
  and negotiate with only one source.  Interested persons may
  identify their interest and capability to respond to the requirement
  or submit proposals.  This notice of intent is not a request
  for competitive proposals.
LINK N/A
LINKDESC: 
EMAIL peverill_crystal@dla.hq.mil
EMAILDESC: 
CITE: (W-347 SN011361)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste
  3,  Wright-Patterson Afb Oh 45433-5309
SUBJECT: D --5805
SOL F33600-97-R-0015
DUE 012797
POC For copy, P. Strader/Pkwre/[937]257-2698, For additional
   information contact P. Strader/Pkwre/[937]257-2698
DESC: The Casc/sc, Battle Creek, Mi has a requirement for non-personal
   services for installation and maintenance of telecommunications
  equipment. Contractor shall install telephone and data communications
  wiring in the office areas of the Battle Creek Federal Center.
  Such installations include the following: Telecommunications
  cables and wires from desks to the servicing wiring closet,
  cross connects (frame wire or jumper/patch cables in the closet
  (fiber or copper), riser cable (vertical runs from wire closet
  to wire closet), fiber optic cable, any special purpose cables
  or cable assemblies as needed to fulfill that particular work
  order. In addition, the contractor shall be responsible for
  installation of terminals, wiring boxes, wall mounted wiring
  closets or cabinets, wire/cable hangers, conduit, wiring channel,
  tray, or ladder. Wire and cable installed under this contract
  will be used for telephone, data communications, signalling,
  video, intercom, audio, or other communications purpose. Further,
  the contractor shall install telephone, data communications,
  signalling, video, intercom, audio, or other communications
  apparatus. Contractor shall also move existing wire and cable
  runs to satisfy the requirements for any given approved work
  order. Contractor shall perform remedial repairs on telecommunications
  wire and cable plant and its associated hardware. Remedial
  repairs shall apply to installations made by the contractor
  and to those made by other contractors. An Ombudsman has been
  established for this acquisition. The only purpose of the Ombudsman
  is to receive and communicate serious concerns from potential
  offerors when an offeror prefers not to use established channels
  to communicate his/ her concern during the proposal development
  phase of this acquisition. Potential offerors should use established
  channels to request information, pose questions, and voice
  concerns before resorting to use of the Ombudsman. Potential
  offerors are invited to contact Asc's Ombudsman located in
  Asc/sy, Bldg 52, 2475 K St, Wright-Patterson Afb Oh 45433-7642,
  at (937)255-3855, with serious concerns only. Direct all requests
  for solicitations and routine communication concerning this
  acquisition to the buyer listed elsewhere in this synopsis.
  The approximate issue/response date will be 26 Dec 96. The
  anticipated award date will be 18 Feb 97. Written procedure
  will be used for this solicitation. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered.
CITE: (I-347 SN011477)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 7180 Reserve Road,
  Tinker Air  Force Base Ok 73145-3020
SUBJECT: D --ORACLE S/W TECHNICAL SUPPORT
SOL F34601-97-31100
DUE 123096
POC For copy, Stacy Cochran/Ladaa/[405]739-5582, For additional
   information contact Stacy Cochran/Ladaa/[405]739-5582
DESC: This is a Notice Of Intent to purchase Bronze Level Technical
   Support , by placing an order against GSA Schedule GS-35F-0189D
  with Oracle Corporation. The Bronze Level Support will cover
  the period of 01 OCT 96 thru 30 SEP 97. The products requiring
  Oracle Bronze Level technical support are ORACLE interface
  with the following: C,NET,PLUS,TCP/IP,ORACLE7 SERVER,TPO,RDBMS,ASYNC,CASE
  CLIENT BUN, Design, DICT,FORMS MENU, GEN RPTW PLUS,RPTWRITER,SPX
  IPX, DIS OPTION, REPORTS, for various numbers of users. Written
  responses, including GSA contract number (if applicable), price,and
  a description containing sufficient technical documentation
  to establish a bonafide capability to meet the requirement
  must be received by this office within 15 calendar days after
  publication of this notice. No solicitation documents will
  be issued unless determinedto be in the Govt's best interest.
  Information received as a result of this Notice of Intent will
  normally be considered solely for the purpose of determining
  whether to conduct a competitive procurement. No contract award
  will be made on the basis of any response to this notice of
  Intent because this Notice of Intent to place an order against
  a GSA Schedule Contract shall not be considered a request for
  quote. The approximate award date will be 31 DEC 96. No telephone
  requests. Only written or faxed requests for information received
  directly from requestor are acceptable. Requests for information
  regarding this Notice of Intent may be faxed to: Stacy Cochran
  / LADAA / 405-739-2426. The approximate issue/response date
  will be 30 Dec 96. To: Oracle Corporation, Redwood Shores,
  CA 94065. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements.
CITE: (I-347 SN011563)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: U.S. Department of HUD, New York ASC, Philadelphia Contracting
  Branch (3AAC), 100 Penn Square East, Philadelphia, PA 19107-3380
SUBJECT: D -- H03Q97007000000 DATA INPUT - THE FIELD OFFICE MULTIFAMILY
  NATIONAL SYSTEM (FOMNS)
SOL H03Q97007000000
DUE 020397
POC Elisa Weise, Contract Specialist, 215-656-0674, ext. 3296.
DESC: The U.S. Dept. of HUD is seeking data input services for
  data input into the Multi-Family Asset Management Module of
  the HUD Maryland State Office. The data to be keyed into the
  Field Office Multifamily National System (FOMNS) is for approximately
  501 multifamily properties that are HUD insured, HUD-held,
  direct loans, and assisted loans within the jurisdiction of
  the HUD Maryland State Office. The contractor will also be
  required to create a computer program that will allow for the
  use of HUD mainframe information in a mapping software that
  will be provided by HUD, and to provide training to the HUD
  staff on the use of the mapping software. This requirement
  is 100% set-aside for small businesses, SIC Code 7374. Award
  may be made to other than the lowest priced quoter. The duration
  of the purchase order is 120 days. The RFQ will be available
  on or about January 2, 1997. HUD will honor written requests
  for the RFQ only. Requests for RFQ H03Q97007000000 may be faxed
  to 215-656-2453.
CITE: (I-347 SN011698)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: A&MMS, Dept of Veterans Affairs Domiciliary, 8495 Crater
  Lake Highway, White City, OR 97503
SUBJECT: D -- UPGRADE CURRENT NORTEL MERRIDIAN SL1 TELEPHONE
  SYSTEM
SOL RFP 692-14-97
DUE 010797
POC Katherine A. Baughman, Contracting Officer (541) 826-2111,
  ext. 3213.
DESC: Solicitation RFP 692-14-97 entitled "Upgrade Current Nortel
  Meridian SL1 Telephone System" at the Dept of Veterans Affairs
  Domiciliary, White City, Oregon is hereby cancelled effective
  12/09/96 in its entirety.
CITE: (I-347 SN011241)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Operational Contract Division, Afdtc/pkov, 205 W. D.
  Avenue, Eglin Afb Florida 32542-6862
SUBJECT: F---BRUSH CHOPPING FOR REFORESTATION
SOL F08651-97-B-0076
DUE 013197
POC Troy R. Gunter, Contract Specialist, 904-882-4418 ext. 5250
DESC: The Air Force Development Test Center (AFDTC), Eglin AFB
  FL, intends to award a contract for Brush chopping on the Eglin
  AFB FL Reservation with performance period of 1 Apr 97 through
  15 Oct 97.  Work consists of double chops to a base area of
  54 plots on an estimated 2,420 acres, with an option area of
   37 plots of approximately 1,305 acres, which may become available.
   This action is a 100% small business set-aside.  The SIC code
  is 0851.  Applicable size standard is a firm, including affiliates,
  with average annual sales or receipts for its preceding three
  fiscal years not in excess of $5 million.  All responsible
  small business sources may submit an offer which will be considered
  by this agency.   Anticipated release date of this solicitation
  set is 2 Jan 97.  Telephone requests for solicitation sets
  will not be accepted.  Written requests for solicitations sets
  may be mailed to AFDTC/PKOO, 205 West D Ave, Suite 541, Eglin
  AFB FL 32542-6862.  For those companies with facsimile capability,
  requests for solicitation sets will be accepted at machine
  number 904-882-9441, ATTN: AFDTC/PKOO. Questions should be
  directed to Troy Gunter, Contract Specialist, 904-882-4418
  ext 5250; or Rickey C. Dean, Contracting Officer, 904-882-4418
  ext 5266  
CITE: (W-347 SN011738)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: G--Social Services
OFFADD: FBOP, Community Corrections Contracting, 320 First Street,
  N.W., Wash., D.C. 20534
SUBJECT: G -- COMMUNITY CORRECTION CENTER SERVICES
SOL RFP200-349-NC
DUE 011097
POC Crystal D. Clayton, Contracting Officer, 202-307-3069.
DESC: The closing date of RFP 200-349-NC is hereby extended to
  January 10, 1997. No collect calls will be accepted. No telephone
  calls for solicitations will be accepted.
CITE: (I-346 SN011069)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Fleet and Industrial Supply Center, San Diego, 937 N.
  Harbor Drive, STE 430, San Diego, CA 92132-0430
SUBJECT: J--COMMERICAL SERVICES LM2500 ENGINE COMPRESSOR REAR
  FRAME
SOL N00244-97-Q-5389
DUE 123196
POC Fax Solicitation Request to Bid Officer (619)545-5565 , or
  call ; Contract Specialist Bob Douglas (619)545-4362; Contracting
  Officer, Lois Gilmore
DESC: The following Repair/Services are required for the LM2500
  Engine Compressor Rear Frame.  Inquires from potential bidders
  are welcome.  Contact Bob Douglas at Fax #619-545-5565 for
  a copy of the RFQ.  Written response must be received by this
  office within 15 calendar days after this notice.  No telephone
  request.  Only written or faxed requests received directly
  from the requestor are accepted. Bids will be required by 3
  pm PST on or before 31 December 1996. Actual bid due date to
  be announced in RFQ.  See Numbered Note(s) 1, 13.
CITE: (I-346 SN011091)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: American Overseas Marine Corporation, As Ship Manager
  for DOT-Maritime Administration, 116 East Howard Street, Quincy,
  MA 02169
SUBJECT: J--DRYDOCK AND SPECIAL SURVEY--SS CURTISS
SOL DTMA94-97-B-55001
POC Michael Meduski, Contracting Officer, (617) 376-8459, FAX
  (617) 773-1448.
DESC: Modification: Action originally published 11/20/96 for
  Drydock, ABS Special Survey and miscellaneous repairs for the
  Ready Reserve Force (RRF) vessel SS Curtiss, Port Hueneme,
  CA is cancelled.
CITE: (M-347 SN011186)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of Veterans Affairs 662/90C, 4150 Clement
  St., San Francisco, CA 94121
SUBJECT: J -- MAINTENANCE AND REPAIR OF CARL ZEISS ELECTRONIC
  MICROSCOPE
SOL IFB 662-08-97
DUE 012297
POC Contracting Officer, Doug Hargrove (415/750-2066)
DESC: The Department of Veterans Affairs Medical Center solicits
  bids for all necessary labor, materials, parts, and travel
  for Preventive Maintenance Inspections and Services and Emergency
  Repair Services for one Carl Zeiss High Resolution Electronic
  Microscope, Model EM-10CA, S/N 6031, which is located at the
  Department of Veterans Affairs Medical Center, 4150 Clement
  Street, San Francisco, California, 94121 for the period of
  March 1, 1997 through September 30, 1997 with three (3) one-year
  options. Submit requests for the bid package to the individual
  named above. See Note(s): 1.
CITE: (I-347 SN011244)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of the Navy, Carderock Division Headquarters,
  Naval Surface Warfare Center, Bethesda, MD 20084-5000
SUBJECT: J -- TIME & MATERIAL CONTRACT FOR SERVICE AND PARTS
  SUPPORT FOR SPARTON ELECTRONICS EQUIPMENT.
SOL N00167-97-Q-3046
DUE 123196
POC Brian D.White Contract Specialist (301)227-1867 fax 1847.
DESC: These unique services will be purchased using Simplified
  Acquisition Procceidures. They involve the support of equipment
  at the Navy's Acoustic Trials Detachment in Cape Canaveral,
  Fl. Specificly, High Gain Arrays built by Sparton Electronics.
  These Arrays support the Navy research vessel USNS Hayes. A
  detailed statement of work will be provided apon writen request.
  See Numbered Note(s): 22.
CITE: (I-347 SN011250)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: J -- MAINTENANCE-MATERIAL HANDLING EQUIPMENT
SOL N00406-97-R-5036
DUE 010897
POC J. Gregg
DESC: two option year shall be incorporated in the solicitation
  all other terms and condition remain the same all responsible
  sources may submit (offer/bid/quotation) which shall be considered
  by fleet & industrial supply center, puget sound fax requests
  to (360) 476-2931 telephone requests will not be honored.
CITE: (I-347 SN011263)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: J --REPAIR OF CIRCUIT CARD ASSY
SOL F04606-97-Q-42070
DUE 012397
POC For copy, contact the info office indicated., For additional
   information contact Griswold.2ag/Pklxa/[916]643-4128
DESC: Repair of Circuit Card Assy for CSSR AN/FYC-14 for CMC,
  NSN:  5998-01- 318-3793ZD, Part Number AA-K10900, quantity
  10 each to be delivered to McClellan AFB CA. The approximate
  issue/response date will be 23 Dec 96. The anticipated award
  date will be 28 Feb 97. Written procedure will be used for
  this solicitation. To: Stratus Computer Inc, Marlboro Ma 01752
  0000. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 23.
CITE: (I-347 SN011385)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: J --6TH DUCT SEGMENT
SOL F41608-97-43164
DUE 012397
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Flores, H. L./lpkah/[210]925-6385
DESC: Repair and overhaul of 6th Duct Segment, NSN 2840-01-365-7935PT
   P/N 4076126, applicable to F100PW229 Engine. Quantity of 65
  each, with delivery 30 days ARO after receipt of reparable.
  Anticipated award with a firm fixed quantity/price contract.
  Government furnished drawings and specifications are not available.
  The approximate issue/response date will be 23 Dec 96. The
  anticipated award date will be 31 Mar 97. Written procedure
  will be used for this solicitation. To: United Technologies
  Corp, East Hartford Ct 06108-0968. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 13,22,23.
CITE: (I-347 SN011413)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: J --COMPRESSOR AIR DUCT
SOL F41608-97-R-43612
DUE 012397
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Flores, H. L./lpkah/[210]925-6385
DESC: Repair and overhaul of Compressor Air Ducts, NSN  2840-01-321-1692PT
  P/N 4076124-01/4078484-02, applicable for F100PW229 Engine.
  Quantity of 50 each, with delivery 30 days ARO after receipt
  of reparable. Anticipated award with a firm fixed quantity/price
  contract. Government furnished drawings and specifications
  are not available. The approximate issue/response date will
  be 23 Dec 96. The anticipated award date will be 31 Mar 97.
  Written procedure will be used for this solicitation. To: United
  Technologies Corp, East Hartford Ct 06108-0968. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 13,22,23.
CITE: (I-347 SN011416)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: J --SOFTWARE
SOL F42650-97-T-6047
DUE 122796
POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional
   information contact Rochelle Ombach/Pkos/[801]777-1330
DESC: Maintenance of LASAR software versions 5 & 6. Period of
   performance: 1 year Destn: Hill AFB Base UT Teradyne Inc developed
  version 6 LASAR, automatic test pattern generator, and holds
  proprietary rights to version 5 and version 6 LASAR software.
  They are the only company qualified to maintain and support
  their software. The approximate issue/response date will be
  24 Dec 96. The anticipated award date will be 27 Dec 96. Written
  procedure will be used for this solicitation. To: Teradyne
  Inc, Irvine CA. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Request for copies of
  solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
CITE: (I-347 SN011439)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Directorate Of Contracting, Sa-Alc/Pkos 1288 Growdon
  Road Bldg  1585, Kelly Afb, Texas 78241-5318
SUBJECT: J --MAINT INDUSTRIAL WASTE COLLECTION
SOL F41650-97-R-0004
DUE 021497
POC For copy, Fax request to PKOS at (210)925-8990, For additional
   information contact Harper, M./pkos/[210]925-6058
DESC: Non-Personal Service. SCOPE OF WORK. Maintenance - Industrial
   Waste Correction System. The contractor shall provide all
  personnel, supervision, equipment, tools, materials, repair
  parts, supplies and other items and services necessary to perform
  the Operations, Maintenance, Repair and Testing of the Industrial
  Waste Collection System (IWCS) at Kelly AFB TX, IAW Performance
  Work Statement. Period of Performance: One (1) basic year,
  plus (3) full option years. Award will be made using requirements
  for Technical Acceptance and Past Performance Trade-Off Technique
  (PPT). The anticipated award date will be 07 April 1997. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. Point of Contact:
  Mary Harper, SAALC/PKOS - (210) 925-4632, FAX (210) 925-8990,
  1288 Growdon Rd, Bldg 1598, Kelly AFB TX 78241-5000. Respond
  by: 14 Feb 1997.
CITE: (I-347 SN011461)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: J --SEREN DIT-MCO 9504/9500 ANALYZERS
SOL F42650-96-T-8713
DUE 011597
POC For copy, Dave J. Hamson/Pkosa/[801]777-0195, For additional
   information contact Dave J. Hamson/Pkosa/[801]777-0195
DESC: Maintain/repair seren DIT-MCO 9504/9500 analyzers. Delivery:
  97  Sep 30 Destn: Hill AFB UT 84056 Only known source for repair.
  The approximate issue/response date will be 27 Dec 96. The
  anticipated award date will be 24 Jan 97. Oral procedure will
  be used for this solicitation. To: DIT-MCO Internation Corp,
  Kansas City MO 64130. All responsible sources solicited may
  submit a bid, proposal, or quotation which shall be considered.
  It is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Request for
  copies of solicitations must reference the entire solicitation
  number, including purchasing office identification number.
  To expedite your request, limit the number of individual solicitation
  numbers requested per letter to not more than 10. Don't request
  information on this requirement until after the issue date.
  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 communicate 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 Jack S. Jones if your
  concerns are not satisfied by the contracting officer (801)777-6991.
CITE: (I-347 SN011500)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: J --REPAIR OF DEROLL ACTUATOR
SOL F09603-97-Q-81632
DUE 013097
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Christine Clark/Lykd/[912]926-7083
DESC: This requirement is to obtain one-time repair coverage
  for the  AN/AAQ- 14 deroll-actuator, NSN: 1270-01-356-2583,
  part number 2W9-210B, qty - 14 each. The required delivery
  is 30 days ARO or reparable whichever is later. This requirement
  is sole source to MPC Products (19710) in Skokie, IL. FAX:
  912-926-7572 The approximate issue/response date will be 30
  Dec 96. The anticipated award date will be 17 FEB 97. Written
  procedure will be used for this solicitation. To: Mpc Products
  Corp, Skokie Il 60077-0000. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22, 26.
CITE: (I-347 SN011534)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: J --REPAIR OF AN/AAQ13/14 WIRING HARNES
SOL F09603-97-Q-81648
DUE 013097
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Christine Clark/Lykd/[912]926-7083
DESC: This requirement is to establish a fixed price requirements
   contract with a bsic period of one year and four options for
  repair wiring harnesses. The NSNs, part numbers, and Best Estimated
  Quanitites (BEQs) are as follows: NSN: 6150-01-319-0502, P/N:
  717513223-001, BEQ: 18 ea, NSN: 6150-01-391-4748, P/N: 717513223-002,
  BEQ: 4 ea, NSN: 6150-01-319- 0503, P/N: 717513224-001, 19 ea,
  NSN: 6150-01-319-1740, P/N: 717513224-002, BEQ: 4 ea, NSN:
  5995-01-289-5093AY, P/N: 717612920-004, BEQ: 1 ea, NSN: 5995-01-320-0799,
  P/N: 717612215-12, BEQ: 1 ea, NSN: 5995-01-320-0800, P/N: 717612215,
  BEQ: 6 ea, NSN: 6150-01-290-2930, P/N: 717513455-004, BEQ:
  1 ea. The requirement is the same for foreign military sales
  except the BEQs are 1 ea. The required delivery is 30 days
  after receipt of order or reparable whichever is later. This
  requirement is sole source to Tri-Tech Electronic, the original
  manufacturer. fax: 912-926-7572 The approximate issue/response
  date will be 30 Dec 96. To: Tri-Tech Electronic, Orlando Fl
  32817-4151. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 26, 22.
CITE: (I-347 SN011535)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: J --RPR ELEC COUNTER MEASURE & BOMB
SOL F34650-96-Q-0274
DUE 020497
POC For copy, Marilyn Hayden/Pkoes/[405]739-3514, For additional
   information contact Marilyn Hayden/Pkoes/[405]739-3514
DESC: Services Non-personal: Contractor is to provide all labor,
   tools, equipment, parts, material, transportation, and incidentals
  necessary to repair the Electronic Counter Measure (FCM) and
  Bob Navigation System (BNS) in the Radome Test Facility, B/3507,
  Tinker AFB, OK in accordance with the Performance Work Statement.
  Estimated date of award is 27 Dec 96. For solicitation package,
  FAX request to Marilyn Hayden at (405)739-7421 or write: OC-ALC/PKOES,
  7858 5th St Ste 1, Tinker AFB OK 73145- 9106. The approximate
  issue/response date will be 11 Dec 96. The anticipated award
  date will be 27 DEC 96. Written procedure will be used for
  this solicitation. To: Scientific-Atlanta, Inc, Atlanta Ga
  30340-4266. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. Note: 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 communicate contractor concerns,
  issues, disagreements, and recommendations to the appropriate
  government personnel. When requested, the Ombudsman will maintain
  strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER
  FOR SOLICITATION REQUESTS.
CITE: (I-347 SN011571)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: J --REPAIR OF AN/GSM-373 TESTER
SOL F41608-97-29559
DUE 013197
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Zatopek, D./ldkac/[210]925-6534
DESC: One year Interim Contract Support repair services for the
   AN/GSM-373 Benchtop Reconfigurable Automatic Tester System
  hardware (NSN 4920-01-282- 4191DQ). BEQ for on-site repair
  is 3 ea. On-site repair at various AF sites government furnished
  drawings and specifications are not available The approximate
  issue/response date will be 01 Jan 97. To: Advanced Testing
  Technologies Inc, Hauppauge Ny 11788 0000. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22, 26.
CITE: (I-347 SN011572)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Directorate Of Contracting, Sa-Alc/Pkos 1288 Growdon
  Road Bldg  1585, Kelly Afb, Texas 78241-5318
SUBJECT: J --AUTOMATIC IMAGING SYSTEM
SOL F41650-97-T-2357
DUE 011797
POC For copy, Fax request to PKOS at (210)925-8990, For additional
   information contact Andretti, David/Pkos/[210]925-4620
DESC: Non-Personal Service: Sr System Analyst for Watermark Software
   to design, develop, test and implement a commercial, off the
  shelf "Automated Imaging System". The purpose of the system
  is to facilitate the automation of information retrieval throughout
  the TI Division. (Stock Nr: R79901L62560200 -Automated Imaging
  System). No telephone requests. Only written or FAXED requests
  received directly from the requestor are acceptable. Point
  of Contact: David Andretti, SAALC/PKOS, 1288 Growdon Rd, Bldg
  1598, Kelly AFB TX 78241-5000, Phone: (210) 925-4620, FAX (210)
  925- 8990 or 6505. Respond by: 17 Jan 1997.
CITE: (I-347 SN011585)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Directorate Of Contracting, Sa-Alc/Pkos 1288 Growdon
  Road Bldg  1585, Kelly Afb, Texas 78241-5318
SUBJECT: J --CINCINNATI CYLINDRICAL GRNDR
SOL F41650-97-T-2438
DUE 012497
POC For copy, Fax request to PKOS at (210)925-8990, For additional
   information contact Andretti, David/Pkos/[210]925-4620
DESC: Non-Personal Service: One time Repair/Calibration of Cincinnati
   Cylindrical Grinder, Model DE as defined by Performance Work
  Statement. (Stock No. 3415 00 914 2052). No telephone requests.
  Only written or FAXED requests received directly from the requestor
  are acceptable. Point of Contact: David Andretti, SAALC/PKOS,
  1288 Growdon Rd, Bldg 1598, Kelly AFB TX 78241-5000, Telephone:
  (210) 925-5620 FAX (210) 925- 8990 or 6505. Respond by 24 Jan
  1997.
CITE: (I-347 SN011586)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: J --INDUSTRIAL DIESEL ENGINE/COMPONENTS
SOL F41608-96-R-0188
DUE 121396
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Rhea, C./ldkj/[210]925-8845
DESC: A draft solicitation was issued on 21 Nov 96 for industry
   comments concerning the award of multiple task order contracts
  for the repair, overhaul and/or modification of industrial
  diesel engines (FSC 2815) and related components (FSC 2910,2920,2930,2950
  and 2990). A presolicitation conference scheduled for 13 Dec
  96 has been delayed til 08 Jan 97 at Kelly AFB Texas to discuss
  the draft solicitation and industry comments. RSVP by 03 Jan
  97. For copy of draft solicitation or request for attendence
  at presolicitation conference contact Clinton Rhea, SA-ALC-LDKJ,
  500 Perrin Road, Suite 208, Kelly AFB TX Phone 210-925-8881/FAX
  210-925-1058/e-mail crhea@sadis05.kelly.af.mil Government Technical
  Orders are available for review The approximate issue/response
  date will be 25 Dec 96. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered.
CITE: (I-347 SN011592)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: J --ACTUATOR
SOL F41608-97-R-0031
DUE 022897
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Young, W. 2lt/Ldkte/[210]925-8975
DESC: This synopsis hereby cancels synopsis F41608-96-R-23637.
  This  requirement is for essential repair and functional test
  as necessary to restore 1680 ERRC T items to a serviceable
  condition. Contract will be firm-fixed price. Requirements
  type contract for depot overflow will have one basic year and
  four one-year options. Item 0001, BEQ 50 Ea, NSN 1680- 01-045-9097,
  P/N 160D117254-1, Actuator, T.O.'s 8D1-4-42-3, 8D1-4-42-3-S-1,
  8D1-4-42-3-S-2, Appl: A-10; Item 0002, BEQ 50 Ea, NSN 1680-01-043-6531,
  P/N 1590T100-7, Actuator, T.O.'s 8D1-4-42-3, 8D1-4-42-3-S-1,
  8D1-4-42-3-S-2, Appl: A-10. Government owned T.O. specifications
  are available. Requirement is for depot overflow. Government
  owned T.O. specifications are available. The approximate issue/response
  date will be 30 Dec 96. The anticipated award date will be
  31 Mar 97. Written procedure will be used for this solicitation.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) 1.
CITE: (I-347 SN011603)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: J --REPAIR & OVERHAUL
SOL F41608-97-R-43761
DUE 013197
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Zucker, E./lpkah/[210]925-6385
DESC: Repair & Overhaul of F100 ILC Stators, Stages 6 thru 13.
  We  intend to award a Firm Fixed Price Requirements Type Contract
  with a Basic One Year Period and 2 One-Year Option Periods.
  "Offerors must comply with all conditions and provisions regarding
  use of O.E.M. Approved suppliers for Raw Materials, detail
  parts/components, and critical processes as was stated and
  incorporated in original source approval packages. Any deviations/substitutions
  must be specifically approved, in writing. By the cognizant
  Engineering office at the San Antonio Air Logistics Center
  (LPFE), Kelly AFB, Texas 78241-5000. Deliveries will be 400
  each month after receipt of order or reparables whichever.
  Government Furnished Drawings and Specifications are not available.
  The approximate issue/response date will be 01 Jan 97. To:
  United Technologies Corp, Windsor Locks Ct 06096-1010. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 22, 23, 26.
CITE: (I-347 SN011618)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: J --HARDWARE MAINTENANCE & UPGRADE SPT
SOL F04699-96-R-0207
DUE 012497
POC For copy, contact the info office indicated., For additional
   information contact Baustian.R9l/Pkosa/[916]643-5272
DESC: It is the Government's intention to enter into a sole source
   procurement with Semi Custom Logic Inc, 555 North Mathilda
  Ave., Suite 118, Sunnyvale CA 94586 for hardware and maintenance
  services necessary for continued operation of Semiconductor
  Wafer Post-processing System. On site support is required.
  This acquisition is subject to the Service Contract Act. The
  contractor shall furnish all personnel, equipment tools, materials
  and transportation necessary to provide the required support
  identified in the Statement of Work. Anticipated period of
  performance is from date of award to 30 Sep 97. For a copy
  of subject RFP, fax written requests to Linda Baustian at (916)643-0203.
  The approximate issue/response date will be 24 Dec 96. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one
  source under the authority of FAR 6.202. This notice of intent
  is not a request for competitive proposals. however, all proposal
  received within twenty (20 days) after the date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. 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 communicate 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 the Ombudsman, Allen Taylor at
  916-643-5209 if your concerns are not satisfied by the contracting
  officer. (Do not call this number to request copies of solicitations.
  See Note (s) 12 22.
CITE: (I-347 SN011681)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (v), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 E. Main St., Suite 600, Norfolk, VA 23510-9102
SUBJECT: J -- J DRYDOCK REPAIRS-USCGC JEFFERSON ISLAND(WPB-1340)
  AND BAINBRIDGE ISLAND (WPB-1343)
SOL DTCG80-97-B-3FA754
DUE 020697
POC Contact Mr. Barat Beachle, Contract Specialist (757) 628-4652
DESC: Provide all labor, material and equipment necessary to
  perform routine Drydock Vessel Maintenance including, but not
  limited to the following Minimum Items: 1) Renew Hawse Pipe,
  2) Renew Quick-Acting Watertight Doors, 3) Remove Inspect and
  Reinstall Propeller Shafts, 4) Remove and Reinstall Propellers,
  5)Renew Water Lubricated Propeller Shaft Bearings, 6) Overhaul,
  Renew and Test Valves, 7) Inspect and Overhaul Duplex Sea Strainers,
  8) Remove and Reinstall Rudders, 9) Renew Overhead Discharges,
  10) Renew Rudder Bearings, 11) Upgrade HALON 1301 Extinguishing
  System, 12) Overhaul Stabilizing Fins, 13) Preserve the Transducer
  Hull Rings and Renew the Depth Indicating Transducers, 14)
  Clean and Inspect Diesel Fuel and Waste Oil Tanks, 15) Renew
  Lower Fin Stock Bearing, 16) Hydroblast Sewage and Grey Water
  System Piping, 17) Prepare and Prime Weather Deck Surfaces,
  18) Preserve Underwater Body, 19) Preserve Freeboard (JEFFERSON
  only), 20) Routine Drydocking, 21) Provide Temporary Logistics,
  etc. Indefinite Items Include: Welding Repairs, Provide Temporary
  Messing, Provide Temporary Berthing, Ultrasonic Testing, Renew
  Cathodic Anode, etc. Vessel homeports are S. Portland, ME for
  the JEFFERSON ISLAND and Sandy Hook, NJ for the BAINBRIDGE
  ISLAND. The JEFFERSON ISLAND is scheduled for 31 Mar 97 and
  the BAINBRIDGE ISLAND is scheduled for 23 Jun 97; both availabilities
  to be 42 days each. Place of performance is unrestricted. There
  will be a non-refundable charge required in the form of a certified
  check or money order in the amount of $100.00 for requested
  U.S. Coast Guard specification referenced drawings. Plans and
  specifications will be issued on or after 08 January 1997.
  All responsible sources may submit a bid which shall be considered
  by the United States Coast Guard. For Minority, Women-Owned
  and Disadvantaged Business Enterprises: The Department of Transportation
  (DOT) Office of Small and Disadvantaged Business Utilization
  has programs to assist minority, women-owned and disadvantaged
  business enterprises to acquire short term working capital
  and bonding assistance for transportation-related contracts.
  Loans are available under DOT Short Term Lending Program (STLP)
  at prime interest rates up to $500,00 per contract to provide
  accounts receiving 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-347 SN011696)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: VA Medical Center, Acquisition & Materiel Management
  Service, (90G), PO Box 5003., Bay Pines, FL. 33744
SUBJECT: J -- MAINTENANCE ON KYOCERA LASER PRINTERS
SOL 516-038-97
DUE 013097
POC Contracting Officer, Luz A. Santana, (813) 398-9337
DESC: Provide annual maintenance on Kyocera Laser Printers at
  the VA Medical Center, Bay Pines, FL 33744, for the period
  of one year from date of award. Solicitation available on or
  about December 31, 1996. Only written or faxed requests (813)
  398-9536 for the solicitation will be accepted. This is a 100%
  Total Small Business Set-Aside.
CITE: (I-347 SN011709)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: National Institutes of Health; Office of Purchasing and
  Contracts, OPM/OD; 6006 Executive Blvd., Suite 311, Rockville,
  MD 20892-7058
SUBJECT: J -- MAINTENANCE AGREEMENT FOR ULTRASOUND IMAGING EQUIPMENT
SOL 263-97-Q-(LW)-0063
DUE 010696
POC Contact Point: Purchasing Agent, Gail Akinbinu on 301-496-3704.
DESC: The NIH intends to issue a purchase order, on a sole source
  basis, for the purchase of a maintenance agreement for two
  (2) Acuson XP10 ultrasound imaging systems. The equipment ,
  parts and servicing is covered only by Acuson computed sonography,
  and is therefore the only source capable of meeting the necessary
  maintenance requirements. However, any vendor wishing to submit
  an offer should contact Gail Akinbinu, Purchasing Agent, 301-496-3704
  at the above address. All bids must be received by close of
  business 1/6/97.
CITE: (I-347 SN011733)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland
  AFB, TX 78236-5253
SUBJECT: J -- MAINTENANCE, REPAIR & REBUILDING OF EQUIPMENT
SOL F4163696Q2863 & F4163696Q2864
DUE 121896
POC Cathy E Garcia (210)671-1759
DESC: This is to amend previous presolicitation notice which
  went out on 18 Nov 96.  The deadline for the receipt of bids
  is to be changed from 122596 to 121896.
EMAIL GarciaC@lakgate1.lak.aetc.af.mil
EMAILDESC: 
CITE: (W-347 SN011741)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: K -- PIONEER UAV AIRCRAFT MODIFICATION TO INCORPORATE
  REPLACEMENT ENGINE
SOL N/A
POC Contact, Christopher A. Rumsey, Phone (703)604-0903
DESC: The Naval Air Systems Command intends to issue an order
  under Basic Ordering Agreement N00019-95-G-0203 with Pioneer
  UAV, Inc., Hunt Valley, MD for the supplies and services necessary
  to integrate, test and provide engine change kits for the Pioneer
  Unmanned Aerial Vehicle (UAV). Pioneer UAV, Inc. is a joint
  venture between AAI Corporation, Hunt Valley, MD and IAI Malat,
  Tel Aviv, Israel. AAI and IAI are the sole designers, developers
  and suppliers of the Pioneer UAV system. Therefore, Pioneer
  UAV, Inc. is the only firm possessing the requisite technical
  expertise and data to satisfy this requirement. This synopsis
  is issued for information purposes only. See note No. 22 -
  NAVAIR Synopsis No. 40119-96.
CITE: (I-347 SN011255)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: K -- PIONEER UAV AIRCRAFT MODIFICATION TO INCORPORATE
  REPLACEMENT ENGINE
SOL N/A
POC Contact, Christopher A. Rumsey, Phone (703)604-0903
DESC: The Naval Air Systems Command intends to issue an order
  under Basic Ordering Agreement N00019-95-G-0203 with Pioneer
  UAV, Inc., Hunt Valley, MD for the supplies and services necessary
  to integrate, test and provide engine change kits for the Pioneer
  Unmanned Aerial Vehicle (UAV). Pioneer UAV, Inc. is a joint
  venture between AAI Corporation, Hunt Valley, MD and IAI Malat,
  Tel Aviv, Israel. AAI and IAI are the sole designers, developers
  and suppliers of the Pioneer UAV system. Therefore, Pioneer
  UAV, Inc. is the only firm possessing the requisite technical
  expertise and data to satisfy this requirement. This synopsis
  is issued for information purposes only. See note No. 22 -
  NAVAIR Synopsis No. 40119-96.
CITE: (I-347 SN011256)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: K -- INCORPOR OF IMPROVED VIDEO RETRANSMISSION CAPABILITY
  ECP
SOL N/A
POC Contact, Dwight Michael, Phone (703)604-0903
DESC: The Naval Air Systems Command intends to issue a delivery
  order under Basic Ordering Agreement N00019-95-G-0203 with
  Pioneer UAV, Inc., Hunt Valley, MD for the supplies and services
  necessary for the incorporation of an engineering change for
  improved video re-transmission capability in the Pioneer Ground
  Control Station. Pioneer UAV, Inc. is a joint venture between
  AAI Corporation, Hunt Valley, MD and Israeli Aircraft Industries
  (IAI), Tel Aviv, Israel. AAI and IAI are developers and sole
  suppliers of Pioneer equipment. Therefore, Pioneer UAV, Inc.
  is the only firm currently possessing the requisite technical
  expertise and data to incorporate the afore-mentioned engineering
  change. See note No. 22 - NAVAIR Synopsis No. 40115-96.
CITE: (I-347 SN011258)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Naval Surface Warfare Center, Dahlgren Division, 17320
  Dahlgren Road, Dahlgren, Virginia 22448-5100
SUBJECT: K -- REFRIGERANTS CONVERSION OF TEST CHAMBERS
SOL N00178-97-Q-0091
DUE 012497
POC Merle J. Dixon, Purchasing Agent (540) 653-7858.
DESC: The Government intends to convert a basic quantity of three
  temperature and humidity (T&H) chambers: Russells Technical
  Products, M/N RWD-677-(2)-60C, 1 each; Russells Technical Products,
  M/N RD-64-25-25, 1 each; and Russells Technical Products, M/N
  RWD-677-(2)-60C, 1 each, from the use of CFC refrigerants to
  the new environmentally safe/compatible refrigerants. Refrigerants
  shall be replaced with AZ50 HFC R-507 and R-23 HFC, SULVA-95
  HFC. The contractor shall replace all filter dryers, high efficiency
  valve plates, oil separator and install synthetic oil in the
  high and low stage compressors. The contractor shall modify
  the R13 refrigerant injection expansion circuits as required.
  Follow-up operation and inspection of the systems by the contractor
  shall be required to ensure proper operation. The contractor
  shall dispose of hazardous waste products and all mineral oils
  in accordance with current environmental guidelines. Requestors
  shall be certified by EPA to service equipment containing Class
  1 Ozone depleting substances, and equipment used for removal
  must be EPA certified by the temperature and humidity chamber
  manufacturers. Contractor shall comply with OPNAVINST.5090.1B,
  Chapter 6. Place of performance shall be the Naval Surface
  Warfare Center, Dahlgren, VA. The anticipated duration of the
  purchase order shall be from date of award through 30 April
  1997. This procurement will be processed under the Simplified
  Acquisition Procedures. Written quotations shall be issued.
  Requests for quotes shall be requested in writing or via fax
  (540) 643-6812 to NSWCDD, Attn: Merle J. Dixon, Code SD18,
  17320 Dahlgren Road, Dahlgren, VA 22448. Reference quotation
  number N00178-97-Q-0091. Anticipated award shall be two (2)
  weeks after the closing date of the Request for Quotation.
  All responsible sources may submit a bid which shall be considered
  by NSWCDD. The SIC 1711 which applies to this procurement identifies
  a Small business as one having annual average gross revenue
  for the last three (3) fiscal years of no more than 7 million
  dollars. Numbered note 1 applies.
CITE: (I-347 SN011713)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Ryszard Wisniewski, Ministry of Posts and Telecommunications,
  European Integration Unit, Pl. Malachowskiego 2, 00-940 Warsaw,
  Poland, Tel: (48-22) 27 83 27, Fax: (48-22) 26 71 76
SUBJECT: L--POLISH NATIONAL INFORMATION INFRASTRUCTURE STRATEGY
  AND PILOT PROJECT
SOL N/A
POC Carol Stillwell, USTDA, Room 309, SA-16, Washington, D.C.
  20523-1602, Tel: (703) 875-4357, Fax No.: (703) 875-4009
DESC: Poland's Ministry of Posts and Telecommunications ("the
  Ministry") invites submission of Prequalification Statements
  from interested U.S. firms which are qualified on the basis
  of experience and capability to develop a strategy for the
  development of a Polish National Information Infrastructure.
  Based upon the Prequalification Statements, the Ministry will
  develop a short list of qualified firms which will be invited
  in writing to submit a formal Technical Proposal to carry out
  the study. The Government of Poland is interested in developing
  a National Information Infrastructure ("NII") strategy. This
  NII strategy will develop the framework for an open, competitive
  market where private sector operators can provide electronic
  commerce and services for government, business, education,
  health, and research. The objective of the project is to establish
  a National Information Infrastructure strategy for deployment
  in Poland, and to spur the NII's implementation by funding
  a pilot project based on the recommendations of the consultants
  performing the strategy study. The strategy will also develop
  specific project recommendations and the tender documents for
  interactive multimedia, rural access to the NII, Value Added
  Network Service (VANs) operators, and internet service providers
  (ISPs). One or more of these components of the NII would be
  implemented as a single pilot project. The Ministry is responsible
  for promoting and licensing ISPs and VANs and providing the
  policy and regulatory framework that allows them to contribute
  to the NII. The U.S. Trade and Development Agency (TDA) has
  approved a U.S. $389,000 Grant to fund a feasibility study
  to develop the NII strategy and to implement the pilot project.
  The feasibility study will be divided into two phases. Phase
  A (which is the subject of this CBD announcement) will be a
  consultancy to prepare the NII strategy and will be funded
  by $189,000 of the TDA Grant. Phase B will be the implementation
  of the pilot project valued at approximately $400,000. Phase
  B will be funded by $200,000 of the TDA Grant. All remaining
  costs of Phase B, estimated at $200,000, are to be provided
  by the U.S. firm selected as contractor. The Phase A consultant
  will develop the Phase B Terms of Reference and assist the
  Ministry in conducting a competitive procurement to select
  a firm to perform Phase B. Notice of the Phase B procurement
  will be published in the Commerce Business Daily. The Ministry
  will enter into a separate contract with the firm selected
  to implement Phase B and the Ministry will become the owner
  at the completion of Phase B of all equipment purchased for
  its implementation. A detailed Request for Proposals (RFP)
  for Phase A, which includes the requirements for submission
  of the Prequalification Statements and the Technical Proposal,
  the Phase A Terms of Reference, and a background definitional
  mission report is available from TDA, at Room 309, SA-16, Washington,
  D.C. 20523-1621. Requests for the RFP should be faxed to the
  IRC, TDA at 703-875-4009. In the fax, please include your firm's
  name, contact person, address, and telephone number. Please
  check your internal fax verification receipt. Because of the
  large number of RFP requests, TDA cannot respond to requests
  for fax verification. Requests for RFPs received before 4:00pm
  will be mailed the same day. Requests received after 4:00pm
  will be mailed the following day. Please check with your courier
  and/or mail room before calling TDA. Some firms have found
  that RFP materials sent by U.S. mail do not reach them in time
  for preparation of an adequate response. Firms that want TDA
  to use an overnight delivery service (e.g. Federal Express)
  should include the name of the delivery service and your firm's
  account number in the request for the RFP. Firms that want
  to send a courier to TDA to retrieve the RFP should allow one
  hour after faxing the request to TDA before scheduling a pick-up.
  Please note that no telephone requests for the RFP will be
  honored. Only U.S. firms and individuals may bid on this TDA
  financed activity. Interested firms, their subcontractors and
  employees of all participants must qualify under TDA's nationality
  requirements as of the due date for submission of qualifications
  and proposals and, if selected to carry out the TDA-financed
  activity, must continue to meet such requirements throughout
  the duration of the TDA-financed activity. All goods and services
  to be provided by the selected firm shall have their nationality,
  source and origin in the U.S. or host country. The U.S. firm
  may use subcontractors from host country for up to 20 percent
  of the TDA grant amount. Details of TDA's nationality requirements
  and mandatory contract clauses are also included in the RFP.
  Interested U.S. firms should submit their Prequalification
  Statements as outlined in the RFP in English directly to the
  Ministry in Poland by January 8, 1997. Evaluation criteria
  for the Prequalification Statements and the Technical Proposals
  are included in the RFP. Price will NOT be a factor in contractor
  selection, and therefore, cost proposals should NOT be submitted.
  The Ministry reserves the right to reject any and/or all Prequalification
  Statements or Technical Proposals. The Ministry also reserves
  the right to contract with the selected firm for subsequent
  work related to the project. The Ministry is not bound to pay
  for any costs associated with the preparation and submission
  of Proposals.
CITE: (I-346 SN011071)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: Immigration & Naturalization Service, Procurement Division,
  425 I Street, N.W., Room 2106, Washington, DC 20536
SUBJECT: M -- BASE OPERATING SUPPORT SERVICES
SOL HQ-97-03
DUE 122096
POC Jean M. Werner, (202) 305-2130 and Ms. Andrea K. Grimsley,
  Contracting Officer, (202) 514-3420.
DESC: The Immigration and Naturalization Services anticipates
  issuing RFP HQ-97-03 on or about December 30, 1996. The RPF
  is to solicit a contract for comprehensive base operating support
  services at the INS Satellite Training Facility in Charleston,
  South Carolina. The RFP requires a contractor to provide labor,
  equipment, transportation, administrative support, training
  and supplies necessary to ensure competent and efficient performance
  of services at the facility. This procurement is set-aside
  for Small Business Concerns, has a SIC Code of 8744 and a Size
  Standard of $20 million dollars average annual gross receipts
  over a three year period. INS anticipates proposals will be
  due on or about February 6, 1997. Section C of the RFP is subdivided
  into eight functional areas: Janitorial Services; Dormitory
  Management; Food Service; Security Services; Facilities Maintenance
  and Repair; Grounds Maintenance; Physical Training/Recreation
  and Student Support Services. Although the responsibilities
  in each functional area are relatively standard for that area,
  the area of Physical Training/Recreation and Student Support
  Services are somewhat unique. For example, in the area of Physical
  Training/Recreation, the contractor shall provide services
  which involve distribution, maintenance, cleaning and sewing
  of uniforms and accessories as well as inspecting, cleaning
  and disinfecting of all training and recreation equipment.
  Student Support Services applies to student programs and activities
  which include but are not limited to, transportation, audio/visual
  and computer labs; post office; bottled water service; motor
  pool support; issuing of practical exercise equipment; rangemaster
  services; firing range pick; gas house range services, roleplayers,
  overseeing warehouse operations and providing mail/messenger,
  delivery and other various ancillary support services to the
  INS Training Facility. The Contractor shall be responsible
  for all bonds, fees and insurance involved or related to the
  handling, issuing, inventory control and range maintenance
  of weapons and ammunition as part of the range master services
  for this contract. A Pre-Proposal Conference is "tentatively"
  scheduled for January 16th or 17th. All questions regarding
  the RFP shall be submitted, in writing, prior to the conference.
  The Government will make award to the Contractor whose offer
  represents the "best value" to the Government. For more information
  on the Statement of Work, interested vendors may access the
  INS Internet Homepage. Using the address www.usdoj.gov/ins,
  click on "Procurement Notices." INS is offering three different
  methods to obtaim a copy of the RFP: (1) A "Printed Copy" may
  be obtained by submitting an "Intent to Offer" Form and a Business
  or Certified Check in the amount of $15.00, made payable to
  the U.S. Treasury to the address shown above ATTN: Jean M.
  Werner, Room 2106. Check should be mailed no later than 10
  days prior to the tentative issuance of the RFP; (2) Submit
  a formatted 3-1/2" diskette and self-addressed mailer to the
  address shown above (ATTN: Jean M. Werner, Room 2106). A copy
  of Microsoft Word 6.0 will be placed on your diskette and mailed
  the date the RFP is issued; (3) Access the Internet, address:
  www.usdoj.gov/ins on or before the date of issuance. The RFP
  will be downloaded the date of issuance. The "Pre-solicitation
  notice," currently loaded on this web site, will be be replaced
  by the RFP. IMPORTANT NOTICE: It is imperative all interested
  vendors complete an "Intent to Offer" Form it they wish to
  be placed on the Official Bidders Mailing List. This is the
  only way the vendor can be assured receipt of notices, amendments,
  etc pertaining to this RFP. For additional information on how
  to place your name on the Bidders Mailing List, receive a copy
  of the RFP or receive the "Intent to Offer" Form, please contact
  Ms. Werner or Ms. Grimsley, phone numbers shown above. Facsimilie
  requests should be transmitted to the attention of Ms. Jean
  Werner at (202) 514-3353.
CITE: (I-347 SN011237)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: N--Installation of Equipment
OFFADD: Commander (vpl-3), U. S. Coast Guard, Maintenance & Logistics
  Command Atlantic, 300 East Main Street, Suite 600, Norfolk,
  VA 23510-9102
SUBJECT: N -- INSTALL GOVERNMENT FURNISHED "J-BAR" DAVIT MAN
  OVERBOARD RECOVERY STATION
SOL DTCG80-97-Q-3FAC20
DUE 123096
POC Contact Sk1 V. Dedeaux, Purchasing Agent (757) 628-4662
DESC: This is a combined synopsis/solicitation for commercial
  services prepared in accordance with the format in Subpart
  12.6, as supplemented with additional information included
  into this notice. This announcement constitutes the only solicitation;
  proposals are being requested and written solicitation will
  not be issued. This is a request for quotation (RFQ) number
  DTCG80-97-Q-3FAC20. This solicitation document will incorporate
  provisions and clauses that are in effect through Federal Acquisition
  Circular 90-42. The standard industrial classification code
  is 7692 and the size standard is $5.0. The following is a description
  or the listed services: 1. Contractor to provide all labor,
  material, and services to install government furnished "J-Bar"
  Davit Man Overboard Recovery Station in accordance with specifications
  and drawings. All materials listed on Drawing 905 WMEC 611-004's
  list of material is provided as government furnished equipment.
  All work is to be accomplished at vessel's home port. These
  are the following vessel's: USCGC ESCANABA (WMEC-907), 427
  COMMERCIAL STREET, BOSTON, MA 02109 Performance Period is 13-17
  JAN1997, USCGC TAHOMA (WMEC-908), STATE PIER, NEW BEDFORD,
  MA 02740 Performance Period is 03-08 MAR1997, and USCGC SPENCER
  (WMEC-905) 427 COMMERCIAL STREET, BOSTON, MA 02109 Performance
  Period 16-20 JUN1997. As prescribed in FAR 52.12-2 Evaluation-Commercial
  Items. The Government will award a contract resulting from
  this solicitation to the responsible offeror whose offer conforming
  to the solicitation will be most advantageous to the government,
  price and other factors considered. The following factors shall
  be used to evaluate offers: Price, Required Delivery Date.
  The following FAR Clauses will apply to this solicitation:
  52.219-6 Notice of Total Small Business Set-Aside, 52.222-41
  Service Contract Act of 1965, as amended. Offers are due on
  30 December 1996 1200, Commander (vpl-3) MLCLANT 300 East Main
  Street, Suite 600, Norfolk, VA 23510-9102 Attn: SK1 Valeri
  Dedeaux. For information and copies of Specifications call
  (757)628-4662.
CITE: (I-347 SN011697)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: vamc (660), 500 foothill blvd, slc, utah 84148
SUBJECT: P -- PROVIDE INDUSTRIAL HYGIENE (IH) SERVICES
SOL 660-04-97
DUE 012997
POC ms. stevison, contract specialist, (801)584-1243
DESC: (SIC 8711) Provide IH services for various areas of the
  VAMC on a unit price contract for PIH, CIH monitoring and samples
  to include (PCM) Phase Contrast Microscopy, (PLM) Polarized
  Light Microscopy and (TEM) Transmission Electron Microscopy.
  Require services on an "On Call" basis with required two hour
  emergency response time. Base year from date of award to Sept
  30, 1997 with option years one through four. If you would like
  a copy of the invitation for bid fax request to (801) 584-2506,
  on or before December 30, 1997. Issue of invitation for bid
  on or about Jan 3, 1997.
CITE: (I-347 SN011273)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: P --PROVIDE OUTPATIENT SOCIAL WORK
SOL F09650-97-Q-0244
DUE 013197
POC For copy, WR-ALC/PKOC, For additional information contact
  James  Bozeman/Pkos/[912]926-9287
DESC: Provide outpatient social work health care services for
   government beneficiaries, early intervention program for developementally
  delayed infants, toddlers, and their families. Fax Number:
  912-926-3590. The approximate issue/response date will be 01
  Jan 97. The anticipated award date will be 20 Jan 97. Written
  procedure will be used for this solicitation. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered.
CITE: (I-347 SN011625)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of Prisons, FCI Schuylkill, P.O. Box 700,
  Minersville, Pa. 17954
SUBJECT: Q--DENTAL TECH
SOL RFQ 252-0031-7
DUE 012997
POC Lori Rarig, (717) 544-7311, Contracting Officer.
DESC: The Federal Bureau of Prisons is requesting non-personal
  services for a Dental Tech. The solicitation packages will
  be available on December 30, 1996 with an anticipated bid opening
  on or about January 29, 1997. The successful bidder will be
  responsible for Dental Tech. services being professional in
  nature, as provided in the method as considered normal in the
  local community. They will be responsible for dental impressions,
  pouring and trimming casts, constructing impressions trays,
  fabricating base plates and wax bite rims, minor prosthetic
  repairs and polishing, sending and receiving laboratory cases,
  performing laboratory infection control procedures, and general
  dental  assistant duties as necessary. Services are requested
  for a six hour session five days a week. The successful bidder
  must have completed the necessary training required in a Vocational
  Technical School, on the Job training under the supervision
  of a licensed dentist or from a credited school. The resulting
  contract will be a one year contract, starting Date of Award
  through September 30, 1997. Additionally, the successful bidder
  will be required to pass a background investigation. The acquisition
  is a 100% set-aside for small business concerns. All requests
  for this solicitation can be addressed to: FCI Schuylkill,
  P.O. Box 700, Minersville, PA 17954, Attn: Lori Rarig. All
   responsible sources may submit a bid which will be considered
  by the agency.
CITE: (M-347 SN011189)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of Prisons, FCI Schuylkill, P.O. Box 700,
  Minersville, Pa. 17954
SUBJECT: Q--DENTAL HYGIENIST
SOL RFQ 252-0030-7
DUE 012997
POC Lori Rarig, (717) 544-7311, Contracting Officer.
DESC: The Federal Bureau of Prisons is requesting non-personal
  services for a Dental Hygienist. The solicitation packages
  will be available on December 30, 1996 with an anticipated
  bid opening on or about January 29, 1997. The successful bidder
  will be responsible for Dental Hygienist services being professional
  in nature, as provided in the method as considered normal in
  the local community. They will be responsible for taking impressions
  pouring casts, cleaning, x-rays, applying fluorides, oral hygiene
  instructions to inmates, removal of sutures, place and removal
  of dressings, etc. to inmate patients. Services are requested
  for a six hour day two days a week. The  successful bidder
  must have a minimum of 2 years college, equivalent to an associate
  degree in applied science. The resulting contract will be a
  one year contract, starting Date of Award through September
  30, 1997. Additionally, the successful bidder will be required
  to pass a background investigation. This acquisition is a 100%
  set-aside for small business concerns. All requests for this
  solicitation can be addressed to: FCI Schuylkill, P.O. Box
  700, Minersville, PA 17954, Attn: Lori Rarig. All responsible
  sources may submit a bid which will be considered by the agency.
CITE: (M-347 SN011216)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of Prisons, Regional Contracting Office,
  3600 Spurr Road, Quarters 14, Lexington, Kentucky 40511
SUBJECT: Q -- IN-PATIENT AND OUT-PATIENT MEDICAL SERVICES
SOL 138-0180
DUE 021097
POC Melvin L. Gardner, Regional Contract Specialist, (606) 253-8889,
  Fax (606) 253-8882.
DESC: The Federal Bureau of Prisons seeks to make a single award
  contract to the responsible offeror for the provision of Inpatient/
  Outpatient Medical Services to inmates located at the United
  States Penitentiary in Terre Haute, IN. The offeror shall make
  available on a non-discriminatory basis, all necessary hospital
  inpatient/ outpatient services, inpatient/outpatient physician
  services, and outpatient institution services as proposed on
  an as needed basis. Such services shall be provided in a manner
  consistent with the medical needs of the institution while
  maintaining applicable standards of quality and cost-effective
  care. Offeror(s) are encouraged to submit an all inclusive
  proposal agreeing to provide Inpatient/Outpatient Hospital
  Service, Inpatient/Outpatient Physician Srvices, and Outpatient
  Institution Services. Offeror(s) may propose subcontracting
  agreements with other providers in order to cover those items
  which are beyond their in-house expertise. Inpatient/Outpatient
  Hospital Services shall include, but not limited to the following:
  hospital inpatient rooms, meals, medical supplies, pharmaceuticals,
  outpatient procedures at the contactor's facility, and other
  ancillary services. The offeror(s) shall provide comprehensive
  Inpatient/Outpatient Physician Services in the following areas,
  but is not limited to the following: Ophthalmolog, Orthopedics,,
  Dermatology, Otorhinolarngology, Nephrology, Gastroenteroloy,
  Pathology, Annesthesiolgy, Psychiatry, Cardiology, Urology,
  General Surgery, Radiology, Infectious Disease, Endocrinoloy,
  Geriatrics, Internal Medicine, Chemotherapy, Cardiovascular
  Surgery, Detoxification, Pulmonary Medicine, Outpatient Physical
  Therapy, Radiation Therapy, Oral Surgery, Drug Abuse Therapy,
  Laboratory Services, Professional Services, Dialysis, Obsterics
  and Gynecology, Neurology, Vascular Surgery, Nuclear Medicine,
  Plastic and Reconstructive Surgery, and Neurosurgery. The contractor
  shall also provide the following Outpatient Institution Services
  at the United States Penitentiary in Terre Haute, IN: Orthopedic
  Surgeon, Optometrist, Dermatologist, Cardiologist, Psychiatrist,
  Urologist, Physical Therapist, Internist, General Surgeon,
  Ophthalmologist, Neurologist, Oral Surgeon, Ear/Nose and Throat
  (ENT) Specialist, and Audiologist. This will be a firm fixed-
  price requirements contract, with a base period from date of
  award through twelve months, with the possibility of four (4)
  one-year option periods for renewal. The estimated quantities
  for these periods are as follows: Base Year (award thorugh
  twelve month period), estimated inpatient days 350, estimated
  outpatient visits 2392, estimated outpatient institution services
  sessions (1 hour per session) 832; Option Year One (thirteen
  months through twenty-four months), estimated inpatient days
  350, estimated outpatient visits 2392, estimated outpatient
  institution services (1 hour per session) 832; Option Year
  Two (twenty-five months through thirty-six months), estimated
  inpatient days 350, estimated outpatient visits 2392, estimated
  outpatient instituion services (1 hour per session) 832; Option
  Year Three (thirty-seven month through forty-eight months),
  estimated inpatient days 350, estimated outpatient visits 2392,
  estimated outpatient institution services (1 hour per session)
  832; Option Year Four (forty-nine months to sixty months),
  estimated inpatient days 350, estimated outpatient visits 2392,
  estimated outpatient institution services (1 hour per session)
  832. All requests for copies of Request for Proposal 138-0180,
  must be submitted in writing to: Melvin L. Gardner, Reg. Contract
  Specialist, Federal Bureau of Prisons, Regional Contracting
  Office, 3600 Spurr Road, Quarters 14, Lexington,KY 40511. Fax
  requests may also be submitted to the attention of the contracting
  officer listed above at (606) 253-8882. No telephone requests
  will be accepted. The estimated solicitation issue date is
  01/06/97, with and estimated offer receipt date of 02/10/97.
  This requirement is not set-asside and is considered non-restrictive.
  All responsible sources submitting an offer will be given consideration.
CITE: (I-347 SN011232)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- Q NURSE PRACTITIONER SERVICES
SOL DTCG84-97-R-3KB956
DUE 012297
POC Contact Xiomarys Vargas, Contract Specialist/Marie A. Gilliam,
  Contracting Officer at (957) 628-4118.
DESC: Correction: This action originally publicized in the CBD
  dated 12/4/96 for non-personal Nurse Practitioner services
  is hereby corrected to add the following location: U. S. Coast
  Guard Clinic, Support Center, New Orleans, Louisiana. For information
  concerning the acquisition, contact the contracting official
  listed above or fax your request to (757) 628-4134. Any correspondence
  concerning this acquisition shall reference Request For Proposal
  (RFP) Number DTCG84-97-R-3KB956. NOTE: Prospective offerors
  may make an offer for one or both of the stated locations.
  This solicitation may result in multiple awards.
CITE: (I-347 SN011687)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- Q NURSE PRACTITIONER SERVICES
SOL DTCG84-97-R-3KB956
DUE 012297
POC Contact Xiomarys Vargas, Contract Specialist/Marie A. Gilliam,
  Contracting Officer at (957) 628-4118.
DESC: Correction: This action originally publicized in the CBD
  dated 12/4/96 for non-personal Nurse Practitioner services
  is hereby corrected to add the following location: U. S. Coast
  Guard Clinic, Support Center, New Orleans, Louisiana. For information
  concerning the acquisition, contact the contracting official
  listed above or fax your request to (757) 628-4134. Any correspondence
  concerning this acquisition shall reference Request For Proposal
  (RFP) Number DTCG84-97-R-3KB956. NOTE: Prospective offerors
  may make an offer for one or both of the stated locations.
  This solicitation may result in multiple awards.
CITE: (I-347 SN011691)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: NIH, OPM, 6120 Executive Blvd, Rockville, MD 20892-7260
SUBJECT: Q -- RESPIRATORY THERAPY AND PHYSIOLOGICAL MONITORING
  SERVICES
SOL 263-97-P(LJ)-0007
POC Ann Argaman, Contract Specialist, 301-496-6254, Patrick Williams,
  Contracting Officer, 301-496-2501.
DESC: The Clinical Center at the National Institutes of Health
  (NIH) has a need for a contractor to provide respiratory care
  and physiological monitoring services to provide patient care
  in the 500+ bed hospital for a base contract period of twelve
  (12) months with options to extend the term of services for
  four (4) additional twelve (12) month periods. These services
  are considered to be commericial services. The following history
  is provided for reference purposes only: Respiratory care and
  physiological monitoring services for patients in the NIH Clinical
  Center have been provided by contract since 1987. From 1987
  through 1991 the Respiratory Section/Physiological Monitoring
  Section had a history of 64,200 procedures per year in the
  two sections. 56% of the procedures were provided for critical
  care patients and 44% was for general care patients. 68% of
  the care was provided during the day shift and 32% of the services
  were provided by night shift. During the last four years the
  total number of procedures were approximately 57,000 per year.
  The services provided via contract included comprehensive respiratory
  care treatments, cardiopulmondary resuscitation, chest physiotherapy,
  and mechanical ventialtion; a full range of physiological monitoring
  inclusive of hemodynamic monitoring, procedure assistance,
  and monitoring system maintenance. The last several years have
  included a full range of echocardiography and limited electroencephalogram
  services during off hours. The personnel providing these services
  have formal education with a minimum of one year experience
  and are licensed practitioners in the state of Maryland. They
  also have credentials from the National Board of Respiratory
  Care (NBRC) as certified or registered respiratory care practitioners
  (RCPs). Day shift has a minimum staffing of three therapists
  and one supervisor. The night shift has two therapists and
  one supervisor. The Section provides regular weekly medical
  training reviewing respiratory care and hemodynamic monitoring
  education to their staff. The competence of each therapist
  is verified via written testing and demonstration of skills
  quarterly to assure maintenance of clinical skills of all RCPs
  providing patient care. They also provide training to the Clincial
  Center's nursing staff, both critical care and general care
  nurses. This Section participates in and is a major coordinator
  in the weekly techical training provided for all Clinical Center
  therapists for continuing medical education which yields continuing
  respiratory care education units (CRCEs) which are required
  for maintaining state licensure. An ongoing QA program utilizing
  CQI and JCAHO standards has been established in this Section.
  The Section has maintained this program exceeding all standards
  and serving as a role model for other sections of the Department.
  Monthly reports are generated on Quality Assurance, training
  and attendance, and patient care activities. The Government
  provides all equipment and supplies to the Section for all
  Clinical Services with the exception of computers for administrative
  work. An estimated 20-25 personnel will be required. A PRE-PROPOSAL
  CONFERENCE HAS BEEN SCHEDULED FOR TUESDAY, JANUARY 14, 1997
  AT 12:30 P.M. AT THE NATIONAL INSTITUTES OF HEALTH, WARREN
  GRANT MAGNUSEN CLINICAL CENTER, BUILDING 10, MEDICAL BOARD
  ROOM 2C116, 9000 ROCKVILLE PIKE, BETHESDA, MARYLAND. ALL QUESTIONS
  SHOULD BE SUBMITTED IN WRITING TO THE CONTRACTING OFFICE AT
  THE ABOVE ADDRESS OR FAXED TO 301-402-2431. Interested firms
  should submit their requests for the solicitation in writing
  to the above address.
CITE: (I-347 SN011710)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: NIH, OPM, 6120 Executive Blvd, Rockville, MD 20892-7260
SUBJECT: Q -- RESPIRATORY THERAPY AND PHYSIOLOGICAL MONITORING
  SERVICES
SOL 263-97-P(LJ)-0007
POC Ann Argaman, Contract Specialist, 301-496-6254, Patrick Williams,
  Contracting Officer, 301-496-2501.
DESC: The Clinical Center at the National Institutes of Health
  (NIH) has a need for a contractor to provide respiratory care
  and physiological monitoring services to provide patient care
  in the 500+ bed hospital for a base contract period of twelve
  (12) months with options to extend the term of services for
  four (4) additional twelve (12) month periods. These services
  are considered to be commericial services. The following history
  is provided for reference purposes only: Respiratory care and
  physiological monitoring services for patients in the NIH Clinical
  Center have been provided by contract since 1987. From 1987
  through 1991 the Respiratory Section/Physiological Monitoring
  Section had a history of 64,200 procedures per year in the
  two sections. 56% of the procedures were provided for critical
  care patients and 44% was for general care patients. 68% of
  the care was provided during the day shift and 32% of the services
  were provided by night shift. During the last four years the
  total number of procedures were approximately 57,000 per year.
  The services provided via contract included comprehensive respiratory
  care treatments, cardiopulmondary resuscitation, chest physiotherapy,
  and mechanical ventialtion; a full range of physiological monitoring
  inclusive of hemodynamic monitoring, procedure assistance,
  and monitoring system maintenance. The last several years have
  included a full range of echocardiography and limited electroencephalogram
  services during off hours. The personnel providing these services
  have formal education with a minimum of one year experience
  and are licensed practitioners in the state of Maryland. They
  also have credentials from the National Board of Respiratory
  Care (NBRC) as certified or registered respiratory care practitioners
  (RCPs). Day shift has a minimum staffing of three therapists
  and one supervisor. The night shift has two therapists and
  one supervisor. The Section provides regular weekly medical
  training reviewing respiratory care and hemodynamic monitoring
  education to their staff. The competence of each therapist
  is verified via written testing and demonstration of skills
  quarterly to assure maintenance of clinical skills of all RCPs
  providing patient care. They also provide training to the Clincial
  Center's nursing staff, both critical care and general care
  nurses. This Section participates in and is a major coordinator
  in the weekly techical training provided for all Clinical Center
  therapists for continuing medical education which yields continuing
  respiratory care education units (CRCEs) which are required
  for maintaining state licensure. An ongoing QA program utilizing
  CQI and JCAHO standards has been established in this Section.
  The Section has maintained this program exceeding all standards
  and serving as a role model for other sections of the Department.
  Monthly reports are generated on Quality Assurance, training
  and attendance, and patient care activities. The Government
  provides all equipment and supplies to the Section for all
  Clinical Services with the exception of computers for administrative
  work. An estimated 25-30 personnel will be required. The Solicitation
  will be issued on or about 15 days after publication of this
  notice, with closing date for proposals 30 days after issue
  date. A PRE-PROPOSAL CONFERENCE HAS BEEN SCHEDULED FOR TUESDAY,
  JANUARY 14, 1997 AT 12:30 P.M. AT THE NATIONAL INSTITUTES OF
  HEALTH, WARREN GRANT MAGNUSEN CLINICAL CENTER, BUILDING 10,
  MEDICAL BOARD ROOM 2C116, 9000 ROCKVILLE PIKE, BETHESDA, MARYLAND.
  ALL QUESTIONS SHOULD BE SUBMITTED IN WRITING TO THE CONTRACTING
  OFFICE AT THE ABOVE ADDRESS OR FAXED TO 301-402-2431. Interested
  firms should submit their requests for the solicitation in
  writing to the above address.
CITE: (I-347 SN011711)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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 MODIFICATION
SOL ACFA/IA
POC Charles Wilson, Contract Specialist.
DESC: The Library of Congress intends to issue a delivery order
  against an existing Basic Ordering Agreement to renew a subscription
  with Information Access Company for the continued use and access
  of their database by U.S. Army Van Noy Library, Fort Belvoir,
  VA. This subscription is for their InfoTrac databses which
  include: Academic Index, Business Index, Company Profile, F&S
  Index Plus text, General Business File, Government Publication
  Index, General Periodicals Index, Health Index, Investext,
  Legal TRAC, Magazine Index/Plus, National Newspapers Index,
  etc. 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: ACFA/IA.
CITE: (I-347 SN011240)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 11 CONS/LGCV, 500 Duncan Ave., Room 250, Bolling AFB,
  DC 20332-0305
SUBJECT: R--PROFESSIONAL MEMBERSHIP QUALITY MANAGEMENT PROGRAM
SOL F49642-97R0254
POC Ms. Barbara Giannini, Contract Specialist, (202) 767-7877,
  or Ms. Vicki Person, Contracting Officer, (202) 767-7875.
DESC: The 11th Contracting Squadron (11 CONS/LGCV) intends to
  negotiate on a sole source basis with Council for Continuous
  Improvement a fixed price type contract for 1 basic year and
  4 option years. This intent is based on FAR 6.302-1, "Only
  one responsible source and no other supplies or services will
  satisfy agency requirements", 10 U.S.C. 2304(c)(1) or 41 U.S.C.
  253(c)(1). See Numbered Note 22.
CITE: (M-347 SN011310)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue
  Bldg 1289  Se, Hill Air force Base, Ut 84056-5816
SUBJECT: R --ENGINEERING SERVICES
SOL F42610-97-R-20112
DUE 012897
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Eng Services/Mods/Lmke/[801]777-5666
DESC: The Government intends to establish a new line item for
  Trainer  support on the Boeing contract, F42610-96-C-0043.
  Item 0001 Engineering/Technical Services IAW the SOW. Estimated
  MM 50.8 Work to be performed at Ogden. Delivery: Award through
  Sep 97. To include all required reports and data. The approximate
  issue/response date will be 27 Dec 96. To: Boeing Aerospace
  & Electronics, Seattle WA 98124-2499. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty-five days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Request for copies of solicitations must
  reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 26.
CITE: (I-347 SN011495)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Wr-Alc/Lfk, 296 Cochran St, Robins Air Force Base Ga
  31098-1622
SUBJECT: R --CONSTRUCTION SERVICES
SOL F09603-97-Q-21245
DUE 013197
POC For copy, WR-ALC/PKXOC include mfg code, For additional 
  information contact Robert C Hawthorne/Lfka/912-926-0798
DESC: This solicitation, F09603-97-21245, is for construction
  services  for the replacement of the uninstalled engine test
  facility sun shelter located at Kkab Khamis. Fax number 912-926-7544.
  The approximate issue/response date will be 01 Jan 97. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. nnnn All potential offerors should contact the
  buyer/PCO identified above for additional information and/or
  to communicate concerns, if any, concerning this acquisition.
  If your concerns are not satisfied by the contacting officer,
  an Ombudsman has been appointed to hear serious concerns that
  are not resolved through established channels. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate serious
  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. When appropriate,
  potential offerors may contact Ombudsman James Grant, Chief,
  Contract Policy Division, at 912-926-2604. Please be prepared
  to identify previous contacts made by you in an attempt to
  resolve you concerns. Offers in response to solicitations under
  ten million dollars may be evaluated using the competition
  for performance program as follows: While price will be a significant
  factor in the evaluation of offers, the final contract award
  decision may be based upon a combination of price and Past
  performance factors as detailed in the solicitation. This acquisition
  may/does involve technology that has a military or space application.
  The only US contractors who may participate are those that
  are certified and registered with DLSC (1-800-352-3572) and
  have a legitimate business purpose. US contractors must submit
  a copy of their current, approved DD Form 2345 with their request
  for solicitation. To request this certification, write to the
  Commander, Defense Logistics Services Center, ATTN: DLSC-FEB,
  Federal Center, Battle Creek MI 49017- 3084 and request a copy
  of Department of Defense Form 2345 or call DLSC at the above
  number. The solicitation/data package will be mailed to the
  data custodian identified in block 3 of the DD Form 2345. The
  extent of foreign participation has not yet been determined.
  MOU country sources must contact the Contracting Officer within
  15 calendar days of the date of this synopsis notice to receive
  a copy of the solicitation at the time it is initially issued.
  Issuance of the RFP will not be delayed to review requests
  from MOU country sources received after 15 days or from non-MOU
  country sources. Nothing in this notice contradicts other restrictions,
  identified in the synopsis notice or solicitation, regarding
  eligible sources (e.g., if this is a small-business set-aside,
  foreign sources may not participate as potential prime contractors
  but could, if otherwise eligible, participate as subcontractors).
CITE: (I-347 SN011621)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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 -- PROJECT EXECUTION TECHNICAL RESOURCES ONLINE FOR
  CORPS OF ENGINEERS, OMAHA DISTRICT
SOL DACA45-97-R-0016
DUE 020797
POC CONTRACT SPECIALIST: Buzz Dethlefs (402) 221-3124. Plans
  and specifications can be ordered by fax at (402) 221-4530.
DESC: The US Army Corps Of Engineers, Omaha District requires
  the services of a firm for support of the Project Execution
  Technical Resources On-line (PETRO), a technical information
  management services component of the USACE, Omaha District
  (CEMRO). PETRO fulfills four primary service functions for
  CEMRO clients and technical data users: 1. A Project Execution
  hub which facilitates the management, control, and evaluation
  of complex environmental field programs. 2. A Data Server providing
  the infrastructure through which CEMRO clients have access
  to technical data in accordance with specific user needs. 3.
  A geographic information system (GIS) which promotes technical
  data analysis through the combination of spatial data objects
  and tabular attribute data. 4. A provider of software tools
  that connect with the spatial and tabular data sets on PETRO.
  The services addressed by the solicitation will be used by
  CEMRO to support the internal activities of PETRO and those
  of its Government customers. To support DOD major commands
  and other Federal agencies, work may be required both within
  Omaha District boundaries and throughout the US. Services will
  consist of, but not necessarily be limited to, the following:
  1. Design and implementation of training programs regarding
  PETRO resources and the associated COTS-software targeted for
  CEMRO technical staff, contractors, or Air Force installation
  customers. 2. Evaluation, cataloguing, and maintenance, and
  distribution of new and existing spatial data sets to PETRO
  users. 3. Tracking, evaluation, analysis and processing of
  technical data generated by environmental field projects, including
  IRPIMS and other deliverables received from various sources
  for inclusion in the PETRO data server. 4. Supporting the automation
  of project execution processes through PETRO resources. 5.
  Specific GIS or database services requested by PETRO users,
  including customized data exports or conversions, installation
  and configuration of PETRO tools/connectivity at client sites,
  programming of new features on PETRO software to meet evolving
  user requirements, integration of multiple data sources for
  decision support, computer modeling of the sources and environmental
  fate of hazardous and toxic materials. 6. Development or revision
  of strategic planning documents, software user manuals, standard
  operating procedures for new PETRO services or products. 7.
  Operation and maintenance, including system, database, and
  data administration functions, of an ORACLE RDBMS on SUN workstations
  linked to the internet for external access. 8. Maintenance
  of the PETRO web page and staffing of the PETRO Response Line
  during regular business hours. The contract will have a basic
  contract period of 365 calendar days after award with four
  option years (options to be exercised at the discretion of
  the Government). The contract, inclusive of all options, will
  not exceed $3 million. Since the firm selected will review
  and evaluate work products from AE contractors, it is necessary
  that the firm be able to work in a conflict-of-interest free
  position with regards to such tasks. A technical and cost proposal
  will be required. Evaluation by the Government will result
  in selection of the firm that represents the most advantageous
  offer to the Government based on technical merit, relevant
  experience, price/cost, and other pertinent factors. The SIC
  code for this acquisition is 8999 with a size standard of $3.5
  million. THIS SOLICITATION IS RESTRICTED TO SMALL BUSINESS
  PARTICIPATION. There is no charge for the solicitation, however
  only one set is available per offeror. The solicitation will
  be mailed out on or about 07 JAN 97 with a due date of 07 FEB
  97. Requests may be submitted by mail or by FAX no later than
  14 days prior to the proposal due date and must reference RFP
  No. DACA45-97-R-0016. Firms are requested to provide their
  name, street and mailing address, telephone, and fax number.
  SPECIAL NOTES: All responders are advised that this requirement
  may be canceled or revised at any time during the solicitation,
  selection evaluation, and/or final award structure. Questions
  regarding ordering and proposing documents should be made to:
  402/221-4266 or FAX No. 402/221-4530. Telephone calls regarding
  small business matters should be made to Mr. Hubert J. Carter,
  Jr. at 402/221-4110. Questions regarding submission of proposals
  shall be made to Mr. Buzz Dethlefs at 402/221-3124.
CITE: (I-347 SN011690)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal
  Drive, Arlington, VA 22245-
SUBJECT: R -- PROGRAM EXECUTIVE OFFICE - SPACE AND COMMUNICATIONS
  SENSORS SUPPORT SERVICES (CAAS)
SOL N00039-97-R-0051(Q)
POC Tom Kruza, 02-21, 703-602-0854.
DESC: Synopsis No. 13. The Space and Naval Warfare Systems Command
  intends to solicit a one (1) year Contracted Advisory and Assistance
  Services (CAAS) contract with up to four (4) option years,
  to perform engineering, technical review and analysis, general
  program management, and test and evaluation services for the
  Program Executive Office - Space, Communications and Sensors
  (PEO-SCS). The contract will require interface with the PEO-SCS
  matrix staff organization and all program offices under the
  PEO-SCS including, but not limited to, the Communications Satellite
  Programs Office (PMW 146), the Advanced Tactical Data Link
  Systems Program Office (PMW-159), and the Multifunctional Information
  Distribution System (MIDS) Program Office (PMW-101) and the
  MILSATCOM Joint Terminal Program Office (MJTPO). The main programs
  requiring support include, but are not limited to, UHF Follow-On
  Satellite (UFO), Joint Tactical Information Distribution System
  (JTIDS/LINK 16/TADIL), Command and Control Processor (C2P),
  Link 11 Improvement Program (LEIP), NATO Improved Link Eleven
  (NILE), MIDS and the Submarine Laser Communication Satellite
  (SLCSAT) Advanced Development Program. Multiple firm-fixed-price,
  Indefinite Delivery, Indefinite Quantity task order contracts
  are anticipated which will provide for technical services in
  support of the above described programs. It is contemplated
  that the first year of performance will have a requirement
  for 240,000 man hours of support effort with four (4) follow-on
  option years, each having an additional 240,000 man hours of
  effort. The Standard Industrial Classification (SIC) is 8711.
  Potential offerors must possess a TOP SECRET facility clearance
  at time of award. The Final RFP will be transmitted through
  the SPAWARSYSCOM Bulletin Board System (SPAWAR BBS), which
  can be accessed by calling (703)602-9494, or via the internet
  at URL http://spawarbbs.spawar.navy.mil. The SPAWAR BBS (non-internet)
  operates at 14,400 BAUD with a setting of 8:N:1. To download
  the Final RFP, the prospective offerors will need, at a minimum,
  PC or MAC, with modem emulation software that supports VT100
  or ANSI standing, a modem that operates between 300 bps - 14.4K
  bps (for non-internet access), and 0.6 MEG of free disk space.
  Prospective offerors are required to supply the name and address
  of their company and the Point of Contacts' name and phone
  number on the on-line questionnaire in order to be placed on
  the RFP Bidder's List. The Final RFP file name will be PEOOMNI.ZIP,
  and will consist of files in WordPerfect 6.0 and Microsoft
  Word 6.0, and Microsoft Access 2.0 formats, compressed by shareware
  program, PKZ204G.EXE. The SPAWAR BBS will be available 24 hours
  a day, seven days a week. However, as the demand may be heavy,
  it may be necessary to call repeatedly or during non-business
  hours. If any assistance is needed regarding use of the SPAWAR
  BBS, please contact Mark Gurganus at (703)602-1842. Written
  or electronic requests, to the contract specialist or contracting
  officer listed below, for an electronic or hard copy of the
  Final RFP will be honored. If the request is in writing, two
  formatted, high density, 3 1/2 inch diskettes must accompany
  the request. Offerors may also bring two formatted high density,
  3 1/2 inch diskettes to the Contractor Liaison Branch, Space
  and Naval Warfare Systems Command, 2451 Crystal Park Drive,
  CPK 5, Room 201, Arlington, VA 22245-5200, between the hours
  of 7:00am and 3:00pm, Mon- Fri, in order to obtain an electronic
  copy of the Final RFP. The Final RFP will be available no earlier
  than 15 days from the date of this synopsis. A Conference of
  Prospective Offerors will be held approximately three weeks
  after release of the Final RFP. Details regarding the Conference
  of Prospective Offerors will announced via the SPAWAR BBS.
  The file name for the Conference of Prospective Offerors will
  be PEOPRE.ZIP. This synopsis is not a promise by the Government
  to pay for information received in response to the RFP. Inquiries
  regarding this synopsis should be addressed to Mr. Tom Kruza,
  Contract Specialist at (703)602-0854 (electronic mail kruzat@smtp-gw.spawar.navy.mil)
  or by fax at (703) 602-7367. In the event Mr. Kruza cannot
  be reached, contact Ms. Kelly Hough, Contract Specialist at
  (703)602-0762 (electronic mail houghk@ smtp-gw.spawar.navy.mil),
  or by fax at (703)602-7367. All responsible sources may submit
  a bid, proposal or quotation. Release of this RFP is planned
  for December 1996. See Numbered Note(s): 1.
CITE: (I-347 SN011699)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Office of Justice Programs, Contracts Branch, Room 542
  633 Indiana Avenue, N.W., Washington, DC 20531
SUBJECT: R -- "OPERATION OF THE OJP HELP DESK"
SOL OJP-93-C-005
POC Carrie F. Causey, Contracting Officer (202) 616-1901.
DESC: The Office of Justice Programs (OJP) intends to negotiate
  a Supplemental Agreement under Contract OJP-93-C-005 with CEXEC,
  Inc., 8618 Westwood Center Drive, Vienna, Virginia 22182. The
  contract will be extended for twelve months to continue "Operation
  of the OJP Help Desk." This Supplemental Agreement will be
  negotiated under the authority of 41 U.S.C. 253(c)(1) -- Only
  One Responsible Source with Unique Capabilities. This is not
  a request for proposals. Any interested firms may submit their
  technical capabilities. See Note 22.
CITE: (I-347 SN011706)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Health Resources and Services Administration, 5600 Fishers
  Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857
SUBJECT: R -- FOH TRANSITION
SOL HRSA-BPHC-97-H0718A
DUE 123196
POC Alexandra B. Garcia
DESC: The purpose of this procurement is to provide consultation
  services regarding the feasibility and desirability of converting
  FOH to a non-appropriated fund instrumentality and provide
  technical assistance in the utilization of the new authority
  to award personal service contracts, which requires analysis
  of the statutory and regulatory environment; develop policy
  and procedural guidance for FOH staff. The contractor shall
  provide written reports; followed by oral briefing and discussion
  with FOH officials; edit report; provide relevant portions
  of the legislation, regulations, or directives associated with
  personal services contracts and/or converting FOH to a NAFI;
  participate in FOH, HRSA, and/or Departmental meeting. The
  period of performance is one year. According to the Simplified
  Acquisition Procedures in Part 13 of the Federal Acquisition
  Regulations, the Health Resources and Services Administration
  intends to negotiate on a sole source basis with Mr. Donald
  Hirsch, 2842 Belair Drive, Bowie, MD 20715-2156. Mr. Hirsch
  is deemed the only responsible source capable of providing
  the required work and services. A Justification for Other than
  Full and Open Competition is on file. The award shall be made
  using simplified acquisition procedures. See Note(s): 22.
CITE: (I-347 SN011730)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: R -- ENGINEERING AND TECHNICAL SERVICE IN SUPPORT OF
  THE SURFACE SHIP TORPEDO DEFENSE'S (SSTD) LAUNCHED EXPENDABLE
  ACOUSTICS DEVICE EAD) SPECIAL VEHICLE PROJECT
SOL N/A
POC Diane Morris, Contract Administrator, (904)235-5386 Wayne
  A. Brewer, Contracting Officer, (904)234-4859.
DESC: The Coastal Systems Station, Dahlgren Division has awarded
  a sole source contract to Pacer Infotec, Inc., 7104 Laird St.
  Panama City, FL 32407 for Engineering and Technical Services.
  The award was synopsized on 09/01/96 for $613,014.00. This
  modification is to increase the award amount to $1,113,014.00.
  This is due to an increase in the workload of special vehicles,
  the LEAD project and the adaptation of Rapid Airborne Mine
  Clearance System (RAMICS) to the SSTD program. No solicitation
  will be issued.
CITE: (I-347 SN011732)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Immigration and Naturalization Service, Procurement Division,
  425 I Street, N.W., Room 2208, Washington, DC 20536
SUBJECT: R -- ADMINISTRATIVE SUPPORT SERVICES - CUBAN LOTTERY
SOL N/A
POC Joseph Garforth, 202/514-3630.
DESC: Administrative Support Services - Cuban Lottery. POC Joseph
  Garforth, Contracting Officer, Immigration & Naturalization
  Service, 425 I St. N.W., Room 2208, Washington, DC 20536. This
  notice is for SOURCES SOUGHT for comments and a NOTICE OF AN
  IFB, NO OTHER NOTICE WILL BE ISSUED. The Immigration and Naturalization
  Service (INS) invites industry comments on the proposed approach
  for the acquisition of administrative support services for
  the Special Cuban Migration Program (SCMP). The SCMP is also
  known as the Cuban lottery. A draft solicitation will be issued
  in December /January, for industry comments. All comments or
  questions concerning the draft must be received in this office
  no later that 15 calendar days after the release of this draft.
  The INS will not respond in writing to comments received, nor
  will it release any comments to industry. The INS will not
  incur any liability for nor will it pay any cost incurred in,
  responding to this request for comments. This draft may be
  requested in writing only either by fax or by letter. No telephone
  inquiries or request will be accepted. Direct letter inquiries
  to Joseph Garforth, Contracting Officer, Immigration and Naturalization
  Service, 425 I St., N.W., Room 2208, Washington, DC 20536.
  Direct fax inquiries to Joseph Garforth 202-514-3353. The final
  solicitation is expected to be issued February/March, 1997.
  All bids must be received by this office no later than 30 days
  after the release of the IFB. Only written request for the
  final solicitation will be accepted, either by fax or letter,
  same address and fax number as above.
CITE: (I-347 SN011236)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Commanding Officer, Southern Division, Naval Facilities
  Engineering Command, 2155 Eagle Drive, P.O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: S--JANITORIAL SERVICES, MARINE CORPS RESERVE TRAINING
  CENTER, CHARLESTON, SC
SOL N62467-97-Q-0654
DUE 020697
POC No telephone orders for the specification can be accepted.
   To order solicitation package, request must be in writing
  and received by 27 Dec 96 at Southern Division, Naval Facilities
  Engineering Command, P.O. Box 190010, North Charleston, SC
  29419-9010, Attention: Code 0231-DAR. Contact point, Debby
  Raposa (803) 820-5686
DESC: The Contractor shall provide all labor, transportation,
  equippment, materials supplies and supervision and management
  necessary to provide janitorial services at the Marine Corps
  Reserve Training Center, Chalreston, SC. A site visit is strongly
  recommended. The small business size standard of $12,000,000.00.
CITE: (I-346 SN011090)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003,
  Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350
SUBJECT: S--INTRUSION ALARM MONITORING AND MAINTENANCE
SOL Solicitation  No. 03-3K47-97
DUE 012197
POC Contact Donna Hardy, Procurement Analyst, (301) 504-5073,
  FAX (301) 504-5009
DESC: Supply 24 hour monitoring and maintenance services for
  Intrusion Alarm Systems located in various buildings at the
  Beltsville Agricultural Research Center, Beltsville, Maryland.
   RFQ wil be available on or about December 31, 1996, BY WRITTEN
  REQUEST ONLY.  This solicitation is 100% set aside for small
  businesses. The applicable SIC Code for this project is 7382
  with a Small Business Standard of $9.0 millon dollars.  A site
  visit will be conducted on January 7, 1997 at 2:00 p.m.  Interested
  parties should meet at the Department of Agriculture, Beltsville,
  Maryland in front of Building 186, BARC-East.  
CITE: (W-347 SN011183)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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 -- FLOOR REFINISHING SERVICES
SOL N00406-97-R-4035
DUE 020197
POC K. Palmer
DESC: Annual requirement for wood floor refinishing services
  in support of various naval activities, including naval submarine
  base bangor, naval undersea warfare center keyport, naval ordinence
  center port hadlock (indian island), puget sound naval shipyard,
  naval station everett, naval air station whidbey island and
  naval hospital bremerton, for a base year period of performance
  with three one-year option periods. services include sanding,
  sealing, and applying court lines and finish coats to gym,
  racquetball and wallyball courts, as well as to various building
  and multi-purpose room flooring. inspect and accept at destination.
  this is a 100% small business set-aside. notes 1 and 26 apply.
  all responsible offers will be considered by the fleet & industrial
  supply center puget sound. telephone requests will not be honored.
  fax requests to (360) 476-2931
CITE: (I-347 SN011264)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: S -- LANDSCAPE MAINTENANCE AT PINE BLUFF ARSENAL, ARKANSAS
SOL DAAA03-97-R-0018
DUE 012397
POC Larry Crane, Contract Specialist, 501/540-3842.
DESC: Pine Bluff Rsenal, Arkansas has a requirement for a contractor
  to provide all labor and equipment to provide annual landscape
  maintenacne on site at Pine Bluff Arsenal. Scope of work includes
  the performance of annual maintenance of landscape plantings
  consisting of trees, shrubs, planting beds, and planters on
  the Pine Bluff Arsenal. Work includes inspection for disease
  and insect infestations, weeding, mulching, seasonal renovation
  of flower beds and planters, fertilizing, watering, pruning
  and the replacement of dead and dying plants. Proposed contract
  is contemplated to consist of the base year and four annual
  renewal options. Proposed acquisition will be 100% set-aside
  for small business concerns. The SIC Code for this action is
  0781 and the small business size shall be in writing to the
  issuing office or by facsimile to (501) 540-4090. See Numbered
  Note(s): 1.
CITE: (I-347 SN011270)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE
  27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301
SUBJECT: S--SERVICES TO PROVIDE PEST CONTROL AT CONSTRUCTION
  BATTALION CENTER, PORT HUENEME, CA
SOL N47408-96-R-6358
DUE 020397
POC Contract Specialist, JIM DOBBIN, 805-982-5103
DESC: Provide pest control services to furnish all labor, supervision,
  management, tools, materials, chemicals, equipment, and transportation
  necessary in accordance with specification requirements. Work
  effort includes the performance of interior nuisance structural,
  and flying insect pest control services; inspection and tenting
  of structures; treatment of drywood and subterranean termites;
  exterior pest control including treatment of mosquito, stinging
  insects, nuisance pests and flies, trapping of birds snakes,
  and wild animals; picking up and disposing of deceased birds
  and animals; animal control services to capture domesticated
  and feral dogs and cats, and to transport them to the county
  animal shelter; computer generation of chemical use reports,
  service call work, miscellaneous pest control services, and
  incidental work as described in the specification. The contract
  will be for a period of one year, with our one year options.
  The requiring activity is the Construction Battalion Center,Public
  Works Department, Port Hueneme, California. Anticipate award
  of a Firm Fixed Price Indefinite Quantity contract. This procurement
  is a 100 percent Small Business Set-Aide. The Standard Industrial
  Code (SIC) is 7342 and Small Business size is $5 Million average
  gross income for the last current three years. RFP will be
  issued on or about February 3, 1996 with an estimated closing
  date of March 3, 1996. REQUESTS FOR COPIES OF SOLICITATION
  MUST BE IN WRITING ON COMPANY LETTERHEAD STATIONARY. NO TELEPHONE
  REQUESTS WILL BE ACCEPTED.
CITE: (I-347 SN011330)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT,
  1300 E AVENUE, FORT LEE VA 23801-1800
SUBJECT: S--LINEN/LAUNDRY SERVICES
SOL DECA01-97-T-0169
DUE 012497
POC Contract Specialist Cindy Hische (804) 734-8654 (Site Code
  DECA01)
DESC: Furnish all personnel, equipment, services, supplies to
  perform rental/exchange of linen/laundry services for the C.W.
  Price Commissary located at Granite City, Illinois. The weekly
  requirements are set forth as follows: 55 butcher coats, 100
  butcheraprons, 25 dairy coats, 85 cashier's coats/smocks, 20
  blue grocery aprons, 12 green produce aprons, 2 3' x 4' mats,
  10 3'x 12' mats and 10 mops. These are maximum requirements
  and the weekly usage may vary but will not exceed these amounts.
  Base period wil be 1 Mar 97 through 28 Feb 98 with an additional
  option for one year (1 Mar 98 through 28 Feb 99). The Standard
  Industrial Classification is 7213 and the business size standard
  is 7.5 million. The business size must be indicated on each
  request for the RFQ. This RFQ will be issued on or about 6
  Jan 97 with a tentative closing date of 24 Jan 97. Written
  quotations will be used in awarding a contract. The anticipated
  ward date is February 3, 1997. Submit quote to Defense Commissary
  Agency, Acquisition Business Unit (OC/RAVS), 1300 E Avenue,
  Fort Lee, Virginia
CITE: (I-347 SN011334)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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, INKSTER, MI
SOL DAKF61-97-Q-0029
DUE 012197
POC Purchasing Agent Sherry L. Middleton (608) 388-4517 Sandra
  J. Drecktrah, Contracting Officer 608-388-2703 (Site Code WPC0NT)
DESC: NPS: Provide all labor, materials, tools, equipment, and
  perform all work required for Custodial Services at USARC,
  Inkster, 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 27 Dec 96 and due date of 21 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 service location. Request
  must be accompanied y a non-refundable 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-347 SN011335)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  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: T -- FILM PLOTTING SERVICES
SOL 52-DGNC-7-90036
POC Donald L. Moses
DESC: The National Oceanic and Atmospheric Administration (NOAA),
  National Ocean Service (NOS), Mapping and Charting Division
  (MCD), has a requirement for film plotting services.  NOS compiles
  and prints nautical charts for the United States.  Printing
  is done by using the offset lithographic technique and aluminum
  printing plates which are exposed from full-sized photographic
  film of the nautical charts. However, the method of preparing
  the full-sized photographic film for the new editions of the
  charts is being changed.  Rather than manually painting out
  old information and engraving new information on existing film,
  computer raster files of nautical charts are being edited electronically
  with new films plotted for each new edition. Presently, the
  Government plots edited raster files with a Scitex ELP R280
  system on LP7 Kodak film.  The Government requires film plotting
  services to support the changed method of production.  It is
  anticipated that a Request for Proposal (RFP) will be issued
  in December 1996.  The RFP will be made available upon written
  request.  See RFP for receipt of proposal due date.  Written
  requests for the RFP should be submitted to Donald L. Moses
  at the address above. Telephone requests will not be honored.
CITE: (I-347 SN011134)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: DIRECTORATE OF CONTRACTING, BLDG 2174 13 1/2 ST, FORT
  CAMPBELL KY 42223-5358
SUBJECT: U--MILITARY OCCUPATIONAL IMPROVEMENT TRAINING (MOSIT)
SOL DAKF23-97-B-0003
DUE 021497
POC CONTRACT SPECIALIST MAJ JAMES E. SIMPSON (502) 798-7825 CONTRACTING
  OFFICER BARBARA K. DAWSON (502) 798-7857 (Site Code DAKF23)
DESC: Correction: This action originally published in the CBD
  dated November 29, 1996. That portion which reads "this acquisition
  is UNRESTRICTED" is
CITE: (I-347 SN011342)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: USDA Forest Service, P.O. Box 25127, Lakewood, CO 80225
SUBJECT: U--PINE KNOT DISPENSING OPTICIAN PROGRAM
SOL RFP R2-96-115
DUE 020397
POC Contact M. Whalon, 303-275-5260, Contracting Officer Sharon
  K. Miner
DESC: Dispensing Optician Program. Provide instructor to teach
  the Dispensing Optician Program and to assist in placement
  for program graduates on the Pine Knot Job Corps Center. This
  includes all supervision, labor, transportation of Contractor's
  personnel and incidentals, other than those provided by the
  Government, necessary to successfully provide the Dispensing
  Optician Program. This solicitation consists of a base year
  plus four (4) possible option years. The project is located
  at the Pine Knot Civilian Conservation Center, U.S. Highway
  27, Pine Knot, Kentucky. All responsible sources may submit
  an offer which will be considered.
CITE: (I-347 SN011700)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: U -- ACADEMIC SKILLS INSTRUCTOR PROGRAM
SOL N00140-97-R-0102
POC Karen West, Contract Negotiator, (215)697-9657.
DESC: The Fleet and Industrial Supply Center (FISC) Norfolk Detachment
  Philadelphia, PA intends to procure educational services on
  a full and open competitive basis for the Academic Skills Instructor
  Program (ASIP) at areas surrounding and including up to thirty-seven
  (37) military base sites around the world for the Naval Education
  and Training Professional Development and Technology Center
  (NETPDTC) Pensacola, Pensacola, FL. The primary objective of
  the requirement is to provide access to sailors for improving
  their academic skills through the use of instructors in a standard
  classroom or self-paced instructional environment. The ASIP
  will provide a total estimated number of 1,266 academic skills
  courses in English, mathematics and reading. The ASIP will
  encompass skills from the elementary through high school level
  and shall advance the student from the level at which he or
  she is pretested toward a goal of mastery of academic skills
  equivalent to high school completion. Services are estimated
  to commence on 01 April 1997 and continue through 30 September
  1997 with provisions for four (4) one-year option periods.
  It is intended to award a Firm-Fixed Price, Indefinite Delivery-Indefinite
  Quantity type contract for these services. The solicitation
  will require the submissions of technical, price and past performance
  proposals. Evaluation for award will consider technical acceptability,
  past performance and price factors. The Standard Industrial
  Classification Number is 8299. See Numbered Note 26. Copies
  of the solicitation should be requested within 15 days of this
  synopsis from the address in paragraph 7 above, ATTN: Ms. Karolyn
  Allen, Code 0343C, FAX (215)697-9738 and should reference control
  number 97-0102. The Government WILL NOT PAY for information
  received. All responsible sources are encouraged to submit
  an offer in response to the solicitation which will be considered
  by the Navy. SYN 046.
CITE: (I-347 SN011719)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Purchase Services Branch, Attn:  Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth, NH  03801-2590
SUBJECT: V -- MOTEL ACCOMMODATIONS-NEW LONDON, CT
SOL N00102-97-Q-1377
DUE 010897
POC Victoria Cook at fax 207-438-1251.Copies of the solicitation
  will only be provided in response to written or faxed requests
  received directly from the requestor.  Telephone requests will
  not be honored.
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Subpart 12.6,
  as supplemented with additional information included in this
  notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. This solicitation is issued as a request for
  quotation (RFQ) N00102-97-Q-1377. The solicitation document
  and incorporated provisions and clauses are those in effect
  in Federal Acquisition Circular 90-32, Part 12. The associated
  standard industrial classification code is 7011. The small
  business size standard is $5,000,000.00. An estimated six lot(s)
  will be required in support of the SSN 755 for the following
  estimated dates: 01/13/97 through 04/30/97 to be located in
  New London, CT. An estimated total number of room days is 16,000.
  Estimated check out date will be 05/01/97. When ACTUAL rooming
  requirements are received a faxed copy will be sent to all
  interested, prospective contractors upon request. Requests
  can be faxed to 207-438-1251. SECTION C-Description/Specifications:
  Minimum size of room is 196 square feet, excluding the bathroom/facilities
  area; Room must provide "Quality of Life", sanitary, living
  conditions; Minimum furnishings are one double bed, two pillows,
  one blanket, one bedspread, one full dresser, one comfortable
  chair, closet or clothes hanging space, a table or desk suitable
  for writing, adequate lighting such as one large overhead light
  and a table lamp; Private bath with shower, tub, toilet and
  sink, a shelf/shelves for toiletries and continuous hot water.
  To be free of rust, cracks, etc. in the porcelain and the surrounding
  area. Ceiling must be free of damage (cracks, breaks, etc),
  anti-slip tub/mats; Clean carpeted room. To be free of insects,
  dirt, etc. To be shampooed atleast every 6 months or less and
  vacuumed by daily housekeeping services as required; Room must
  have a clean, sanitary odor; Color TV in operating condition;
  All rooms require independently controlled air conditioning/heat
  in good working order; All units must be securely attached
  to the wall, floor, etc., be clean, electrically safe and inspected
  on a regular basis. If it's a wall unit they should have no
  draft/gap in the surrounding area where it's installed. Door
  with chain lock or dead bolt which must be securely fastened
  to the wall/door frame, etc. Minimum change of linen twice
  a week, or upon each change of occupancy, whichever comes first;
  Daily towel (clean towels provided) and maid/housekeeping service
  (Rooms must be dusted on a regular basis or as needed); Twenty-four
  (24) hour telephone service with local calls free of charge;
  Daily mail service; Laundromat or laundry service available
  within a "reasonable" walking distance; Ice machine on premises
  in operating condition; Adequate, safe parking. Location of
  the motel must be within 12 miles traveling the main routes
  to the front entrance of the base; Check in time must be no
  later than 11:00 A.M.; Portsmouth employees are assigned one
  per room and afforded access to all hotel facilities as regular
  guests; Contract is sales tax exempt. Tax exempt number is
  02-83-0038K; Term of contract in no way will be altered without
  concurrence of code 535.VC, Portsmouth Naval Shipyard, with
  appropriate modification to the contract; All rooms shall be
  essentially identical. No gratuities in the form of room upgrades
  will be permitted. If an overbooking by a hotel occurs, upgrades
  are allowed on a temporary basis; All rooms require a microwave
  and refrigerator; All rooms require a smoke detector and/or
  sprinkler system in operating condition. A current fire inspection
  certificate must be posted; All electrical outlets to be in
  place and firmly attached to the wall. Minimum of three grounded
  outlets and no use of extension cords to prevent hazardous
  safety/fire conditions; SECTION E-Inspection and Acceptance:
  Inspection and acceptance of the motel room will be done by
  the contract specialist/beach administrator (if required).
  SECTION G-Contract Administration Data: Invoices will be paid
  upon receipt. All motel contracts are Net 15 days. SECTION
  H-Special Contract Requirements: Invoices will be verified
  by the Code 338 Beach Administrator; Invoices shall be prepared
  and submitted in quadruplicate unless otherwise specified.
  Invoices shall contain the following information: contract
  number, invoice date, description of service, breakdown of
  the daily schedule (that is the date, number of rooms per day,
  price per room, amount for the individual day, payment terms
  and company name); The PNS administrator reserves the right
  to "sell back" rooms not being utilized by PNS personnel to
  the contracted motel. Otherwise the contracted motel CANNOT
  utilize these rooms with other customers other than PNS personnel
  if the government is paying for them; Do not invoice for additional
  rooms until modifications have been signed and returned to
  code 660. Invoices must match individual modifications; Invoices
  will be forwarded by the PNS administrator for payment to the
  Disbursing Officer, code 660, Portsmouth, NH 03804 and paid
  on a bimonthly basis. Vendor will maintain for 3 years after
  final payment, backup data to their invoices which will include
  on a daily basis: date, employees name and room number, number
  of contracted rooms not occupied with room number and total
  house occupancy. Portsmouth employees assigned to each motel
  are responsible for all expenses incurred beyond the scope
  of the contract, i.e., long distance phone calls, room service,
  damages, pets and dependents. Should the motel agree to provide
  additional services, the basis thereof and charges for such
  services are strictly between the motel and the PNS employee.
  Place of delivery and acceptance and FOB point is New London,
  CT. The following provisions apply: FAR 52.212-1, Instructions
  to Offerors-Commercial, applies to this acquisition; FAR 52.212-2,
  Evaluation-Commercial Items: it is assumed that each contractor
  can accommodate only 1 lot unless otherwise stated. Award of
  each lot will be made to the Technically Acceptable Low Offeror;
  FAR 52.212-3, Offeror Representations and Certifications-Commercial
  Items must be included with your offer; FAR 52.212-4, Contract
  Terms and Conditions-Commercial Items, apply to this acquisition;
  FAR 52.212-5, Contract Terms and Conditions Required to Implement
  Statutes Or Executive Orders-Commercial Items applies. Insert
  the following clauses: 52.222-26 Equal Opportunity, 52.222-35
  Affirmative Action for Special Disabled and Vietnam Era Veterans,
  52.222-36 Affirmative Action for Handicapped Workers, 52.222-41
  Service Contract Act of 1965, as Amended and 52.222-42 Statement
  of Equivalent Rates for Federal Hires. Please request a copy
  of the schedule when it becomes available by either US Mail
  from Portsmouth Naval Shipyard, Attn: Code 535.VC, Portsmouth,
  NH 03801-2590 or by faxing your request to 207-438-1251. Offers
  are due No Later Than 08 JAN 1997 at 3:30pm closing time at
  Portsmouth Naval Shipyard, Supply Dept/Purchase div, Bldg.
  153, 6th floor, Code 535.VC, Portsmouth, NH 03801-2590. Point
  of Contact is Victoria Cook, Contract Specialist at 207-438-2386.
CITE: (I-347 SN011315)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: 9 CONS/LGCC, 6500 B St., Rm 101, Beale AFB, CA 95903-1712
SUBJECT: V--PACKING, CONTAINERIZATION AND LOCAL DRAYAGE OF PERSONAL
  PROPERTY SHIPMENTS.
SOL F04666-97-R0007
DUE 021097
POC Contact point: TSgt Bagley (916) 634-3305/Contracting Officer:
  Mr Mark San Miguel (916) 634-3370
DESC: Services non-personal: Contractor to furnish all labor,
  supervision, equipment, transportation and materials needed
  for packing, containerization and local drayage of personal
  property shipments.  Requests for this solicitation must be
   submitted in writing or by FAX. FAX number is (916) 634-3311.
   Telephone requests will not be honored.  This solicitation
  is 100 percent set aside for small business concerns.  Contractors
  must cite business size on their written requests.    
EMAIL Doug.Leedy@bbs.beale.af.mil
EMAILDESC: 
CITE: (W-347 SN011352)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
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: W--RENTAL OF CUTTERHEAD PIPELINE DREDGE & ATTENDANT
  PLANT FOR MAINTENANCE DREDGING OF BWT
SOL DACW01-97-B-0016
DUE 020797
POC Contact Mrs. Karen Johnson, 334/690-2535; Contracting Officer,
  Mrs. Sue L. Speights (Site Code W31XNJ)
DESC: Rental of a cutterhead pipeline dredge, attendant plant
  and crew for maintenance dredging of the upper and lower Black
  Warrior and Tombigbee River System (BWT) with possible assignment
  to the Alabama River system or the Tennessee-Tombigbee Waterway.
  he work will require dredging to depths of 13 feet or greater
  over channel widths of up to 200 feet, with greater width at
  certain locations, and pumping of material to disposal areas
  over distances as great as 8500 feet and lifts up to 70 feet.
  The characer of the material may range from fine silts to heavy
  sands and clays. The contract will be restricted to 20, 22,
  and 24 inch discharge diameter dredges with minimum horsepower
  of 2100, 2100 and 2400 respectively. Optional items of work
  are included in this project. Estimated cost of work is between
  $1,000,000.00 and $5,000,000.00. All responses should be directed
  to Ms. Karen Johnson. No telephone requests. Only writtn or
  faxed requests (334-694-4343), received directly from the requestor
  are acceptable. Refer to document number in request. Bid documents
  are available on or about 06 January 1997. No cost. Unrestricted.
  All responsible sources may submit a bid which shal be considered.
CITE: (I-347 SN011331)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Electronic Systems Center, Operational Contracting Div.,
  Construction Branch (PKOC), 104 Barksdale Street, Hanscom AFB,
  MA 01731-1806
SUBJECT: Y -- REPLACE ELEVATOR IN BUILDING 1107
SOL F19650-97B0004
DUE 012497
POC SrA Joseph Peloquin, Contract Specialist, 617-377-2369; Daniel
  Grejdus, Contracting Officer, 617-377-2949.
DESC: The project consists of the replacement of an existing
  electric, cable operated elevator system in Building 1107 located
  on Hanscom AFB, Massachusetts. The capacity and speed of the
  system will be the same as the existing elevator. The car and
  entire system will be in accordance with the most recent life
  safety codes including issues of handicapped access. The items
  of work include, but are not limited to, the installation of
  new controls and car. There will be four optional bid items.
  The optional bid items will be for; 1. As-builts submitted
  in Microstation 5.0 CADD format, 2. A separate person to perform
  contractor quality control, 3. A new motor, and 4. New cables.
  The prime contractor must be an elevator installer that is
  certified by the state of Massachusetts and will be required
  to perform no less than thirty percent (30%) of the total contract
  with their own personnel. An exclusionary period will not be
  applied to the work. The magnitude of construction for the
  entire project is between $100,000 and $250,000. Firms interested
  in receiving an IFB package should respond in writing to: ESC/PKOC,
  104 Barksdale St., Hanscom AFB, MA 01731-1806, Attn: SrA Joseph
  Peloquin. Requests may also be faxed to 617-377-4324. It is
  anticipated that the solicitation package will be released
  on or about 24 Dec 96.
CITE: (I-346 SN011072)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Federal Aviation Administration, 601 E. 12th St., ACE-55,
  Kansas City, MO 64106
SUBJECT: Y -- RENOVATION OF AUTOMATION WING FIRST FLOOR, ARTCC,
  OLATHE, KANSAS
SOL DTFA09-97-R-27011
DUE 010997
POC Joseph A. York (816) 426-3106 Contracting Officer
DESC: NOTICE OF SUBCONTRACTING OPPORTUNITIES.  After evaluation
  of technical questionnaires that were submitted for the above
  construction, Request for Offers are being sent only to the
  following technically qualified general contractors:  Arrowhead
  Contracting, Inc., Olathe, Kansas; Art Penner Construction,
  Merriam, Kansas;  Barsto Construction Company, Kansas City,
  MO;  Bob Degeorge Associates, Inc., Riverside, MO;  Burns &
  McDonnell, Kansas City, MO;  Hoffman Cortes Contracting Co.,
  Kansas City, MO;  KCMO Construction Services, Stilwell, KS;
   Orr Construction Management, Raytown, MO;  United Excel Corp.,
  Overland Park, KS and Walton Construction Company, Kansas City,
  MO.  One copy will also be sent to the following Plan Rooms:
   Construction Market Data, Mission, Kansas and F.W. Dodge Co.,
  Shawnee Mission, Kansas. If you are interested in sub-contracting
  opportunities, please contact one of the above mentioned companies
  or Plan Rooms.
CITE: (I-346 SN011080)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Facilities Service Office, U.S. Postal; Service, 7800
  N. Stemmons Frwy, Suite 400, Dallas, TX 75247-4217
SUBJECT: Y--NEW CONSTRUCTION LEASED--SOLICITATION FOR PROPOSALS
  TO CONSTRUCT AND LEASE WITH A CONTROLLED SITE SLAUGHTER, LA
  77077-9998
SOL 482980-97-A-0056
DUE 010997
POC Harold Robbins, Real Estate Specialist, (214) 819-7209.
DESC: Construction of a leased facility which will contain approximately
  2,977 net interior square feet. The US Postal Service controls
  a site which is located on the south side of Highway 412, 810
  feet west of the intersection at Centerline of I.C.R.R., Slaughter,
  East Feliciana Parish, LA. The successful offeror will be required
  to purchase the site in accordance with the terms and conditions
  specified in the Assignable Option to Purchase which is included
  in the solicitation package. Plans and specifications are available
  by sending a non-refundable cashier's check or money order
  in the amount of $25.00 for each package made payable to Disbursing
  Officer, U.S. Postal Service.
CITE: (M-347 SN011188)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--FY-97; THREE BRAC PROJECTS AT PATRICK AFB, FL
SOL DACA01-97-B-0014
DUE 021197
POC Contact Ms. Karen Johnson, 334/690-2535; Contracting Officer,
  Edward M. Slana (Site Code W31XNJ)
DESC: This action previously published in the original CBD is
  modified as follows: Change Bid Opening date from - "19 December
  1996" - to - "11 February 1997." Change Availability date from
  "19 November 1996" - to - "06 January 1997." Change Project
  Title o read: "FY-97, THREE BRAC PROJECTS, PATRICK AFB, FLORIDA."
  All other information publicized in the original synopsis is
  correct.
CITE: (I-347 SN011332)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--FIRE TRAINING FACILITIES, COLUMBUS AFB, & MISSISSIPPI
  TYNDALL AFB, FL
SOL DACA01-97-B-0018
DUE 013097
POC Contact Ms. Karen Johnson, 334/690-2535; Contracting Officer,
  Edward M. Slana (Site Code W31XNJ)
DESC: Construct at each location, a Fire Training Facility that
  includes a 100ft diameter, double lined, and environmentally
  acceptable fire training pit, a large frame aircraft mockup,
  two steel frame control stands, 15,000 gallon propane gas tank,
  pumps,piping, and storage system for gas and water, fencing,
  and access road. This solicitation includes bid options which
  may not be awarded. Critical Path Method (Network Analysis
  System) is not required. Bid Documents are available on or
  about 31 December 199. Cost of work is between $1,000,000 and
  $5,000,000. IMPORTANT: Interested bidders and Dodge/Plan Rooms
  must submit written requests in order to receive one (1) CD-ROM
  by either mailing a request to the above listed address or
  by faxing to Facsimile Telephone No. 334/694-4343; ATTN: Karen
  L. Johnson and Mary F. Browder. Telephonic requests will not
  be accepted. Requests for CD-ROM shall indicate in writing
  whetherfirm will bid as a Prime contractor or a Subcontractor.
  Firms physical address, telephone and facsimile numbers, and
  name of point of contact must also be provided to facilitate
  any overnight mailing required. Unrestricted. All responsible
  sources may submt a bid which shall be considered.
CITE: (I-347 SN011333)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA Forest Service, Mt. Hood National Forest, 2955 NW
  Division Street, Gresham, OR 97030
SUBJECT: Y--CONSTRUCTION OF SISI LOOKOUT
SOL SOL R6-6-97-002
DUE 020697
POC Contracting Section, 503/666-0621
DESC: This project is for the construction of a 50-foot high
  fire lookout on the Summit of SiSi Butte on the Mt. Hood National
  Forest. This site was previously occupied by a 40-foot high
  lookout tower which has been removed except for the buried
  concrete footings. Components of this project include: Excavation,
  compacted backfill, concrete footings, metal fabrications,
  propane piping, caulking, painting, roofing, glazing, heavy
  timber construction, carpentry, decking, guys, and lightning
  protection system. Desired Start Work Date is June 15, 1997.
  Recommended contract time is 100 calendar days. A Pre-Bid Meeting
  or tour is suggested. The Government's Estimate is between
  S100,000 and S250,000.
CITE: (I-347 SN011708)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn:
  CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900
SUBJECT: Y -- MAINTENANCE DREDGING AND DISPOSITION OF DREDGED
  MATERIAL FROM NAVIGATION CHANNEL PROJECTS WITHIN NEW YORK HARBOR
  CATEGORIZED UNACCEPTABLE FOR OCEAN DUMPING
SOL DACW51-97-B-0006
DUE 020697
POC Ina J. Ohrwashel, Contract Specialist 212-264-0154.
DESC: Project RFP for the Maintenance and Dredging and Disposition
  of Dredged Material from Multiple Navigation Channel Projects
  Within New York Harbor Cateogrized as Unacceptable for Ocean
  Dumping. The U.S. Army Corps of Engineers, New York District
  is soliciting proposals for the maintenance dredging and dredged
  material disposal for multiple projects within New York Harbor
  categorized as unacceptable for ocean dumping. The project
  involves dredging, to a maximum depth -40 feet below mean low
  water plus a 2 foot allowable overdepth, and non-ocean disposal
  of up to 2,340,00 cubic yards of dredged material. Non-ocean
  disposal is fully permitted facilities must be identified in
  STEP 1 proposals. Magnitude of construction is $10.0 mil to
  $100.0 mil. This is a TWO STEP procurment based on FAR PART
  14.5. Solicitation documents for Step 1 will be available on
  or about 6 January 1997. Technical proposals are due 30 days
  following document available date on or about 6 February 1997.
  Only those firms submitting technical acceptable proposals
  during STEP 1 may participate in STEP 2. STEP 1 will include,
  but is not limited to a technical proposals to dispose of the
  dredged material I.A.W. all laws and regulations. Innovative,
  unique, and/or state of the art disposal methodology is encouraged.
  A prepoposal conference wil be conducted, time and place to
  be determined. This solicitation is UNRESTRICTED. The SIC CODE
  for this project is 1629. To obtain plans and specifications
  mail checks or money order payable to USA COE, NED, FAO, in
  the amount of $60.00 per set (non-refundable) to US Army Corps
  of Engineers, Contracting Division, Room 1843, 26 Federal Plaza,
  NY, NY 10278-0090. Parties requsting plans and specifications
  should be so in WRITING. stating the solicitation number, and
  giving complete company name, STREET address, (NO PO Boxes)
  telephone and facsimile numbers (including area codes).
CITE: (I-347 SN011717)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: ESC/PKOC, 104 Barksdale Street, Hanscom AFB, MA 01731-1806
SUBJECT: Z -- HVAC REPAIR, BUILDING 1810; PROLECT NO. MXRD 94-0012B
SOL F19650-97-B-0005
DUE 031796
POC A1C Brian K. MacLean, Contract Specialist, 617-377-3024;
  Patricia N. Archer, Contracting Officer, 617-377-3118.
DESC: This project involves the repair and/or replacement of
  Heating, Ventilation, and Air ConditioningSystems in Building
  1810 on Hanscom AFB. The principle items of work include, but
  are not limited to: Sheet Metal; Heating, Ventilation, and
  Air Conditioning; Refrigerent Piping; Electrical; Suspended
  Ceiling Installation; Structural Carpentry, Roofing; Direct
  Digital Controls; Earthwork; and Paving. The Replacement of
  the System in Building 1810 will constitute the basic bid item.
  There are additional bid options for installation of a Johnson
  Controls Network Control Units and a hubs in the building.
  Each bid item (CLIN) will have its own period of performance.
  No CLIN will exceed 180 calendar days. The time to complete
  the entire project will depend on the CLINs awarded and the
  dates of Notice to Proceed on each CLIN. Some CLINs may be
  worked on simultaneously, and some CLINs will be phased. An
  exclusionary period will not be applied to the work. Much of
  the work will be accomplished during non standard working hours.
  The magnitude of construction is between $250,000 and $500,000.
  This is a firm fixed price contract. The specifications, Statement
  of Work and Drawings will be included in the Invitation for
  Bid (IFB) F19650-97-B-0005. If you wish to receive a copy of
  this solicitation package, please send a written request to:
  ESC/PKOC, Attn: A1C Brian K. MacLean, 104 Barksdale Street,
  Hanscom AFB, MA 01731-1806. All firms resonding will indicate
  whether they are or are not a small business concern. (0225)
CITE: (I-346 SN011073)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005
SUBJECT: Z-INSTALL UNDERGROUND DISTRIBUTION-COMMISSARY AREA
SOL 97-B0007
DUE 012797
POC Curt Swan,307/775-2635, Contracting Officer, Carroll M. Vye,307/775-2635
DESC: This project is located at F. E. Warren AFB, WY and involves
  the demolition of existing overhead electrical distribution
  and the installation of new underground electrical distribution.
   The basic bid involves the installation of padmounted  switch
  gear, transformers, duct bank, manholes, primary and secondary
  laterals. Existing overhead service entrances are to be removed
  and/or modified. Existing street and parking lot light circuits
  are to be converted from overhead to underground.  The project
  area spans approximately 10,000 ft. Range of this project
  is between $500,000 and $1,000,000.  
CITE: (W-346 SN011081)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard
  AFB TX 76311-2739
SUBJECT: Z--REPAIR WHERRY HOUSING, PHASE I
SOL F41612-97-C0002
POC Points of Contact: LGCC/Marcy Fragomeli, Contract Specialist,
  817/676-5181; Contracting Officer - Colleen S Phipps, 817/676-5180.
DESC: Previous Submission Notice No. 009760 incorrectly used
  Classification A: Research & Development. This solicitation
  is Classification Z: Maintenance, repair, alteration of real
  property.  
CITE: (W-346 SN011083)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005
SUBJECT: Z-REPAIR/LOOP BASE NATURAL GAS DISTRIBUTION SYSTEM
SOL F48608-97-B0006
DUE 012797
POC Susan Nagel; Contracting Officer: Carroll Vye; 307-775-2635/2694;
  FAX: 307-775-3964
DESC: Subject project is designed to replace selected portions
  of Base natural gas distribution mains and valves and to provide
  a second line with pressure reducing station and enclosure.
   Work includes but is not limited to natural gas utilities,
  utility boring, concrete, pavements, and metal building construction.
   Range of construction cost is between $250,000 and $500,000.
   Performance period is 120 calendar days. 
CITE: (W-346 SN011086)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard
  AFB TX 76311-2739
SUBJECT: Z--FIRE RESTORATION, 103 GALAXY COURT 
SOL F41612-97-Q0170
POC Points of Contact: LGCC/SrA Anthony Ogle, 817/676-5184; Contracting
  Officer - Colleen S Phipps, 817/676-5180.
DESC: Provide all necessary services and materials to remove
  debris; provide chemical or mechanical deodorization; reconstruct
  portions of roof, wall, and floor areas, replace burned electrical
  and heat systems, paint interior at 103 Galaxy Court. Asbestos
  and lead-based paint are present and will be abated in this
  project. Cost of project is between $25,000 and $100,000. Performance
  time is 90 calendar days. Requests for quotation package may
  be made by letter or fax (817/676-7652). Telephone requests
  WILL NOT be considered. Estimated mailing date: 30 Dec 96.
  Quotes due back 20 Jan 97. Acquisition shall be for full and
  open competition. Availability of this solicitation is limited
  to one copy per requestor. Copies will be furnished on a first-come,
  first-service basis until the supply is exhausted. 
CITE: (W-346 SN011087)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--REBUILD CRYOGENIC TANKS, #3 AND #4, BUILDING 23,
  CECIL FIELD NAS, FLORIDA
SOL N68931-97-Q-2026
DUE 122796
POC MS. Susan Heuler, (904)778-5560 Contracting Officer
DESC: Repair leaks and restore vacuum on cryogenic tanks #3 and
  #4, Building 23, Cecil Field Naval Air Station, Jacksonville,
  Florida.  Work includes replacement of vacuum gages, probes,
  valves, and O-rings.  Performance period is 30 calendar cays.
   All requests for quotations must be in writing and offers
  submitted by mail.  All responsible sources will be considered.

LINK http://cbdnet.access.gpo.gov
LINKDESC: 
EMAIL sheuler_at_pwcoa@jaxmail.navy.mil
EMAILDESC: 
CITE: (W-347 SN011155)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--RETROFIT CHILLER #2 AND INSTALL ALARM BLDG 919,NAS
  CECIL FIELD
SOL N68931-97-Q-2027
DUE 122696
POC Ms Susan Heuler, (904) 778-5560, Contracting Officer
DESC: Retrofit existing #2 McQuay Chiller model #PEH0987 WITH
  hfc 134 and install refrigerant monitoring system in air conditioned
  equipment room, Bldg.919. Work includes all engineering services
  for conversion from R-12 to R-134A, eddy current analysis,
  re-insulation, and associated work. Performed period will be
  90 days. All quotations must be in writing. All responsible
  sources will be considered. Mail offer to P.O.BOX 101, NAS
  CECIL FIELD, JACKSONVILLE, FLORIDA 32215-0101.   
LINK http://cbdnet.access.gpo.gov
LINKDESC: 
EMAIL sheuler_at_pwcoa@jaxmail.navy.mil
EMAILDESC: 
CITE: (W-347 SN011156)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--REBUILD CRYOGENIC TANKS, #3 AND #4, BUILDING 23,
  CECIL FIELD NAS, FLORIDA
SOL N68931-97-Q-2026
DUE 122796
POC MS. Susan Heuler, (904)778-5560 Contracting Officer
DESC: Repair leaks and restore vacuum on cryogenic tanks #3 and
  #4, Building 23, Cecil Field Naval Air Station, Jacksonville,
  Florida.  Work includes replacement of vacuum gages, probes,
  valves, and O-rings.  Performance period is 30 calendar cays.
   All requests for quotations must be in writing and offers
  submitted by mail.  All responsible sources will be considered.

LINK http://cbdnet.access.gpo.gov
LINKDESC: 
EMAIL sheuler_at_pwcoa@jaxmail.navy.mil
EMAILDESC: 
CITE: (W-347 SN011182)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, P.O. Box 43119, Marine
  Corps Logistics Base, Albany, Georgia 31704-3119
SUBJECT: Z--INSTALL FAST ACTING DOORS, FACILITY 2211, MARINE
  CORPS LOGISTICS BASE, ALBANY, GEORGIA
SOL N62467-97-Q-3429
DUE 011497
POC Alex Carr at (912) 439-5603.
DESC: This is a requirement to provide all labor, materials,
  and equipment to INSTALL FAST ACTING DOORS, FACILITY 2211,
  Marine Corps Logistics Base, Albany, Georgia. The magnitude
  for this solicitation is between $0 and $100,000. Requests
  for solicitation packages must be submitted in writing either
  by mail or FAX (912) 439-5999 and must contain the solicitation
  number. This procurement is set-aside for small business under
  SIC Code 1791, size standard $7,000,000.00.
CITE: (M-347 SN011190)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse
  Hill Road, Coatesville, PA 19320-2096
SUBJECT: Z--FIRE AND SAFETY IMPROVEMENTS IN VARIOUS BUILDINGS
SOL 542-8-97
DUE 010397
POC John Cox, 610-383-0203
DESC: This is a test.  
EMAIL cvamc7@worldaxes.com
EMAILDESC: 
  at this E-mail address.
CITE: (W-347 SN011195)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: C1, 14, F210, OIC of NAVFAC Contracts, 1 Simonpietri
  Dr., NETC Newport, RI 02840
SUBJECT: Z -- ALTERATIONS AND REPAIRS TO VARIOUS FACILITIES AT
  THE NAVAL COMPLEX, NEWPORT, RI
SOL N62472-96-B-6962
DUE 012097
POC Ms. West, Procurement Technician, 401-841-2543.
DESC: The contractor shall provide and secure construction, repairs
  and alterations to various facilities. The work includes furnishing
  all labor, materials, transportation, tools, equipment and
  supervision necessary to perfrom the work in accordance with
  the requirements of Delivery Orders for repairs, construction
  and alterations to various facilities. The price of each Order
  will be based upon predetermined wage, material, and equipment
  rental rates as established in the Schedule of Indefinite Quantity
  work. This solicitation is Unrestricted. This is an Indefinite
  Quantity contract with a 12-month base year and two 12-month
  Options. There is a minimum of $300,000 and an estimated cost
  range of $1 million - $5 million. SIC CODE: 1542. Size standard
  is $17.0 million. IFB to be issued ON OR ABOUT 18 Dec 96. Bid
  Opening Date will be ON OR ABOUT 20 Jan 97.
CITE: (I-347 SN011229)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC/ROICC Jacksonville, NAVFACENGCOM Contracts, 1005
  Michael Rd., Camp Lejeune, NC 28547-2521
SUBJECT: Z -- INTERIOR PAINTING & FINISHED SURFACE PREPARATION
  OF FAMILY HOUSING AT THE MARINE CORPS BASE, CAMP LEJEUNE, NORTH
  CAROLINA AND MARINE CORPS AIR STATION, NEW RIVER, JACKSONVILLE,
  NORTH CAROLINA
SOL N62470-96-B-4940
DUE 013097
POC Kathie Rowe, (910) 451,2582, Facsimile (910) 451-5629
DESC: The previous notice for this solicitation is hereby corrected
  as follows: The Government has the option to extend the contract
  for an additional one to twelve months not to exceed 36 months
  (one base year and two option years). The contract minimum
  quantity is 5% of the estimated total quantity.
CITE: (I-347 SN011243)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 901 M Street, S.E., Washington Navy Yard, Building 175,
  Washington, DC 20374-5095
SUBJECT: Z -- CONSTRUCT TWO (2)-50,000 GALLON JP-8 STORAGE TANKS
  AND LOADING/ UNLOADING TANKS, NAVAL AIR STAION PATUXENT RIVER,
  MD
SOL N68925-96-B-A064
DUE 020697
POC Linda Ford, Contract Specialist, FAX (202) 685-8236.
DESC: The work includes the installation of 2-50,000 gallon above
  ground jet fuel (JP-8) tanks, fuel transfer pumps, associated
  piping, site lighting and containment area as well as all incidental
  related work. This propsed solicitation is unrestricted and
  open for participation by all interested firms. The Estimated
  Cost Range is between $100,000 and $250,000. The Bid Opening
  Date is on or about 6 Feb 1997 at 2:00pm. Submit requests for
  receiving plans and specifications when they become available
  on or about 6 Jan 1997 to (202) 685-8288, Attn: Bob Roth, or
  they may be picked up in person from 1st floor, West Side,
  Building 166, Washington Navy Yard. There is no charge for
  plans and specs. One copy per firm. Telephone inquiries/request
  will not be honored. Please fax akk bid inquiries to (202)
  685-8236, Attn: (POC listed above).
CITE: (I-347 SN011272)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D
  Avenue, Suite 541,Eglin AFB FL 32542-6862
SUBJECT: Z-SECURITY UPGRADE, BUILDING 11, EGLIN AFB FL
SOL F08651-97-B-0036
DUE 020397
POC Helen Cunningham, Contract Specialist, 904-882-5628, Ext
  5273; Cecile A. Ramos, Contracting Officer
DESC: Eglin AFB FL has a requirement to provide all labor, equipment
  and material required to upgrade areas in Building 11 to provide
  secure rooms.  Presolicitation Notice has been issued.  Bid
  opening date of 03 Feb 97 is only an estimated date.  The work
  includes removal of existing walls ceilings, doors and finishes,
  construction of new sound insulated walls, installation of
  new sound rated doors and frames and application of new finishes.
   The work also includes associated air conditioning, heating
  and ventilation, electrical, fire alarms and security systems.
  Project construction time is 90 calendar days.  Estimated dollar
  range is between $100,000 and $250,000.  All responsible sources
  may submit a bid which shall be considered by the agency. 
  Firms responding should indicate if they are a small business.
   Solicitation packages are available at a $20.00 charge.  All
  requests must be submitted in writing. Make check/money order
  payable to DFAS-LI, DSSN 6671, and mail along with your written
  request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL
  32542-6862  No telephone requests for solicitation packages
  are acceptable.  
CITE: (W-347 SN011328)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D
  Avenue, Suite 541,Eglin AFB FL 32542-6862
SUBJECT: Z-SECURITY UPGRADE, BUILDING 11, EGLIN AFB FL
SOL F08651-97-B-0036
DUE 020397
POC Helen Cunningham, Contract Specialist, 904-882-5628, Ext
  5273; Cecile A. Ramos, Contracting Officer
DESC: Eglin AFB FL has a requirement to provide all labor, equipment
  and material required to upgrade areas in Building 11 to provide
  secure rooms.  Presolicitation Notice has been issued.  Bid
  opening date of 03 Feb 97 is only an estimated date.  The work
  includes removal of existing walls ceilings, doors and finishes,
  construction of new sound insulated walls, installation of
  new sound rated doors and frames and application of new finishes.
   The work also includes associated air conditioning, heating
  and ventilation, electrical, fire alarms and security systems.
  Project construction time is 90 calendar days.  Estimated dollar
  range is between $100,000 and $250,000.  All responsible sources
  may submit a bid which shall be considered by the agency. 
  Firms responding should indicate if they are a small business.
   Solicitation packages are available at a $20.00 charge.  All
  requests must be submitted in writing. Make check/money order
  payable to DFAS-LI, DSSN 6671, and mail along with your written
  request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL
  32542-6862  No telephone requests for solicitation packages
  are acceptable.  
CITE: (W-347 SN011329)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: ARMY ATLANTA CONTRACTING CENTER, ATTN AFLG PRC, 1301
  ANDERSON WAY SW, FORT MCPHERSON GA 30330-1096
SUBJECT: Z--RELOCATE UTILITIES UNDERGROUND FOR THE FAMILY HOUSING
  AREA, FORT MCPHERSON, GA
SOL DAKF11-97-B-0001
DUE 112096
POC Contract Specialist JANIE P WRIGHT (404) 752-4104 (Site Code
  DAKF11)
DESC: Invitation For Bid #DAKF11-97-B-0001 is CANCELLED in its
  entirety.
CITE: (I-347 SN011340)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OIC, NAVFAC Contracts, Bldg 5, HWY 547, NAES Lakehurst,
  NJ
SUBJECT: Z -- MULTI-TRADES
SOL N62472-97-B-3170
POC For plans and specifications call, (908) 323-2494.
DESC: This is a pre-solicitation notice. Provide all labor, material,
  transportation, equipment, tools, supervision and management
  efforts necessary to determine and perform miscellaneous construction,
  repair, alterations and maintenance work at predetermined unit
  prices to include wages, management, supervision, mobilization,
  material and equipment costs. Work may be ordered on facilities
  up to four (4) stories above ground level. The line items of
  the contract shall be considered as appropriate for ordering
  work in these areas. Work will also include family housing
  units. Offerors shall be aware that there will be no wage adjustments
  made for the option years. Only one Davis-Bacon wage determination
  shall be included in the solicitation, and this wage determination
  shall be in effect for the life of the contract. Performance
  period is for 12 months with two (2) 12 month options, to be
  exercised by the Government if found to be in its best interest.
  FAR Clause 523-217-8 "Option to Extend Services" and FAC Clause
  5252.217-9301 "Option To Extend The Term Of The Contract Services"
  are included in this acquisition. The contract includes the
  clause titled "Evaluation of Options" (FAR 52.217-5) Except
  when it is determined in accordance with FAR 17.206(b) not
  to be in the Government's best interest, the Government will
  evaluate offers for award purposes by adding the total price
  for all options to the total price for the basic requirement.
  Evaluation of options will not obligate the Government to exercise
  the option(s). (End of Provision). The Standard Industrial
  Code (SIC) for this project is 1541. The related Small Business
  Size Standard is $17.0 million annual receipts for preceding
  three fiscal years. Plans and specifications may be obtained
  by telephoning the above number or faxing to (908) 323-1471.
  ONLY ONE REQUEST PER COMPANY - DO NOT FOLLOW WITH ORIGINAL
  VIA U.S. MAIL. Plans and specifications are expected to be
  available on or about 15 January 1997. Bid opening is a minimum
  30 days after release of specification. This acquisition is
  unrestricted. Estimated cost range for this project will be:
  $1,000,000.00 - $5,000,000.00.
CITE: (I-347 SN011701)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), VA MEDICAL CENTER, ALEXANDRIA,
  LA 71306-6002
SUBJECT: Z -- INSTALL RESILIENT FLOORING LAUNDRY BLDG. 16
SOL 5021397
DUE 010997
POC Herman Chelette, (318) 473-0010 ext 2239 or Carol Robertson
  ext 2234
DESC: Cancellation: This action originally publicized in the
  CBD dated 11-25-96 is cancelled.
CITE: (I-347 SN011715)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 16th Contracting Squadron, 350 Tully Street, PO Box 9190,
  Hurlburt Field, FL 32544-9190
SUBJECT: Z--IDIQ-ASBESTOS ABATEMENT 
SOL F08620-97-B0002
POC Mr. Dave Crocker, Contract Specialist, 904-884-3271
DESC: Subject solicitation published in the 8 Nov 96 CBD, page
  11, issuance has been postponed indefinitely. 
CITE: (W-347 SN011739)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--GUIDE, LINK. E/I 20MM GUN.
SOL SP0750-97-Q-0469
DUE 013097
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, Sharon Harper,  (614)692-1170.
DESC: PR-NO:  FPC96025000917 NSN 1005-00-718-4396, CAGE 19204
  Part No  7184396 63 -EA Del to Lathrop CA 95330 Del by 60 days
  after date of award.   See NOTE 1 & 9.  Small business size
  standard is 1,000 employees.   Solicitation not available until
  15 days after published in the CBD.   Written requests for
  drawings are to be submitted to Defense Supply Center,  Columbus,
  Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000,  by
  FAX (614)692-2998 or Call (614)692-2344.  Requests should include
  the  IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC number;
  buyer's  name and your complete name and address.  Federal,
  military and  commercial specifications cannot be provided
  by DSCC.  Automated Best  Value Model (ABVM) applies.  While
  price may be a significant factor in the  evaluation of offers,
  the final award decision will be based upon a  combination
  of price and past performance, as described in the solicitation.
    Delivery Evaluation Factor (DEF) applies.  While price is
  a significant  factor in the evaluation of offers, the final
  award decision will be based  upon a combination of price and
  past performance as described in this  solicitation.  All responsible
  sources may submit offer which DCSC shall  consider.
CITE: (I-347 SN011149)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
  Center (AMSTA-AQ-DS), Warren, MI  48397-5000
SUBJECT: 10--AMMO FEED CHUTE END CONNECTORS
SOL DAAE0797RX022
DUE 012097
POC Linda Passeri (810) 574-8351
DESC: Ammo Feed Chute End Connectors for use with the M242 guns
  on SANG LAVs.  Qty: 453 each Upper PN:  S256068-151 and 453
  each Lower PN S256068-152. Sole Source  Standard Armaments,
  Inc.  See Note:  22.*****    
CITE: (W-347 SN011351)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 11--Nuclear Ordnance
OFFADD: San Antonio Alc/Nwk/Bldg 1420, 413 N. Luke Dr., Kelly
  Afb Tx  78241-5314
SUBJECT: 11--ELECTRONIC COMPONENT
SOL FD2388-97-41016
DUE 012497
POC For copy, Fax request to NWK at (210)925-9776, For additional
   information contact Vidal, D./nwk/[210]925-4482
DESC: Item 0001 NSN 1195-01-252-7331CM P/N: 8547281-10, Size:
  5.20"  lenght by 5.25" height by 14.5" depth. Pred Matl: Is
  a major component of the console group. Function: Is used for
  encoding keys entered during re-key operation of encode. Components
  and sensor status nessage generated by the vault processor
  and shelter central panel. 2ea. Applicable to: Ws3. Destn:
  Kelly Afb Tx 78241-5314. Delivery: 31 Dec 97 2 ea Government
  Furnished Specifications And Drawings Are Not Available The
  approximate issue/response date will be 24 Dec 96. The anticipated
  award date will be 31 Mar 97. Written procedure will be used
  for this solicitation. To: Bechtel National Inc, San Francisco
  Ca 94119-0000. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. See Note (s) 22,26.
CITE: (I-347 SN011462)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 12--YOKE, MOUNT, GUN
SOL SP0920-97-Q-A089
DUE 123196
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:  YPE96310001122 NSN 1285-01-230-8081, yoke, Mount,
  gun  CAGE 0RMF7 Part No 5191306 CAGE 05606 Part No 5191306
  CAGE 33119 Part No  5191306 CAGE 53711 Part No 5191306 CAGE
  99584 Part No 5191306 no  additional descriptive data available
  ATT.  114 -EA Del to Mechanicsburg  PA 17055-0789 Del by 29
  Dec 96.  30 -EA Del to Lathrop CA 95330 Del by  29 Dec 96.
   No drawings available.  The offeror must provide a complete
   data package including data for the approved and alternate
  part for  evaluation.  Other than full and open competition:
   part numbered item.   Products offered clause applies.  Various
  increments solicited:  1-50,  51-100, 101-150, 151-300.  PR
  quantity:  144 EA destinations:   Mechanicsburg, PA 17055-0789,
  Stockton, CA 95296-0130 delivery schedule  144 each within
  180 days set-aside type:  unrestricted (sole  source/single
  source) (no preference) size standard:  500 all responsible
   sources may submit offer which DESC shall consider.
CITE: (I-347 SN011166)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 12--SIGHT, BORE, OPTICAL
SOL SP0920-97-Q-A090
DUE 011797
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96330000443 & YPE96340001058 NSN 1240-01-390-2028,
   sight, bore, optical Leica Technologies (7Z946) P/N 6620194
  IAW Navy  (53711) P/N 6620194 Pat numbered item.  Products
  offered clause applies.   PR quantity:  2 each 2 destinations:
   1 EA Del to V20834 FPO AA  34092-1225 1 EA Del to V21560 FPO
  AE 09556-1660 delivery schedule:  2 IN  90 days and 1 every
  30 days thereafter.  Set-aside type:  G unrestricted  (sole
  source/single source) (no preference) size standard:  500 all
   responsible sources may submit offer which DESC shall consider.
CITE: (I-347 SN011167)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 12--TUBE UNIT ASSY
SOL F42620-97-R-24671
DUE 012897
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: Item 0001 NSN 1270-99-735-6356WF P/N: 229-026253-03, Dim:
  11.01  L x 4.5 W x 4.5 H inches. Wgt. 3.5 lbs 10ea. Applicable
  to: F-16 A/B. Destn: FMS Countries. Delivery: 31 Aug 98 10
  ea Item 0002 NSN 1270-99-736-0409WF Power Supply Sub Assy P/N:
  229-026257-03, This item is a power supply which is part of
  the heads up display on the F-16 acft. 32ea. Applicable to:
  F16 C/D. Destn: FMS Countries. Delivery: 30 Oct 98 16 ea 31
  Dec 98 16 ea Item 0003 NSN 1270-99-771-4189WF Y Deflection
  Panel P/N: 229-026260-04, This item is a Y-deflection panel
  module assy used in the heads up display unit of the F-16 acft.
  10ea. Applicable to: F16 C/D. Destn: FMS Countries. Delivery:
  31 Oct 97 2 ea 30 Sep 98 8 ea Item 0004 NSN 5998-01-173-0666WF
  Discrete Input P/N: 229-026250-02, This discrete input panel
  assy is part of the heads up display unit. 1ea. Applicable
  to: F-16a/B/C/D Acft. Destn: FMS Countries. Delivery: 31 Oct
  97 1 ea Item 0005 NSN 5998-01-311-9080WF Output Clock P/N:
  229-026244-12, This item is part of the hud used in the F-16
  aircraft. 1ea. Applicable to: F16 C/D. Destn: FMS Countries.
  Delivery: 31 Oct 97 1 ea The approximate issue/response date
  will be 27 Dec 96. To: Gec-Marconi Avionics Inc, Atlanta Ga
  30366-1999. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty-five days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Request for copies
  of solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 26.
CITE: (I-347 SN011497)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 13 -- COMPONENTS OF THE M8 TA SMOKE POT
SOL DAAA03-97-R-0010
DUE 022497
POC Pam Burton, Contract Specialist, 501/540-3017.
DESC: Assembly, Parachute, Ctg 60mm M721 consisting of the following:
  Parchute, flat circular IAW Dwg. F9345346A dtd 28 Sep 88; Bag,
  Deployment & Chute, Drogue IAW Dwg. F9345347A dtd 10 May 90
  and Parachute, folding and packaging assembly IAW Dwg. F9345345A
  dtd 28 Sep 88, IAW MIl-P-70715 Amd 3 dtd 1 Jun 92 and NOR M6J2045,
  24,490 ea.; and Assembly, Parachute, Ctg. 81mm IR 816 consisting
  of the following: Parachute, flat, IAW Dwg. F9381631F dtd 23
  Jan 95 and NOR M6J2036 dtd 18 Dec 95, Bag, Deployment, IAW
  dwg. F9381589D dtd 23 Jan 95 and Parachute, Folding and Packing
  Assembly IAW Dwg F9381075J dtd 23 Jan 95. Note: Assembly will
  be provided without oval sleeve and suspension wire called
  out on Dwg. F9381075, 1,945 ea.; FOB: Pine Bluff Arsenal, AR
  71602-9500, Includes a 100% option, RFP DAAA03-97-R-0010 to
  issue on or about 8 Jan 97 with a closing date on or about
  24 Feb 97. All responsible offerors will be considered.
CITE: (I-347 SN011271)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--BLU 113A/B EMPTY CASE
SOL F42630-97-R-20761
DUE 012397
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Genee Ringel/Likm/[801]775-2093
DESC: Item 0001 NSN 1325-01-394-1858 P/N: 9331412, This item
  is a case  assembly for the BLU-113 bomb. Delivery: Aug 98
  thru Feb 99, 20 each; 31 Mar 99 21 each. 161ea. Applicable
  to: Blu-113. Destn: Mcalester OK 74501. The approximate issue/response
  date will be 24 Dec 96. To: Wyman Gordon Forging Inc, . To:
  Lockheed missile and Space Inc, . To: National Forge Co, Irvin
  Pa 16329 0258. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty-five days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Request for copies
  of solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 26.
CITE: (I-347 SN011438)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--INITIATOR, GAS SMDC
SOL F42630-97-R-20609
DUE 012497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Genee Ringel/Likm/[801]775-2093
DESC: Item 0001 NSN 1377-01-234-8510ES P/N: 3384200, Acft ejection
  sys  (life support) ballistic device. Predominant matl aluminum
  with explosive charge of. 0044 lbs, length 4.00 in, width 2.7
  in x 1.00. ballistic initiated. Function: converts SMDC signal
  to gas signal. Alternate NSN: 1377013849246ES and P/N 6110200.
  NSN: 1377014320349ES & P/N: 826599-1. 78ea. Applicable to:
  B-1. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 31
  Dec 97 78 ea Item 0002 NSN 1377-01-269-8061ES Initiator, Smdc/Gas
  P/N: 3384100, Acft ejection system life support ballistic device
  with net explosive weight of 0.0050 lbs. Material: Stainless
  steel enclosing explosive charge. Dimensions: 4.00 in x 2.50
  in x 1.50 in and is ballistically initiated. Function: provides
  gas pressure to activate inertia reel and seat catapult during
  emergency egress. Alternate NSN: 1377013840106ES & P/N 6110100;
  NSN: 1377014300447ES & P/N: L320C2006. 198ea. Applicable to:
  B-1 Acft. Destn: Hill Air Force Base, Ut 84056-5825. Delivery:
  31 Dec 97 198 ea Qualification requirements: Sources must be
  qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The requirements of FAR 9.202(A) have
  been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) all
  The approximate issue/response date will be 27 Dec 96. To:
  Oea Aerospace Inc, Fairfield Ca 94533-0659. To: Scot Inc, Downers
  Grove Il 60515-0705. To: Teledyne Mccormick Selph, Hollister
  Ca 95024 0006. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty-five days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  is cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Request for copies of
  solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 26.
CITE: (I-347 SN011498)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought
OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS,
  ROCK ISLAND, IL. 61299-6000
SUBJECT: 13 -- SMALL/MEDIUM CALIBER LINKS
SOL N/A
POC CONTACT THE CONTRACT SPECIALIST: Mr. Nick Huyten, (309)782-2220
DESC: Special attention must be given when addressing requests
  for solicitations and bids/offers. Failure to properly address
  requests for solicitations in accordance with this CBD notice
  will result in non-receipt of the solicitation package. Failure
  to properly address bids/offers in accordance to solicitation
  instructions may result in a late bid which cannot be considered.
  Written, fax, or electronic requests for solicitation packages
  are accepted. No telephone requests will be honored. Requests
  for copies of this solicitation should include your commercial
  and government entity (CAGE, a CAGE code has been assigned
  to you) along with your name, address, data fax number, and
  solicitation number. The fax number for requests is (309)782-4803.
  Electronic requests may be accepted through the Automated Acquisition
  Information System (AAIS). All IOC solicitations are available
  for viewing/downloading, in addition to procurement history,
  via the AAIS. The AAIS is accessible electronically 24 hours
  a day via modem at (309)782-7648. Terminal emulation should
  be VT100, no parity, 8 data bits and 1 stop bit. Once connected,
  enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt
  depress the 'ENTER' key. Information obtained through AAIS
  is also available on the Internet. Prospective customers may
  now access the IOC home page at http://www-ioc.army.mil/. The
  current method of accessing data through AAIS will remain in
  place until February 7, 1997. At which time access using modems
  and login will be discontinued. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309)782-8094 on a limited basis. This is a survey limited
  to U.S. and Canadian firms only. SMALL/MEDIUM CALIBER LINKS,
  5.56MM, 7.62MM, CALIBER .50, 20MM, 25MM, and 40MM. This is
  a market survey of U.S. and Canadian industry to identify potential
  contractors capable of manufacturing small/medium caliber links
  to support the Government's preparedness needs for the following
  items. The minimum monthly requirement must be met, but this
  quantity can be met by more than one potential producer. They
  are listed in the following order: Item, Part Number, Minimum
  Monthly Requirement: Link 5.56MM M27, 11691287, 5,418,097,
  Link 7.62MM M13, 7268389, 5,186,436, Link Caliber .50 M9, 7140393,
  1,214,639, Link Caliber .50 M15a2, 7791440, 122,761, Link 20MM
  MK7, 5871716, 3,950, Link 20MM M10, 7238242, 26,372, Link 20MM
  M14a2, 8447633, 3,000, Link 25MM M28, 12013695, 93,937, Link
  40MM M16a2, 11691393, 811,587. Specific skills and equipment
  required to manufacture subject links are as follows: vertical
  press 30/100 ton, coil stock straightener, metal forming/finishing
  tools, furnace/heat treat systen, phosphate coating system
  and link/delink inspection and packaging system, set-up mechanics,
  process engineers, heat treat specialist and quality assurance
  specialist capable in using a wide variety of inspection equipment.
  A respondent must also have available the appropriate maintenance,
  tooling, and manufacturing engineering skills required to support
  quality production for these items. A respondent must currently
  possess a majority of these processes in-house and demonstrate
  provisions of obtaining the remainder without significant delay.
  Technical data does exist for these items. A detailed questionnaire,
  including top drawing data, may be provided to capable respondents.
  Interested firms who feel they are capable of manufacturing
  these items, based on the above criteria, are invited to indicate
  their interest by providing to the Government a summary of
  their company's capabilities, including a description of facilities,
  personnel, and past manufacturing experiences. Information
  must be submitted within 20 calendar days from the date of
  this publication to U.S. Army Industrial Operations Command,
  Attn: AMSIO-IRC/Mr. Nick Huyten, Rock Island, IL 61299-6000,
  (309)782-2220. This is a market survey for planning purposes
  only and shall not be construed as a Request for Proposal or
  as an obligation on the part of the Government. The Government
  does not intend to award a contract on the basis of this market
  survey or otherwise pay for information solicited. The information
  you provide will be utilized by the U.S. Army in developing
  its acquisition approach for future requirements.
CITE: (I-347 SN011247)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought
OFFADD: Olin Corporation, Purchasing Department, P.O. Box 340,
  Lake City Army Ammunition Plant, Independence, Missouri 64051
SUBJECT: 13--COMPACT EXPLOSIVE STORAGE AND SERVICE MAGAZINES
SOL LHS1296A
DUE 010996
POC L.H. Smith, Purchasing Manager, (816) 796-7221.
DESC: This is a market survey to identify potential contractors
  capable of supplying compact explosive service magazines, to
  be used to store 1.1 Hazard Class pyrotechnics or military
  high explosives. The magazines must provide protection for
  the explosives from the environment and shall be capable of
  completely containing the blast (fragmentation and overpressure)
  effects of a detonation of 20 lbs. TNT equivalent, with an
  inhabited building distance (IBD) of 30 feet or less, and an
  interline distance of -0- feet. The magazines shall be lockable.
  It is preferred that the magazines be of such size and weight
  as to be portable. It is also preferred that the magazine design
  is pre-approved by the Department of Defense Explosive Safety
  Board (DDESB).
CITE: (M-347 SN011309)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 14--PAD, SUPPORT.  E/I:  MISSILE SUPPORT EQUIPMENT
SOL SP0750-97-Q-0461
DUE 013197
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Carla Eiterman, 614 -692-1129
DESC: PR-NO:  YPC96289001474 NSN 1450-01-370-5633, CAGE 30003
  Part No  1763AS405 CAGE 54686 Part No 3S1366 pad, support (missile
  support pad).  in accordance with Navy drawing 1763AS405, part
  number 1763AS405-1.  240 - EA Del to Norfolk VA 23512-0001
  Del by 90 days after award 165 -EA Del to  Mechanicsburg PA
  17055-0789 Del by 90 days after award 308 -EA Del to  Lathrop
  CA 95330 Del by 90 days after award Del to various dests.--
  see  NOTE 1.-- solicitation not available until 15 days after
  published in the  CBD.  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-347 SN011152)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--TANK ASSY, ENGINE OIL
SOL SP0460-97-Q-D060
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Cynthia Sumner
  /BT964/804-279-5990  contracting officer Alexander stua RT/804-279-3504
DESC: PR-NO:  YPG96234000718 NSN 1560-00-070-7837, tank assy,
  engine  oil IAW Bell Helicopter CAGE 97499 Dwg 205-060-538
  Rev "L" DTD 11 Nov 75  & procurement package #205-060-538 Rev
  "C" dated 16 April 74 Dwg P/N  205-060-538-69 3 -EA Del to
  Stockton CA 95296 Del 60 DARO 1 -EA Del to  New Cumberland
  PA 17070-5001 Del 60 DARO unrestricted.  Solicitation will
   be made in writing and orally.  First article test required.
   QPL - FAR  52.209-1 OR 52.209-2 - see NOTE 23.  Drawings,
  interim procurement  descriptions and deviation lists may be
  examined or obtained from Defense  General Supply Center. 
  All responsible sources may submit offer which DGSC  shall
  consider.
CITE: (I-347 SN011123)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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, EXHAUST MIXER
SOL SP0460-97-R-0227
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Janice Adams/B
  T991/804-279-6360  contracting officer Steven Tuck/804279-6143
DESC: PR-NO:  YPG96235000363 NSN 1560-01-170-5222, duct, exhaust
  mixer  McDonnell Douglas Helicopter Corp CAGE 8V613 P/N 7-311653101
  38 -EA Del  to New Cumberland PA 17070-5001 Del 220 DARO see
  NOTE 22, intended  sources:  McDonnell Douglas helicopters
  and d-velco manufacturing.   Unrestricted.  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-347 SN011124)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Immigration & Naturalization Service, Procurement Division,
  425 I St. N.W., Room 2208, Washington, DC 20536
SUBJECT: 15 -- BORDER PATROL HELICOPTERS
SOL HQ-97-05
DUE 013197
POC Lisa Diernisse, Contract Specialist (202) 305-4607 FAX (202)
  616-7876.
DESC: This synopsis is a reissuance of the synopsis for Border
  Patrol helicopters issued on May 23, 1996 and the modifications
  to it dated May 29, 1996, June 14, 1996 and on/about December
  10, 1996. The Immigration and Naturalization Service has a
  requirement to award a competitive, negotiated "best value"
  indefinite delivery/requirements contract (consisting of one
  base year and four one year option periods) for commercial
  light observation helicopters equipped with a gas turbine engine.
  The estimated required quantities are 45 helicopters over five
  years (9 per year). Also required are new spare or overhauled
  parts, a minimum one year or 1,000 flight hour (whichever comes
  first) commercial warranty, commercial manuals and other documentation,
  special maintenance tools, pilot and mechanic training, and
  technical support services. The helicopters are required FOB
  origin. The anticipated contract type will be fixed price.
  The proposal due date shown above is estimated only. See the
  solicitation for the exact date. Interested sources shall request
  a copy of the solicitation in writing to the attention of the
  Contract Specialist above, by mail or facsimilie. NO TELEPHONE
  INQUIRIES WILL BE ACCEPTED. ALL SOURCES THAT RESPONDED IN WRITING
  TO ANY PREVIOUS SYNOPSES FOR BORDER PATROL HELICOPTERS IN THE
  PAST YEAR DO NOT HAVE TO RE-SUBMIT THEIR REQUEST FOR THE SOLICITATION;
  THESE SOURCES WILL AUTOMATICALLY BE FORWARDED A COPY OF THIS
  SOLICITATION. The solicitation is expected to be issued prior
  to January 1, 1997
CITE: (I-347 SN011235)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Department of the Navy, NAWCAD Contracts Competency Division,
  MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304
SUBJECT: 15 -- AIRCRAFT & AIRFRAME STRUCTURAL COMPONENTS
SOL N00421-97-Q-1022
DUE 123096
POC Adrienne M. Purnell, Code 257C, Contract Specialist, (301)
  342-1828 ext. 123; Gregory Denman, Code 257, Contracting Officer,
  (301) 342- 1825 ext. 175.
DESC: This is a notice of intent to negotiate with Kearfott Guidance
  and Navigation Corporation, a subsidiary of Astronautics Corporation
  of America, located at 150 Totowa Road, Wayne, New Jersey 07474-0948
  on an other than full and open competition basis in order to
  purchase eleven (11) ISAHRS Mounts, P/N K600A214-02. The Government
  intends to negotiate on a sole source basis with Kearfott Guidance
  and Navigation Corporation since the units must be exact replacement
  items. Delivery of two (2) units is anticipated on 14 March
  1997; the remaining nine (9) units shall be delivered no later
  than 17 October 1997. Delivery is required FOB Destination
  to McDonnell Douglas. Request for quotation may be faxed to
  (301)342-1866 to the attention of Adrienne M. Purnell. All
  responsible sources may submit an offer which will be considered.
CITE: (I-347 SN011267)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: 15--DOOR AY
DUE 011797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Mark Pritchard/Ladca/[405]739-4343
DESC: Item 0001 NSN 1560-00-560-3966FL P/N: 5-88197-22, Dim:
  Approx 40  in x 23 in x 3 in. Matl: Cast Aluminum. Func: Provides
  aero dynamic covering for landing gear during flight operations.
  55ea. Applicable to: C135. Destn: Tinker Air Force Base Ok
  73145-3020. Delivery: 01 NOV 99 55 ea SPECIAL TOOLING REQUIRED.
  The approximate issue/response date will be 17 Dec 96. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Note: 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 communicate contractor concerns,
  issues, disagreements, and recommendations to the appropriate
  government personnel. When requested, the Ombudsman will maintain
  strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER
  FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests
  can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. See Note (s) 1.
CITE: (I-347 SN011300)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: 15--DOOR RH
DUE 011797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Mark Pritchard/Ladca/[405]739-4343
DESC: Item 0001 NSN 1560-00-560-3965FL P/N: 5-88197-21, Dim:
  Approx 40  in x 23 in x 3 in. Matl: Cast Aluminum. Func: Provides
  aero dynamic covering for landing gear during flight operations.
  92EA. Applicable to: C135. Destn: Tinker Air Force Base Ok
  73145-3020. Delivery: 01 NOV 99 92 ea SPECIAL TOOLING REQUIRED.
  The approximate issue/response date will be 17 Dec 96. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Note: 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 communicate contractor concerns,
  issues, disagreements, and recommendations to the appropriate
  government personnel. When requested, the Ombudsman will maintain
  strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER
  FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests
  can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. See Note (s) 1.
CITE: (I-347 SN011301)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: 15--DOOR, MAIN LANDING GEAR
DUE 011797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Birdie Lemons/Ladca/[405]739-4139
DESC: Item 0001 NSN 1560-01-004-8749FL P/N: 35-33076-4, Cast
  door  includes skin surface web with hinge at one end and attached
  point for actuating arm and linkage approx 17.01 in width 17.5
  in length 3.00 in depth provides aero dynamic smoothness under
  wing when landing gear is retracted. Matl: Aluminum 108EA.
  Applicable to: Kc135. Destn: Tinker Air Force Base Ok 73145-3020.
  Delivery: 01 Nov 99 108 ea The approximate issue/response date
  will be 17 Dec 96. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1.
CITE: (I-347 SN011302)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 15--SCOOP, RAM AIR INLET
SOL F41608-97-R-74122
DUE 020397
POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional
   information contact Torres, F. R./lck2586/[210]925-6837
DESC: Item 0001 NSN 1560-01-383-3581LD P/N: 17P2N3001-1, APPL:
  C17  AIRCRAFT MATL: ALUM ALLOY. DIM: APPROX 14"L X 6"W. I NLET
  FOR RAM AIR SCOOP. 2EA. Applicable to: C-17a Acft. Destn: FB2065,
  ACCT 09. Delivery: 31 Jul 97 2 ea Government drawings and/or
  specifications are NOT available. The approximate issue/response
  date will be 02 Jan 97. The anticipated award date will be
  03 Mar 97. Written procedure will be used for this solicitation.
  To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. See Note (s) 22,26.
CITE: (I-347 SN011378)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 15--SUPPORT ST
SOL F41608-97-R-74206
DUE 020397
POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional
   information contact Torres, F. R./lck2586/[210]925-6837
DESC: Item 0001 NSN 1560-01-359-5600LD P/N: 17P7W3620-1, STRUCT
  SUPP  COMPONENT OF HINGE Size/Dimensions: 4" X 3.5" X 3.5"
  Nominal Form, Fit, Function: Structual Support Components of
  the Pylon Hinge. Predominant Material: Steel 17EA. Applicable
  to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 30 May 97
  17 ea Government drawings and/or specifications are NOT available.
  The approximate issue/response date will be 02 Jan 97. The
  anticipated award date will be 28 Mar 97. Written procedure
  will be used for this solicitation. To: Mcdonnell Douglas Corp,
  Long Beach Ca 90807-4418. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22, 26.
CITE: (I-347 SN011380)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 15--WINDOW PANEL, AIRCRA
SOL FD2050-97-74204
DUE 013197
POC For copy, Munoz, L. J./lck2585/[210]925-6837, For additional
   information contact Munoz, L. J./lck2585/[210]925-6837
DESC: Item 0001 NSN 1560-01-342-2919LD P/N: 17P1A5001-1, USED
  BY  PILOT, OBSERVATION OF AIR GROUND, PLASTIC ACRYLIC SIZE:
  34" X 29" X 3" NOMINAL PREDOMINATE MAT'L: PLASTIC ACRYLIC 8EA.
  Applicable to: C-17 Aircraft. Destn: WARNER ROBINS AFB GA (FB2065).
  Delivery: 31 MAR 97 8 ea GOVERNMENT FURNISHED DRAWINGS AND
  SPECIFICATIONS ARE NOT AVAILABLE. The approximate issue/response
  date will be 20 DEC 96. The anticipated award date will be
  28 FEB 97. Written procedure will be used for this solicitation.
  To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 22,26.
CITE: (I-347 SN011382)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 7180 Reserve Road,
  Tinker Air  Force Base Ok 73145-3020
SUBJECT: 15--INSULATION,THERMAL
SOL F34601-97-R-0025
DUE 020397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Lori Duncan/Ladaa/[405]739-5582
DESC: Item 0001 NSN 1560-01-383-9291FW P/N: DAA3420D129-054,
  DATA NOT  AVAILABLE from the GOVERNMENT 11EA. Applicable to:
  B-2 Aircraft. Destn: Tinker Air Force Base Ok 73145-3020. Delivery:
  11 DEC 97 11 ea Item 0002 NSN 1560-01-383-9298FW Insulation,Thermal
  P/N: DAA3420D129-077, DATA NOT AVAILABLE from the GOVERNMENT
  4EA. Applicable to: B-2 Aircraft. Destn: Tinker Air Force Base
  Ok 73145-3020. Delivery: 04 DEC 97 4 ea Item 0003 NSN 1560-01-383-9315FW
  Insulation,Thermal P/N: DAA3420D129-073, DATA NOT AVAILABLE
  from the GOVERNMENT 4EA. Applicable to: B-2 Aircraft. Destn:
  Tinker Air Force Base Ok 73145-3020. Delivery: 04 DEC 97 4
  ea Item 0004 NSN 1560-01-383-9318FW Insulation,Thermal P/N:
  DAA3420D239-080, DATA NOT AVAILABLE from the GOVERNMENT 4EA.
  Applicable to: B-2 Aircraft. Destn: Tinker Air Force Base Ok
  73145-3020. Delivery: 04 DEC 97 4 ea Item 0005 NSN 1560-01-383-9399FW
  Insulation,Thermal P/N: DAA3420D129-072, DATA NOT AVAILABLE
  from the GOVERNMENT 4EA. Applicable to: B-2 Aircraft. Destn:
  Tinker Air Force Base Ok 73145-3020. Delivery: 04 DEC 97 4
  ea Item 0006 NSN 1560-01-383-9576FW Insulation,Thermal P/N:
  DAA3420D129-062, DATA NOT AVAILABLE FROM THE Government 4EA.
  Applicable to: B-2 Aircraft. Destn: Tinker Air Force Base Ok
  73145-3020. Delivery: 04 DEC 97 4 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0022 There are 16 additional
  items(s) in FSC(s) 1560 Thermal insulation for the B-2 Aircraft
  The approximate issue/response date will be 02 Jan 97. To:
  Northrop Grumman Corporation, Pico Rivera Ca 90660 3765. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) SEE CBD NOTES 23 AND
  26.
CITE: (I-347 SN011568)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 15--PANEL,STRUCTURAL,AIRCRAFT
SOL F41608-97-R-0080
DUE 122696
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Menchaca, A./ldkj/[210]925-8845
DESC: Item 0001 NSN 1560-01-359-1030LD P/N: 17P8D8507-1, NICKEL
   ALLOY;DEFLECTOR,AIR FLOW,CORE THRUST REVERSER;ENGINE NACELLE/
  C17A Size: 6'ft X 6'ft Function: Deflects Air Flow thru core
  thrust reverser. Material: Nickel Alloy Delivery: 29 Aug 97
  5EA. Applicable to: C-17 Acft. Destn: Robins, AFB, GA. 31098.
  Delivery: 29 Aug 97 5 EA Government Specifications, Blue-Prints,
  Bid-Sets, and/or data not available The approximate issue/response
  date will be 12 Dec 96. The anticipated award date will be
  28 Feb 97. Written procedure will be used for this solicitation.
  To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. See Note (s) 26.
CITE: (I-347 SN011608)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 15--DOOR ACFT
SOL F41608-97-R-0081
DUE 122696
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Menchaca, A./ldkj/[210]925-8845
DESC: Item 0001 NSN 1560-01-377-7150LD P/N: 17P6N1026-1, AERODYNAMIC
   COVER OF ANTI-ICE Size: 8" X 21" X 0.100" Nominal Function
  Description: Provides aerodynamic comver of anti-Ice Duct Cut-out
  During Slat Retraction Material: Aluminum Alloy 7075 Delivery:
  31 Jul 97 20EA. Applicable to: C-17 Acft. Destn: Robins AFB,
  455 Byron St., GA. 31098. Delivery: 31 Jul 97 20 EA Government
  furnished specifications, Bid-Sets, Blue Prints and/or data
  are not available The approximate issue/response date will
  be 12 Dec 96. The anticipated award date will be 28 Feb 97.
  Written procedure will be used for this solicitation. To: Mcdonnell
  Douglas Corp, Long Beach Ca 90807-4418. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 26.
CITE: (I-347 SN011609)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--HOUSING, END, AIRCRAFT
SOL SP0920-97-Q-0422
DUE 123196
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:  YPE96299000530 NSN 1660-00-367-3060, CAGE 70210
  Part No  571317-1 no releasable data sufficient for manufacturing
  purposes.   Housing, END, aircraft 70 -EA Del to Lathrop CA
  95330 Del by 16 Dec 96.   The offeror must provide a complete
  data package for the approved and  alternate part for evaluation.
   Other than full and open copetition:   part numbered item.
   Products offered clause applies.  Various  increments solicited:
   1-70, 71-150, 151-300.  Destinations Stockton,  CA.  95296-0130
  delivery schedule:  70 each within 180 days.  Set-aside  type:
   unrestricted (sole source/single source) (no preference) size
   standard:  1000 all responsible sources may submit offer which
  DESC shall  consider.
CITE: (I-347 SN011164)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 16 -- TVS ASSEMBLY, LASER
SOL DAAH01-97-R-A044
DUE 011097
POC AMSMI-AC-CDDA, Donna Willard Contract Specialist, 205-8 -
  AMSMI-AC-CDDA, Contracting Officer, 205-8 -.
DESC: Synopsis No. 5379-96 (MA) NSN 1260-01-167-4624, Army P/N
  340600. This item has been identified as having a potential
  for significant quantity fluctuation due to the Army's changing
  supply demands. As such, an Incremental Quantity Program solicitation
  will be issued utilizing Incremental Quantity Program provisions
  to reflect a minimum quantity of 5, known quantity of 12, and
  a maximum quantity of 25. In addition this requirement will
  have options quantities for the base year FY97, ranging from
  10 - 15 each, and out years FY 98 and FY 99, ranging from 10
  - 15 each. Destinations to be furnished. Delivery schedule
  220 days after contract award. Offerors must be approved and
  qualified. This proposed contract action is for supplies or
  services for which the Government intends to solicit and negotiate
  with only one, or a limited number of sources. Suggest that
  small business firms or others interested in subcontracting
  opportunties in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. A technical data package which defines all engineering
  and quality requirements is not available. RFP will be issued
  to Northrop Corporation, Electronics Division, 2301 West 120th
  Street, P.O. Box 5032, Hawthorne, CA 90250-3363. All responsible
  sources may submit a bid, proposal, or quotation which shall
  be considered by this agency. Request solicitation package
  from address above, ATTN: AMSMI-AC-MOD, FAX 205/876-9633. The
  most recent representative unit price and quantity relative
  to this acquisition is NSN 1260-01-167-4624, Awd Date 031291,
  Qty 31, Unit Price $181,238.42. The Government provides this
  price history without assuming the responsibility for any resulting
  conclusions or interpretations that may be made. The price
  history is provided for informational purposes only and should
  not be relied upon as a basis for offer/bid. Adequate drawings,
  specifications or other technical data are not available for
  this procurement and will not be furnished. Potential offerors
  are encourage to pursue qualification for future buys in accordance
  with MICOM Pamphlets 702-1 available through Internet. See
  Numbered Note(s): 22.
CITE: (I-347 SN011226)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO
SUBJECT: 16 -- BLADE, ROTARY WING
SOL DAAJ09-96-R-0279
DUE 073196
POC CPT Mark A. Anderson, Procurement Officer, (314) 263-0788,
  FAX: (314) 263-9012, Email: andersm@acq.stl.army.mil.
DESC: NSN: 1615-01-332-0702, PN: 7-311412000-5, Qty 216 each
  and NSN 1615-01-312-2387, PN 7-311422050-7, Qty 240 each in
  accordance with McDonnell Douglas Helicopter Systems (MDHS)
  technical data, applicable to the AH-64 Apache aircraft. This
  solicitation is changed from a five year Indefinite Quantity,
  Indefinite Delivery procurement to a Firm Fixed Price procurement
  for the above listed quantities.
CITE: (I-347 SN011253)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16 -- USQ-113(V)2 PHASE III COUNTERMEASURES SET
SOL N/A
POC Contact, Wilma Washington, Phone (703)604-6100
DESC: The Naval Air Systems Command intends to procure the USQ-113
  (V)2 Phase III Radio Countermeasures Set, from Lockheed Sanders,
  Nashua, NH 03061-0868 on a sole source basis. If awarded, the
  contract will provide for a basic buy of approximately 24 USQ-113(V)2
  Phase III Radio Countermeasures Sets, Integrated Logistics
  Support, Interim Spare and Repair parts and associated data;
  the contract will also contain priced options for approximately
  35 USQ-113(V)2 High Power Amplifiers. Lockheed Sanders, is
  the designer, developer and sole producer of the USQ-113(V)2
  Phase III Radio Countermeasures Set. The Government does not
  own the technical data package required to compete this effort.
  Inquiries regarding the availability of subcontracting opportunities
  should be directed to Lockheed Sanders. See note No. 22 - NAVAIR
  Synopsis No. 20190-96.
CITE: (I-347 SN011257)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--OXYGEN SYSTEM PORTABLE
DUE 012197
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Gayla Burchfield/Lidab/[405]739-5466
DESC: Item 0001 NSN 1660-01-108-8640BO P/N: 7920171-3, P/N M7920171-3
   Dim: 26 in wd x 11 in hg x 13 in dp. Func: Self contained
  portable oxygen system that meters 100 percent oxygen to parachutists
  in depressurized aircraft prior to high altitude bailout. Matl:
  Steel, aluminum and rubber. Life Support System. 5EA. Applicable
  to: Common. Destn: BJA005. Delivery: 20 MAR 97 5 ea The approximate
  issue/response date will be 18 Dec 96. The anticipated award
  date will be 30 APR 97. Written procedure will be used for
  this solicitation. To: Conax Florida Corporation, St Petersburg
  Fl 33710 2936. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written
  Quotation will be issued. The anticipated award date will be
  60 days after the issuance of this notice. See Note (s) 26.
CITE: (I-347 SN011291)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 16--ACTUATOR, OIL COOLER
SOL F41608-97-R-16020
DUE 012097
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Carter, J./ldkte/[210]925-7751
DESC: Item 0001 NSN 1680-01-329-7411 P/N: 880T100-3, P/N 880T100-3
  GEC  L16-8-5 P/N: 695807-3, ACTUATOR, OIL COOLER IS A ELECTRO-
  MECHANICAL LINEAR ACTUATOR USED TO OPEN AND CLOSE THE OIL COOLER
  FLAP ON T-56 ENGINE FOR THE C-130 ACFT. ELECTRICAL COMPONE
  NTS/ALUM ALLOY. 11.005" L, 15.805" EXT., 4.90" W, 3.08" D.
  161EA. Applicable to: T-56 Engine C130 Acft. Destn: Kelly Afb,
  Texas 78241-6426. Delivery: 31 Dec 97 161 ea Restricted. Govt
  unable to provide bid sets, drawings, and/or specifications.
  Approved sources, only. See notes 22 and 33. The approximate
  issue/response date will be 18 Dec 96. To: Gec/Marconi Aerospace
  Inc, Whippany Nj 07981-1640. To: The Talley Corporation, Oxnard
  Ca 93030-0000. To: Lockheed Corporation, Marietta Ga 30063-0000.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 1, 22, 33, 73.
CITE: (I-347 SN011369)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 16--TRAY ASSY,ROLLER,BI-DIRECTIONAL
SOL F41608-97-R-74174
DUE 020397
POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional
   information contact Torres, F. R./lck2586/[210]925-6837
DESC: Item 0001 NSN 1670-01-355-4266LD P/N: 17P2G3000-1, C-17
  AERIAL  CARGO DELIVERY SYSTEMS Size/Dimensions: Approx. 4 FT
  Long X 3/8 in. Thick X 4 in. Wide Form, Fit, Function: Holds
  the Rollers. Predominant Material: Aluminum 8EA. Applicable
  to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 28 Feb 97
  8 ea Government drawings and/or specifications are NOT available.
  The approximate issue/response date will be 02 Jan 97. The
  anticipated award date will be 28 Mar 97. Written procedure
  will be used for this solicitation. To: Mcdonnell Douglas Corp,
  Long Beach Ca 90807-4418. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22, 26.
CITE: (I-347 SN011379)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--HEAT EXCHANGER
SOL F34601-97-07039
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Bob Kelley/Lidab/[405]739-5459
DESC: Item 0001 NSN 1660-01-084-6853 P/N: 82D37-6, Dim: 18 in
  x 18 in  x 14 in. Func: Pneumatically operated to control bleed
  air outlet temperature. Heat exchanger cools the engine bleed
  air using the engine fan air as cooling air. Matl: Steel. 9EA.
  Applicable to: E3. Destn: Tinker Air Force Base Ok 73145-3028.
  Delivery: 29 MAY 98 9 ea Item 0002 NSN 1660-01-084-6853 Heat
  Exchanger P/N: 82D37-6, Dim: 18 in x 18 in x 14 in. Func: Pneumatically
  operated to control bleed air outlet temperature. Heat exchanger
  cools the engine bleed air using the engine fan air as cooling
  air. Matl: Steel. 20EA. Applicable to: E3. Destn: Tinker Air
  Force Base Ok 73145-3028. Delivery: 29 MAY 98 20 ea The approximate
  issue/response date will be 24 Dec 96. To: Allied Signal-Allied
  Signal Aero, Tempe Az 85285-2200. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed.
CITE: (I-347 SN011420)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--PISTON
SOL F42630-97-Q-21834
DUE 011497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Landing Gear/Photo/Likl/[801]777-6501
DESC: Item 0001 NSN 1630-00-689-8902 P/N: 2611808, P/N 513537
  KC135  brake piston assy MLG. 1 1/4" diameter. 1 3/4" high.
  Alum. 10465ea. Applicable to: Kc135 Acft. Destn: Hill Air Force
  Base, Ut 84056-5825. Delivery: 31 Oct 97 10465 ea The approximate
  issue/response date will be 24 Dec 96. The anticipated award
  date will be 14 Jan 97. Written procedure will be used for
  this solicitation. To: Nasco Aircraft Brake Inc, Gardena Ca
  90248-1519. To: Allied Screw Products Inc, Mishawaka In 46546
  0000. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Request for copies
  of solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  The Government does not own the data or the rights to the data
  needed to purchase this part from additional sources. It has
  been determined to be uneconomical to buy the data or rights
  to the data. It is uneconomical to reverse engineer the part.
  See Note (s) 26.
CITE: (I-347 SN011434)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--JOINT, STEERING METER
SOL F42630-97-Q-21878
DUE 011497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Landing Gear/Photo/Likl/[801]777-6501
DESC: Item 0001 NSN 1620-00-343-5368 P/N: B-753, NLG steering
  metering  valve. 2014-T6 alum alloy, QQ-A-367. Dim: 3.156"
  long, 2.312" wide, 1.187" dia bore. 22ea. Applicable to: Kc135.
  Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 29 Aug
  97 22 ea The approximate issue/response date will be 24 Dec
  96. The anticipated award date will be 14 Jan 97. Written procedure
  will be used for this solicitation. To: L & S Machine Company
  Inc, Wichita Ks 67277-2264. To: B & B Manufacturing Co, Valencia
  Ca 91355-1209. To: Loud Engineering & Mfg Inc, Ontario Ca 91761-0934.
  To: Hydro Mill Co, Chatsworth Ca 91311-5202. To: Sargent Controls
  & Aerospace, Tucson Az 85743-. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. It
  is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government. Request for copies of solicitations must reference
  the entire solicitation number, including purchasing office
  identification number. To expedite your request, limit the
  number of individual solicitation numbers requested per letter
  to not more than 10. Don't request information on this requirement
  until after the issue date. 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 communicate 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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  The Government does not own the data or the rights to the data
  needed to purchase this part from additional sources. It has
  been determined to be uneconomical to buy the data or rights
  to the data. It is uneconomical to reverse engineer the part.
  See Note (s) 26.
CITE: (I-347 SN011435)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 16--PAD, OXYGEN MASK
SOL F41608-97-R-10020
DUE 012097
POC For copy, Nasif, S./ldktk/[210]925-5898, For additional 
  information contact Nasif, S./ldktk/[210]925-5898
DESC: Item 0001 NSN 1660-01-232-5141LS P/N: G012-1094, P/N  G012-1094-01
  Size: Approximately 3" Long x 1/2" Wide Pred Matl: Overall
  Steel Function: Fits on MBU 12/P Oxygen Mask. In the bridge
  of the nose area to prevent oxygen leakage and into the pilot
  eyes. ea. Applicable to: Mbu-121p Oxygen Mask. Destn: Kelly
  Afb, Texas 78241-6426. Delivery: 30 JAN 97 630 ea GOVERNMENT
  DRAWINGS ARE NOT AVAILABLE THREE YEAR FIRM FIXED PRICE REQUIREMENTS
  CONTRACT. The approximate issue/response date will be 18 Dec
  96. The anticipated award date will be 31 JAN 97. Written procedure
  will be used for this solicitation. To: Gentex Corp, Rancho
  Cucamonga Ca 91730-0000. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22, 26.
CITE: (I-347 SN011460)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--HEAT EXCHANGER
SOL F34601-97-07039
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Bob Kelley/Lidab/[405]739-5459
DESC: Item 0001 NSN 1660-01-084-6853 P/N: 82D37-6, Dim: 18 in
  x 18 in  x 14 in. Func: Pneumatically operated to control bleed
  air outlet temperature. Heat exchanger cools the engine bleed
  air using the engine fan air as cooling air. Matl: Steel. 9EA.
  Applicable to: E3. Destn: Tinker Air Force Base Ok 73145-3028.
  Delivery: 29 MAY 98 9 ea Item 0002 NSN 1660-01-084-6853 Heat
  Exchanger P/N: 82D37-6, Dim: 18 in x 18 in x 14 in. Func: Pneumatically
  operated to control bleed air outlet temperature. Heat exchanger
  cools the engine bleed air using the engine fan air as cooling
  air. Matl: Steel. 20EA. Applicable to: E3. Destn: Tinker Air
  Force Base Ok 73145-3028. Delivery: 29 MAY 98 20 ea The approximate
  issue/response date will be 24 Dec 96. To: Allied Signal-Allied
  Signal Aero, Tempe Az 85285-2200. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed.
CITE: (I-347 SN011464)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 16--CYLINDER ASSY
SOL F42620-97-R-24666
DUE 012497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: Item 0001 NSN 1650-01-300-4351WF P/N: 1211262-004, Cylinder
   assembly actuating linear double acting single cylinder. Dim:
  26" X 16.25", 16 1.2 lbs. 6ea. Applicable to: F16c/D. Destn:
  FMS Countries. Delivery: 31 Jan 97 2 ea 31 Mar 97 1 ea 31 Aug
  98 1 ea 30 Jun 98 1 ea 31 Jul 98 1 ea Item 0002 NSN 1650-01-278-5720WF
  Actuator P/N: 1211262-003, 30 arched aluminum alloy threaded
  fasteners. Dim: approx 16.3 L X 26.12. 6ea. Applicable to:
  F-16 Acft. Destn: FMS Countries. Delivery: 31 Aug 98 1 ea 30
  Sep 98 1 ea 30 Jun 98 1 ea 31 Jul 98 1 ea 31 Aug 98 1 ea 30
  Sep 98 1 ea Item 0003 NSN 1650-01-129-7553WF Actuator Assy
  P/N: 1211179-002, Nose gear door hydraulic linear double acting
  single cylinder actuator, aluminum, steel, rubber and teflon.
  Dim: 16.3 L X 26.12. 19ea. Applicable to: F-16 Acft. Destn:
  FMS Countries. Delivery: 30 Jun 97 5 ea 31 Aug 98 3 ea 30 Sep
  98 2 ea 30 Jun 98 3 ea 30 Oct 98 1 ea 30 Nov 98 1 ea 29 May
  98 1 ea 31 Jul 98 3 ea Item 0004 NSN 1650-01-129-5004WF Cylinder
  Assy, Mlg P/N: 1211176-002, One piece electromechanical actuator,
  made of aluminum and steel parts. Dim: approx 6" X 24". 1ea.
  Applicable to: F16 A/B. Destn: FMS Countries. Delivery: 30
  Jun 98 1 ea Qualification requirements: Sources must be qualified
  prior to being considered for award. The solicitation will
  contain instructions for obtaining further information on this
  requirement. The requirements of FAR 9.202(A) have been completed
  and copies of the qualification requirements and standards
  may be obtained as described in the solicitation. These qualification
  requirements apply to line item(s) all The approximate issue/response
  date will be 27 Dec 96. To: Arkwin Industries Inc, Westbury
  Ny 11590-5018. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty-five days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  is cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Request for copies of
  solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 26.
CITE: (I-347 SN011496)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--RECHARGER ASSY, PORT
SOL F34601-97-R-08125
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Gayla Burchfield/Lidab/[405]739-5466
DESC: Item 0001 NSN 1660-00-719-9372BO P/N: MS22032-1, Combination
  of  hose MS24548-5-24, Adapter AN6044, and valve AN6024. Approxima
  tely 27 5/8 inches long, 3/4 inch outside diameter, and 1/2
  inch inside diamet er. Made of sili-cone rubber, helix corrosion
  resis-tant steel, brass QQ-B-626, and Aluminum alloy QQA-225/6.
  Adapts Oxygen supply source to low pres- s ure oxygen cylinder.
  Air force Drawing 8148650, MS220032, MIL-V- 7891, AN60 44,
  and MIL-H-81581 applyaircraft application common. 239EA. Applicable
  to: Common. Destn: Tinker Air Force Base Ok 73145-3028. Delivery:
  30 Jun 97 239 ea The approximate issue/response date will be
  27 Dec 96. The anticipated award date will be 31 Mar 97. Written
  procedure will be used for this solicitation. To: Fluid Power
  Inc, Hudson Oh 44236-0208. To: Conax Florida Corporation, St
  Petersburg Fl 33710 2936. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one,
  or a limited number of sources under the authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within forty five-days (thirty days
  if award is issued under an existing basic ordering agreement)
  after date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  It is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government. Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 26.
CITE: (I-347 SN011508)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--CYLINDER
SOL F34601-97-06065
DUE 012797
POC For copy, Charles Ferguson/Lidac/[405]739-4465, For additional
   information contact Charles Ferguson/Lidac/[405]739-4465
DESC: Item 0001 NSN 1650-00-738-6276 P/N: 3-43260-503, ACTUATOR,
   STABILITY AUGMENTER, YAW AXIS APPROX 14IN. LONG RETRACTED
  B Y 5 IN. DIA. USED ON ACFT SAS. REACTS UNDER HYD PRESSURE
  TO REDUCE YAW OSCI LLATIONS. APPL F5A/B. 12EA. Destn: Tinker
  Air Force Base Ok 73145-3028. Delivery: 31 AUG 98 12 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 26 Dec 96. To: Hydraulic Units
  Inc, Duarte Ca 91010-2859. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) NUMBERED
  NOTE 26.
CITE: (I-347 SN011519)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--FLOW CONTROL VALVE
SOL F34601-97-07048
DUE 012797
POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional
   information contact Phil Mcconnell/Lidac/[405]739-4347
DESC: Item 0001 NSN 1660-01-422-3330 P/N: 753609-3, VALVE CONTROLS
  THE  FLOW OF AIR TO THE CABIN AIR CONDITIONING SYSTEM. APPROX
  15 INCHES LONG BY 12 INCHES WIDE BY 18 INCHES HIGH. MATERIAL;
  19EA. Destn: DK7003 DK7A00. Delivery: 30 JUN 99 19 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 NUMBERED
  NOTE 26 The approximate issue/response date will be 26 Dec
  96. To: United Technologies Corp, Windsor Locks Ct 06096-1010.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. The proposed contract action is
  for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) NUMBERED NOTE 26.
CITE: (I-347 SN011521)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--BODY VALVE
SOL F34601-97-08111
DUE 012797
POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional
   information contact Phil Mcconnell/Lidac/[405]739-4347
DESC: Item 0001 NSN 1660-00-288-5445 P/N: 3161797-3, Dim: 3.86
  in long  X 4.94 in high X 2.5 in dia; Matl: CRES 347. Serves
  as air flow channel for NHA valve assembly. 142EA. Applicable
  to: F15. Destn: Tinker Air Force Base Ok 73145-3028. Delivery:
  31 DEC 96 142 ea 31 OCT 97 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 26 Dec 96. To: Allied Signal-Allied Signal Aero,
  Tempe Az 85285-2200. No telephone requests. Only written or
  faxed requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) NUMBERED NOTE 26.
CITE: (I-347 SN011522)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--ACTUATOR
SOL F34601-97-08147
DUE 012797
POC For copy, Charles Ferguson/Lidac/[405]739-4465, For additional
   information contact Charles Ferguson/Lidac/[405]739-4465
DESC: Item 0001 NSN 1650-01-204-3781 P/N: 7-5094-2, P/N 750942
  Dim:  Approx 12 in long x 5 in wide. Func: Used to actuate
  leading edge flaps. MAtl: Steel, aluminum, teflon and rubber.
  8EA. Applicable to: Kc-135r. Destn: Tinker Air Force Base Ok
  73145-3028. Delivery: 28 NOV 97 8 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 26 Dec 96. The anticipated award date will be
  27 FEB 97. Written procedure will be used for this solicitation.
  To: Tactair Fluid Controls Inc, Liverpool Ny 13088-5552. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) numbered note 26.
CITE: (I-347 SN011524)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--IMPELLA WHEEL
SOL F34601-97-08148
DUE 012797
POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional
   information contact Phil Mcconnell/Lidac/[405]739-4347
DESC: Item 0001 NSN 1660-00-549-9993 P/N: 571574-2, Dim: Approx
  8 in  dia x 18 in long. Func: A component of the aircraft refrig-
  eration system that provides cool air to the cabin and the
  avionics. Matl: Titanium alloy. 21EA. Applicable to: F15. Destn:
  Tinker Air Force Base Ok 73145-3028. Delivery: 30 MAY 97 21
  ea Qualification requirements: Sources must be qualified prior
  to being considered for award. The solicitation will contain
  instructions for obtaining further information on this requirement.
  The qualification requirements for this item were established
  prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do
  not apply. These qualification requirements apply to line item(s)
  0001 The approximate issue/response date will be 26 Dec 96.
  The anticipated award date will be 28 FEB 97. Written procedure
  will be used for this solicitation. To: Alliedsignal Aerospace
  Company, Torrance Ca 90504-6099. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) NUMBERED NOTE 26.
CITE: (I-347 SN011525)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--COOLING TURBINE
SOL F34601-97-07046
DUE 013097
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Bob Kelley/Lidab/[405]739-5459
DESC: Item 0001 NSN 1660-00-079-3779 P/N: 203805-4-1, P/N  4A90101-101D,
  APPROX 12 IN DIA X 16 IN L, OF ALLOY, STAINLESS STEEL & TITANIUM.
  TURBINE AIR D RIVEN COMPRESSOR & EXPANSION TYPE TURBINE THAT
  PROVIDE AIR FOR HEATING, COOLI NG, & PRESSURIZATION FOR C5A
  ACFT 9EA. Applicable to: C5a. Destn: Tinker Air Force Base
  Ok 73145-3028. Delivery: 31 AUG 98 9 ea The approximate issue/response
  date will be 30 Dec 96. To: Allied Signal-Allied Signal Aero,
  Tempe Az 85285-2200. No telephone requests. Only written or
  faxed requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. See Note (s) NOTE 26.
CITE: (I-347 SN011541)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--HEAT EXCHANGER, OXYGEN
SOL F34601-97-R-08165
DUE 013197
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Gayla Burchfield/Lidab/[405]739-5466
DESC: Item 0001 NSN 1660-00-070-7375BO P/N: 3H90052-101, P/N
  2000 Dim:  20 inches long by 20 inches wide by 2 1/2 inches
  thick. Func: Life Support oxygen systems component used as
  an additive means of increasing Supply line length to assure
  complete evaporation of liquid oxygen. Matl: Aluminum alloy.
  10EA. Applicable to: C141 - C130. Destn: DAT002. Delivery:
  31 Jul 97 10 ea The approximate issue/response date will be
  02 Jan 97. The anticipated award date will be 28 Feb 97. Written
  procedure will be used for this solicitation. To: Conax Florida
  Corporation, St Petersburg Fl 33710 2936. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written
  Quotation will be issued. The anticipated award date will be
  60 days after the issuance of this notice. See Note (s) 26.
CITE: (I-347 SN011555)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Wr-Alc/Lbk, 265 Ocmulgee Ct, Robins Air Force Base Ga
  31098-1647
SUBJECT: 16--SWITCH ASSY, BRAKE
SOL F09603-97-Q-11601
DUE 020397
POC For copy, WR-ALC/PKXOC include mfg code, For additional 
  information contact Mark Hollifield/Lbka/[912]926-7353
DESC: Item 0001 NSN 1650-00-570-8730LG P/N: 1855D10, Dim: 1 1/2"
  X  3/4" X 3/4". Mat: Steel. Funct: Part of the flap asymmetry
  brake. Appl: C-130 acft. 14EA. Applicable to: C-130 Acft. Destn:
  Robins Air Force Base Ga 31098-1647. Delivery: 30 APR 97 14
  ea FAX REQUEST NUMBER: 912-926-7572 The approximate issue/response
  date will be 02 Jan 97. The anticipated award date will be
  14 Feb 97. Written procedure will be used for this solicitation.
  To: Geared Systems Inc, Park City Ut 84068 1900. To: Lockheed
  Martin Corp, Marietta Ga 30063-0290. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements.
CITE: (I-347 SN011559)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 16--FROST SEA WARS KIT
SOL F41608-97-R-0066
DUE 020397
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Rendon, Trini/Ldktk/[210]925-5898
DESC: Item 0001 NSN 1670-K1-400-700ALS P/N: 1914-006-01, Size:
  4" X 3"  Pred Mtrl: Electronics, overall steel Function: Salt
  water activated parachute release Del: 7 EACH - 30 APR 98,
  7 EACH - 30 SEP 98, 7 EACH 31 JAN 99 8EA. Applicable to: F-16
  A/B Peace Carvin. Destn: Kelly Afb, Texas 78241-6426. Delivery:
  30 APR 98 8 ea Item 0002 NSN 1670-K1-400-700ALS Frost Sea Wars
  Kit P/N: 1914-006-01, Size: 4" X 3" Pred Mtrl: Electronics,
  overall steel Function: Salt water activated parachute release
  Del: 7 EACH - 30 APR 98, 7 EACH - 30 SEP 98, 7 EACH 31 JAN
  99 21EA. Applicable to: F-16 A/B Peace Carvin. Destn: Kelly
  Afb, Texas 78241-6426. Delivery: 30 APR 98 7 ea 30 SEP 98 7
  ea 29 JAN 99 7 ea CRITICAL APPLICATION - LIFE SUPPORT ITEM.
  FAX REQUEST FOR COPY OF SOLICITATION TO: TRINI RENDON II/LDKTK/FAX
  NO. 210-925-1059. The approximate issue/response date will
  be 02 Jan 97. To: Conax Florida Corp, Saint Petersburg Fl 33710-2936.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 22, 23, 26, 73.
CITE: (I-347 SN011578)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 16--ACTUATOR, OIL COOLER
SOL F41608-97-R-16020
DUE 012097
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Carter, J./ldkte/[210]925-7751
DESC: Item 0001 NSN 1680-01-329-7411 P/N: 880T100-3, P/N 880T100-3
  GEC  L16-8-5 P/N: 695807-3, ACTUATOR, OIL COOLER IS A ELECTRO-
  MECHANICAL LINEAR ACTUATOR USED TO OPEN AND CLOSE THE OIL COOLER
  FLAP ON T-56 ENGINE FOR THE C-130 ACFT. ELECTRICAL COMPONE
  NTS/ALUM ALLOY. 11.005" L, 15.805" EXT., 4.90" W, 3.08" D.
  161EA. Applicable to: T-56 Engine C130 Acft. Destn: Kelly Afb,
  Texas 78241-6426. Delivery: 31 Dec 97 161 ea Restricted. Govt
  unable to provide bid sets, drawings, and/or specifications.
  Approved sources, only. See notes 22, 26, and 33. The approximate
  issue/response date will be 18 Dec 96. To: Gec/Marconi Aerospace
  Inc, Whippany Nj 07981-1640. To: The Talley Corporation, Oxnard
  Ca 93030-0000. To: Lockheed Corporation, Marietta Ga 30063-0000.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) 1, 22, 26, 33, 73.
CITE: (I-347 SN011581)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233,
  Bldg 129-2, Lakehurst, NJ 08733-5083.
SUBJECT: 17 -- PCM TELEMITRY PACKAGE MODEL RMU100 OR EQUAL.
SOL N68335-97-R-0121
DUE 012897
POC Dianne Mount Contract Specialist, Code 213DM, (908) 323-2903.
DESC: Procurement is for 6 each vehicular telemitry system which
  consists of 1 each: signal conditioning unit RMU1000001, 2
  channel frequency to dig module MSC1000-004, 36 channel dig
  input module MCS1000-007, 16 chamber signal cond. module MSC1000-034,
  034 ext. interface module MSC1000-037 and L-Band data link
  Tx, T602. Part numbers refer to Loral Microcom equipment; suppliers
  who can provide similar equipment that meets all salient characteristics.
  are encouraged to identify themselves. Delivery required 90
  DAC. Contract deliverables: signal conditioning for 8 channels
  minimum, PCM encoder with output bit rate uo to 5 Mb/second
  adjustable. System enclosures to include any housing interconnection
  cabling and a set of mating connectors for all externally interfaced
  devices, 2 full sets of system documentation with each system
  to include housing wiring and individual board level wiring
  diagrams, all power and associated cabling required to operate
  system. 15 lbs, maximum and maximum dimensions 8" H X 12" W
  X 16" L in any dimension. Digital transducer signal conditioning
  shall provide a minimum of 12 channels by digital inputs and
  capable of conditioning 0-30 volt signal maximum battery voltage.
  System must operate from a 28 Vdc +/- 2 Vdc and total power
  consumption shall be less than 75 watts. Must operate in temperatures
  ranging from -10 def F to 120 deg F. and freely operational
  with humidity at 95% non-condensing (summer months). Deliver
  to NAWC Laehurst, NJ, FOB Destination. All responsible sources
  may submit an offer which will be considered. Request copies
  in writing or by facsimile (908) 323-2165.
CITE: (I-346 SN011076)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 17--SHIELD, AIRCRAFT GROUND. PLASTIC AND NEOPRENE MATERIAL.
   IRREGULAR SHAPE WITH WARNING STREAMER.
SOL SP0750-97-Q-0475
DUE 012097
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, William Chavez,  (614)692-1288.
DESC: PR-NO:  YPC96299000052 NSN 1730-00-566-1665, CAGE 81205
  Part No  F70124-501 CAGE 82918 Part No F70124-501 CAGE 98750
  Part No 7143499 shield,  aircraft ground. plastic and neoprene
  material. irregular shape with  warning streamer.  Per USAF
  (98750) drawing 7143499 and all related data.   25 -EA Del
  to New Cumberland PA 17070-5001 Del by 120 days after date
  of  award.  Solicitation not available until 15 days after
  published in the CBD.   Written requests for drawings are to
  be submitted to Defense Supply Center,  Columbus, Attn: DSCC-VTRD,
  P.O. Box 3990, Columbus, OH 43216-5000 by  FAX (614)692-2998
  or Call (614)692-2344.  Requests should include the  IFB/RFP/RFQ
  number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's
   name and your complete name and address.  Federal, military
  and  commercial specifications cannot be provided by DSCC.
   This is an  unrestricted acquisition with a 10% preference
  for SDB concerns.automated  best value model (ABVM) 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-347 SN011153)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 17--TRAILER, RAIL TYPE
SOL F41608-97-20030
DUE 012097
POC For copy, Fax request to LDKS at (210)925-1073, For additional
   information contact Ortiz, E./ldksh/[210]925-4801
DESC: Item 0001 NSN 1730-01-384-9070 P/N: 100628A, MULTI-ACFT
  2EA.  Applicable to: Multi-Aircraft. Destn: Kelly Afb, Texas
  78241-6426. Delivery: 31 DEC 97 2 ea THERE ARE NO DRAWINGS/SPECIFICATIONS
  AVAILABLE. The approximate issue/response date will be 18 Dec
  96. The anticipated award date will be 31 MAR 97. Written procedure
  will be used for this solicitation. To: Air Logistics Corp,
  Pasadena Ca 91107-3120. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements.
CITE: (I-347 SN011366)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 17--COVER
SOL F41608-97-Q-44043
DUE 020397
POC For copy, Fax request to LPKAF at (210)925-8496, For additional
   information contact Blocher, David C./lpkaf/[210]925-7263
DESC: Item 0001 NSN 1730-00-396-2058PT P/N: P4006411, Errc N
  Cover  241ea. Applicable to: F100/200/220 Engines. Destn: Kelly
  Afb, Texas 78241-5443. Delivery: 31 JAN 97 241 ea Government
  specifications and drawings are available upon request The
  approximate issue/response date will be 02 JAN 97. The anticipated
  award date will be 25 Feb 97. Written procedure will be used
  for this solicitation. To: Universal Plastic Corp, Chicopee
  Ma 01013-0000. To: International Precision Inc, Chatsworth
  Ca 91313-3758. To: Kings Point Mfg Co Inc, Fayetteville Nc
  28302-0000. To: United Electric Motor Co Inc, San Antonio Tx
  78217-4812. To: 1cf21, . No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. See
  Note (s) 1 & 26.
CITE: (I-347 SN011577)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 17--HOLD BACK ASSY, ENGINE
SOL FD2050-97-20212
DUE 020397
POC For copy, Fax request to LDKS at (210)925-1073, For additional
   information contact Hiatt, D./ldksf/[210]925-6267
DESC: Item 0001 NSN 1730-00-063-2862 P/N: 68D390001-1001, The
  hold  back assembly keeps aircraft in place while in operation
  during maintenance. DIM: 155 IN LG., 121 IN W., 6 IN H. MATERIAL:
  STEEL, CODMIUM PLATED & PAINT FINISH BID SETS AVAILABLE 1ea.
  Applicable to: Multi Aircraft. Destn: Kelly Afb, Texas 78241-6426.
  Delivery: 28 NOV 97 1 ea The approximate issue/response date
  will be 02 Jan 97. The anticipated award date will be 28 Feb
  97. Written procedure will be used for this solicitation. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) 26.
CITE: (I-347 SN011587)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233,
  Bldg 129-2, Lakehurst, NJ 08733-5083.
SUBJECT: 17 -- PCM TELEMETRY PACKAGE MODEL RMU100 OR EQUAL.
SOL N68335-97-R-0121
DUE 012897
POC Dianne Mount Contract Specialist, Code 213DM, (908) 323-2903.
DESC: Procurement is for 6 each vehicular telemetry system which
  consists of 1 each: signal conditioning unit RMU1000-001, 2
  channel frequency to dig module MSC1000-004, 36 channel dig
  input module MCS1000-007, 16 chan signal cond. module MSC1000-034,
  034 ext. interface module MSC1000-037 and L-Band data link
  TX, T602. Part numbers refer to Loral Microcom equipment; suppliers
  who can provide similar equipment that meets all salient characteristics
  are encouraged to identify themselves. Delivery required 90
  DAC. Contract deliverables: signal conditioning for 8 channels
  minimum, PCM encoder with output bit rate up to 5 Mb/second
  adjustable, system enclosures to include any housing interconnection
  cabling and a set of mating connectors for all externally interfaced
  devices, 2 full sets of system documentation with each system
  to include housing wiring and individual board level wiring
  diagrams, all power and associated cabling required to operate
  system. 15 lbs, maximum and maximum dimensions 8" H X 12" W
  X 16" L in any dimension. Digital transducer signal conditioning
  shall provide a minimum of 12 channels of digital inputs and
  capable of conditioning 0-30 volt signal maximum battery voltage.
  System must operate from a 28 Vdc +/- 2 Vdc and total power
  consumption shall be less than 75 watts. Must operate in temperatures
  ranging from -10 deg F to 120 deg F. and fully operational
  with humidity at 95% non-condensing (summer months). Deliver
  to NAWC Laehurst, NJ, FOB Destination. All responsible sources
  may submit an offer which will be considered. Request copies
  in writing or by facsimile (908) 323-2165.
CITE: (I-347 SN011694)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--COUNTERSHAFT, GEAR, TRANSMISSION... E/I SWEEPER,
  ROTARY  WAYNE MFG.MDL.2-973 FSN 3825-222-5062
SOL SP0770-97-Q-MH32
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Nancy Stevens/614-6 92-4739.
DESC: PR-NO:  YPC96313000905 NSN 2520-00-484-8432, CAGE 76760
  Part No  2507803 CAGE 76760 Part No 49679 CAGE 86403 Part No
  2507803 countershaft,  transmission. I/A/W Chrysler Corp. 
  P/N 2507803 and new process gear  Corp. P/N 2507803.  175 -EA
  Del to (Call contracting office) Del by 90  days ADO.  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:
   new process  gear and Chrysler Corp.  Automated Best Value
  Model (ABVM) and Delivery  Evaluation Factor (DEF) apply. 
  While price is a significant factor in the  evaluation of offers,
  the final award decision will be based upon a  combination
  of price, delivery, and past performance as described in the
   solicitation.  All responsible sources may submit offer which
  DCSC shall  consider.
CITE: (I-347 SN011139)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--INSULATION, THERMAL, VEHICULAR.
SOL SP0750-97-Q-0472
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, Julia M. Lewis,  (614)692-1097.
DESC: PR-NO:  YPC96324000487 NSN 2540-01-203-9872, CAGE 19207
  Part No  12339624-2 CAGE 34623 Part No sf-5590749 insulation,
  thermal, vehicular  I/A/W army drawing 19207 12339624, P/N
  12339624-2 680 -EA Del to Lathrop  CA 95330 720 -EA Del to
  New Cumberland PA 17070-5001 small business size  standard
  is 1,000 employees.  Solicitation not available until 15 days
   afer published in the CBD.  Written requests for drawings
  are to be  submitted to Defense Supply Center, Columbus, Attn:
  DSCC-VTRD, P.O. Box  3990, Columbus, OH 43216, by FAX (614)692-2998
  or Call (614)692-2344.   Requests should include the IFB/RFP/RFQ
  number, opening/closing, NSN,  YPC/ZPC or NPC number; buyer's
  name and your complete name and address.   Federal, military
  and commercial specifications cannot be provided by  DSCC.
   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-347 SN011141)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--HOUSING, DECOUPLER
SOL SP0480-97-R-0472
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. 
  Buyer:  Roseanne  Phillips/BL379/ 804-279-3571. contrac ting
  officer:  Stephen M.  Mason/804-279-3724
DESC: PR-NO:  YPG96317000567 NSN 2835-01-003-1386, housing, decoupler
   Alliedsignal Inc Alliedsignal Engines CAGE 99193; P/N 367171-1
  option to  increase quantity - 100%; delivery schedule:  115
  days - FOB origin.   Other than full and open (10 U.S.C. 2304(C)(1))
  only one source (NOTE 22),  intended source:  Allied Signal
  DSCR does not currently have an approved  technical data package
  available for this NSN.  Data is proprietary or  insufficient
  for competitive procurement.  Origin inspection required. 
   Critical application item.  84 -EA Del to Kelly AFB TX 78241-5312
  Del by  23 Jan 97.  All responsible sources may submit offer
  which DGSC shall  consider.
CITE: (I-346 SN011118)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--BLADE, TURBINE ROTOR
SOL SP0480-97-R-0421
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. 
  Buyer:  Roseanne  Phillips/BL379/ 804-279-3571. contrac ting
  officer:  Stephen  Mason/804-279-3724.
DESC: PR-NO:  YPG96320001007 NSN 2840-01-288-1373, blade, turbine
  rotor  Allison Engine Co, CAGE 63005 P/N 23032701; origin inspection
  required,  critical application item.  Option to increase quantity
  - 100%.   Delivery schedule:  157 days, FOB origin.  Other
  than full and open (10  U.S.C. 2304(C)(1)). only one source
  (NOTE 22), intended source:   Allison Engine Co.  Adequate
  data for evaluation of alternate offers is  not available at
  the procurement agency.  The offeror must provide a  complete
  data package including data for the approved and alternate
  part  for evaluation.  205 -EA Del to Richmond VA 23297-5900
  Del by 31 Dec 96.   All responsible sources may submit offer
  which DGSC shall consider.
CITE: (I-346 SN011119)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--VANE, STAGE 4
DUE 011697
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact John Groth/Lpdpb/[405]739-4427
DESC: Item 0001 NSN 2840-01-259-0609PR P/N: 9526M64G17, The item
   description of the stage 4 vane is an integral part of the
  vane and seal assembly for the F110/F101/F118 engines. The
  function of the stage 4 vane is to stabilize and direct the
  compressor air flow toward the combustor section of the engine.
  The dimensions = 6.3 inches long x 2.3 inches wide. The material
  consists of AMS5540. 134EA. Applicable to: F110/F101/F118 Eng.
  Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 Jan
  98 134 ea Item 0002 NSN 2840-01-259-0609PR Vane, Stage 4 P/N:
  9526M64G17, The item description of the stage 4 vane is an
  integral part of the vane and seal assembly for the F110/F101/F118
  engines. The function of the stage 4 vane is to stabilize and
  direct the compressor air flow toward the combustor section
  of the engine. The dimensions = 6.3 inches long x 2.3 inches
  wide. The material consists of AMS5540. 84EA. Applicable to:
  F110/F101/F118 Eng. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 30 Jan 98 84 ea Item 0003 NSN 2840-01-259-0609PR
  Vane, Stage 4 P/N: 9526M64G17, The item description of the
  stage 4 vane is an integral part of the vane and seal assembly
  for the F110/F101/F118 engines. The function of the stage 4
  vane is to stabilize and direct the compressor air flow toward
  the combustor section of the engine. The dimensions = 6.3 inches
  long x 2.3 inches wide. The material consists of AMS5540. 50EA.
  Applicable to: F110/F101/F118 Eng. Destn: Tinker Air Force
  Base Ok 73145-3032. Delivery: 30 Jan 98 50 ea Item 0004 NSN
  2840-01-259-0609PR Vane, Stage 4 P/N: 9526M64G17, The item
  description of the stage 4 vane is an integral part of the
  vane and seal assembly for the F110/F101/F118 engines. The
  function of the stage 4 vane is to stabilize and direct the
  compressor air flow toward the combustor section of the engine.
  The dimensions = 6.3 inches long x 2.3 inches wide. The material
  consists of AMS5540. 11EA. Applicable to: F110/F101/F118 Eng.
  Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 Jan
  98 11 ea Qualification requirements: Sources must be qualified
  prior to being considered for award. The solicitation will
  contain instructions for obtaining further information on this
  requirement. The qualification requirements for this item were
  established prior to 19 Oct 1984 and the requirements of FAR
  9.202(A) do not apply. These qualification requirements apply
  to line item(s) 0001-0004 The approximate issue/response date
  will be 16 Dec 96. The anticipated award date will be 14 Feb
  97. Written procedure will be used for this solicitation. To:
  General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301.
  To: Electro-Methods Inc, South Windsor Ct 06074-2422. First
  article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one,
  or a limited number of sources under the authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within forty five-days (thirty days
  if award is issued under an existing basic ordering agreement)
  after date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  Award will be made only if the offeror, the product/service,
  or the manufacturer meets qualification requirements at the
  time of award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26.
CITE: (I-347 SN011295)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--VANE STG 5
DUE 011697
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact John Groth/Lpdpb/[405]739-4427
DESC: Item 0001 NSN 2840-01-259-9916PR P/N: 9526M65G21, Dim:
  Approx  1.075 inches wdth, 5.283 inches lg, due to variable
  and complex geometry of item dimensions are too numberious
  to record. Matl; Inco 718. Stage 5 vane appl to the F110 engine,
  fit in LP compressor case. A fixed vane which controls air
  flow. 285EA. Applicable to: F110 Engine. Destn: Tinker Air
  Force Base Ok 73145-3032. Delivery: 27 Feb 98 285 ea Item 0002
  NSN 2840-01-259-9916PR Vane Stg 5 P/N: 9526M65G21, Dim: Approx
  1.075 inches wdth, 5.283 inches lg, due to variable and complex
  geometry of item dimensions are too numberious to record. Matl;
  Inco 718. Stage 5 vane appl to the F110 engine, fit in LP compressor
  case. A fixed vane which controls air flow. 178EA. Applicable
  to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 27 Feb 98 178 ea Item 0003 NSN 2840-01-259-9916PR
  Vane Stg 5 P/N: 9526M65G21, Dim: Approx 1.075 inches wdth,
  5.283 inches lg, due to variable and complex geometry of item
  dimensions are too numberious to record. Matl; Inco 718. Stage
  5 vane appl to the F110 engine, fit in LP compressor case.
  A fixed vane which controls air flow. 107EA. Applicable to:
  F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery:
  27 Feb 98 107 ea Item 0004 NSN 2840-01-259-9916PR Vane Stg
  5 P/N: 9526M65G21, Dim: Approx 1.075 inches wdth, 5.283 inches
  lg, due to variable and complex geometry of item dimensions
  are too numberious to record. Matl; Inco 718. Stage 5 vane
  appl to the F110 engine, fit in LP compressor case. A fixed
  vane which controls air flow. 23EA. Applicable to: F110 Engine.
  Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 27 Feb
  98 23 ea Qualification requirements: Sources must be qualified
  prior to being considered for award. The solicitation will
  contain instructions for obtaining further information on this
  requirement. The qualification requirements for this item were
  established prior to 19 Oct 1984 and the requirements of FAR
  9.202(A) do not apply. These qualification requirements apply
  to line item(s) 0001-0004 The approximate issue/response date
  will be 16 Dec 96. To: General Electric Co Aircraft Engine,
  Cincinnati Oh 45215-6301. To: Electro-Methods Inc, South Windsor
  Ct 06074-2422. First article test required. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one,
  or a limited number of sources under the authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within forty five-days (thirty days
  if award is issued under an existing basic ordering agreement)
  after date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  Award will be made only if the offeror, the product/service,
  or the manufacturer meets qualification requirements at the
  time of award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written
  Quotation will be issued. The anticipated award date will be
  60 days after the issuance of this notice. See Note (s) 26.
CITE: (I-347 SN011296)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--FLAP, PRIMARY
DUE 011797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Mary J Wade/Lpdpb/[405]739-4353
DESC: Item 0001 NSN 2840-01-192-1067PR P/N: 9539M85G01, Function:
  Used  to dampen exhaust gases; dimensions and material are
  not available due to lack of engineering data. 279EA. Applicable
  to: F110 Eng; F16 Acft. Destn: OK NVA (N43713) Navy Bond Room
  OC-ALC TAFB. Delivery: 30 Sep 97 279 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 17 Dec 96. To: Electro-Methods Inc, South Windsor
  Ct 06074-2422. To: Associated Aerospace Activities Inc, San
  Leandro Ca 94577-3194. To: Alloytek Inc, Chadds Ford Pa 19317-0198.
  To: B H Aircraft Co Inc, Farmingdale Ny 11735-2436. First article
  test required. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Award will be made
  only if the offeror, the product/service, or the manufacturer
  meets qualification requirements at the time of award in accordance
  with FAR clause 52.209-1. The solicitation identifies the office
  where additional information can be obtained concerning qualification
  requirements as cited in each individual solicitation. It is
  suggested that small business firms or others interested in
  subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Note: While
  price will be a significant factor in the evaluation of offers,
  the final contract award decision may be based upon a combination
  of price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 1.
CITE: (I-347 SN011299)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--RING, AIR SEALING
DUE 011797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Donna Hester/Lpdpa/[405]739-5394
DESC: Item 0001 NSN 2840-00-075-8463RV P/N: 488563, Made of AMS
  5613  STS, Engineering Critical, Close Tolerance, Mfg to print
  limit s. 91EA. Applicable to: Tf33/C141 Aircraft. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 31 Mar 97 30 Ea 30
  Apr 97 30 Ea 20 May 97 31 Ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 17 Dec 96. The anticipated award date will be
  20 Feb 97. Written procedure will be used for this solicitation.
  To: Gros-Ite Industries, Farmington Ct 06032-3114. To: Purdy
  Corp The, Manchester Ct 06045-1898. To: Demusz Mfg Co Inc,
  East Hartford Ct 06108-1131. To: Electro-Methods Inc, South
  Windsor Ct 06074-2422. To: Barridon Corp, Hartford Ct 06143-0000.
  First article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. Note: Faxed solicitation requests can be submitted
  to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411.
  See Note (s) 1,23,26.
CITE: (I-347 SN011303)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--HUB FRONT RC
DUE 011697
POC For copy, Robert W Driver/Lpdpa/[405]739-5497, For additional
   information contact Robert W Driver/Lpdpa/[405]739-5497
DESC: Item 0001 NSN 2840-00-911-1035RV P/N: 542046, Hub-front,
  rear  comprssor rotor, holds compr rotor disks in place. Made
  of AMS 6304ST. Rear disks. Dia 18.71c fwd hub dia od 6.352
  by 6.415 long. 16EA. Applicable to: Tf33 Engine. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 31 Oct 97 8 ea 28 Nov
  97 8 ea Item 0002 NSN 2840-00-911-1035RV Hub Front Rc P/N:
  542046, Hub-front, rear comprssor rotor, holds compr rotor
  disks in place. Made of AMS 6304ST. Rear disks. Dia 18.71c
  fwd hub dia od 6.352 by 6.415 long. 4EA. Applicable to: Tf33
  Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery:
  31 Oct 97 4 ea The approximate issue/response date will be
  16 Dec 96. To: United Technologies/Pratt & Whitney, West Palm
  Beach Fl 33410-9600. No telephone requests. Only written or
  faxed requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 26.
CITE: (I-347 SN011304)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--COMPRESSOR STATOR 2ND STAGE ASSY
SOL F41608-97-R-45089
DUE 012397
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Flores, H. L./lpkah/[210]925-6385
DESC: Item 0001 NSN 2840-01-310-4079PT P/N: 4074822, APPROX:
  33.030  IN. DIA BY 2 1/4 IN. HEIGHT MATL: AMS 4928 TITANIUM
  ALLOY DIVERTS INLET AIR TO THE AFT STAGES OF THE ENGINE 36ea.
  Applicable to: F100pw229 Engine. Destn: Kelly Afb, Texas 78241-6318.
  Delivery: 31 OCT 97 18 ea 28 NOV 97 18 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The requirements of FAR 9.202(A)
  have been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) 0001
  PROPOSAL. FAILURE TO SUBMIT A SOURCE APPROVAL PACKAGE NLT CLOSING
  DATE OF The approximate issue/response date will be 23 Dec
  96. To: United Technologies Corp/Pratt And, West Palm Beach
  Fl 33410-9600. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. See Note (s) 13,22,23.
CITE: (I-347 SN011371)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 28--OUTER VANE, 2ND STAGE FAN STATOR
SOL F41608-97-R-49001
DUE 012097
POC For copy, Fax request to LPKBD at 210-925-2398, For additional
   information contact Hardin, P./lpkbd/[210]925-6330
DESC: Item 0001 NSN 2840-01-072-3522PS P/N: 9184M14P12, Size:
  11.50" x  10.50" x 1.75" Pred matl: AMS 4141 Function: Outer
  vane is an airfoil shaped component used to direct air into
  the Fan Rotors blades. A 3-year requirements type contract
  is anticipated. Total Best Estimated Quantity (BEQ) is 1103
  each. Delivery: First article test procedures due 30 days prior
  to first article testing, first article test report due 15
  days after completion of first article testing with 45 days
  allowed for government approval, 3 each first articles due
  30 days after first article test report approval, production
  articles - 200 ea within 180 days after approval of first article
  test report and continue at the rate of 200 ea month until
  complete. 1103EA. Applicable to: Tf 39 Eng. Destn: Kelly Afb,
  Texas 78241-6015. Qualification requirements: Sources must
  be qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The requirements of FAR 9.202(A) have
  been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) 0001
  Government furnished drawings and specifications are not available.
  In accordance with DD Form 1423 The approximate issue/response
  date will be 18 Dec 96. To: United Aero Products, Burlington
  Nj 08920. To: General Electric Co, Cincinnati Oh 45215-6303.
  To: Precision Metal Products Inc, El Cajon Ca 92022. To: Macrodyne
  Ind, Los Angeles Ca 90010-3704. First article test required.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) 9, 23, 26.
CITE: (I-347 SN011372)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--VANE
SOL F41608-97-R-43087
DUE 020397
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Flores, H. L./lpkah/[210]925-6385
DESC: Item 0001 NSN 2840-01-321-4455PT P/N: 4077250, Predominant
   material of manufacture nickel alloy. Size/Dimensions: 5 in
  x 1.25 in appros. Fit/Function: the vane airfoil an inner and
  outer journal which allow the airfoil to change angle with
  RPM change on the F100/229 Engine. 520EA. Applicable to: F100/Pw229
  Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery: 28 Feb
  97 173 ea 31 Mar 97 173 ea 30 Apr 97 174 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The requirements of FAR 9.202(A)
  have been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) 0001
  The approximate issue/response date will be 02 Jan 97. To:
  United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 13,22,23,26.
CITE: (I-347 SN011374)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt
  Road, Kelly  Afb, Texas 78241-6427
SUBJECT: 28--SPACER ASSY,TURBINE
SOL F41608-97-R-46031
DUE 020397
POC For copy, Fax request to LPKBC at (210)925-8780, For additional
   information contact Tijerina, R./lpkbc/[210]925-4607
DESC: Item 0001 NSN 2840-00-012-7055RW P/N: 6844794, Size: 20"
  x 1  1/2" Pred matl: Corrosion resistant steel Function: Round/separates
  & locks the turbine wheels to assure rotation. A 2 year requirements
  type contract is anticipated. Best Estimated Quantity (BEQ)
  is 78 each. Delivery: 20 ea starting 14 months aro and continue
  at the rate of 20 each thereafter. 78EA. Applicable to: T56
  Engine. Destn: Kelly Afb, Texas 78241-6427. Government furnished
  drawings and specifications are not available. The approximate
  issue/response date will be 03 Jan 97. To: Allison Engine Company,
  Indianapolis In 46206-0420. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22, 26.
CITE: (I-347 SN011375)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--SUPPORT
SOL F34601-97-Q-52940
DUE 012397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Curtis K. Jackson/Lpdpa/[405]739-5504
DESC: Item 0001 NSN 2840-01-080-0944RV P/N: 506160, SUPPORT -
  DIM: 5"  OD X 4 1/2 " ID X5" LONG. KIND OF MAT'L: SST. FUNCTION:
  A REPLACEMENT REPAIR PARTFOR THE SUPPORT OF THE ANGLE GEAR
  DRIVE.TF33-3,5,7A, 9,11A,102,102A. 33ea. Applicable to: Tf33
  Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery:
  31 MAR 97 33 ea Qualification requirements: Sources must be
  qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The qualification requirements for this
  item were established prior to 19 Oct 1984 and the requirements
  of FAR 9.202(A) do not apply. These qualification requirements
  apply to line item(s) 0001 The approximate issue/response date
  will be 23 Dec 96. The anticipated award date will be 03 MAR
  97. Written procedure will be used for this solicitation. To:
  Aba Industries Inc, Pinellas Park Fl 34666-9000. To: J T Slocomb
  Co, South Glastonbury Ct 06073-9790. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,26.
CITE: (I-347 SN011402)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--SHROUD 16TH INNER
SOL F34601-97-R-52867
DUE 013197
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Tom K. Williams/Lpdpa/[405]739-5507
DESC: Item 0001 NSN 2840-01-221-3641RV P/N: 7944566, P/N 794566
  Dim:  23.820 in od x 23.403 in id x 1.604 in wide; Matl: Ams
  5616 stainless steel. Function: directs airflow into the combustion
  chamber. 108EA. Applicable to: Tf33 Engines. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 30 SEP 97 108 ea The
  approximate issue/response date will be 10 Dec 96. The anticipated
  award date will be 28 FEB 97. Written procedure will be used
  for this solicitation. To: J T Slocomb Co, South Glastonbury
  Ct 06073-9790. To: Gros-Ite Industries, Farmington Ct 06032-3114.
  To: Flanagan Bros Inc, Glastonbury Ct 06033-3077. To: Purdy
  Corp The, Manchester Ct 06045-1898. To: Stowe Machine Co Inc,
  Windsor Ct 06095-0218. First article test required. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  See Note (s) 1.
CITE: (I-347 SN011403)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--LINER, SEGM
SOL FD2030-97-49376
DUE 012397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Willie Roberts/Lpdpb/[405]739-4346
DESC: Item 0001 NSN 2840-01-368-4821PR P/N: 1461M35P001A, NOUN:
   LINER,SEG, PN 1461M35P001A, USED ON F110 ENG, F16 ACFT 138EA.
  Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok
  73145-3032. Delivery: 30 APR 97 138 ea No Data Available. Must
  be an approved source. See clause I-70. The approximate issue/response
  date will be 23 Dec 96. The anticipated award date will be
  14 FEB 97. Written procedure will be used for this solicitation.
  To: General Electric Supply Co, Mt Laurel Nj 08054-1702. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(3),
  Justification: It is necessary to award the contract to a particular
  source or sources in order (1) to maintain a facility, producer,
  manufacturer, or other supplier available for furnishing supplies
  or services in the case of a national emergency or to achieve
  industrial mobiliza- tion, or (2) To establish or maintain
  an essential engineering, research, or development capability
  to be provided by an educational or other nonprofit institution
  or a federally funded research and development center. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one,
  or a limited number of sources under the authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within forty five-days (thirty days
  if award is issued under an existing basic ordering agreement)
  after date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  It is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government. Note: While price will be a significant factor
  in the evaluation of offers, the final contract award decision
  may be based upon a combination of price and past performance
  factors as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written
  Quotation will be issued. The anticipated award date will be
  60 days after the issuance of this notice. See Note (s) 26.
CITE: (I-347 SN011409)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 28--165-1 GAS TURBINE ENGINE (APU/C5
SOL F41608-97-R-0073
DUE 012397
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Cook, D/Ldkj/[210]925-8881
DESC: Item 0001 NSN 2835-01-342-9919 P/N: 380594-2, GAS TURBINE
  ENGINE  FOR C-5 ACFT .. A one (1) year requirement contract
  with a one (1) year option period is being solicited for the
  repair/overhaul of the GTCP 165-1 A/B Gas Turbine Engine and
  24 each items which are component parts thereof and which are
  not specifically identified herein. This requirement supports
  the C-5 and the E-3A aircraft. .. Basic year BEQ for the engine
  is 8 each. Option year BEQ for the engine is also 8 each. ..
  Government's required delivery schedule is 30 days after receipt
  of delivery order or reparables, whichever is later. .. 1ea.
  Applicable to: C-5 Aircraft. Destn: Kelly Afb, Texas 78241-6449.
  Qualification requirements: Sources must be qualified prior
  to being considered for award. The solicitation will contain
  instructions for obtaining further information on this requirement.
  The requirements of FAR 9.202(A) have been completed and copies
  of the qualification requirements and standards may be obtained
  as described in the solicitation. These qualification requirements
  apply to line item(s) all The approximate issue/response date
  will be 23 Dec 96. To: Allied Signal Inc, Phoenix Az 85072-2181.
  To: Sabreliner Corp, Neosho Mo 64850-9199. To: UNC Airwork
  Corp, . No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) 23, 26..
CITE: (I-347 SN011414)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 28--OUTER VANE, 2ND STAGE FAN STATOR
SOL F41608-97-R-49001
DUE 012097
POC For copy, Fax request to LPKBD at 210-925-2398, For additional
   information contact Hardin, P./lpkbd/[210]925-6330
DESC: Item 0001 NSN 2840-01-072-3522PS P/N: 9184M14P12, Size:
  11.50" x  10.50" x 1.75" Pred matl: AMS 4141 Function: Outer
  vane is an airfoil shaped component used to direct air into
  the Fan Rotors blades. A 3-year requirements type contract
  is anticipated. Total Best Estimated Quantity (BEQ) is 1103
  each. Delivery: First article test procedures due 30 days after
  contract award, first article test report due 15 days after
  completion of first article testing with 45 days allowed for
  government approval, 3 each first articles due 30 days after
  first article test report approval, production articles - 200
  ea within 180 days after approval of first article test report
  and continue at the rate of 200 ea month until complete. 1103EA.
  Applicable to: Tf 39 Eng. Destn: Kelly Afb, Texas 78241-6015.
  Qualification requirements: Sources must be qualified prior
  to being considered for award. The solicitation will contain
  instructions for obtaining further information on this requirement.
  The requirements of FAR 9.202(A) have been completed and copies
  of the qualification requirements and standards may be obtained
  as described in the solicitation. These qualification requirements
  apply to line item(s) 0001 Government furnished drawings and
  specifications are not available. In accordance with DD Form
  1423 The approximate issue/response date will be 18 Dec 96.
  To: United Aero Products, Burlington Nj 08920. To: General
  Electric Co, Cincinnati Oh 45215-6303. To: Precision Metal
  Products Inc, El Cajon Ca 92022. To: Macrodyne Ind, Los Angeles
  Ca 90010-3704. First article test required. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. See
  Note (s) 9, 23, 26.
CITE: (I-347 SN011417)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 28--CAP
SOL FD2050-97-40014
DUE 122096
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Gaitwood-Smith, L./ldkj/[210]925-8881
DESC: Item 0001 NSN 2835-01-179-1612 P/N: 3601406-1, Applicable
  B-1B  Acft ISSP Screening Exempt- PICA FAD 1-1 B BrickbatDX-A2
  RATING 21EA. Destn: Kelly Afb, Texas 78241-6449. Delivery:
  12 FEB 98 21 ea The approximate issue/response date will be
  06 Dec 96. The anticipated award date will be 27 DEC 96. Written
  procedure will be used for this solicitation. To: Allied Signal
  Inc, Phoenix Az 85072-2181. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. See
  Note (s) SEE NOTE 22.
CITE: (I-347 SN011418)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--STG 4 VANE AND SEAL ASSY
SOL F34601-97-49386
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact John Mckeel/Lpdpb/[405]739-5495
DESC: Item 0001 NSN 2840-01-308-5488PR P/N: 1559M54G05, P/N 1559M54G04
   The stg 4 vanes are fixed vanes, inmultiple sections which
  slide into circumfer Ential slots in the case. They direct
  air at the correct Angle for efficien T operation of The compressor.
  Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3
  inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129.
  93EA. Applicable to: F110. Destn: Tinker Air Force Base Ok
  73145-3032. Delivery: 31 OCT 97 31 ea 28 NOV 97 31 ea 31 DEC
  97 31 ea Item 0002 NSN 2840-01-308-5488PR Stg 4 Vane And Seal
  Assy P/N: 1559M54G05, P/N 1559M54G04 The stg 4 vanes are fixed
  vanes, inmultiple sections which slide into circumfer Ential
  slots in the case. They direct air at the correct Angle for
  efficien T operation of The compressor. Mat'l: Ams 5540, Inco
  718, and colloidal gra Phite. Dim: 6.3 inc long, 2.3 inc wide
  And 1.4 inc deep. A Ppl to f110100-129. 59EA. Applicable to:
  F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery:
  31 OCT 97 19 ea 28 NOV 97 19 ea 31 DEC 97 21 ea Item 0003 NSN
  2840-01-308-5488PR Stg 4 Vane And Seal Assy P/N: 1559M54G05,
  P/N 1559M54G04 The stg 4 vanes are fixed vanes, inmultiple
  sections which slide into circumfer Ential slots in the case.
  They direct air at the correct Angle for efficien T operation
  of The compressor. Mat'l: Ams 5540, Inco 718, and colloidal
  gra Phite. Dim: 6.3 inc long, 2.3 inc wide And 1.4 inc deep.
  A Ppl to f110100-129. 35EA. Applicable to: F110. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 11 ea 28
  NOV 97 11 ea 31 DEC 97 13 ea Item 0004 NSN 2840-01-308-5488PR
  Stg 4 Vane And Seal Assy P/N: 1559M54G05, P/N 1559M54G04 The
  stg 4 vanes are fixed vanes, inmultiple sections which slide
  into circumfer Ential slots in the case. They direct air at
  the correct Angle for efficien T operation of The compressor.
  Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3
  inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129.
  10EA. Applicable to: F110. Destn: Tinker Air Force Base Ok
  73145-3032. Delivery: 31 OCT 97 3 ea 28 NOV 97 3 ea 31 DEC
  97 4 ea PRE-QUALIFICATION OF SOURCES REQUIRED. FIRST ARTICLE
  FOR GOVERNMENT TESTING MAY BE REQUIRED. The approximate issue/response
  date will be 24 Dec 96. The anticipated award date will be
  28 FEB 97. Written procedure will be used for this solicitation.
  To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Kerns
  Mfg Corp, Long Island City Ny 11101-2690. First article test
  required. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: While price will be a significant factor in the evaluation
  of offers, the final contract award decision may be based upon
  a combination of price and past performance factors as detailed
  in the solicitation. Note: 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 communicate contractor
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL
  THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. See Note (s) 1.
CITE: (I-347 SN011422)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--SHROUD SEGMENT, TURBINE
SOL F34601-97-Q-49353
DUE 012397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Georgette Strub/Lpdpb/[405]739-4382
DESC: Item 0001 NSN 2840-01-312-3481PR P/N: 1441M36G07, Each
  segment  is approx 1.885 1.825 inches Matl-segment is_B50TF75
  (CL-C) Honeycomb is B50TF219 (Cabot 214) Functions are to act
  as a seal for the noxxle assy The item consist of 12 segments
  of unfilled honeycomb type seal mounted at the reare of the
  nozzle support F110-129 Engine NHA Nozzle Assy 58ea. Applicable
  to: F110-129 Engine. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 31 OCT 97 58 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 23 Dec 96. The anticipated award date will be
  28 Feb 97. Written procedure will be used for this solicitation.
  To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Caution: The drawings which will be
  furnished under this RFP and any resultant contract are proprietary
  to the Boeing Company. Firms interested in proposing on this
  RFP must have on file a current OC-SAF/66, "Rights Guard Certificate",
  signed by an individual authorized to bind your company, or
  the bid package will not be furnished. This certificate may
  be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Note:
  Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice.
CITE: (I-347 SN011426)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--SHROUD
SOL F34601-97-R-52909
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Donna Hester/Lpdpa/[405]739-5394
DESC: Item 0001 NSN 2840-01-160-6491RV P/N: 734873, Dim: approx
  22.0  OD x 15.4 ID x 1.6 inch wide; Matl: stainless steel.
  Function: as SPT for inner ends of 3 stg turb vanes and as
  stationary inner air seal btwn 2 and 3 stg disks. 50Ea. Applicable
  to: Tf33 P102. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 31 Mar 99 50 Ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 24 Dec 96. To: Gros-Ite Industries, Farmington
  Ct 06032-3114. To: Ambel Precision Mfg Corp, Bethel Ct 06801-0000.
  To: Kerns Mfg Corp, Long Island City Ny 11101-2690. To: Columbia
  Manufacturing Inc, Columbia Ct 06237-0368. To: J T Slocomb
  Co, South Glastonbury Ct 06073-9790. First article test required.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. See Note (s) 1,23,26.
CITE: (I-347 SN011430)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 28--GAS TURBINE ENGINE
SOL F41608-97-R-0075
DUE 012497
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Cook, D/Ldkj/[210]925-8881
DESC: Item 0001 NSN 2835-01-242-8063 P/N: 380834-1-7, Size: 36.8
   length X 32.3 wide X 23.1 height, 290 lbs. weight Pred mrtl:
  Overall Steel Function: Provides mechanical & pneumatic power
  thru compression of air by two stage centrifugal compressure
  assembly. ................... A one (1) year requirement contract
  with a one (1) year option period is being solicited for the
  repair/overhaul of 2 Bearing 85 Series Gas Turbine Engines
  and various components thereof. Items are applicable to multi
  aircraft. BEQ for this NSN is 11 each in basic year and 11
  each in option year. .................... All NSNs will not
  be identified. Other significant NSNs are: 2835-01-056-6467,
  2835-01-241-2308, 2835-01-341-5955, 2910-01-009-2822YP, 2920-01-013-9867YP,
  and 2910-01-013-2741YP. 1ea. Applicable to: Gtcp 85& 180. Destn:
  Kelly Afb, Texas 78241-6449. Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The requirements of FAR 9.202(A)
  have been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) all
  The approximate issue/response date will be 24 Dec 96. To:
  Allied Signal Inc, Phoenix Az 85072-2181. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. See
  Note (s) 23,26..
CITE: (I-347 SN011459)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--STG 4 VANE AND SEAL ASSY
SOL F34601-97-49386
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact John Mckeel/Lpdpb/[405]739-5495
DESC: Item 0001 NSN 2840-01-308-5488PR P/N: 1559M54G05, P/N 1559M54G04
   The stg 4 vanes are fixed vanes, inmultiple sections which
  slide into circumfer Ential slots in the case. They direct
  air at the correct Angle for efficien T operation of The compressor.
  Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3
  inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129.
  93EA. Applicable to: F110. Destn: Tinker Air Force Base Ok
  73145-3032. Delivery: 31 OCT 97 31 ea 28 NOV 97 31 ea 31 DEC
  97 31 ea Item 0002 NSN 2840-01-308-5488PR Stg 4 Vane And Seal
  Assy P/N: 1559M54G05, P/N 1559M54G04 The stg 4 vanes are fixed
  vanes, inmultiple sections which slide into circumfer Ential
  slots in the case. They direct air at the correct Angle for
  efficien T operation of The compressor. Mat'l: Ams 5540, Inco
  718, and colloidal gra Phite. Dim: 6.3 inc long, 2.3 inc wide
  And 1.4 inc deep. A Ppl to f110100-129. 59EA. Applicable to:
  F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery:
  31 OCT 97 19 ea 28 NOV 97 19 ea 31 DEC 97 21 ea Item 0003 NSN
  2840-01-308-5488PR Stg 4 Vane And Seal Assy P/N: 1559M54G05,
  P/N 1559M54G04 The stg 4 vanes are fixed vanes, inmultiple
  sections which slide into circumfer Ential slots in the case.
  They direct air at the correct Angle for efficien T operation
  of The compressor. Mat'l: Ams 5540, Inco 718, and colloidal
  gra Phite. Dim: 6.3 inc long, 2.3 inc wide And 1.4 inc deep.
  A Ppl to f110100-129. 35EA. Applicable to: F110. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 11 ea 28
  NOV 97 11 ea 31 DEC 97 13 ea Item 0004 NSN 2840-01-308-5488PR
  Stg 4 Vane And Seal Assy P/N: 1559M54G05, P/N 1559M54G04 The
  stg 4 vanes are fixed vanes, inmultiple sections which slide
  into circumfer Ential slots in the case. They direct air at
  the correct Angle for efficien T operation of The compressor.
  Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3
  inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129.
  10EA. Applicable to: F110. Destn: Tinker Air Force Base Ok
  73145-3032. Delivery: 31 OCT 97 3 ea 28 NOV 97 3 ea 31 DEC
  97 4 ea PRE-QUALIFICATION OF SOURCES REQUIRED. FIRST ARTICLE
  FOR GOVERNMENT TESTING MAY BE REQUIRED. The approximate issue/response
  date will be 24 Dec 96. The anticipated award date will be
  28 FEB 97. Written procedure will be used for this solicitation.
  To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Kerns
  Mfg Corp, Long Island City Ny 11101-2690. First article test
  required. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: While price will be a significant factor in the evaluation
  of offers, the final contract award decision may be based upon
  a combination of price and past performance factors as detailed
  in the solicitation. Note: 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 communicate contractor
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL
  THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. See Note (s) 1.
CITE: (I-347 SN011466)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--SHROUD SEGMENT, TURBINE
SOL F34601-97-Q-49353
DUE 012397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Georgette Strub/Lpdpb/[405]739-4382
DESC: Item 0001 NSN 2840-01-312-3481PR P/N: 1441M36G07, Each
  segment  is approx 1.885 1.825 inches Matl-segment is_B50TF75
  (CL-C) Honeycomb is B50TF219 (Cabot 214) Functions are to act
  as a seal for the noxxle assy The item consist of 12 segments
  of unfilled honeycomb type seal mounted at the reare of the
  nozzle support F110-129 Engine NHA Nozzle Assy 58ea. Applicable
  to: F110-129 Engine. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 31 OCT 97 58 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 23 Dec 96. The anticipated award date will be
  28 Feb 97. Written procedure will be used for this solicitation.
  To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Caution: The drawings which will be
  furnished under this RFP and any resultant contract are proprietary
  to the Boeing Company. Firms interested in proposing on this
  RFP must have on file a current OC-SAF/66, "Rights Guard Certificate",
  signed by an individual authorized to bind your company, or
  the bid package will not be furnished. This certificate may
  be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Note:
  Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice.
CITE: (I-347 SN011470)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--SHROUD
SOL F34601-97-R-52909
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Donna Hester/Lpdpa/[405]739-5394
DESC: Item 0001 NSN 2840-01-160-6491RV P/N: 734873, Dim: approx
  22.0  OD x 15.4 ID x 1.6 inch wide; Matl: stainless steel.
  Function: as SPT for inner ends of 3 stg turb vanes and as
  stationary inner air seal btwn 2 and 3 stg disks. 50Ea. Applicable
  to: Tf33 P102. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 31 Mar 99 50 Ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 24 Dec 96. To: Gros-Ite Industries, Farmington
  Ct 06032-3114. To: Ambel Precision Mfg Corp, Bethel Ct 06801-0000.
  To: Kerns Mfg Corp, Long Island City Ny 11101-2690. To: Columbia
  Manufacturing Inc, Columbia Ct 06237-0368. To: J T Slocomb
  Co, South Glastonbury Ct 06073-9790. First article test required.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. See Note (s) 1,23,26.
CITE: (I-347 SN011474)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--SPACER
SOL F34601-97-Q-52892
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Joanne Davis/Lpdpa/[405]739-4128
DESC: Item 0001 NSN 2840-00-869-1448RV P/N: 513539, Dim: O.D.
  of  33.510 in x 0.277 thick. Func: Provides the proper spacing
  between 2nd and 3rd stage turbine nozzle vane assemblies. Matl:
  AMS 5754 NI alloy. 210EA. Applicable to: Tf33. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 30 May 97 210 ea SURPLUS
  ACCEPTABLE The approximate issue/response date will be 26 Dec
  96. The anticipated award date will be 05 Mar 97. Written procedure
  will be used for this solicitation. To: Beacon Industries Inc,
  Bloomfield Ct 06002-3594. To: Electro-Methods Inc, South Windsor
  Ct 06074-2422. To: Numet Machine Techniques Inc, Stratford
  Ct 06497-0000. To: Rds Manufacturing Inc, Broken Arrow Ok 74012-2337.
  To: Nci Inc, Asheville Nc 28803-1729. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,
  26,.
CITE: (I-347 SN011487)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--VANE STG 4
SOL F34601-97-49446
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact John Mckeel/Lpdpb/[405]739-5495
DESC: Item 0001 NSN 2840-01-192-5416PR P/N: 9526M64G15, Vane
  Stg 4.  Appl. F110 engine/F16 Aircraft, Models C and D. Fixed
  Van sector which slides into a circumferetial slot in the case.
  Mult Vane Sectors comprise one vane stg. Directs air thru Compressor.
  Vane Sector composed of AMS5540 per BSOTF14CL-8. Also consists
  of a Support, a Support fwd and aft, and a Stiffner. Approx.
  Dim. are 6.415 in. long,. 030 - 0.034 in. surface finish, 1.797
  in. wide. Material thichness is.030-.34 in. Surface finish
  125AA. Contains precious metals. 13EA. Applicable to: F110
  Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery:
  30 JAN 98 13 ea Item 0002 NSN 2840-01-192-5416PR Vane Stg 4
  P/N: 9526M64G15, Vane Stg 4. Appl. F110 engine/F16 Aircraft,
  Models C and D. Fixed Van sector which slides into a circumferetial
  slot in the case. Mult Vane Sectors comprise one vane stg.
  Directs air thru Compressor. Vane Sector composed of AMS5540
  per BSOTF14CL-8. Also consists of a Support, a Support fwd
  and aft, and a Stiffner. Approx. Dim. are 6.415 in. long,.
  030 - 0.034 in. surface finish, 1.797 in. wide. Material thichness
  is.030-.34 in. Surface finish 125AA. Contains precious metals.
  7EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base
  Ok 73145-3032. Delivery: 30 JAN 98 7 ea Item 0003 NSN 2840-01-192-5416PR
  Vane Stg 4 P/N: 9526M64G15, Vane Stg 4. Appl. F110 engine/F16
  Aircraft, Models C and D. Fixed Van sector which slides into
  a circumferetial slot in the case. Mult Vane Sectors comprise
  one vane stg. Directs air thru Compressor. Vane Sector composed
  of AMS5540 per BSOTF14CL-8. Also consists of a Support, a Support
  fwd and aft, and a Stiffner. Approx. Dim. are 6.415 in. long,.
  030 - 0.034 in. surface finish, 1.797 in. wide. Material thichness
  is.030-.34 in. Surface finish 125AA. Contains precious metals.
  4EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base
  Ok 73145-3032. Delivery: 30 JAN 98 4 ea Item 0004 NSN 2840-01-192-5416PR
  Vane Stg 4 P/N: 9526M64G15, Vane Stg 4. Appl. F110 engine/F16
  Aircraft, Models C and D. Fixed Van sector which slides into
  a circumferetial slot in the case. Mult Vane Sectors comprise
  one vane stg. Directs air thru Compressor. Vane Sector composed
  of AMS5540 per BSOTF14CL-8. Also consists of a Support, a Support
  fwd and aft, and a Stiffner. Approx. Dim. are 6.415 in. long,.
  030 - 0.034 in. surface finish, 1.797 in. wide. Material thichness
  is.030-.34 in. Surface finish 125AA. Contains precious metals.
  1EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base
  Ok 73145-3032. Delivery: 30 JAN 98 1 ea Item 0005 NSN 2840-01-192-5416PR
  Vane Stg 4 P/N: 9526M64G15, Vane Stg 4. Appl. F110 engine/F16
  Aircraft, Models C and D. Fixed Van sector which slides into
  a circumferetial slot in the case. Mult Vane Sectors comprise
  one vane stg. Directs air thru Compressor. Vane Sector composed
  of AMS5540 per BSOTF14CL-8. Also consists of a Support, a Support
  fwd and aft, and a Stiffner. Approx. Dim. are 6.415 in. long,.
  030 - 0.034 in. surface finish, 1.797 in. wide. Material thichness
  is.030-.34 in. Surface finish 125AA. Contains precious metals.
  48EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base
  Ok 73145-3032. Delivery: 30 JAN 98 48 ea Item 0006 data, 1
  lot FIRST ARTICLE FOR GOVERNMENT TESTING MAY BE REQUIRED. PRE-QUALIFICATION
  OF SOURCES IS REQUIRED. The approximate issue/response date
  will be 26 Dec 96. The anticipated award date will be 28 FEB
  97. Written procedure will be used for this solicitation. To:
  General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301.
  To: Electro-Methods Inc, South Windsor Ct 06074-2422. First
  article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Specifications, plans, or drawings relating to the
  procurement described are incomplete or not available and cannot
  be furnished by the Government. Note: While price will be a
  significant factor in the evaluation of offers, the final contract
  award decision may be based upon a combination of price and
  past performance factors as detailed in the solicitation. Note:
  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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411.
CITE: (I-347 SN011488)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--SEAL, AIR AND OIL
SOL F34601-97-49476
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact John Mckeel/Lpdpb/[405]739-5495
DESC: Item 0001 NSN 2840-01-356-3538PN P/N: 1663M91G03, THE AIR/OIL
   SEAL SECURES TO THE FANFRAME HUB. ITS FUNCTION IS TO PRESSURIZE
  THE FRWRD BRNG SUMP TO PRVNT INTERNAL OIL LOSS.DIMS APPROX
  14 INDIAM AT THE MNTNG FLANGE THAT TAPERS DOWN TO APPROX 10
  IN AT THE REAR LOCATION OF THE ABRADBLE SE ALS.AXIAL WIDT IS
  APPROX 11 IN.MATL IS A NON ABESTOS FBRGLS REINFORCED POLUIMID
  E COMPOSITE.NHA/APPL F-108 ENG. 4EA. Destn: Tinker Air Force
  Base Ok 73145-3032. Delivery: 27 FEB 98 4 ea The approximate
  issue/response date will be 26 Dec 96. The anticipated award
  date will be 28 FEB 97. Written procedure will be used for
  this solicitation. To: Cfm International, Cincinnati Oh 45215-0514.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Note: While price
  will be a significant factor in the evaluation of offers, the
  final contract award decision may be based upon a combination
  of price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411.
CITE: (I-347 SN011489)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--SHROUD ASSY
SOL F34601-97-R-52833
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Diane Kalousdian/Lpdpa/[405]739-5391
DESC: Item 0001 NSN 2840-00-966-8074RV P/N: 489054, Dim: approx
  ID  19.770-19.730 x 1.380 wide (89 slots equally spaced). Matl:
  AMS 5736 AMS 5740 SST. This item is engineering critical, maintain
  blue print specs. 212EA. Applicable to: Tf33. Destn: Tinker
  Air Force Base Ok 73145-3015. Delivery: 27 FEB 98 212 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 26 Dec 96. To: Kerns Mfg Corp,
  Long Island City Ny 11101-2690. To: Alamo Aircraft Supply Inc,
  San Antonio Tx 78237-0343. To: J T Slocomb Co, South Glastonbury
  Ct 06073-9790. To: Ambel Precision Mfg Corp, Bethel Ct 06801-0000.
  To: Electro-Methods Inc, South Windsor Ct 06074-2422. First
  article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,26.
CITE: (I-347 SN011492)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--14TH STAGE SPACER
SOL F34601-97-R-52912
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Diane Kalousdian/Lpdpa/[405]739-5391
DESC: Item 0001 NSN 2840-00-987-5798RV P/N: 461484, Dim: Dia
  of  18.904, width of 1.869 with 16 holes equally spaced and
  located within. 002 of true position of the diameter. Matl:
  Pwa 1022 nickel alloy. 117EA. Applicable to: Tf33. Destn: Tinker
  Air Force Base Ok 73145-3015. Delivery: 31 JUL 98 117 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 26 Dec 96. To: Gros-Ite Industries,
  Farmington Ct 06032-3114. To: Budney Industries Inc, Berlin
  Ct 06037-3741. To: Beacon Industries Inc, Bloomfield Ct 06002-3594.
  To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Stowe
  Machine Co Inc, Windsor Ct 06095-0218. First article test required.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Note: While price will
  be a significant factor in the evaluation of offers, the final
  contract award decision may be based upon a combination of
  price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 1,26.
CITE: (I-347 SN011493)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--2ND STAGE NOZZLE ASSY
SOL F34601-97-Q-49438
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Diane Kalousdian/Lpdpa/[405]739-5391
DESC: Item 0001 NSN 2840-01-283-8905NK P/N: 41411, 2ND STG NOZZLE
  ASSY  IS A HOUSING COMPOSED OF TURBINE NOZLE VANES, BEARING
  H OUSINGS AND OIL TUBES. FUNCTION OF 2ND STG NOZLE ASSY IS
  TO PROVIDE SUPPORT FOR THE #4 AND #5 BEARING HOUSINGS, WHICH
  ARE SUPPORTED BY VANES. DIMENS IONS AREAPPROX 10.00 INCH OUTER
  DIAMETER BY4.00 INCH IN HEIGHT. MATERIAL C ONSISTS OF ALLOY
  713 LC CAST. 7EA. Applicable to: F112 Engine. Destn: Tinker
  Air Force Base Ok 73145-3015. Delivery: 30 OCT 98 7 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 27 Dec 96. The anticipated award
  date will be 10 MAR 97. Written procedure will be used for
  this solicitation. To: Williams International, Walled Lake
  Mi 48088-0200. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Note: While price will
  be a significant factor in the evaluation of offers, the final
  contract award decision may be based upon a combination of
  price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 26.
CITE: (I-347 SN011502)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--TIE ROD
SOL F34601-97-Q-52880
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Gregory Harris/Lpdpa/[405]739-5482
DESC: Item 0001 NSN 2840-00-979-9505RV P/N: 463557, TIEROD-FRONT
   COMPRESSOR ROTOR REAR. STEEL MATERIAL. APPROX SIZE. 625 OD
  BY 30 I N. LONG. HAS HEAD ON ONE END AND THREADS ON THE OTHER.
  FUNCTION IS TO FASTEN FR ONT COMPRESSOR ROTOR DISKS AND SPACERS
  ANDHUBS TOGETHER/TF33P7/100 ENGINES . 590EA. Applicable to:
  T33, P7/100. Destn: Tinker Air Force Base Ok 73145-3015. Delivery:
  30 NOV 98 590 ea Qualification requirements: Sources must be
  qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The qualification requirements for this
  item were established prior to 19 Oct 1984 and the requirements
  of FAR 9.202(A) do not apply. These qualification requirements
  apply to line item(s) 0001 The approximate issue/response date
  will be 27 Dec 96. The anticipated award date will be 10 MAR
  97. Written procedure will be used for this solicitation. To:
  Electro-Methods Inc, South Windsor Ct 06074-2422. To: Sps Technologies
  Inc, Jenkintown Pa 19046-2299. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26.
CITE: (I-347 SN011503)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--RING, AIR SEALING
SOL F34601-97-Q-52919
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Diane Kalousdian/Lpdpa/[405]739-5391
DESC: Item 0001 NSN 2840-00-981-9212RV P/N: 454387, Dim: Ring,
  air  sealing, 2 step 10-19.330 in one step, 19.430 second step
  x 0.050 in thk approx, flanged. Matl: AMS 5613 SST. Functions
  to provide airseal between 13th stage stator and 13th stage
  spacer. 219EA. Applicable to: Tf33. Destn: Tinker Air Force
  Base Ok 73145-3015. Delivery: 30 MAY 97 219 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 27 Dec 96. The anticipated award
  date will be 10 MAR 97. Written procedure will be used for
  this solicitation. To: Barridon Corp, Hartford Ct 06143-0000.
  To: Metro Machine Works Inc, Romulus Mi 48174-2717. To: Khs
  Corp, Huntingdon Valley Pa 19006-0000. To: Electro-Methods
  Inc, South Windsor Ct 06074-2422. To: Dover Tool Company, Bridgeport
  Ct 06605-2220. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Award will be made
  only if the offeror, the product/service, or the manufacturer
  meets qualification requirements at the time of award in accordance
  with FAR clause 52.209-1. The solicitation identifies the office
  where additional information can be obtained concerning qualification
  requirements as cited in each individual solicitation. It is
  suggested that small business firms or others interested in
  subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Note: While
  price will be a significant factor in the evaluation of offers,
  the final contract award decision may be based upon a combination
  of price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 1, 26.
CITE: (I-347 SN011504)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--ROD
SOL F34601-97-Q-52944
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Curtis K. Jackson/Lpdpa/[405]739-5504
DESC: Item 0001 NSN 2840-00-066-9896RV P/N: 460627, P/N 460627
  REV. B  P/N: 571513-1, Dim: approx 0.510 in ID x 0.650 in OD
  x 13.490 in lg. below head, head 0.150 in high, 0.5625-18 spl
  form left-hand internal thread 0.760 in. deep, 0.750-16 spl
  form external thread 0.68 inches long. Matl: AMS 5737 216EA.
  Applicable to: Tf33/7/100 Engine. Destn: Tinker Air Force Base
  Ok 73145-3015. Delivery: 28 FEB 97 216 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 27 Dec 96. The anticipated award date will be
  10 MAR 97. Written procedure will be used for this solicitation.
  To: Empire Mfg Corp, Bridgeport Ct 06604-3150. To: Lewis Machine
  Co, East Hartford Ct 06128-0205. To: S & L Metal Products Corp,
  Maspeth Ny 11378-0000. To: Birken Manufacturing Co, Bloomfield
  Ct 06002-1311. To: Windsor Manufacturing, Windsor Ct 06095-2043.
  First article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,
  26.
CITE: (I-347 SN011507)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--CASE COMBUSTION CASE
SOL FD2030-97-49374
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Mary J Wade/Lpdpb/[405]739-4353
DESC: Item 0001 NSN 2840-01-426-4379PR P/N: 1864M75G01, CDN case
   F110-100 contains the hot on gases produced during engine
  operation. The case houses the combustion chamber, HPT nozzle
  and HPT shroud. The fuel manifold, fuel nozzles and stage 5
  bleed tube attach to the case. The case also contains threaded
  bosses for the igniters. Material content is Inconel 718. Dimensions
  are approx 49 inches long x 42 inches diameter x 37 inches
  high with a gross weight of 350 pounds. Applications: F110-100
  engine; F16 aircraft. 52EA. Applicable to: F110 Engine. Destn:
  Tinker Air Force Base Ok 73145-3032. Delivery: 30 Sep 98 17
  ea 30 Oct 98 17 ea 30 Nov 98 18 ea Item 0002 NSN 2840-01-426-4379PR
  Case Combustion Case P/N: 1864M75G01, CDN case F110-100 contains
  the hot on gases produced during engine operation. The case
  houses the combustion chamber, HPT nozzle and HPT shroud. The
  fuel manifold, fuel nozzles and stage 5 bleed tube attach to
  the case. The case also contains threaded bosses for the igniters.
  Material content is Inconel 718. Dimensions are approx 49 inches
  long x 42 inches diameter x 37 inches high with a gross weight
  of 350 pounds. Applications: F110-100 engine; F16 aircraft.
  3EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base
  Ok 73145-3032. Delivery: 30 Sep 98 3 ea Item 0003 NSN 2840-01-426-4379PR
  Case Combustion Case P/N: 1864M75G01, CDN case F110-100 contains
  the hot on gases produced during engine operation. The case
  houses the combustion chamber, HPT nozzle and HPT shroud. The
  fuel manifold, fuel nozzles and stage 5 bleed tube attach to
  the case. The case also contains threaded bosses for the igniters.
  Material content is Inconel 718. Dimensions are approx 49 inches
  long x 42 inches diameter x 37 inches high with a gross weight
  of 350 pounds. Applications: F110-100 engine; F16 aircraft.
  8EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base
  Ok 73145-3032. Delivery: 30 Sep 98 8 ea Item 0004 data, 1 lot
  Qualification requirements: Sources must be qualified prior
  to being considered for award. The solicitation will contain
  instructions for obtaining further information on this requirement.
  The qualification requirements for this item were established
  prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do
  not apply. These qualification requirements apply to line item(s)
  01,02,03 The approximate issue/response date will be 27 Dec
  96. To: General Electric Co Aircraft Engine, Cincinnati Oh
  45215-6301. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Note: While price will
  be a significant factor in the evaluation of offers, the final
  contract award decision may be based upon a combination of
  price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice.
CITE: (I-347 SN011509)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--NOZZLE SWIRL
SOL F34601-97-49442
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact John Mckeel/Lpdpb/[405]739-5495
DESC: Item 0001 NSN 2840-01-311-4796PR P/N: 1275M27P04, Dim/Func:
   Nozzle assist in fuel/air mixture for combustion bor dia 0.543,
  flange thickness. 045 in., eight holes equally spaced. 175
  in. dia. Matl: L605 2635EA. Applicable to: F110; F16. Destn:
  Tinker Air Force Base Ok 73145-3032. Delivery: 30 SEP 97 2635
  ea Item 0002 NSN 2840-01-311-4796PR Nozzle Swirl P/N: 1275M27P04,
  Dim/Func: Nozzle assist in fuel/air mixture for combustion
  bor dia 0.543, flange thickness. 045 in., eight holes equally
  spaced. 175 in. dia. Matl: L605 1647EA. Applicable to: F110;
  F16. Destn: Tinker Air Force Base Ok 73145-3032. Delivery:
  30 SEP 97 1647 ea Item 0003 NSN 2840-01-311-4796PR Nozzle Swirl
  P/N: 1275M27P04, Dim/Func: Nozzle assist in fuel/air mixture
  for combustion bor dia 0.543, flange thickness. 045 in., eight
  holes equally spaced. 175 in. dia. Matl: L605 988EA. Applicable
  to: F110; F16. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 30 SEP 97 988 ea Item 0004 NSN 2840-01-311-4796PR
  Nozzle Swirl P/N: 1275M27P04, Dim/Func: Nozzle assist in fuel/air
  mixture for combustion bor dia 0.543, flange thickness. 045
  in., eight holes equally spaced. 175 in. dia. Matl: L605 220EA.
  Applicable to: F110; F16. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 30 SEP 97 220 ea FIRST ARTICLE FOR GOVERNMENT TESTING
  IS REQUIRED. PRE-QUALIFICATION OF SOURCES IS REQUIRED. The
  approximate issue/response date will be 26 Dec 96. To: Electro-Methods
  Inc, South Windsor Ct 06074-2422. To: Artisan Industries Inc,
  Waltham Ma 02254-9193. First article test required. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Award will be made only if the offeror, the
  product/service, or the manufacturer meets qualification requirements
  at the time of award in accordance with FAR clause 52.209-1.
  The solicitation identifies the office where additional information
  can be obtained concerning qualification requirements as cited
  in each individual solicitation. It is suggested that small
  business firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Note: While price
  will be a significant factor in the evaluation of offers, the
  final contract award decision may be based upon a combination
  of price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 1.
CITE: (I-347 SN011527)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--SPACER
SOL F34601-97-Q-52892
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Joanne Davis/Lpdpa/[405]739-4128
DESC: Item 0001 NSN 2840-00-869-1448RV P/N: 513539, Dim: O.D.
  of  33.510 in x 0.277 thick. Func: Provides the proper spacing
  between 2nd and 3rd stage turbine nozzle vane assemblies. Matl:
  AMS 5754 NI alloy. 210EA. Applicable to: Tf33. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 30 May 97 210 ea SURPLUS
  ACCEPTABLE The approximate issue/response date will be 26 Dec
  96. The anticipated award date will be 05 Mar 97. Written procedure
  will be used for this solicitation. To: Beacon Industries Inc,
  Bloomfield Ct 06002-3594. To: Electro-Methods Inc, South Windsor
  Ct 06074-2422. To: Numet Machine Techniques Inc, Stratford
  Ct 06497-0000. To: Rds Manufacturing Inc, Broken Arrow Ok 74012-2337.
  To: Nci Inc, Asheville Nc 28803-1729. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,
  26,.
CITE: (I-347 SN011529)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--STAGE II SHROUD
SOL F34601-97-R-49421
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Georgette Strub/Lpdpb/[405]739-4382
DESC: Item 0001 NSN 2840-01-200-6464PR P/N: 1284M82G05, Overall
  length  12.233 inches nom. Overall width 1.890 in nom. Feature
  outer radius 2nd end 11.908 in., inner radius 1st end 11.393
  in., inner radius nd end 11.14 in., Formed shape 45 deg. 7
  min. 27 sec. 11 holes 0.3535 in. dia. counterbore 0.520 in.
  dia. w/2 cutter un outs per ea hole. Material ams 4150 surface
  treatment anodize overall. Function: Holds the spindle end
  of the fan stator vanes inposition. 202EA. Applicable to: F110ge100.
  Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Oct
  97 61 ea 27 Feb 98 47 ea 31 Mar 98 47 ea 30 Apr 98 47 ea Item
  0002 data, 1 lot Qualification requirements: Sources must be
  qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The qualification requirements for this
  item were established prior to 19 Oct 1984 and the requirements
  of FAR 9.202(A) do not apply. These qualification requirements
  apply to line item(s) 0001/0002 BEQ REQUIREMENT MIN QTY: 202
  MAX QTY: 1149 The approximate issue/response date will be 26
  Dec 96. To: General Tool Co, Cincinnati Oh 45215-3405. To:
  Modern Industries Inc, Phoenix Az 85034-1607. To: Electro-Methods
  Inc, South Windsor Ct 06074-2422. To: Trigon Tool Corp, Ferndale
  Mi 48220-2134. To: Meco Incorporated, Paris Il 61944-0508.
  First article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 1.
CITE: (I-347 SN011530)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--BLADE,COMPRESSOR 2ND STAGE
SOL F34601-97-49485
DUE 013097
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Alex Varughese/Lpdpb/[405]739-5490
DESC: Item 0001 NSN 2840-01-341-0049PR P/N: P122P06, Item is
   compressor rotor blade P/N P122P06. Helps to create and increase
  air flow as it is processed thru the engine. Dim 1.4 in x 1.8
  in x 3.1 in. Material is titanium base. Used on F110-100/129
  and F118 engines. F16C/D aircraft, B2A aircraft. 143EA. Applicable
  to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 30 SEP 98 143 ea Item 0002 NSN 2840-01-341-0049PR
  Blade,Compressor 2nd Stage P/N: P122P06, Item is compressor
  rotor blade P/N P122P06. Helps to create and increase air flow
  as it is processed thru the engine. Dim 1.4 in x 1.8 in x 3.1
  in. Material is titanium base. Used on F110-100/129 and F118
  engines. F16C/D aircraft, B2A aircraft. 380EA. Applicable to:
  F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery:
  30 SEP 98 380 ea Item 0003 NSN 2840-01-341-0049PR Blade,Compressor
  2nd Stage P/N: P122P06, Item is compressor rotor blade P/N
  P122P06. Helps to create and increase air flow as it is processed
  thru the engine. Dim 1.4 in x 1.8 in x 3.1 in. Material is
  titanium base. Used on F110-100/129 and F118 engines. F16C/D
  aircraft, B2A aircraft. 27EA. Applicable to: F110 Engine. Destn:
  Tinker Air Force Base Ok 73145-3032. Delivery: 30 SEP 98 27
  ea The approximate issue/response date will be 30 Dec 96. The
  anticipated award date will be 03 MAR 97. Written procedure
  will be used for this solicitation. To: General Electric Co
  Aircraft Engine, Cincinnati Oh 45215-6301. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Note: While price will
  be a significant factor in the evaluation of offers, the final
  contract award decision may be based upon a combination of
  price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 26.
CITE: (I-347 SN011542)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--RETAINER,SEAL
SOL F34601-97-Q-49466
DUE 013097
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Georgette Strub/Lpdpb/[405]739-4382
DESC: Item 0001 NSN 2840-01-146-9396JF P/N: 9978M69G42, Matl
  steel per  ams 5536 and 5540 105 deg 0.966 in.thick body 0.71
  in min and 0. 74 in.max wd flange 1.045 in.wd 16.966 in od
  based on 360 degincludes 7 dimples for stage3 f101 302EA. Applicable
  to: F101. Destn: Tinker Air Force Base Ok 73145-3032. Delivery:
  30 May 97 185 ea 30 Apr 98 39 ea 29 May 98 39 ea 30 Jun 98
  39 ea Qualification requirements: Sources must be qualified
  prior to being considered for award. The solicitation will
  contain instructions for obtaining further information on this
  requirement. The qualification requirements for this item were
  established prior to 19 Oct 1984 and the requirements of FAR
  9.202(A) do not apply. These qualification requirements apply
  to line item(s) 0001 The approximate issue/response date will
  be 30 Dec 96. The anticipated award date will be 27 Feb 98.
  Written procedure will be used for this solicitation. To: Electro-Methods
  Inc, South Windsor Ct 06074-2422. To: Steel Tool And Engineering
  Co, Taylor Mi 48180-5220. To: Metro Machine Works Inc, Romulus
  Mi 48174-2717. To: Tube Processing Corp, Indianapolis In 46203-0049.
  To: Ferrotherm Co, Cleveland Oh 44125-1117. First article test
  required. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written
  Quotation will be issued. The anticipated award date will be
  60 days after the issuance of this notice. See Note (s) 1.
CITE: (I-347 SN011551)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--VANE
SOL F34601-97-Q-52939
DUE 013197
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Jim Stephens/Lpdpa/[405]739-5501
DESC: Item 0001 NSN 2840-01-159-6820RV P/N: 534465, Vane,  compressor-15th
  stage. Dim-width. 796 to. 784, length 2.290 to 2.300 in. Matl
  ams 5504 or 5613. Function-used to direct airflow. Nha-comp
  stator assy. Tf33p102/102a eng. 9837EA. Applicable to: Tf33p102/102a
  Eng. Destn: Tinker Air Force Base Ok 73145-3015. Delivery:
  29 AUG 97 9837 ea Qualification requirements: Sources must
  be qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The qualification requirements for this
  item were established prior to 19 Oct 1984 and the requirements
  of FAR 9.202(A) do not apply. These qualification requirements
  apply to line item(s) 0001 The approximate issue/response date
  will be 02 Jan 97. The anticipated award date will be 05 MAR
  97. Written procedure will be used for this solicitation. To:
  Electro-Methods Inc, South Windsor Ct 06074-2422. To: J T Slocomb
  Co, South Glastonbury Ct 06073-9790. First article test required.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Note: While price will
  be a significant factor in the evaluation of offers, the final
  contract award decision may be based upon a combination of
  price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 1, 26.
CITE: (I-347 SN011552)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--VANE, 13TH STAGE, COMPR
SOL F34601-97-Q-52965
DUE 013197
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Jim Stephens/Lpdpa/[405]739-5501
DESC: Item 0001 NSN 2840-00-966-8062RV P/N: 477053, VANE CPRSR,
   STAINLESS STEEL. APPL TF33,P7,P100. 1125EA. Destn: Tinker
  Air Force Base Ok 73145-3015. Delivery: 31 JUL 97 1125 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 02 Jan 97. The anticipated award
  date will be 05 MAR 97. Written procedure will be used for
  this solicitation. To: United Technologies, East Hartford Ct
  06108-0969. To:, . No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Award will be made
  only if the offeror, the product/service, or the manufacturer
  meets qualification requirements at the time of award in accordance
  with FAR clause 52.209-1. The solicitation identifies the office
  where additional information can be obtained concerning qualification
  requirements as cited in each individual solicitation. It is
  suggested that small business firms or others interested in
  subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Note: While
  price will be a significant factor in the evaluation of offers,
  the final contract award decision may be based upon a combination
  of price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 26.
CITE: (I-347 SN011554)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--VANE
SOL F34601-97-Q-52977
DUE 020397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Jim Stephens/Lpdpa/[405]739-5501
DESC: Item 0001 NSN 2840-01-160-3181RV P/N: 534460, 10TH STAGE
   COMPRESSOR VANE. DIM-WIDTH. 924 TO. 936, LENGTH 3.504 TO 3.514
  IN. M ATL-AMS 5504 OR 5613. USED TO DIRECT AIR FLOW. NHA-COMPRESSOR
  STATOR ASSY. TF33 -P102/102A ENGINE 2842EA. Applicable to:
  Tf33-P102/102a Engine. Destn: Tinker Air Force Base Ok 73145-3015.
  Delivery: 28 NOV 97 2842 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 02 Jan 97. The anticipated award date will be
  02 APR 97. Written procedure will be used for this solicitation.
  To: United Technologies, East Hartford Ct 06108-0969. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Award will be made only if the offeror, the
  product/service, or the manufacturer meets qualification requirements
  at the time of award in accordance with FAR clause 52.209-1.
  The solicitation identifies the office where additional information
  can be obtained concerning qualification requirements as cited
  in each individual solicitation. It is suggested that small
  business firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Note: While price will be a significant
  factor in the evaluation of offers, the final contract award
  decision may be based upon a combination of price and past
  performance factors as detailed in the solicitation. Note:
  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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 26.
CITE: (I-347 SN011566)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--SEAL
SOL F34601-97-Q-52979
DUE 020397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Gregory Harris/Lpdpa/[405]739-5482
DESC: Item 0001 NSN 2840-01-160-3025RV P/N: 564922, Dim: approx
  size  9.7 ID by 12.0 OD by 2.0 inches wide. Matl: stainless
  steel Functions: as a stationary airseal for the second stage
  turbine. 78EA. Applicable to: Tf33. Destn: Tinker Air Force
  Base Ok 73145-3015. Delivery: 31 JUL 97 78 ea The approximate
  issue/response date will be 02 Jan 97. The anticipated award
  date will be 02 APR 97. Written procedure will be used for
  this solicitation. To: Space-Craft Manufacturing Inc, New Haven
  Ct 06511-5870. To: Electro-Methods Inc, South Windsor Ct 06074-2422.
  To: Flanagan Bros Inc, Glastonbury Ct 06033-3077. First article
  test required. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Award will be made
  only if the offeror, the product/service, or the manufacturer
  meets qualification requirements at the time of award in accordance
  with FAR clause 52.209-1. The solicitation identifies the office
  where additional information can be obtained concerning qualification
  requirements as cited in each individual solicitation. It is
  suggested that small business firms or others interested in
  subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Note: While
  price will be a significant factor in the evaluation of offers,
  the final contract award decision may be based upon a combination
  of price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 1, 26.
CITE: (I-347 SN011567)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--TIEROD
SOL F34601-97-R-52945
DUE 013197
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Tom K. Williams/Lpdpa/[405]739-5507
DESC: Item 0001 NSN 2840-01-159-9633RV P/N: 644943, Dim: 14.985
  inches  length by. 28 inches diameter. Matl: Ams 7454. Function:
  holds disk and spacer together for n2 rotor. 1156EA. Applicable
  to: Tf33p102 Eng. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 30 JUN 97 1156 ea The approximate issue/response
  date will be 20 DEC 96. The anticipated award date will be
  28 FEB 97. Written procedure will be used for this solicitation.
  To: Sps Technologies Inc, Jenkintown Pa 19046-2299. To: United
  Technologies, East Hartford Ct 06108-0969. First article test
  required. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Note: 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 communicate contractor
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL
  THIS NUMBER FOR SOLICITATION REQUESTS.
CITE: (I-347 SN011570)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 28--SEAL,METALLIC
SOL F41608-97-R-0087
DUE 013097
POC For copy, Fax request to LPKAF at (210)925-8496, For additional
   information contact Johnson, B./lpkaf/[210]925-7263
DESC: Item 0001 NSN 2840-01-433-2716PT P/N: 4081140-01, NHA:
  AUGMENTOR  APPL: F100ENGINES SIZE/DIMENSIONS: LENGTH 20.075"
  MIN AND 20.095" MAX FORM, FIT, FUNCTION: SEAL SECURES THE SUPPORT
  NOZZLE TO COMBUSTION DUCT ASSY MATERIAL: TITANIUM ALLOY OVERALL
  A REQUIREMENT TYPE CONTRACT WITH 1 BASIC YEAR AND 2 (1) YEAR
  OPTIONS IS CONTEMPLATED. QUANTITIES ARE AS FOLLOWS: BEQs -
  BASIC YR - 1,484, 1ST OPTION - 1,464, 2ND OPTION - 1,464. DELIVERY
  SCHEDULE: 150 EA PER MONTH BEGINNING SIX MONTH ARO AND CONTINUE
  AT THE RATE OF 150 EA PER MONTH THEREAFTER UNTIL COMPLETE.
  DESTINATION WILL INCLUDE KELLY AFB TX. 1484EA. Applicable to:
  F100 Engine. Destn: Kelly Afb, Texas 78241-5443. Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The requirements of
  FAR 9.202(A) have been completed and copies of the qualification
  requirements and standards may be obtained as described in
  the solicitation. These qualification requirements apply to
  line item(s) 0001 THERE ARE NO GOVERNMENT SPECIFICATION/DRAWINGS
  AVAILABLE. QUALIFICATION REQUIREMENTS ARE AVAILABLE. The approximate
  issue/response date will be 30 Dec 96. To: United Technologies
  Corp/Pratt And, West Palm Beach Fl 33410-9600. First article
  test required. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. See Note (s) 26, 22, 23.
CITE: (I-347 SN011579)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--SPACER
SOL F41608-97-R-0092
DUE 013197
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Hairston-Benford,D/Lpkah/[210]925-6385
DESC: Item 0001 NSN 2840-01-206-7641PT 143EA. Applicable to:
  F100  Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery:
  30 Apr 97 143 ea Item 0002 NSN 2840-01-206-7641PT Spacer .
  Applicable to: F100 Engine. Destn: Kelly Afb, Texas 78241-6318.
  Government Furnished drawings and specifications are not available.
  The approximate issue/response date will be 01 Jan 97. The
  anticipated award date will be 17 Feb 97. Written procedure
  will be used for this solicitation. To: United Technologies
  Corp/Pratt And, West Palm Beach Fl 33410-9600. To: Beacon Industries
  Inc, Bloomfield Ct 06002-3511. To: Stowe Machine Co Inc, Windsor
  Ct 06095-1407. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. See Note (s) 23, 26.
CITE: (I-347 SN011580)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 28--LINER ASSMBLY
SOL FD2050-97-Q-39509
DUE 013097
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Thomsa, S./ldkj/[210]925-8845
DESC: Item 0001 NSN 2835-00-076-6465 P/N: 379698-10, APPL GTCP
   85-106A/C141 APU EXEMPT GFM SCREENING-COMMERCIAL PICA 21EA.
  Applicable to: Gtcp 85-106a/C141 Apu. Destn: Kelly Afb, Texas
  78241-6449. Delivery: 31 Oct 97 21 ea Drawings and other data
  not available. The approximate issue/response date will be
  30 Dec 96. The anticipated award date will be 31 Jan 97. Written
  procedure will be used for this solicitation. To: Allied Signal
  Inc, Phoenix Az 85072-2181. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 12 & 26.
CITE: (I-347 SN011620)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--ADAPTER, IGNITER
SOL SP0480-97-R-0412
DUE 121196
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    Fred Anderson/PLBL579/804-279-5405 or write DSCR ATT N: 
  DSCR-JLP Richmond  VA 23297-5876. KO:  Gwendolyn C. PE arson/279-4077.
DESC: PR-NO:  YPG96278001910 NSN 2925-01-263-3638, adapter, igniter
   this is a modification of a previously announced procurement
  (solicitation  no:  SP0480-97-R-0412).  Due to an urgent and
  compelling requirement  this synopsis is hereby waived.
CITE: (I-346 SN011113)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--COVER ASSEMBLY, STARTER
SOL SP0480-97-R-0500
DUE 013197
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 buyer:  Fred  Anderson/plbl/579/804-279-5405. K O:
   Stephen M. Mason/279-3724.
DESC: PR-NO:  YPG96255000435 NSN 2995-00-357-1897, cover assembly,
   starter Vickers Inc (CAGE 90166) P/N 5358 125 -EA Del to Cherry
  Point NC  28533-5001 Del 174 days.  Option to in C qty 100%.
   Unrestricted.  Other  than full & open comp (sole source).
   Only one source (NOTE 22).  Trade  Agreements Act (NOTE 12).
   Aniticipated award date is 04/24/97.   Specifications, plans
  or drawings relating to the procurement described are  not
  available and cannot be furnished by the Gov't.  All responsible
   sources may submit offer which DGSC shall consider.
CITE: (I-347 SN011125)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 29--FILTER
DUE 011697
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Curtis K. Jackson/Lpdpa/[405]739-5504
DESC: Item 0001 NSN 2915-00-966-3045RV P/N: 491161, Filter, fuel
   element, multiple material synthetic, rubber, paper element,
  center tube AMS 4037 AL. Circular shaped 6.0 dia x 3.19 height.
  Center tube 3.51 in dia surrounded by paper element with a
  metal end disc on each end. Function: strains fuel, filters
  fuel prior to entering fuel control. 2484EA. Applicable to:
  Tf33-7-7a-100. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 31 JAN 97 2484 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 16 Dec 96. The anticipated award date will be
  14 FEB 97. Written procedure will be used for this solicitation.
  To: Facet Enterprises Inc, Greensboro Nc 27409-9018. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26.
CITE: (I-347 SN011298)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 29--PARTS KIT, OVERHAUL, FUEL CONTROL
SOL F41608-97-R-50118
DUE 020397
POC For copy, Taylor, J./lpkbd/[210]925-6330, For additional
   information contact Taylor, J./lpkbd/[210]925-6330
DESC: Item 0001 NSN 2915-00-471-1160PS P/N: 8930-049, Size: 11
  inch X  10 inch Pred Matl: Overall rubber packings and seals
  Funtion: Used to overhaul TF 39 Fuel Control which provides
  fuel and controls fuel flow variations during engine operation.
  A 3 year firm, fixed-price requirements type contract is anticipated.
  Best estimated quantity (BEQ) as follows: 1st year is 202 each;
  2nd year is 120 each; and 3rd year is 120 each. The total 3
  year requirement is 442. Delivery will be 50 each within 4
  month computed from the end of the month in which order is
  received by the contractor and continue at the rate of 50 each
  by the end of each month thereafter until completed. . Applicable
  to: Tf 39 Engine. Destn: Kelly Afb, Texas 78241-6015. Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The requirements of
  FAR 9.202(A) have been completed and copies of the qualification
  requirements and standards may be obtained as described in
  the solicitation. These qualification requirements apply to
  line item(s) 0001 The approximate issue/response date will
  be 03 Jan 97. To: Gks Inc, Westlake Oh 44145-0000. To: Kit
  Pack Co, Las Cruces Nm 88005-5830. To: Kitco Inc, Springville
  Ut 84663-0900. First article test required. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. See
  Note (s) 1, 26.
CITE: (I-347 SN011376)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 29--BODY
SOL F34601-97-Q-52906
DUE 012397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Curtis K. Jackson/Lpdpa/[405]739-5504
DESC: Item 0001 NSN 2995-00-966-3009RV P/N: 480650, BODY, COVER
  OIL  PUMP - DESCRIPTION 3.875 O.D. THICKNESS 2.31O, KIND OFMATERIAL:
  ALUMINUM, NHA: GEARBOX 36EA. Applicable to: Tf33 Engine. Destn:
  Tinker Air Force Base Ok 73145-3032. Delivery: 31 MAR 97 36
  ea Qualification requirements: Sources must be qualified prior
  to being considered for award. The solicitation will contain
  instructions for obtaining further information on this requirement.
  The qualification requirements for this item were established
  prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do
  not apply. These qualification requirements apply to line item(s)
  0001 The approximate issue/response date will be 23 Dec 96.
  The anticipated award date will be 07 MAR 97. Written procedure
  will be used for this solicitation. To: Norwood Precision Products/Caratron,
  Warren Mi 48093-4877. To: Birken Manufacturing Co, Bloomfield
  Ct 06002-1311. To: Aerospace Engine Parts Inc, Indianapolis
  In 46206-0796. First article test required. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,26.
CITE: (I-347 SN011400)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 29--STARTER, ENGINE, AIR
SOL F34601-97-06075
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Bob Kelley/Lidab/[405]739-5459
DESC: Item 0001 NSN 2995-01-323-9808 P/N: 3505710-2-1, ITEM 
  DESCRIPTION: PROVIDES TORQUE TO START ENGINE. DIMENSIONS: LENGTH14
  INCHES , APPR 10 INCHES O.D., WEIGHT 34.6 LBS. CONTENT: VARIOUS
  METALS INCLUDING A LUMINUM AND STAINLESS STEEL. C17A ACFT/F117
  ENGINE 3EA. Applicable to: C-17a/F-117. Destn: Tinker Air Force
  Base Ok 73145-3028. Delivery: 30 OCT 98 3 ea Item 0002 NSN
  2995-01-323-9808 Starter, Engine, Air P/N: 3505710-2-1, ITEM
  DESCRIPTION: PROVIDES TORQUE TO START ENGINE. DIMENSIONS: LENGTH14
  INCHES , APPR 10 INCHES O.D., WEIGHT 34.6 LBS. CONTENT: VARIOUS
  METALS INCLUDING A LUMINUM AND STAINLESS STEEL. C17A ACFT/F117
  ENGINE 14EA. Applicable to: C-17a/F-117. Destn: Tinker Air
  Force Base Ok 73145-3028. Delivery: 30 OCT 98 14 ea The approximate
  issue/response date will be 24 Dec 96. To: Allied Signal-Allied
  Signal Aero, Tempe Az 85285-2200. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. See Note (s) NOTE 26.
CITE: (I-347 SN011419)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 29--SEGMENT SELECTOR MODULE KIT
SOL F41608-97-Q-44004
DUE 012797
POC For copy, Fax request to LPKAF at (210)925-8496, For additional
   information contact Blocher, David C./lpkaf/[210]925-7263
DESC: Item 0001 NSN 2915-01-222-6311PT P/N: 351018A, Size: 6"X4"X4"
   Pred. Matl: STEEL-ALUMINUM Function: POSITIONS THE SEGMENT
  SELECTOR VALVE OPEN UPON REQUEST FROM THE DEEC. Solicitation
  for 6 ea for delivery March 1998. 6EA. Applicable to: F100-Pw-220
  Engine. Destn: Kelly Afb, Texas 78241-5443. Delivery: 31 MAR
  98 6 ea GOVERNMENT SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE
  The approximate issue/response date will be 25 Dec 96. The
  anticipated award date will be 28 FEB 97. Written procedure
  will be used for this solicitation. To: Allied Signal Inc.,
  Tempe Az 85285 2200. No telephone requests. Only written or
  faxed requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. See Note (s) 22,26.
CITE: (I-347 SN011457)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 29--STARTER, ENGINE, AIR
SOL F34601-97-06075
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Bob Kelley/Lidab/[405]739-5459
DESC: Item 0001 NSN 2995-01-323-9808 P/N: 3505710-2-1, ITEM 
  DESCRIPTION: PROVIDES TORQUE TO START ENGINE. DIMENSIONS: LENGTH14
  INCHES , APPR 10 INCHES O.D., WEIGHT 34.6 LBS. CONTENT: VARIOUS
  METALS INCLUDING A LUMINUM AND STAINLESS STEEL. C17A ACFT/F117
  ENGINE 3EA. Applicable to: C-17a/F-117. Destn: Tinker Air Force
  Base Ok 73145-3028. Delivery: 30 OCT 98 3 ea Item 0002 NSN
  2995-01-323-9808 Starter, Engine, Air P/N: 3505710-2-1, ITEM
  DESCRIPTION: PROVIDES TORQUE TO START ENGINE. DIMENSIONS: LENGTH14
  INCHES , APPR 10 INCHES O.D., WEIGHT 34.6 LBS. CONTENT: VARIOUS
  METALS INCLUDING A LUMINUM AND STAINLESS STEEL. C17A ACFT/F117
  ENGINE 14EA. Applicable to: C-17a/F-117. Destn: Tinker Air
  Force Base Ok 73145-3028. Delivery: 30 OCT 98 14 ea The approximate
  issue/response date will be 24 Dec 96. To: Allied Signal-Allied
  Signal Aero, Tempe Az 85285-2200. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. See Note (s) NOTE 26.
CITE: (I-347 SN011463)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 29--STARTER, ENGINE, AIR
SOL F34601-97-06076
DUE 012797
POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional
   information contact Phil Mcconnell/Lidac/[405]739-4347
DESC: Item 0001 NSN 2995-01-323-9808 P/N: 3505710-2-1, ITEM 
  DESCRIPTION: PROVIDES TORQUE TO START ENGINE. DIMENSIONS: LENGTH14
  INCHES , APPR 10 INCHES O.D., WEIGHT 34.6 LBS. CONTENT: VARIOUS
  METALS INCLUDING A LUMINUM AND STAINLESS STEEL. C17A ACFT/F117
  ENGINE 41EA. Applicable to: C-17a/F-117. Destn: Tinker Air
  Force Base Ok 73145-3028. Delivery: 30 OCT 98 41 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 26 Dec 96. To: Allied Signal-Allied
  Signal Aero, Tempe Az 85285-2200. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) NUMBERED NOTE 26.
CITE: (I-347 SN011520)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 29--METERING PLUG
SOL F34601-97-Q-52963
DUE 013197
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Curtis K. Jackson/Lpdpa/[405]739-5504
DESC: Item 0001 NSN 2915-01-010-1305RV P/N: 739597, Dim:. 223
  x. 50;  Matl: AMS 5630 SST; Function: Meters fuel for atomization
  8222EA. Applicable to: Tf33. Destn: Tinker Air Force Base Ok
  73145-3015. Delivery: 28 NOV 97 8222 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 02 Jan 97. The anticipated award date will be
  05 MAR 97. Written procedure will be used for this solicitation.
  To: Textron Inc, Zeeland Mi 49464-1320. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. Award will be made only if
  the offeror, the product/service, or the manufacturer meets
  qualification requirements at the time of award in accordance
  with FAR clause 52.209-1. The solicitation identifies the office
  where additional information can be obtained concerning qualification
  requirements as cited in each individual solicitation. It is
  suggested that small business firms or others interested in
  subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Note: While
  price will be a significant factor in the evaluation of offers,
  the final contract award decision may be based upon a combination
  of price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 26.
CITE: (I-347 SN011553)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 29--UNSTAGED FUEL NOZZLE
SOL F41608-97-R-43080
DUE 013197
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Flores, H. L./lpkah/[210]925-6385
DESC: Item 0001 NSN 2915-01-422-3335PT P/N: 4081276, Size: 6
  In X 3 In  X 3 In Pred Matl: Nickel Alloy Function: The unstaged
  fuel nozzle is a hybird design of a pressure atomizing primary
  circuit and an air blast atomizing secondary circuit used to
  increase the fuel concentration at the igniters. The pressure
  atomizing section flows continuously throughout the engine
  operating range. It contains a flow regulating valve in the
  body of the fuel nozzle. The nozzles are mounted externally
  on the diffuser case and can be removed for maintenance without
  disassembling the gas generator. A firm fixed price contract
  is anticipated with delivery of 85 ea 97 Nov, Dec, Jan, and
  Feb. 342EA. Applicable to: F100/229 Eng. Destn: Kelly Afb,
  Texas 78241-6318. The approximate issue/response date will
  be 01 Jan 97. To: United Technologies Corp/Pratt And, West
  Palm Beach Fl 33410-9600. To: Fuel Systems Textron Inc, Zeeland
  Mi 49464-1320. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. See Note (s) 13,22,26.
CITE: (I-347 SN011582)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 29--BY-PASS VALVE
SOL F41608-97-R-43093
DUE 020397
POC For copy, Fax request to LPKAF at (210)925-8496, For additional
   information contact Hyndman, J./lpkaf/[210]925-6566
DESC: Item 0001 NSN 2915-01-181-9813PT P/N: 4061849, P/N  4061849/785555
  P/N: 785555, Size: 8.5" L x 10.0" H x 7.75" W Pred. Matl: Aluminum
  Function: Direct Fuel Flow to the UFC or returns the F/F Back
  to the Fuel Pump. Subject acquisition will be solicited as
  a requirements type contract for the repair of the F100 Engine
  By-Pass Valve. The requirement will consist of one basic year
  and two one year options. Total BEQ 47 each. Delivery will
  be 45 days after receipt of reparable assets and order. DD
  Form 1423 applies. ea. Applicable to: F100/200 Engine. Destn:
  Kelly Afb, Texas 78241-5443. Three-year requirements contract
  with one-year basic and two, one-year options Repair only.
  Government furnished material/repair parts. Over-and-above.
  The approximate issue/response date will be 02 Jan 97. To:
  United Technologies Corp, Windsor Locks Ct 06096-1010. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 22,26.
CITE: (I-347 SN011583)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 29--BELLOWS ASSY
SOL F41608-97-R-0088
DUE 013097
POC For copy, Fax request to LPKAF at (210)925-8496, For additional
   information contact Hanes, L./lpkaf/[210]925-6566
DESC: Item 0001 NSN 2915-01-021-0686PT P/N: 2658834, Size: 2"
  L x 1"  Dia Pred. Matl: Overall Steel Function: Item operates
  inside the manifold full sensor to detect when a segment is
  filled. Requirements type solicitation; Basic year 116ea, with
  two options years with 80ea, per year. Delivery 10 per month
  starting 150 days ARO. 116EA. Applicable to: F100 Engine. Destn:
  Kelly Afb, Texas 78241-5443. Government drawings and specifications
  are not available. The approximate issue/response date will
  be 30 Dec 96. To: Allied Signal Inc., Tempe Az 85285 2200.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 22,26.
CITE: (I-347 SN011610)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--BELTS, V, MATCHED SET OF THREE. PLAIN BASE, HEAVY
  DUTY IN  ACCORDANCE WITH COMMERCIAL ITEM
SOL SP0750-97-Q-0471
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, Julia M. Lewis,  (614)692-1097.
DESC: PR-NO:  YPC96310002870 NSN 3030-01-321-4482, CAGE 04NP0
  Part No  15651 set 3 CAGE 19207 Part No 12339359-18 CAGE 34623
  Part No 5598212 CAGE  58536 Part No A-A-52155/1P64.5B3R CAGE
  81300 Part No 15645 set 3 belts,  V. matched set of 3. plain
  base, heavy duty in accordance with commercial  item description
  titled, engine accessory drive v-belts, A-A-52155,  type /1P64.5B3R.
   ** 2,100 -SE Del to New Cumberland PA 17070-5001 1,616 - SE
  Del to Lathrop CA 95330 small business size standard is 1,000
  employees.   Solicitation not available until 15 days after
  published in the CBD.   Written request for drawings are to
  be submitted to Defense Supply Center,  Columbus, Attn: DSCC-VTRD,
  P.O. Box 3990, Columbus, OH 43216-5000,  by FAX (614)692-2998
  or Call (614)692-2344.  Requests should include the  IFB/RFP/RFQ
  number, opening/ closing, NSN, YPC/ZPC or NPC number;  buyer's
  name and your complete name and address.  Federal, military
  and  commercial specifications cannot be provided by DSCC.
   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-347 SN011138)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 30--DIFFERENTIAL GEAR
DUE 011797
POC For copy, Mike Sharp/Lidac/[405]739-4340, For additional
   information contact Mike Sharp/Lidac/[405]739-4340
DESC: Item 0001 NSN 3040-01-326-9727HS P/N: 742727B, DIFFERTIAL
   ASSEMBLY IS AN INTERNAL PART THAT RESPONDS TO GEAR AND PULLY
  REA ACTION AND DIFFERENT RPM OF THE CSD. REACTS TO INCREASE
  OR DECREASE REVOLUTIO NS REQUIRED TO RUN CSD. 8 INCHES HIGH,
  4 INCHES INDIAMETER. MADE OF ALUMINUM AND STEEL. AIRCRAFT F15E.
  15EA. Applicable to: F15e. Destn: Tinker Air Force Base Ok
  73145-3028. Delivery: 31 DEC 97 15 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 17 Dec 96. The anticipated award date will be
  28 FEB 97. Written procedure will be used for this solicitation.
  To: Sundstrand Aerospace, Rockford Il 61125-7002. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one,
  or a limited number of sources under the authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within forty five-days (thirty days
  if award is issued under an existing basic ordering agreement)
  after date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  Award will be made only if the offeror, the product/service,
  or the manufacturer meets qualification requirements at the
  time of award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Specifications, plans, or drawings relating to the
  procurement described are incomplete or not available and cannot
  be furnished by the Government. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) numbered
  note 26.
CITE: (I-347 SN011285)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 30--CLUTCH ASSEMBLY,FRI
SOL F41608-97-R-13366
DUE 012197
POC For copy, Sheppard, R./ldksg/[210]925-7354, For additional
   information contact Sheppard, R./ldksg/[210]925-7354
DESC: Item 0001 NSN 3010-01-259-0587 P/N: 52D7547-101, Predomonant
   material: steel Size and dimensions: 13 inch outside diameter
  by 6 inches deep Form, fit, and function: clutch engages the
  rewind system to pull the arresting cable back in position
  for a new aircraft engagement. 23ea. Destn: Kelly Afb, Texas
  78241-6426. Delivery: 30 Jun 97 23 ea There are no bid sets,
  drawings, or specs avaailable for this requirement. The approximate
  issue/response date will be 16 Dec 96. The anticipated award
  date will be 30 Apr 97. Written procedure will be used for
  this solicitation. To: Engineered Systems Datron, Aston Pa
  19014-0000. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered.
CITE: (I-347 SN011614)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 30-- GEAR SHAFT ASY
SOL F41608-97-R-44006
DUE 013097
POC For copy, Fax request to LPKAF at (210)925-8496, For additional
   information contact Hanes, L./lpkaf/[210]925-6566
DESC: Item 0001 NSN 3020-00-339-3190PT P/N: 4017949, APPL F100-200
   ENGINE F15-F16 ACRFT NHA GEARBOX MOD PER PWA DWG 4017949AMS6265
  S TEEL PART ACTS AS IDLER THAT CONNECTS SCAVENGE PUMP SPURGEAR
  AND PTO DRIVE FO R ACTIVATION OFGB Size: 2.535 inches, nominal
  overall length. Material: AMS 6265 Steel Overall. Requires
  First Article Test Plan and First Article Test Report. Test
  Plan due 60 days ARO with 45 days for Government approval/disapproval.
  Test Report due 150 days ARO with 60 days for Government approval/disapproval.
  Production items, 250ea, are due 150 days upon First Article
  approval. 250EA. Applicable to: F100/200 Engine. Destn: Kelly
  Afb, Texas 78241-5443. Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The requirements of FAR 9.202(A)
  have been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) 0001AC
  Government drawings and specifications are not available. The
  approximate issue/response date will be 30 Dec 96. To: Norwood
  Precision Products Inc, Warren Mi 48093-4877. To: Equitable
  Engineering Co, Troy Mi 48083-2204. To: The Purdy Corporation,
  Manchester Ct 06040-2844. To: Arrow Gear Co, Downers Grove
  Il 60515-4055. To: United Technologies Corp/Pratt And, West
  Palm Beach Fl 33410-9600. First article test required. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. See Note (s) 1,23,26.
CITE: (I-347 SN011619)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--CONE AND ROLLERS, TAPERED ROLLER BEARING SOURCE
  CONTROLLED  DOCUMENT
SOL SP0500-97-Q-G080
DUE 011797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Steve Ewing/HAB20/215-697-9236 B uyer:
   Steve  Ewing/HAB20/215-697-9236
DESC: PR-NO:  YPI96319000500 NSN 3110-01-391-8140, G @BORE  DIAMETER4.5000
  inches nominal @RETAINER fabrication methodpressed  @MATERIALSTEEL
  overall 197 -EA Del to rocky Mount NC 27804-8678 Del by 17
   Nov 96.  See NOTES 9, 22, RFQ due date:  97JAN17 primary qty:
   197  delivery schedule:  210 days 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:  the timken company 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.  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-347 SN011208)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--LINER, BEARING, HOUSING ALLIED-SIGNAL ELECTRIC POWER
   DIV.(83298)
SOL SP0500-97-Q-G723
DUE 121696
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Kay Nobel/HAA24/X2809 buyer:  Kay N
   obel/HAA24/X2809
DESC: PR-NO:  YPI96339000959 NSN 3130-01-058-5701, 60 -EA Del
  to Crane  IN 47522-5001 Del by 06 Dec 96.  75 -EA Del to New
  Cumberland PA  17070-5001 Del by 11 Apr 98.  RFQ due date 96
  Dec 16 specs:   allied-signal electric power (83298).  Incremental
  bidding primary  quantity 75 1ST alt quantity 100 2ND alt quantity
  125 delivery schedule:   120 offers will be evaluated with
  a 10% preference for small disadvantaged  business concerns.
   Other NOTES:  to obtain a copy of this solicitation  please
  send FAX request to (215) 697-6333ORX1462ORX2978.  Specs/Dwgs
  are  not required.
CITE: (I-347 SN011214)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 31--SPACER
SOL F34601-97-Q-52924
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Donna Hester/Lpdpa/[405]739-5394
DESC: Item 0001 NSN 3120-00-768-5963RV P/N: 384031, Spacer-rear
   intermediate, turbine shaft bearing seal. Steel material.
  Approx size 4 i.d. by 5 o.d. by. 5" thick. Critical dimensions
  and finish required. Functions as spacer and seal plate for
  4 1/2 bearing carbon seal. 206Ea. Applicable to: Tf33,B52h,C135.
  Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Mar
  97 68 Ea 30 Apr 97 68 Ea 30 May 97 70 Ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 24 Dec 96. The anticipated award date will be
  24 Feb 97. Written procedure will be used for this solicitation.
  To: Hart Precision Products Inc, Redford Mi 48239-2695. To:
  Westfield Gage Co Inc, Westfield Ma 01085-0918. To: Birken
  Manufacturing Co, Bloomfield Ct 06002-1311. To: Electro-Methods
  Inc, South Windsor Ct 06074-2422. To: Sanford Tool & Design,
  Bloomfield Ct 06002-0000. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. Note: Faxed solicitation requests can be submitted
  to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411.
  See Note (s) 1,23,26.
CITE: (I-347 SN011427)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 31--SPACER
SOL F34601-97-Q-52924
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Donna Hester/Lpdpa/[405]739-5394
DESC: Item 0001 NSN 3120-00-768-5963RV P/N: 384031, Spacer-rear
   intermediate, turbine shaft bearing seal. Steel material.
  Approx size 4 i.d. by 5 o.d. by. 5" thick. Critical dimensions
  and finish required. Functions as spacer and seal plate for
  4 1/2 bearing carbon seal. 206Ea. Applicable to: Tf33,B52h,C135.
  Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Mar
  97 68 Ea 30 Apr 97 68 Ea 30 May 97 70 Ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 24 Dec 96. The anticipated award date will be
  24 Feb 97. Written procedure will be used for this solicitation.
  To: Hart Precision Products Inc, Redford Mi 48239-2695. To:
  Westfield Gage Co Inc, Westfield Ma 01085-0918. To: Birken
  Manufacturing Co, Bloomfield Ct 06002-1311. To: Electro-Methods
  Inc, South Windsor Ct 06074-2422. To: Sanford Tool & Design,
  Bloomfield Ct 06002-0000. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. Note: Faxed solicitation requests can be submitted
  to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411.
  See Note (s) 1,23,26.
CITE: (I-347 SN011471)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 31--BEARING BALL
SOL F42630-97-Q-21902
DUE 011597
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Landing Gear/Photo/Likl/[801]777-6501
DESC: Item 0001 NSN 3110-01-055-6195LE P/N: 11612001, Mat: steel.
   Approx dim 8" OD X 6" ID X 1" wide. Lower bearing for MLG
  strut C5A acrft. 65ea. Applicable to: C5a Acft. Destn: Hill
  Air Force Base, Ut 84056-5825. Delivery: 29 Aug 97 65 ea The
  approximate issue/response date will be 27 Dec 96. The anticipated
  award date will be 15 Jan 97. Written procedure will be used
  for this solicitation. To: The Torrington Company, Torrington
  Ct 06790-4942. To: Kaydon Corporation, Muskegon Mi 49443-0688.
  To: The Torrington Co, Torrington Ct 06790-4942. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Specifications, plans, or drawings relating to the
  procurement described are incomplete or not available and cannot
  be furnished by the Government. Request for copies of solicitations
  must reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  The Government does not own the data or the rights to the data
  needed to purchase this part from additional sources. It has
  been determined to be uneconomical to buy the data or rights
  to the data. It is uneconomical to reverse engineer the part.
  See Note (s) 26.
CITE: (I-347 SN011486)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 31--SPACER
SOL F34601-97-Q-52936
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Curtis K. Jackson/Lpdpa/[405]739-5504
DESC: Item 0001 NSN 3120-00-765-9924RV P/N: 384028, SPACER, FRONT
  TURB  SHAFT BRG SEAL MADE FROM AMS 6322 OR 6323 STL. APPROX
  3.95 32 ID X 4.866 OD ON ONE SIDE AND 4.335 OD ON OTHER. 8
  SETS OFANTI-ROTATION LUGS EQUALLY SPACED ON ID. O81 HIGH. USED
  AS A SPACER FOR NO 4 1/2 BRG SEAL. NHA FRNT COMP DRIVE TURB
  ROTOR. TF33P3/5/7/9/100/102/103 ENGS 341EA. Applicable to:
  Tf33 Engine. Destn: Tinker Air Force Base Ok 73145-3015. Delivery:
  30 JUN 97 341 ea Qualification requirements: Sources must be
  qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The qualification requirements for this
  item were established prior to 19 Oct 1984 and the requirements
  of FAR 9.202(A) do not apply. These qualification requirements
  apply to line item(s) 0001 The approximate issue/response date
  will be 27 Dec 96. The anticipated award date will be 10 MAR
  97. Written procedure will be used for this solicitation. To:
  Electro-Methods Inc, South Windsor Ct 06074-2422. To: O-A Inc,
  Agawam Ma 01001-0595. To: Birken Manufacturing Co, Bloomfield
  Ct 06002-1311. To: Westfield Gage Co Inc, Westfield Ma 01085-0918.
  To: Hart Precision Products Inc, Redford Mi 48239-2695. First
  article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,
  26.
CITE: (I-347 SN011505)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 31--BEARING, ROLLER CYLINDER
SOL F34601-97-R-49443
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Leellen Long/Lpdpb/[405]739-4436
DESC: Item 0001 NSN 3110-01-147-4486PR P/N: 9340M16P03/9340M16P04,
  #5  bearing is a roller bearing which supports the lpt stubshaft.
  Matl: rollers and ring c50tf56cl-a. Contains precious metal.__dimensions
  are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766
  inches 43EA. Applicable to: F110-100 Engines. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 29 May 98 43 ea Item
  0002 NSN 3110-01-147-4486PR Bearing, Roller Cylinder P/N: 9340M16P03/9340M16P04,
  #5 bearing is a roller bearing which supports the lpt stubshaft.
  Matl: rollers and ring c50tf56cl-a. Contains precious metal.__dimensions
  are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766
  inches 27EA. Applicable to: F110-100 Engines. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 29 May 98 27 ea Item
  0003 NSN 3110-01-147-4486PR Bearing, Roller Cylinder P/N: 9340M16P03/9340M16P04,
  #5 bearing is a roller bearing which supports the lpt stubshaft.
  Matl: rollers and ring c50tf56cl-a. Contains precious metal.__dimensions
  are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766
  inches 16EA. Applicable to: F110-100 Engines. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 29 May 98 16 ea Item
  0004 NSN 3110-01-147-4486PR Bearing, Roller Cylinder P/N: 9340M16P03/9340M16P04,
  #5 bearing is a roller bearing which supports the lpt stubshaft.
  Matl: rollers and ring c50tf56cl-a. Contains precious metal.__dimensions
  are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766
  inches 4EA. Applicable to: F110-100 Engines. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 29 May 98 4 ea Item
  0005 NSN 3110-00-000-0000PR Data Data in accordance with dd1423
  1lo. Applicable to: F110. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 29 May 98 1 lo This is a 3 year contract with a best
  estimated quantity of 410 each The approximate issue/response
  date will be 26 Dec 96. The anticipated award date will be
  14 Mar 97. Written procedure will be used for this solicitation.
  To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301.
  To: Torrington Co The, Torrington Ct 06790-4942. To: Split
  Ballbearing, Lebanon Nh 03766-7301. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one,
  or a limited number of sources under the authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within forty five-days (thirty days
  if award is issued under an existing basic ordering agreement)
  after date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  Specifications, plans, or drawings relating to the procurement
  described are incomplete or not available and cannot be furnished
  by the Government. Note: 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 communicate contractor
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL
  THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. See Note (s) 26.
CITE: (I-347 SN011531)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 31--SPACER
SOL F34601-97-R-52938
DUE 013197
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Tom K. Williams/Lpdpa/[405]739-5507
DESC: Item 0001 NSN 3120-00-765-9939RV P/N: 384030, Spacer-front
   turbine shaft bearing seal. Made from ams 6322 or 6323 Steel.
  Ap Prox 3.9532 i.d. By 4.866 o.d. On one side and 4.335 o.d
  on The other. The se Al lip is approx. 198 thick. The spacer
  is. 762 Thick. It has 8 sets of an Ti- Rotation lugs equally
  spaced on thei.d.. 081 high. Function: to take U P space between
  the no. 4 1/2 Bearing carbon seals. Appl: tf33- 3/5/7/7a/9
  /100a/102/102a/103 468EA. Applicable to: Tf33. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 30 MAY 97 468 ea The
  approximate issue/response date will be 17 DEC 96. The anticipated
  award date will be 28 FEB 97. Written procedure will be used
  for this solicitation. To: Khs Corp, Huntingdon Valley Pa 19006-0000.
  To: Hart Precision Products Inc, Redford Mi 48239-2695. To:
  Birken Manufacturing Co, Bloomfield Ct 06002-1311. To: Westfield
  Gage Co Inc, Westfield Ma 01085-0918. To: Gros-Ite Industries,
  Farmington Ct 06032-3114. First article test required. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  See Note (s) 1.
CITE: (I-347 SN011556)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 31--RING, BEARING, OUTER
SOL F34601-97-Q-0024
DUE 020397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Georgette Strub/Lpdpb/[405]739-4382
DESC: Item 0001 NSN 3110-01-146-9313JF P/N: 9732M34P10/P11, Dim:
   1.0600 min, 1.0650 max wide, 1.9950m, 2.0050 max bore dia;
  material: Steel e52100, overall. Used on F101/110 engines.
  72EA. Applicable to: F101/F110 Engine. Destn: OK NVA (N43713)
  NAVY BOND ROOM, OC-ALC TINKER AFB OK, 73145. Delivery: 31 Jul
  97 72 ea Qualification requirements: Sources must be qualified
  prior to being considered for award. The solicitation will
  contain instructions for obtaining further information on this
  requirement. The qualification requirements for this item were
  established prior to 19 Oct 1984 and the requirements of FAR
  9.202(A) do not apply. These qualification requirements apply
  to line item(s) 0001 The approximate issue/response date will
  be 02 Jan 97. The anticipated award date will be 28 Feb 97.
  Written procedure will be used for this solicitation. To: Split
  Ballbearing, Lebanon Nh 03766-7301. To: Torrington Co The,
  Torrington Ct 06790-4942. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. Note: 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 communicate contractor concerns,
  issues, disagreements, and recommendations to the appropriate
  government personnel. When requested, the Ombudsman will maintain
  strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER
  FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests
  can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. Request for Written Quotation will
  be issued. The anticipated award date will be 60 days after
  the issuance of this notice.
CITE: (I-347 SN011565)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Contracting Officer, MLCPAC, CEU Honolulu, 300 Ala Moana
  Blvd., Rm. 8122, Honolulu, HI  96850
SUBJECT: 34--PRESS BRAKE MACHINE
SOL DTCG86-96-B-633078
DUE 122696
POC Point of Contact - Bonnie L. Hoe, Contracting Officer, 808-541-2158,
  FAX 808-541-2203
DESC: Cancel solicitation in its entirety.
EMAILADD: V.Jackson/CEUHon@cgsmtp.uscg.mil
EMAILDESC: 
CITE: (D-347 SN011362)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 35--Service and Trade Equipment
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: 35--WORKSTATIONS
SOL N66604-97-Q-0101
DUE 122196
POC Contact Mary Jo Nemec, Contracting Officer at (401) 841-2442
  X296. Fax number (401) 841-4820.
DESC: The Naval Undersea Warfare Center, Division Newport, intends
  to negotiate a sole-source contract the Hewlett Packard for
  the following (1) HP Model C180-XP workstation, product #A4523A
  with 180 Mhz PA-8000 CPU and integrated HP VISUALIZE-48XP graphics.
  (2) option to procure one additional workstation.This requirement
  must be compatible with existing software for a vast majority
  of programs using language developed by Hewlett Packard for
  their scientific computer and instrument controllers.  This
  is not a request for competitive proposals.  A solicitation
  document does not exist.
LINKURL: http://www.npt.nuwc.navy.mil/contract/
LINKDESC: 
EMAILADD: NEMEC@CODE59.NPT.NUWC.NAVY.MIL
EMAILDESC: 
CITE: (I-347 SN011348)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: 36 -- MISC SPECIAL INDUSTRY MACHINERY
SOL N66001-97-Q-0161
DUE 122696
POC POC Ms. Angela King, Code D222, Purchasing Agent, (619)553-5829.
  Ms. C. M. Hamilton, Contracting Officer.
DESC: The government intends to award on a sole source bases
  to Silicon Valley Group a Purchase Order for the following
  items: 1. Tube removal platform, P/N 601114-04, qty 1 each.
  2. Heater replacement platform, P/N 601422-01, qty. 1 each.
  3. Mini-Helic pressure gauges, qty. 4 each. 4. Alignment tool
  kit for 150mm/200mm 3-zone system, qty. 1 each. 5. H2 gas detection
  unit. qty. 4 each. Delivery address: NCCOSC RDT&E DIV., 53605
  Hull Street, San Diego, CA 92152-5410. Anticipated award date
  of contract: 96 Dec 27. Acceptance shall be FOB destination.
  Contractor to provide what the delivery time will be. Quotations
  must be received no later than 12:00 noon PST on Dec 26. Quotations
  sent via the U. S. Mail should be mailed to: NCCOSC RDT&E DIV.,
  Code D222, Angela King, 53560 Hull Street, San Diego, CA 92152-5001.
  All quotations not sent via the U. S. Mail can be FAXED to
  (619)553-5996. The applicable Standard Industrial Code (SIC)
  and size standard is 3559 - 500 employees. No RFQ will be prepared
  or made available for distribution. Award will be based on
  evaluation of responsive, responsible quotations received in
  response to this CBD advertisement. Competitive awards may
  be based on the evaluation criteria stipulated in NRaD Blue
  Ribbon Vendor Program (BRVP) provisions or the Red, Yellow,
  Green (RYG) Contractor Evaluation System. The evaluation criteria
  is available upon request. Questions may be directed to Angela
  King at (619) 553-5829. Facsimile quotations are acceptable
  and must be received on or before the COB on the closing date
  stated above. Facsimile quotations may be sent to (619)553-5996.
  See Numbered notes from any Monday edition of the CBD. Note
  22 applies, however, all offers received within 15 (in lieu
  of 45) days after date of publication of original synopsis
  will be considered by the Government. See Note(s): 22.
CITE: (I-347 SN011228)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment--Potential Sources Sought
OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland
  AFB, TX 78236-5253
SUBJECT: 38--PAVER, ASPHALT
SOL F41636-97-T-0050
DUE 011397
POC Austin Foiles, (210) 671-1724,FAX (210) 671-5063
DESC: This is a combined synopsis/solicition for commercial items,
  prepared in accordance with the format in FAR subpart 12.6
  as supplemented with additional information included in this
  notice. This announment constitutes the only solicition: proposals
  are being requested and a written solicition will not be issued.
  This solicition is issued as a request for quotation (RFQ).
  Submit quotes (no oral ones), on requisition F41636-97-T-0050.
  This procurement is restricted to small business only. This
  solicition document and incorporated provisions and clauses
  are those in effect through Federal Acquisition Circular 90-42.
  Standard Industrial Code 3531.  Furnish one paver, asphalt,
  steel track mounted with kubota 28hp, 3 cycle diesel engine,
  wash down tank, 15' hose, doobie pump, vibratory screed, propane
  heated 24" screed extension, paving width is 8' x 12', hydrostatic
  drive, color: yellow, size: 8' x 12', used on: pavement construction,
  brand name or equal: mauldin, model: 550E, mfg code & P.N.:
  ZZZZZ 550E/TRK. Desired delivry: not later than 18 MAR 97.
  FOB: Destination for delivery to 37 CES (behind building 5495),
  Lackland AFB, TX 78236-5000. The provisions at FAR 52.212-1,
  Instructions to Offerers--Commercial Terms, applies to this
  acquisition. The clause at FAR 52.121-5, Contract Terms and
  Conditions Required to Implement Statues or Executive Orders--Commercial
  Items, applies to this solicition. Specifically the following
  clauses, cited are applicable to this solicition: FAR 52.222-26,
  Equal Opportunity; FAR 52.222-35, Affirmative Action for special
  disable and Vietnam ERA Veterans; FAR 52.222-36, Affirmative
  Action for Handicapped Workers. The clause at DFARS 252.212-7001,
  Contract Terms and Conditions required to implement Statues
  or Executive Orders applicable to Defense Acquisition of Commercial
  Items, applies to this solicition. Specifically the following
  clauses, cited are applicable to this solicition: DFARS 252.225-7001,
  Buy American Act and Balance of Payment Program. Offerers must
  include with their offer a completed copy of the provisions
  at FAR 52.212-3, Offeror Representations and Certifications--Commercial
  Items, and DFARS 252.212-7000, Offerers Representations and
  Certifications--Commercial Items, applies to this solicition.
   Award will be based on lowest price, responsible offer. Quotes
  must be sent in writing or faxed to the POC indicated above.
  Quotes are required to be submitted not later than 4:00PM (CST),
  13 JAN 97. Award will be made on or about 27 JAN 97. All responsible
  sources may submit an offer, which, if timely received will
  be considered by this agency.****
CITE: (W-347 SN011218)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste
  3,  Wright-Patterson Afb Oh 45433-5309
SUBJECT: 39--MECHANIZED MATERIAL HANDLING SYS
SOL F33600-97-R-0018
DUE 021397
POC For copy, A. Goodson/Pkwrm/[937]257-8344, For additional
   information contact A. Goodson/Pkwrm/[937]257-8344
DESC: Item 0001 NSN 3900-0 - - Design, fabricate & install a
   Receiving, Storage, and Distribution System at Clear Air Force
  Station, Alaska. The system consists of a Mechanical-Assist
  Storage System, Bin Shelving, Wide-Span shelving, vertical
  carousels, a Receiving and In-Cecking system, Cantilever rack,
  In-checking Modular Office, Wire Frame Shelving and Pallet
  rack. . Destn: Clear Air Force Station, Alaska. Item 0002 17.
  "DIRECT ALL REQUESTS FOR SOLICITATIONS AND ROUTINE COMMUNICATION
  CONCERNING THIS ACQUISITION TO ASC/PKWRM, ATTN: Anita Goodson,
  Contract Negotiator, (937) 257-8344, FAX (937) 257-6390, BUILDING
  1, AREA C, 1940 ALLBROOK DRIVE, SUITE 3, WRIGHT-PATTERSON AFB
  OH 45433-5309." 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 proposed development phase of this
  acquisition. Potential offerors should use established channels
  to request information, pose questions, and voice concerns
  before resorting to use of the Ombudsman, Daniel L. Kugel,
  ASC/SY, Bldg 52, 2475 K Street, STE 1, Wright-Patterson AFB
  OH 45433-7642, at (513) 255-3855, with serious concerns only.
  The approximate issue/response date will be 13 Jan 97. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. See Note (s) 1.
CITE: (I-347 SN011510)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--SHACKLE, ROUND PIN STEEL, ZINC COATED
SOL SP0500-97-Q-A686
DUE 011797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Sharon Zeenkov/VBB51/X6975 buyer: 
  Sharon  Zeenkov/VBB51/X6975
DESC: PR-NO:  YPI96266000835 NSN 4030-00-377-1389, 300 -EA Del
  to  Mechanicsburg PA 17055-0789 Del by 18 Jan 97.  RFQ due
  date 97 Jan 17  specs:  RR-C-271D TY 4A GR B CL 1 primary quantity
  300 deliveries to  CONUS(excluding alska).  Delivery schedule:
   100 days ADO NOTES 1 and 9  applies 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 NOTE:   to obtain a copy of this solicitation please
  send FAX request to (215)  697-6333ORX1462ORX2978.
CITE: (I-347 SN011207)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--CHAIN ASSEMBLY SYSTEMS AND ELECTRONICS INC (98255)
SOL SP0500-97-Q-G061
DUE 011797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Robert Kubiak/VAB22/215-697-9238 buyer:
   Bob  Kubiak/VAB22/215-697-9238
DESC: PR-NO:  YPI96290000838 NSN 4010-01-361-8378, 120 -EA Del
  to  Mechanicsburg PA 17055-0789 Del by 07 Feb 97.  RFQ due
  date:  97JAN17  primary qty:  204 deliveries to CONUS (excluding
  Alaska) delivery  schedule:  180 days ADO offers will be evaluated
  with a 10% preference  for small disadvantaged business concerns.
   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-347 SN011318)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 40--Rope, Cable, Chain, and Fittings
OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233,
  Bldg 129-2, Lakehurst, NJ 08733-5083.
SUBJECT: 40 -- WIRE ROPE
SOL N68335-97-R-0122
DUE 011597
POC June Manganello Contract Specialist, Code 2131JM, (908) 323-2735.
DESC: Wire Rope, PN-A92791-26-3060, Revision 42, 1 3/8 diamter,
  6X30, type G, lang lay flattened strand, fiber core, high strength
  for aircraft arresting. Quantity- 65 reels (3,060 feet per
  reel), qualified products list under MIL-W-81002 is applicable.
  Every shipping reel of wire rope offered for acceptance shall
  be subjected to quality conformance inspections of Table V
  (MIL-W-81002B). Dynamic load tests to be performed by the Government.
  One test specimen (100 feet) shall be in addition to the 3,060
  feet per reel. The test specimen shall be one hundred feet
  continuous length cut adjacent to the wire rope placed on the
  shipping reel to be delivered under the contract. MIL-Q-9858A
  Quality Program is applicable. Delivery schedule- 20 reels
  90 days after award, 20 reels 120 days after award and 25 reels
  150 days after award. Non set-aside. Request copies in writing
  or by facsimile (908) 323-2165.
CITE: (I-347 SN011707)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 41--CHEST, ICE STORAGE IAW MIL SPEC AND NATICK DWG 5-13-2341
   EXCEPT
SOL SP0500-97-Q-H285
DUE 011797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Stella Schindler/WFA11/X3292. BU yer:
   Stella  Schindler/WFA11/X3292.
DESC: PR-NO:  YPI96339000965 NSN 4110-00-142-2445, Tech data
  package  availability:  100 -EA Del to Mechanicsburg PA 17055-0789
  Del by 24 Jan  97.  RFQ due date:  17 Jan 97.  Specs:  MIL-C-11198K
  type # size 2  primary quantity:  100 delivery schedule:  60
  days ADO.  Offers will be  evaluated with a 10% preference
  for small disadvantaged business concerns.   This purchase
  is for a national defense item and therefore restricted to
   U.S. sources.  While price will be a significant factor in
  the evaluation  offers, the final contract award price will
  be based upon a combination  of price and delivery as described
  in section M of this solicitation.   Specs/Dwgs are not required.
   To obtain a copy of this solicitation  please send FAX request
  to (215) 697-6333 or X1462 or X2978.
CITE: (I-347 SN011324)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 41--PISTON COMPRESSOR
SOL F09603-97-Q-83246
DUE 012797
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Christine Clark/Lykd/[912]926-7083
DESC: Item 0001 NSN 4130-12-334-8032AY P/N: 021.451976, MAT:
   Electronics, Optical, and Electro. DIM: 12'X12'X16 FUNC: Test
  the Electro Optical Compoent of the Target Pod 38EA. Applicable
  to: Lantirn Nav Pod. Destn: Robins Air Force Base Ga 31098-1611.
  Delivery: 30 APR 97 38 ea FAX: 912-926-7572 The approximate
  issue/response date will be 27 Dec 96. The anticipated award
  date will be 17 FEB 97. Written procedure will be used for
  this solicitation. To: Aeg Aktiengesellschaft, Heilbronn Germany.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) 26.
CITE: (I-347 SN011536)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 41--COOLING SERVICING UNIT
SOL F41608-97-R-36540
DUE 013197
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Woolum, J./ldkac/[210]925-4651
DESC: Item 0001 NSN 4120-01-423-6280DQ P/N: 605199990201, P/N
   717801884-001 Size/Dimension: 56" H X 42" W X 42" L Predominant
  Material of Manufacture: Electro - Mechanical Form/Fit/Function/Description:
  Used with the LANTIRN system to provide refrigerated coolant
  to units under test (UUT) during functional checkout. Is a
  stand alone system that intergrates interfaces in the LANTRIN
  Mobility Shelter Set. 4EA. Applicable to: Lantirn. Destn: Kelly
  Afb, Texas 78241-5947. Delivery: 31 Jan 97 1 ea 28 Feb 97 1
  ea 31 Mar 97 1 ea 30 Apr 97 1 ea The approximate issue/response
  date will be 01 Jan 97. To: NESLAB Instruments Inc, Portsmouth/NH/03802-1178.
  To: Dynamics Corp Of America, Batavia Oh 45103-0000. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. The solicitation
  will contain the Blue Ribbon Program (BRP) solicitation provisions.
  Under the BRP, price and designation as a Blue Ribbon Contractor
  in the appropriate Federal Stock Class will be evaluated and
  considered in the contract award decision. If an offer is not
  received from a BRC and none of the participating offerors
  is designated as a BRC prior to contract award, award will
  be made to the offeror who meets the minimum requirements of
  the solicitation, offers the lowest evaluated price and is
  determined to be responsible. Buyer's name (point of contact
  listed above) should be included on all solicitation requests.
  In addition, please include a FSCM/cage code for mailing purposes.
CITE: (I-347 SN011617)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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. (HAND POWERED, DUAL ACTUATION,-  RECIPROCATING).
SOL SP0760-97-Q-0244
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)L.M.SPRUILL (614)692 -1102
DESC: PR-NO:  YPC96299000910 NSN 4320-01-148-2785, CAGE 07309
  Part No  200-6-12-900S-SP2 pump, reciporcating, hand. bird-johnson
  P/N  200-6-12-900S-SP2. no technical data available at DCSC
  for this  solicitation.  10 -EA Del to Norfolk VA 23512-0001
  Del by 02 Apr 97.   Solicitation not available until 15 days
  after published in the  cbd.specifications, plans or drawings
  are not available.automated best  value model(ABVM) allpies.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.this
  request will be issued via a written rfq.the estimated a  award
  date will be 02 Mar 97.  All responsible sources may submit
  offer  which DCSC shall consider.
CITE: (I-347 SN011136)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 43--DRYTEL 31 MICRO DRAG PUMP
SOL F04699-97-T-1148
DUE 013097
POC For copy, contact the info office indicated., For additional
   information contact Siozon-Ptrsen.K5e/Pkocd/[916]643-4095
DESC: Item 0001 NSN 4310-P0-026-574300 6ea. Applicable to: Drag
  Pump.  Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery:
  31 Dec 96 6 ea The approximate issue/response date will be
  30 Dec 96. The anticipated award date will be 27 Dec 96. Oral
  procedure will be used for this solicitation. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered.
CITE: (I-347 SN011513)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 43--PARTS KIT, HYD
SOL F34601-97-08115
DUE 012797
POC For copy, Sam Hoisington/Lidac/[405]739-4466, For additional
   information contact Sam Hoisington/Lidac/[405]739-4466
DESC: Item 0001 NSN 4320-00-928-5138HS P/N: 914353, DIMENSIONS:
   APPROX.1 CUBIC FOOT. MATERIAL: STEEL. DESCRIPTION/FUNCTION:
  SMALL PARTS INCLUDING BOLTS, NUTS,BEARINGS,AND SPRINGS USED
  TO REPAIR THE HYDRAUL IC PUMP ASSY. NHA1650009334697,P/N PVB205-10,
  1650009334698, P/N PVB205-12. APP L: C/KC-135 ACFT.--------------------------------------------------------------
CITE: (I-347 SN011523)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 43--LOOP, WATER DISTRIBUTION
SOL F09603-97-R-71009
DUE 013097
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Andrea Prichard/Lvka/[912]926-2470
DESC: Item 0001 NSN 4320-01-399-8254EJ P/N: 9434423, Dim: Various.
   Matl: Various. Funct: Distributes and supplies water to various
  housekeeping components: laundry, kitchen, latrine, etc. Option:
  100%. 3ea. Applicable to: N/A. Destn: Ship to will be furnished
  at time of award. Delivery: 01 Sep 97 3 ea Fax No: 912-926-7572
  The approximate issue/response date will be 30 Dec 96. The
  anticipated award date will be 31 Mar 97. Written procedure
  will be used for this solicitation. First article test required.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. nnnn All potential offerors should
  contact the buyer/PCO identified above for additional information
  and/or to communicate concerns, if any, concerning this acquisition.
  If your concerns are not satisfied by the contacting officer,
  an Ombudsman has been appointed to hear serious concerns that
  are not resolved through established channels. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate serious
  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. When appropriate,
  potential offerors may contact Ombudsman James Grant, Chief,
  Contract Policy Division, at 912-926-2604. Please be prepared
  to identify previous contacts made by you in an attempt to
  resolve you concerns. Offers in response to solicitations under
  ten million dollars may be evaluated using the competition
  for performance program as follows: While price will be a significant
  factor in the evaluation of offers, the final contract award
  decision may be based upon a combination of price and Past
  performance factors as detailed in the solicitation. This acquisition
  may/does involve technology that has a military or space application.
  The only US contractors who may participate are those that
  are certified and registered with DLSC (1-800-352-3572) and
  have a legitimate business purpose. US contractors must submit
  a copy of their current, approved DD Form 2345 with their request
  for solicitation. To request this certification, write to the
  Commander, Defense Logistics Services Center, ATTN: DLSC-FEB,
  Federal Center, Battle Creek MI 49017- 3084 and request a copy
  of Department of Defense Form 2345 or call DLSC at the above
  number. The solicitation/data package will be mailed to the
  data custodian identified in block 3 of the DD Form 2345. The
  extent of foreign participation has not yet been determined.
  MOU country sources must contact the Contracting Officer within
  15 calendar days of the date of this synopsis notice to receive
  a copy of the solicitation at the time it is initially issued.
  Issuance of the RFP will not be delayed to review requests
  from MOU country sources received after 15 days or from non-MOU
  country sources. Nothing in this notice contradicts other restrictions,
  identified in the synopsis notice or solicitation, regarding
  eligible sources (e.g., if this is a small-business set-aside,
  foreign sources may not participate as potential prime contractors
  but could, if otherwise eligible, participate as subcontractors).
  See Note (s) 1 26.
CITE: (I-347 SN011537)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 43--PUMP, MOTOR UNIT, AXIAL
SOL F09603-96-R-N0051
DUE 020397
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Cletus Mullis/Lkkb/[912]926-9108
DESC: Item 0001 NSN 4320-01-088-1936BL P/N: 810AS694, Funct:
  Provides  hydraulic pressure for testing. Mat: Cast iron, carbon
  steel, aluminum alloy, poteed wiring. Dim: 6" x 5.7" x 6.25".
  4ea. Opt 01 4 ea, Opt 02 4 ea Applicable to: An/Dsm-162a Test
  Set. Destn: Destination will be provided at time of award..
  Delivery: 31 Mar 97 4 ea Alternate delivery quantities: Alt
  A To obtain a complete solicitation package send a written
  request or a FAX (912 )926-7572. The approximate issue/response
  date will be 02 Jan 97. First article test required. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. nnnn All potential offerors should contact the
  buyer/PCO identified above for additional information and/or
  to communicate concerns, if any, concerning this acquisition.
  If your concerns are not satisfied by the contacting officer,
  an Ombudsman has been appointed to hear serious concerns that
  are not resolved through established channels. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate serious
  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. When appropriate,
  potential offerors may contact Ombudsman James Grant, Chief,
  Contract Policy Division, at 912-926-2604. Please be prepared
  to identify previous contacts made by you in an attempt to
  resolve you concerns. Offers in response to solicitations under
  ten million dollars may be evaluated using the competition
  for performance program as follows: While price will be a significant
  factor in the evaluation of offers, the final contract award
  decision may be based upon a combination of price and Past
  performance factors as detailed in the solicitation. This acquisition
  may/does involve technology that has a military or space application.
  The only US contractors who may participate are those that
  are certified and registered with DLSC (1-800-352-3572) and
  have a legitimate business purpose. US contractors must submit
  a copy of their current, approved DD Form 2345 with their request
  for solicitation. To request this certification, write to the
  Commander, Defense Logistics Services Center, ATTN: DLSC-FEB,
  Federal Center, Battle Creek MI 49017- 3084 and request a copy
  of Department of Defense Form 2345 or call DLSC at the above
  number. The solicitation/data package will be mailed to the
  data custodian identified in block 3 of the DD Form 2345. The
  extent of foreign participation has not yet been determined.
  MOU country sources must contact the Contracting Officer within
  15 calendar days of the date of this synopsis notice to receive
  a copy of the solicitation at the time it is initially issued.
  Issuance of the RFP will not be delayed to review requests
  from MOU country sources received after 15 days or from non-MOU
  country sources. Nothing in this notice contradicts other restrictions,
  identified in the synopsis notice or solicitation, regarding
  eligible sources (e.g., if this is a small-business set-aside,
  foreign sources may not participate as potential prime contractors
  but could, if otherwise eligible, participate as subcontractors).
  The Data Package for this requirement is available on CD-ROM
  only. Aperture Cards are not available for this procurement.
  The minimum set-up requirements to view this data package are
  as follows: 386 DX/33; 4 Megabytes RAM; VGA Monitor; Mouse;
  2X (Dual Speed) CD ROM Drive; Microsoft Windows, Version 3.1
  or Later; MS DOS, Version 5.0 or Later. See Note (s) 26.
CITE: (I-347 SN011557)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 44--CORE ASSEMBLY, FLUID COOLER. COPPER-NICKEL ALLOY
  TUBES AND  TUBE SHEETS.  48 TUBES.  66.000 IN.
SOL SP0760-97-Q-0249
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)L.M.  Spruill (614)69 2-1102
DESC: PR-NO:  YPC96326001542 NSN 4420-01-231-6953, CAGE 51900
  Part No  414405066001 core assembly, fluid cooler. copper-nickel
  alloy tubes and  tubesheets.  48 tubes. 66.000 IN. nom.  Length.
   ITT standard P/N  414405066001.  No additional technical data
  available at DCSC for this  solicitation.  6 -AY Del to Norfolk
  VA 23512-0001 Del by 02 May 97.   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.this
  request will be issued via a written rfq.the estimated  award
  date will be 04 Mar 97.  All responsible sources may submit
  offer  which DCSC shall consider.
CITE: (I-347 SN011142)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 44--CORE ASSEMBLY, FLUID COOLER.
SOL SP0770-97-Q-MH48
DUE 011197
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)  janaengels-stinson / 614-692-1582
DESC: PR-NO:  YPC96262000931 NSN 4420-01-330-6042, CAGE 54539
  Part No  72-2000-052 core assembly, fluid cooler.  Enerquip
  Inc.  P/N  72-2000-052.  4 -EA Del to Norfolk VA 23512-0001
  Del by 12 Mar 97 OR 60  days after award.  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.  All responsible sources
  may submit offer which DCSC shall  consider.
CITE: (I-347 SN011151)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--ADAPTER, STRAIGHT, PIPE TO HOSE.
SOL SP0750-97-Q-0420
DUE 013197
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Robert Garman,  (614)692-1329.
DESC: PR-NO:  YPC96318000521 NSN 4730-01-419-6456, CAGE 19200
  Part No  12437143 adapter. per army drawing 19200 12437143.
   8 -EA Del to (Call  contracting office) Del by 120 days after
  date of award.  Solicitation  not available until 15 days after
  published in the CBD.  Specifications,  plans or drawings are
  not available.  This is an unrestricted acquisition  with a
  10% preference fro SDB concerns.  Automated Best Value Model
   (ABVM) applies.  While price may be a significant factor in
  the evaluation of  offers, the final award decision will be
  based upon a combination of  price and past performance, as
  described in the solicitation.  Delivery  Evaluation Factor
  (DEF) applies.  While price is a significant factor in  the
  evaluation of offers, the final award decision will be based
  upon a  combination of price and past performance as described
  in this solicitation.   All responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-347 SN011140)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 47--HOSE ASSY, OXYGEN
SOL FD2030-97-24014
DUE 012797
POC For copy, Ed Adams/Lidab/[405]739-5461, For additional  information
  contact Ed Adams/Lidab/[405]739-5461
DESC: Item 0001 NSN 4720-01-437-3637BO P/N: 8130007-3, Approx
  20 ft  long x 1/4" dia rubber-metal. Provides source of breathing
  oxygen to crew member from source. NHA:1660013708451BO 25EA.
  Applicable to: C141. Destn: Tinker Air Force Base Ok 73145-3028.
  Delivery: 31 Jan 97 25 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 26 Dec 96. The anticipated award date will be
  31 Jan 97. Written procedure will be used for this solicitation.
  To: Conax Florida Corporation, St Petersburg Fl 33710 2936.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Note: 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 communicate contractor
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL
  THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. See Note (s) Note 29.
CITE: (I-347 SN011494)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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. BODY MATERIAL:  COPPER ALLOY (TYPE
  922)  FLOW CONTROL:  DISK. NORMALLY
SOL SP0760-97-Q-0245
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)L.M.  Spruill (614)69 2-1102
DESC: PR-NO:  YPC96299000964 NSN 4810-01-124-9000, CAGE 87229
  Part No  A0605980001P CAGE 87229 Part No 605NBMGWA98WPSTBLC
  valve, solenoid. body  material, copper alloy, 922. flow control,
  disk. position, normally  closed. inlet/outlet operating pressure
  differential:  25.0 PSI nominal.   9 -EA Del to McClellan AFB
  CA 95652-1621 Del by 02 May 97.  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.this
  request will be  issued via a written rfq.the estimated award
  date will be 02 Mar 97.  All  responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-347 SN011137)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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, GLOBE STOP. 1/2 INCH VALVE SIZE. CLASS B,
  TYPE 1,  200 PSI STEAM. IDENTIFICATION PLATE
SOL SP0760-97-Q-0248
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)L.M.  Spruill (614)69 2-1102
DESC: PR-NO:  YPC96327001327 NSN 4820-00-483-0695, CAGE 76364
  Part No  C35548M1 1/2 IN.  CAGE 80064 Part No 803-4384536-31B
  valve, globe stop.   1/2 IN. size.  Class B, type 1, 200 PSI
  steam.  I/A/W U.S. Navy  drawing CAGE 80064, drawing number
  803-4384536, part number  803-4384536-31B.  661 -EA Del to
  Tracy CA 95376-5000 Del by 02 Apr 97.   Written request for
  drawings are to be submitted to defence Supply Center  Columbus,
  Attn: DSCC-VTRD, p.o.  Box 3990, Columbus, OH 43216-5000, 
  by FAX614)692-2998 0R Call(614)692-2344.REQUEST should include
  the  IFB/RFP/ RFQ number, opening/closing, NSN, YPC/ZPC or
  NPC number;  buyers'sname and your complete name and address.
   Federal, military and  commercial specifications cannot be
  privided by dscc.automated best value  model(ABVM) applies.while
  price may be a significant factor in the evaluation  of offers,
  the final award decision will be based upon a combination of
   price and past performance, as described in the solicitation.this
  request  will be issued via a written rfq.the estimated award
  date will be 02 Apr  97.  All responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-347 SN011143)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, SOLENOID. OPERATED WITH MANUAL OVERRIDE,
  CORROSION  RESISTANT STEEL BODY, 1-1/2 IN. I.P.S.
SOL SP0760-97-Q-0249
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)L.M.  Spruill (614)69 2-1102
DESC: PR-NO:  YPC96204001748 NSN 4810-01-093-0797, CAGE 99657
  Part No  MV224B281454-0001 valve, solenoid. 1-1/2 inch size,
  120 volt AC  normally closed.  FSCM 99657 P/N MV224B281454-0001
  3 -EA Del to Tracy CA  95376-5000 Del by 03 May 97.  4-EA Del
  Jacksonville FL 32212-0097 Del by  03 May 97.SOLICITATION not
  available until 15 days after published in the  cbd.specifications,
  plans or drawings are not available.autumated 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 delivery as described
  in the  solicitation.this request will be issued via a written
  rfq.the estimated  award date will be 04 Mar 97.  All responsible
  sources may submit offer  which DCSC shall consider.
CITE: (I-347 SN011150)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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 FIRST ARTICLE TEST CONSISTS OF VERFICATION
SOL SP0770-97-R-6773
DUE 021497
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 Ray Stevens  614-692-1742
DESC: PR-NO:  YPC96326001605 NSN 4820-01-101-6129, CAGE 80064
  Part No  803-2177917-12 valve, gate.  I/A/W Navy drawing 80064
  803-2177917, P/N  803-2177917-12 5 -EA Del to Bremerton WA
  98314 Del by 210 days after date  of award 12 -EA Del to Tracy
  CA 95376-5000 Del by 210 days after date of  award see NOTES
  (1), (9).  Small business size standard is 500 employees. 
   Solicitation not available until 15 days after published in
  the CBD.   Written requests for drawings are to be submitted
  to Defense Supply Center  Columbus, Attn: dsccvtrd, p.o, box
  3990, Columbus, OH 43216-5000, by  FAX (614)692-2998 or Call
  (614)692-2344.  Requests should include the  IFB/RFP/RFQ number,
  opening/closing, NSN, YPC/ZPC or NPC number; buyer's  name
  and your complete name and address.  Federal, military and
   commercial specifications cannot be provided by DSCC.  Proposed
   procurement contains a 100% option for increased quantities.
   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-347 SN011154)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 48--VALVE
SOL F41608-97-R-23551
DUE 012397
POC For copy, Fax request to LDKB at (210)925-1054, For additional
   information contact Yancey, J./ldktl/[210]925-0190
DESC: Item 0001 NSN 4810-01-282-7884 P/N: 767600-1, 60ea. Applicable
   to: F-16. Destn: Kelly Afb, Texas 78241-5947. Delivery: 27
  Feb 97 60 ea Government furnished specifications and drawings
  are not available. NO bid sets available. The approximate issue/response
  date will be 23 Dec 96. The anticipated award date will be
  28 Mar 97. Written procedure will be used for this solicitation.
  To: Hr Textron Inc, Pacoima Ca 91331-1609. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. Buyer's name (point of contact
  listed above) should be included on all solicitation requests.
  In addition, please include a FSCM/cage code for mailing purposes.
  See Note (s) No telephone request. Only written..
CITE: (I-347 SN011370)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 48--VALVE SOLENOID
SOL F34601-97-07050
DUE 012497
POC For copy, Paul Dubey/Lidab/[405]739-5460, For additional
   information contact Paul Dubey/Lidab/[405]739-5460
DESC: Item 0001 NSN 4810-01-240-8474TP P/N: 3214964-1-2, DIM:
  APPROX  2.5 IN DIA X 8 IN LONG. MATL: STAINLESS STEEL. FUNC:
  TO REGULATE AND SHUT OFF ENGINE BLEED AIR IN A HOT AIR SYSTEM.
  26EA. Applicable to: A10. Destn: Tinker Air Force Base Ok 73145-3028.
  Delivery: 30 Sep 98 26 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 24 Dec 96. The anticipated award date will be
  24 Feb 97. Written procedure will be used for this solicitation.
  To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Caution: The drawings which will be furnished
  under this RFP and any resultant contract are proprietary to
  the Boeing Company. Firms interested in proposing on this RFP
  must have on file a current OC-SAF/66, "Rights Guard Certificate",
  signed by an individual authorized to bind your company, or
  the bid package will not be furnished. This certificate may
  be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Note:
  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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) NOTE 26.
CITE: (I-347 SN011421)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 48--VALVE SOLENOID
SOL F34601-97-07050
DUE 012497
POC For copy, Paul Dubey/Lidab/[405]739-5460, For additional
   information contact Paul Dubey/Lidab/[405]739-5460
DESC: Item 0001 NSN 4810-01-240-8474TP P/N: 3214964-1-2, DIM:
  APPROX  2.5 IN DIA X 8 IN LONG. MATL: STAINLESS STEEL. FUNC:
  TO REGULATE AND SHUT OFF ENGINE BLEED AIR IN A HOT AIR SYSTEM.
  26EA. Applicable to: A10. Destn: Tinker Air Force Base Ok 73145-3028.
  Delivery: 30 Sep 98 26 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 24 Dec 96. The anticipated award date will be
  24 Feb 97. Written procedure will be used for this solicitation.
  To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Caution: The drawings which will be furnished
  under this RFP and any resultant contract are proprietary to
  the Boeing Company. Firms interested in proposing on this RFP
  must have on file a current OC-SAF/66, "Rights Guard Certificate",
  signed by an individual authorized to bind your company, or
  the bid package will not be furnished. This certificate may
  be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Note:
  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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) NOTE 26.
CITE: (I-347 SN011465)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 48--VALVE
SOL F34601-97-08186
DUE 012797
POC For copy, Sam Hoisington/Lidac/[405]739-4466, For additional
   information contact Sam Hoisington/Lidac/[405]739-4466
DESC: Item 0001 NSN 4810-01-145-5094HS P/N: P28-791, VALVE USED
  ON  KC135R ACFT NO OTHER 29EA. Applicable to: C135. Destn:
  Tinker Air Force Base Ok 73145-3028. Delivery: 28 FEB 97 29
  ea 29 AUG 97 ea Qualification requirements: Sources must be
  qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The qualification requirements for this
  item were established prior to 19 Oct 1984 and the requirements
  of FAR 9.202(A) do not apply. These qualification requirements
  apply to line item(s) 0001 The approximate issue/response date
  will be 26 Dec 96. The anticipated award date will be 27 FEB
  97. Written procedure will be used for this solicitation. To:
  Circle Seal, Corona Ca 91720-2881. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) NUMBERED NOTE 26.
CITE: (I-347 SN011526)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt
  Road, Kelly  Afb, Texas 78241-6427
SUBJECT: 48--VALVE ASSY
SOL F41608-97-R-46080
DUE 020397
POC For copy, Fax request to LPKBC at (210)925-8780, For additional
   information contact Wilkerson, D./lpkbc/[210]925-4607
DESC: Item 0001 NSN 4820-00-105-1057RW P/N: 6859485, Size: 3
  X 3  inches Predominate Material: corrosion resistant steel.
  Function: tubular/boltd to outer combustion chanber/ serves
  as drain path. 1st yr BEQ 352 ea, 2nd yr BEQ 194 ea, 3rd yr
  BEQ 194 ea. 740EA. Applicable to: C130 Acft. Destn: Kelly Afb,
  Texas 78241-6427. Delivery: 31 Dec 97 352 ea 31 Dec 98 194
  ea 31 Dec 99 194 ea A 3 YEAR REQUIREMENTS CONTRACT IS ANTICIPATED
  The approximate issue/response date will be 02 Jan 97. To:
  Allison Engine Company, Indianapolis In 46206-0420. To: Dyna-Empire
  Inc, Garden City Ny 11530-4812. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. See
  Note (s) 23,26.
CITE: (I-347 SN011584)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 48--LOAD CONTROL VALVE
SOL F41608-97-R-0032
DUE 013097
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Cook, D/Ldkj/[210]925-8881
DESC: Item 0001 NSN 4810-01-410-9175YP P/N: 109576-7, A two year
   requirements type contract with two option years is anticipated.
  The BEQ is 330 each for the basic period and 170 each for the
  first option year and 170 each for the second option year.
  This is a REPAIR solicitation. 1ea. Applicable to: C-5, E-3a,
  E-6 Acrft. Destn: Kelly Afb, Texas 78241-6449. Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The requirements of
  FAR 9.202(A) have been completed and copies of the qualification
  requirements and standards may be obtained as described in
  the solicitation. These qualification requirements apply to
  line item(s) ALL The approximate issue/response date will be
  30 Dec 96. To: Allied Signal Inc, Phoenix Az 85072-2181. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 22, 23..
CITE: (I-347 SN011604)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 48--VALVE, CARGO DOOR SHUTOFF
SOL F41608-97-R-0077
DUE 122696
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Menchaca, A./ldkj/[210]925-8845
DESC: Item 0001 NSN 4810-01-359-7125LD P/N: 1FA13023-1, AGAV
  III END  ITEM ID: C-17 ACFT Size: approx. 1 3/4" X 3" X 3 1/2"
  Function: Actuate Cargo Door Lock Material: Aluminum Delivery:
  31 Jul 97 24EA. Destn: Robins AFB, GA. 31098. Delivery: 31
  Jul 97 24 EA Government furnished specifications, Blue Prints,
  Bid-Sets, and/or data not available The approximate issue/response
  date will be 12 Dec 96. The anticipated award date will be
  31 Jan 97. Written procedure will be used for this solicitation.
  To: Frisby Airborne Hydraulics Inc, Freeport Nj 11520. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 26.
CITE: (I-347 SN011605)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 48--VALVE, ROTARY SELECT
SOL F41608-97-R-0079
DUE 122696
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Menchaca, A./ldkj/[210]925-8845
DESC: Item 0001 NSN 4820-01-371-4285LD P/N: 17P1C7220-1, Size:
  Approx  10" X 8" length, 6" Height, and approx. 2 Lbs. Form/Fit/Function:
  Directs hydraulic Fluid under pressure to the nose gear steering
  cylinder, when the rubber pedals are operated while aircraft
  is on the ground. Material: STEEL Delivery: 31 Jul 97 3EA.
  Applicable to: C-17a Acft. Destn: Robins AFB, GA. 31098. Delivery:
  31 Jul 97 3 EA Government furnished specifications, Blue Prints,
  Bid-Sets, and/or data is not available The approximate issue/response
  date will be 12 Dec 96. The anticipated award date will be
  31 Jan 97. Written procedure will be used for this solicitation.
  To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. See Note (s) 26.
CITE: (I-347 SN011607)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 49--ADAPTER, TEST
SOL SP0450-97-R-0394
DUE 013197
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 buyer Shirley Bardo,  AJ320, 804-279-3662 and contracting
  officer Judith Suter, 804-279-3662.
DESC: PR-NO:  YPG96222000412 NSN 4920-01-314-6121, adapter, test,
   General Electric Co CAGE 66464, P/N 9458M60G01.  Tech data
  package  availability:  1 -EA Del to (Call contracting office)
  Del 90 DARO.   Specifications, plans or drawings relating to
  the procur ement described  are not available and cannot be
  furnishe D by the Gov't. unrestricted,  yes. the final contract
  AW Ard decision may be based upon a combination of  price,
  P AST performance and other evaluation factors as describe
  D in the  solicitation. other than full and open comp, yes
  NOTE 22.  All  responsible sources may submit offer which DGSC
  shall consider.
CITE: (I-347 SN011122)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 49--INDICATOR, STANDARD
SOL F41608-97-R-0071
DUE 012397
POC For copy, Fax request to LDKS at (210)925-1073, For additional
   information contact Ortiz, E./ldksh/[210]925-4801
DESC: Item 0001 NSN 4920-01-200-5300 P/N: 4606-0810, Size/Dimensions:
   25"L X 17"W X 14.5"D/ Weight: 17 lbs. Predominant Material:
  Electrical Components. (P/N 4606-0810). Size/Dimensions for
  P/N 20-2400. 22.5"L X 22.5"W X 12.5"D. Weight: 39 lbs. Form/Fit/Function:
  THe standard day indicators compute and display engine measurements,
  corrected to Standard Day conditions. Individual selector switches
  allow observation of the actual engine reading when in the
  OBSERVE setting and or readings corrected to the Standard Day
  conditions when in the CORR setting. Through internal calcualtions,
  the Standard Day indicators compe nsate for variations from
  STandard Day conditions. 12ea. Applicable to: Multi. Destn:
  Kelly Afb, Texas 78241-6426. Tech Orders 33d4-6-523-1 and 33D4-6-523-4
  apply for repair of items. A three year requirements is contemplated.
  The approximate issue/response date will be 23 Dec 96. The
  anticipated award date will be 28 Mar 97. Written procedure
  will be used for this solicitation. To: Texas Aerospace Services
  Inc, Abilene Tx 79602-7130. To: Teague Technical Services Inc,
  Teague Tx 75860-0478. To: Products Support Inc, Jessup Md 20794-9678.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) 1.
CITE: (I-347 SN011368)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 49--SPVI TESTER
SOL F09603-97-R-40433
DUE 020397
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact William Downs/Lkkb/[912]926-0872
DESC: Item 0001 NSN 4920-01-435-8558GX P/N: AY96450, Dim: 36"
  x 36" x  36". Func: Critical link in the control system of
  ariel targets. Contains all escape system software that protects
  drone flight if ground control is lost. Matl: Various electronic
  components. 1ea. Opt 01 1 ea Applicable to: Mqm-107d/E. Destn:
  Robins Air Force Base Ga 31098-1611. Delivery: 30 May 97 1
  ea Alternate delivery quantities: Alt A To obtain a copy of
  solicitation package send a written request or a FAX (912)
  926-7572. The approximate issue/response date will be 02 Jan
  97. To: Micro Systems Inc, Fort Walton Beach Fl 32548-3858.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 22,26.
CITE: (I-347 SN011561)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 49--ADAPTER SET, GENERATOR
SOL F41608-97-R-13071
DUE 012197
POC For copy, Sheppard, R./ldksg/[210]925-7354, For additional
   information contact Sheppard, R./ldksg/[210]925-7354
DESC: Item 0001 NSN 4920-01-172-1389 P/N: A14837, Size: 30"L
  X 24"H X  24"W Pred matl: Steel and electronics Function: Used
  for functional testing of various constant speed drives and
  generators. Used in conjunction with the K400B test stand.
  IAW: DD Forms 1423 for Tech Manual updates and Level 3 drawings
  apply to items 0001 thru 0004 only. Addtl descpt: Fax requests
  for solicitations to LDKSG/E. Sutton at 210-925-9383. 1EA.
  Applicable to: B1b. Destn: Kelly Afb, Texas 78241-6426. Delivery:
  29 Aug 97 1 ea There are no bid sets, drawings or specs available
  for this requirement. The approximate issue/response date will
  be 16 Dec 96. The anticipated award date will be 31 Mar 97.
  Written procedure will be used for this solicitation. To: Avtron
  Mfg Inc, Cleveland Oh 44105-4166. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered.
CITE: (I-347 SN011611)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 49--TESTER, EXTERNAL, FUE
SOL F41608-97-R-13249
DUE 012197
POC For copy, Sheppard, R./ldksg/[210]925-7354, For additional
   information contact Sheppard, R./ldksg/[210]925-7354
DESC: Item 0001 NSN 4920-01-054-6412 P/N: 160D997870-5, APPLIC:
  A-10  3EA. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31
  Oct 97 3 ea The approximate issue/response date will be 16
  Dec 96. The anticipated award date will be 30 Apr 97. Written
  procedure will be used for this solicitation. To: Grumman Aerospace
  Corp, Bethpage Ny 11714-0000. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered.
CITE: (I-347 SN011612)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 49--TEST SET, THROTTLE CONTROL
SOL F41608-97-R-13268
DUE 012197
POC For copy, Sheppard, R./ldksg/[210]925-7354, For additional
   information contact Sheppard, R./ldksg/[210]925-7354
DESC: Item 0001 NSN 4920-01-195-1069 P/N: 948E186G1, Size: 20"
  L x 12"  W x 13" D Pred. Matl: Electronics and Steel Function:
  Used to test B-1 quadrant pilot and copilot thrust controls
  2EA. Applicable to: B-1b Acft. Destn: Kelly Afb, Texas 78241-6426.
  Delivery: 30 Jun 98 2 ea There are no bid sets, drawings, or
  specs available for this requirement. The approximate issue/response
  date will be 16 Dec 96. The anticipated award date will be
  31 Mar 97. Written procedure will be used for this solicitation.
  To: Martin Marietta Corp, Johnson City Ny 13790-1888. To: Martin
  Marietta Corp, Johnson City Ny 13790-0000. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered.
CITE: (I-347 SN011613)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: 49--ROBOT & CONTROL SYSTEM
SOL F42650-96-Q-0512
DUE 011497
POC For copy, Debbie Sparks/Pkoc/[801]777-4299, For additional
   information contact Debbie Sparks/Pkoc/[801]777-4299
DESC: NSN: 4940PMATE120; Six-axis, modular construction electric
   servo-driven robot designed for precision, high-speed welding
  and cutting. The robotic system is intended to manipulate an
  HVOF thermal spray gun coatings to apply landing gear components.
  No direct contact between the robot or any of extensions and
  the work piece is required. The systems shall be compatible
  with all major brands of welding equipment. Advanced servo
  control shall provide high speed and smooth motion paths. There
  shall be a full six (6) axes of motion in the robot arm. The
  robot arm shall be electrically servo-driven with direct-drive
  motors at each axis of rotation. The minimum load capacity
  (payload at wrist) shall be 25 pounds. The robot and controller
  shall be designed and engineered for maximum reliability for
  operation in a variety of industrial thermal spray and welding
  environments. The robot bearings and drives shall be sealed.
  Mechanical brakes shall be installed on the necessary axes.
  The intended mounting is upright (floor). Other mounting configurations
  shall be available. The overall reach envelope of the robot
  arm (wrist), the required mounting footprint, and the motion
  range and speed of each axis of motion shall be specified in
  the offer. Repeatability: +/-0.004 inch per JISB 8432. The
  controller shall incorporate high-density, 3-D mounted electronic
  components, a CPU, compact enclosure and ultra-high resolution
  serial absolute position encoders. Robot motion programming
  shall be quick and easy through use of a teach pendant editor.
  Individual programs shall be capable of being stored permanently
  in the controller memory for later recall. The teach pendant
  shall be ergonomically designed, light weight, and have an
  easy to read display. The controller shall provide high-speed,
  high precision control of up to sixteen axes of motion. The
  application tools shall allow application-specific operation
  and plain-English programming. Diagnostic assistance and plain-English
  error codes shall be available to help simplify program and
  hardware troubleshooting. To include installation and training.
  Delivery: 60 days ARO Destn: Hill AFB UT 84056 The approximate
  issue/response date will be 16 Dec 96. The anticipated award
  date will be 17 Jan 97. Oral procedure will be used for this
  solicitation. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Request
  for copies of solicitations must reference the entire solicitation
  number, including purchasing office identification number.
  To expedite your request, limit the number of individual solicitation
  numbers requested per letter to not more than 10. Don't request
  information on this requirement until after the issue date.
  This proposed procurement is under a 100 percent small business
  set aside, the size standard for which is 500 employees. 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 communicate 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 Jack S. Jones if your
  concerns are not satisfied by the contracting officer (801)777-6991.
  This synopsis contains enough information for the buyer to
  receive oral quotes. No separate written solicitation will
  be issued. If you are interested in quoting on this acquisition,
  please contact the buyer stated above with your quote. See
  Note (s) 1.
CITE: (I-347 SN011668)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: 51--SCREWDRIVER, AIR POWERED EXTRNL ADJ
SOL F34650-97-T-1315
DUE 011097
POC For copy, Roger Raines/Pkoca/[405]739-3743, For additional
   information contact Roger Raines/Pkoca/[405]739-3743
DESC: Item 0001 NSN 5130-P5-208-51F Solicitation is for 105 ea.
  Two  additional line items for 19 ea & 10 ea will be combined
  for total of 134 ea. Item is screwdriver, air powered externally
  adjusted. Collar; precision torque accuracy, 3/8" sq drive,
  450 RPM and 20 to 100" pounds adj sq drive. Size: 10-3/8",
  3-5/8 lbs. Mfr: Ingersoll-Rand Co, Mfr Code: 65853. PN 4RTPSS3G1.
  DO NOT SUBSTITUTE. Anticipated award date 17 Jan 97. FAX #(405)
  739-7423. ea. Destn: Tinker Air Force Base Ok 73145-9106. The
  approximate issue/response date will be 23 Dec 96. The anticipated
  award date will be 21 Jan 97. Written procedure will be used
  for this solicitation. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered.
CITE: (I-347 SN011408)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--RIVET, BLIND
SOL SP0500-97-Q-H278
DUE 122796
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Stephen trgeser/UBC01/X3061 buyer:
   R  Scheel/UBC03/X2727
DESC: PR-NO:  YPI96236000919 NSN 5320-01-051-8194, 9,140 -EA
  Del to New  Cumberland PA 17070-5001 Del by 20 Oct 96.  RFQ
  due date 96 Dec 27 specs:   NAS 1768 M4-1 item is on a qslm/qsld
  list quantity is fixed deliveries to  CONUS(excluding Alaska)
  delivery schedule:  21 days offers will be  evaluated with
  a 10% preference for small disadvantaged business concerns
   other NOTES:  qualified suppliers list for manufacturers/
  qualified  suppliers list for distributors (qslm/qsld) requirement
  (DISC 3/9)  specs/Dwgs are not required to obtain a copy of
  this solicitation please  FAX request to (215) 697-6333, X1462,
  X2978.
CITE: (I-347 SN011205)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--BOLT, MACHINE BOEING VERTOL(77272)
SOL SP0500-97-Q-F748
DUE 020397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  M Pratt/NAB08/X0906 buyer:  marty P
   ratt/NAB08/X0906
DESC: PR-NO:  YPI96250000255 NSN 5306-01-122-0312, 900 -EA Del
  to New  Cumberland PA 17070-5001 Del by 26 Jan 97.  RFQ due
  date 97 Feb 03  primary quantity:  900 deliveries to CONUS(excluding
  Alaska) delivery  schedule:  60 days after date of order 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) this purchase is for a national defense
  item and  therefore restricted to U.S. sources while price
  will be a significant  factor in the evaluation of offers,
  the final contract award price will be  based upon a combination
  of price and delivery as described in section M of  this solicitation
  specs/Dwgs are not required to obtain a copy of this  solicitation
  please FAX request to (215) 697-6333, X14652, X2978.
CITE: (I-347 SN011206)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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, PLATE GENERAL DYNAMICS CORP (81755)
SOL SP0500-97-Q-G483
DUE 123096
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  C McCarthy/JAC33/X3619 buyer:  G Ja
   ckson/JAC38/X3619
DESC: PR-NO:  YPI96319000613 NSN 5310-01-054-0840, @THREAD quantity
  per  inch 28 @MATERIAL steel comp 8740 or steel comp 4140 nut
  steel corrosion  resisting shell @SURFACE treatment Cadmium
  nut passivate shell @NUT length  0.790 inches minimum and 0.824
  inches maximum @NUT height 0.496 inches  minimum and 0.536
  inches maximum @PLATE width 0.535 inches minimum and  0.565
  inches maximum @LOCKING feature prevailing torque all metal
  Des ign  @NUT mounting provision straight holes 9,000 -EA Del
  to (Call contracting  office) Del by 16 Nov 96.  RFQ due date
  96 Dec 30 specs:  General  Dynamics P/N C7983-4 primary quantity:
   16030 deliveries to  CONUS(excluding Alaska) delivery schedule:
   90 days ADO offers will be  evaluated with a 10% preference
  for small disadvantaged business concerns  specs/Dwgs are not
  required this solicitation also contains YPI96226000415  to
  obtain a copy of this solicitation please FAX request to (215)
  697-6333,  X1462, X2978.
CITE: (I-347 SN011209)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--SCREW, MACHINE
SOL SP0500-97-Q-G685
DUE 011497
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Deborah gillard/NBC05/X2722 buyer:
   Debbie  gillard/NBC05/X2722
DESC: PR-NO:  YPI96320000606 NSN 5305-00-271-7746, 5,530 -HD
  Del to New  Cumberland PA 17070-5001 Del by 01 Jan 97.  RFQ
  due date 97 Jan 14 specs:   STD PN AN15807 primary quantity:
   5530 deliveries to CONUS(excluding  Alaska) delivery schedule:
   60 days this is a small business set-aside,  the size standard
  is 500 Dwgs/specs are not required other NOTE:  award  will
  be made using written RFQ expected award date:  15 Jan 97 to
  obtain  a copy of this solicitation please FAX request to (215)
  697-6333, X1462,  X2978.
CITE: (I-347 SN011210)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 53 -- SHIMS, VARIOUS SIZE AND THICKNESS
SOL DAAA03-97-R-0019
DUE 013197
POC Larry Crane, Contract Specialist, 501/540-3842.
DESC: Shim, Part No. (P/N) 15-12-308-1, thickness .010 +/- .001,
  5.250 - .050 inch diameter, NSN 5310-01-X94-0485, Quantity:
  207,060 each; Shim, P/N 15-12-308-2, thickness .0050 +/- .0008,
  5.250 - .050, NSN 5310-01-X94-0487, Quantity: 105,060 each.
  Shim, P/N 15-12-308-3, thickness .0020 +/- .0005, 5.250 - .050
  diameter, NSN 5315-01-X94-0487, Quantity: 105,060 each. All
  three (3) shims shall be made in accordance with (IAW) Drawing
  (DWG) 15-12-308 Revision C, dated 13 Jul 85 and Notice of Revision
  (NOR) S4C3005-004 dated 4 Mar 94. Material is aluminum sheet,
  6061-T6, .025 nominal stock thickness, Specification QQ-A-250-11.4.
  A 100% option for each NSN is applicable. Proposed acquisition
  will be set-aside 100% for small business concerns. SIC Code
  is 3499 and size standard is 500 employees. All responsible
  sources may submit an offer which shall be considered. All
  request for a copy of this solicitation shall be in wirting
  to the issueing office or by facsimile to (501) 540-4090. The
  solicitation documents (drawings and specifications) contains
  information that has a military or space application. Only
  businesses that have been certified by the Department of Defense
  and have a valid need to know may have a copy of the solicitation
  documents. All request for copies of the solicitation documents
  must include a copy of the DD Form 2345. TO request certification,
  write to the Commander, Defense Logistics Service Center, Attn:
  DLSC-FEB, Federal Center, Battle Creek, MI 49017-3084 or call
  the Defense Logistics Service Center on 800-352-3572. See Numbered
  Note(s): 1, 8.
CITE: (I-347 SN011269)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 53--CLEVIS
DUE 011797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Alex Varughese/Lpdpb/[405]739-5490
DESC: Item 0001 NSN 5340-01-175-3069JF P/N: 9557M15P02, Clevis,
  rod  end MATL: Nickel Steel contains 1 central clevis with
  2 arms proje cting off the shank each arm has a clevis at the
  ends. All 3 clevis have holes thru the forks, FUNCTION: item
  connects inner gutter ring to augmentor flameho lder APPL:
  F101-102 engine B-1B ACFT AUGMENTER FLAMEHOLDER APPL: F101-102
  engine B-1B ACFT 440EA. Applicable to: B1b Aircraft. Destn:
  Tinker Air Force Base Ok 73145-3032. Delivery: 31 Dec 97 146
  ea 30 Jan 98 146 ea 27 Feb 98 148 ea The approximate issue/response
  date will be 17 Dec 96. The anticipated award date will be
  19 Feb 97. Written procedure will be used for this solicitation.
  To: Wyman-Gordon Investment Castings, Groton Ct 06340-4537.
  To: General Electric Supply Co, Mt Laurel Nj 08054-1702. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. The proposed contract action is
  for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: While price will be a significant factor in the evaluation
  of offers, the final contract award decision may be based upon
  a combination of price and past performance factors as detailed
  in the solicitation. Note: 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 communicate contractor
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL
  THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. Request for Written Quotation will
  be issued. The anticipated award date will be 60 days after
  the issuance of this notice. See Note (s) 26.
CITE: (I-347 SN011286)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--BOLT, SHEAR
SOL SP0500-97-R-0039
DUE 020397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Bernard J Black/NCB09/X0949 buye R:
   L  Ford/NCC07/X0949
DESC: PR-NO:  YPI96283005164 NSN 5306-01-091-6905, 15,825 -EA
  Del to  New Cumberland PA 17070-5001 Del by 20 Nov 96.  RFP
  due date 97 Feb 03  specs:  MIL-B-8906C, STD NR MS14163 Rev
  B P/N-09024 item on a qualified  products list qualifying activity
  name:  naval air sys CMD, Naval Air  Warfare Ctr Acft Div code
  4352 22541 millstone Road Patuxent River MD  20670-5304 primary
  quantity:  15825 delivery schedule:  145 offers will  be evaluated
  with a 10% preference for small disadvantaged business  concerns
  while price will be a significant factor in the evaluation
  of  offers, the final contract award price will be based U
  pon a combination  of price and delivery as described in sction
  M of this solicitation  specs/Dwgs are not required.
CITE: (I-347 SN011317)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--SCREW, RAM AIR DRIVE THE MARQUARDT CO. (86845) VAN
  NUYS,  CA.
SOL SP0500-97-Q-F750
DUE 020397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  M Pratt/NAB08/X0906 buyer:  marty P
   ratt/NAB08/X0906
DESC: PR-NO:  YPI96292000735 NSN 5305-00-605-3110, 350 -EA Del
  to  Jacksonville FL 32212-0097 Del by 09 Dec 96.  RFQ due date
  97 Feb 03  primary quantity:  350 deliveries to CONUS(excluding
  Alaska) delivery  schedule:  60 days after date of order 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) this purchase is for a national defense
  item and  therefore restricted to U.S. sources while price
  will be a significant  factor in the evaluation of offers,
  the final contract award price will be  based upon a combination
  of price and delivery as described in section M of  this solicitation
  specs/Dwgs are not required to obtain a copy of this  solicitation
  please FAX request to (215) 697-6333, X1462, X2978.
CITE: (I-347 SN011319)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--BOLT, HOOK 19207 US ARMY TANK AUTOMOTIVE COMMAND
SOL SP0500-97-Q-8836
DUE 020397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jay ward/NBD03/X2389 buyer:  J Mur
  Ray/NBD06/X6370
DESC: PR-NO:  YPI96295001351 NSN 5306-01-190-2193, @THREAD quantity
  per  inch 18 @MATERIAL steel comp 1010 or steel comp 1015 or
  steel comp 1016 or steel   comp 1017 or steel comp 1018 or
  steel comp 1019 or steel comp 1020 overall  @DISTANCE from
  inside of Bend to shank END 8.954 inches minimum and 8.974
   inches maximum 9,200 -EA Del to New Cumberland PA 17070-5001
  Del by 23  Feb 97.  RFQ due date 97 Feb 03 I/A/W 19207 12339013
  P/N 12339013 primary  quantity:  9200 deliveries to CONUS(excluding
  Alaska) delivery schedule:   120 days NOTE 1 applies this purchase
  is for a national defense item and  therefore restricted to
  U.S. sources 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 NOTE 9 applies to obtain
  a copy of this solicitation  please FAX request to (215) 697-6333,
  X1462, X2978.
CITE: (I-347 SN011320)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--GASKET STEEL AND GRAPHITE
SOL SP0500-97-Q-D007
DUE 122396
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Ed brogan/LCC03/X6182 buyer:  Amy 
  bertoline/LCC28/X5601
DESC: PR-NO:  YPI96310003190 NSN 5330-01-351-5556, 155 -EA Del
  to New  Cumberland PA 17070-5001 Del by 08 Dec 96.  RFQ due
  date 96 Dec 23 specs:   Dwg NR 19207 12368978 no Rev incremental
  bidding:  primary quantity:   155 1ST alt quantity:  100 2ND
  alt quantity:  225 deliveries to  CONUS(excluding Alaska) delivery
  schedule:  120 days required NOTE 1  applies 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
  NOTE 9 applies to  obtain a copy of this solicitation please
  FAX request to (215) 697-6333,  X1462, X2978.
CITE: (I-347 SN011321)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL 80020 NAVAL AIR ENGINEERING CENTER
SOL SP0500-97-Q-D076
DUE 121796
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Ed brogan/LCC03/X6182 buyer:  Amy B
   ertoline/LCC03/X5601
DESC: PR-NO:  YPI96317001809 NSN 5330-00-597-9254, 60 -EA Del
  to New  Cumberland PA 17070-5001 Del by 06 Jan 97.  RFQ due
  date 96 Dec 17 specs:   Dwg NR 80020 316322 Rev L yearly estimated
  quantity deliveries to CONUS  (excluding Alaska).  Delivery
  schedule:  60 days required.  Indefinite  delivery type contract
  NOTES 1 and 9 applies size standard:  500 while  price will
  be a significant factor in the evaluation of offers, the final
   contract award price 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)  697-6333ORX14620RX2978.
CITE: (I-347 SN011322)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, PLAIN 78286 UNITED TECH SIKORSKY AIRCRAFT
  DIV
SOL SP0500-97-Q-E835
DUE 121796
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Ed brogan/LCC03/X6182 buyer:  Amy 
  bertoline/LCC28/X5601
DESC: PR-NO:  YPI96318001211 NSN 5330-01-125-6855, 180 -EA Del
  to New  Cumberland PA 17070-5001 Del by 14 Dec 96.  250 -EA
  Del to Cherry Point  NC 28533-5001 Del by 14 Dec 96.  RFQ due
  date 96 Dec 17 yearly estimated  quantity primary quantity
  250 tentative deliveries to CONUS (excluding  Alaska).  Delivery
  schedule:  90 days required indefinite delivery type  contract
  NOTES 1 and 9 applies sizestandard:  500 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) 697-6333ORX1462ORX2978.
CITE: (I-347 SN011323)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--GASKET, NONASBESTOS P/N 02783 (14153)
SOL SP0500-97-Q-G491
DUE 011397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Mary Fonovic/LDB21/X4537. buyer:  Mary
   Fonovic/LDB21/X4537.
DESC: PR-NO:  YPI96339001310 NSN 5330-01-377-9775, 5.6875 + or
  - .062 ID  12 holes on 7.625 bolt circle not equally spaced
  8.562 + or - .062 OD.   2,765 -PG Del to New Cumberland PA
  17070-5001 Del by 06 Jun 97.  RFQ due  date:  13 Jan 97.  Specs:
   MIL-G-12803C, type number 14153 02783.   Primary quantity:
   2765 deliveries to CONUS (excluding Alaska).   Delivery schedule:
   100 days.  Size standard:  500 NOTES 1 and 9  applies.  This
  purchase is for a national defense item and therefore  restricted
  to U.S. sources.  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.  Method of solicitation
  will be written RFQ.  This  requirement will be solicited as
  an indefinite delivery purchase order  (idpo).  To obtain a
  copy of this solicitation please send FAX request to  (215)
  697-6333 or X1462 or X2978.
CITE: (I-347 SN011325)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 53--PIN ASSY, IAW FM 2.
SOL FD2050-97-16050
DUE 012397
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Hernandez, R./ldktl/[210]925-0190
DESC: Item 0001 NSN 5315-00-065-7900 P/N: 58A46177, Size: Pin,
  3 inch  long. Predominate Material: Steel Alloy. Function:
  Cable Lanyard w/terminations, Special Features: Ring 58a46236
  attached to Lanyard: u/o MHU-141/M, MHU-28/E, MHU-25E, MHU-12A/M.
  5030EA. Applicable to: Multi-Use. Destn: Kelly Afb, Texas 78241-6426.
  Delivery: 29 Aug 97 5030 ea The approximate issue/response
  date will be 23 Dec 96. The anticipated award date will be
  28 Feb 97. Written procedure will be used for this solicitation.
  To: Avibank Mfg Inc, Burbank Ca 91502-2348. To: Jo-Bar Mfg
  Corp, Bedford Oh 44146-5483. To: Herco Aircraft Machine Inc,
  San Antonio Tx 78211-0655. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. See
  Note (s) 1, 26.
CITE: (I-347 SN011373)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: 53--LATCH AY
SOL F34601-97-R-30100
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Birdie Lemons/Ladca/[405]739-4139
DESC: Item 0001 NSN 5340-00-718-0680FG P/N: 10-30197-4, P/N 1O-30197-4
   Dim: 1 inch wide by 2 inches high by 18 inches long. Matl:
  alum and steel. Func: Attaches the engine cowling to the engine.
  Government new and unused surplus is acceptable if part number
  and manufacturer verification, test veri- fication and verifiable
  dimensions are provided. Production sample is required. 62EA.
  Applicable to: B52h. Destn: Tinker Air Force Base Ok 73145-3020.
  Delivery: 30 Sep 97 62 ea Procurements will be made only from
  approved source(s). The approximate issue/response date will
  be 24 Dec 96. The anticipated award date will be 31 Mar 97.
  Written procedure will be used for this solicitation. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Award will be made only if the offeror, the
  product/service, or the manufacturer meets qualification requirements
  at the time of award in accordance with FAR clause 52.209-1.
  The solicitation identifies the office where additional information
  can be obtained concerning qualification requirements as cited
  in each individual solicitation. It is suggested that small
  business firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Note: 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 communicate contractor
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL
  THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. See Note (s) 1.
CITE: (I-347 SN011429)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--RING,RETAINING
SOL F42630-97-Q-21899
DUE 011497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Landing Gear/Photo/Likl/[801]777-6501
DESC: Item 0001 NSN 5365-01-331-0084LE P/N: 85-624, 15 1/2 inch
  x. 12  inch. Retaining ring for F-16 wheel assy. 728ea. Applicable
  to: F-16. Destn: Hill Air Force Base, Ut 84056-5825. Delivery:
  30 Jun 97 300 ea 29 Aug 97 428 ea The approximate issue/response
  date will be 24 Dec 96. The anticipated award date will be
  14 Jan 97. Written procedure will be used for this solicitation.
  To: The B F Goodrich Co, Troy Oh 45373-0340. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. It
  is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government. Request for copies of solicitations must reference
  the entire solicitation number, including purchasing office
  identification number. To expedite your request, limit the
  number of individual solicitation numbers requested per letter
  to not more than 10. Don't request information on this requirement
  until after the issue date. 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 communicate 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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  The Government does not own the data or the rights to the data
  needed to purchase this part from additional sources. It has
  been determined to be uneconomical to buy the data or rights
  to the data. It is uneconomical to reverse engineer the part.
  See Note (s) 26.
CITE: (I-347 SN011436)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--PACKING, PREFORMED
SOL F42630-97-Q-21900
DUE 011497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Landing Gear/Photo/Likl/[801]777-6501
DESC: Item 0001 NSN 5330-01-331-3891LE P/N: 68-1288, Packing,
   preformed. Made of rubber used on F-16 block 50 main landing
  gear wheel. 4128ea. Applicable to: F-16. Destn: Hill Air Force
  Base, Ut 84056-5825. Delivery: 30 Apr 97 1000 ea 30 May 97
  1000 ea 31 Jul 97 2128 ea The approximate issue/response date
  will be 24 Dec 96. The anticipated award date will be 14 Jan
  97. Written procedure will be used for this solicitation. To:
  The B F Goodrich Co, Troy Oh 45373-0340. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. It
  is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government. Request for copies of solicitations must reference
  the entire solicitation number, including purchasing office
  identification number. To expedite your request, limit the
  number of individual solicitation numbers requested per letter
  to not more than 10. Don't request information on this requirement
  until after the issue date. 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 communicate 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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  The rights to use the data needed to purchase this part from
  additional source(s) are not owned by the Government and cannot
  be purchased, developed, or otherwise obtained. It is uneconomical
  to reverse engineer this part. See Note (s) 26.
CITE: (I-347 SN011437)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: 53--LATCH AY
SOL F34601-97-R-30100
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Birdie Lemons/Ladca/[405]739-4139
DESC: Item 0001 NSN 5340-00-718-0680FG P/N: 10-30197-4, P/N 1O-30197-4
   Dim: 1 inch wide by 2 inches high by 18 inches long. Matl:
  alum and steel. Func: Attaches the engine cowling to the engine.
  Government new and unused surplus is acceptable if part number
  and manufacturer verification, test veri- fication and verifiable
  dimensions are provided. Production sample is required. 62EA.
  Applicable to: B52h. Destn: Tinker Air Force Base Ok 73145-3020.
  Delivery: 30 Sep 97 62 ea Procurements will be made only from
  approved source(s). The approximate issue/response date will
  be 24 Dec 96. The anticipated award date will be 31 Mar 97.
  Written procedure will be used for this solicitation. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Award will be made only if the offeror, the
  product/service, or the manufacturer meets qualification requirements
  at the time of award in accordance with FAR clause 52.209-1.
  The solicitation identifies the office where additional information
  can be obtained concerning qualification requirements as cited
  in each individual solicitation. It is suggested that small
  business firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Note: 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 communicate contractor
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL
  THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. See Note (s) 1.
CITE: (I-347 SN011473)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--RING, RETAINING
SOL F42630-97-R-21898
DUE 012497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Landing Gear/Photo/Likl/[801]777-6501
DESC: Item 0001 NSN 5365-01-331-0085LE P/N: 85-626, Approximate
  14.02  inch outside dia x. 4 inch high. Lock ring for landing
  gear wheel. Material Al aly. 796ea. Applicable to: F-16. Destn:
  Hill Air Force Base, Ut 84056-5825. Delivery: 30 May 97 200
  ea 31 Jul 97 596 ea The approximate issue/response date will
  be 26 Dec 96. To: The B F Goodrich Co, Troy Oh 45373-0340.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty-five days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Request for copies
  of solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 26.
CITE: (I-347 SN011499)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 53--SEAL, MAGNETIC
SOL F34601-97-08152
DUE 012797
POC For copy, Charles Ferguson/Lidac/[405]739-4465, For additional
   information contact Charles Ferguson/Lidac/[405]739-4465
DESC: Item 0001 NSN 5330-01-357-6393HS P/N: 91082, SHAFT SEAL
   STAINLESS STEEL FLUOROCARBON ALNICO-5 AND CARBON GRAPHITE
  SEAL PROHI BITS HYDRAULIC FLUID FROM LEAKING NHA 1650005355878
  USED ON HYDRAULIC MOTOR FOR KC135 SERIES. 275EA. Applicable
  to: Kc135. Destn: fb2049. Delivery: 31 MAR 97 275 ea 31 JUL
  97 ea Qualification requirements: Sources must be qualified
  prior to being considered for award. The solicitation will
  contain instructions for obtaining further information on this
  requirement. The qualification requirements for this item were
  established prior to 19 Oct 1984 and the requirements of FAR
  9.202(A) do not apply. These qualification requirements apply
  to line item(s) 0001 The approximate issue/response date will
  be 27 Dec 96. The anticipated award date will be 27 FEB 97.
  Written procedure will be used for this solicitation. To: Magnetic
  Seal Corp, Warren Ri 02885-0445. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Note: This
  acquisition will be competed IAW the Depot Maintenance Competition
  Program as prescribed by Public Law 102.396, Section 9095.
  This acquisition is open to all interested parties including
  U.S. Department of Defense sources who submit a bid or proposal
  and compete for this requirement. See Note (s) NUMBERED NOTE
  26.
CITE: (I-347 SN011501)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 53--TIEROD
SOL F34601-97-Q-52942
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Diane Kalousdian/Lpdpa/[405]739-5391
DESC: Item 0001 NSN 5306-00-083-7025RV P/N: 703556, Tierod -
  17.861 in  long x 0.4375 inwide. Rod has 6 lands, one end is
  threaded, one end has head with flat side. Function: keeps
  2nd,4th,5th, 6th, 7th, 8th, and 9th stage disks bolted together.
  Appl: TF33-3/103/5/9/102/102a Material: Stainless steel 1424EA.
  Applicable to: Tf33. Destn: Tinker Air Force Base Ok 73145-3015.
  Delivery: 29 AUG 97 1424 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 27 Dec 96. The anticipated award date will be
  10 MAR 97. Written procedure will be used for this solicitation.
  To: Sierra Tech, Oxnard Ca 93030-7313. To: Electro-Methods
  Inc, South Windsor Ct 06074-2422. First article test required.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Note: While price will
  be a significant factor in the evaluation of offers, the final
  contract award decision may be based upon a combination of
  price and past performance factors as detailed in the solicitation.
  Note: 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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 1, 26.
CITE: (I-347 SN011506)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 53--BRACKET
SOL F34601-97-R-49482
DUE 012797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Mary J Wade/Lpdpb/[405]739-4353
DESC: Item 0001 NSN 5340-01-383-8274PR P/N: 9538M14G03, Bracket
  is an  integral part of the exhaust nozzle system. Serves to
  attach the primary flap to the exhaust nozzle circumferential
  seal. Dim: approx 1.13 in w by 5.77 in l Mtl: AMS 4928, Appl
  F110 engine. 1048EA. Applicable to: F110 Engine. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 31 Dec 97 1048 ea Item
  0002 NSN 5340-01-383-8274PR Bracket P/N: 9538M14G03, Bracket
  is an integral part of the exhaust nozzle system. Serves to
  attach the primary flap to the exhaust nozzle circumferential
  seal. Dim: approx 1.13 in w by 5.77 in l Mtl: AMS 4928, Appl
  F110 engine. 387EA. Applicable to: F110 Engine. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 31 Dec 97 387 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001,0002
  The approximate issue/response date will be 26 Dec 96. To:
  Tool Sales And Service, Cincinnati Oh 45215-1244. To: Berkshire
  Industries Inc, Westfield Ma 01085-0828. To: Precision Metal
  Products Inc, El Cajon Ca 92020-1218. To: Ketema Aldan Inc,
  El Cajon Ca 92022-0666. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written
  Quotation will be issued. The anticipated award date will be
  60 days after the issuance of this notice. See Note (s) 1.
CITE: (I-347 SN011532)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 53--TIE ROD
SOL F34601-97-R-52937
DUE 013197
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Tom K. Williams/Lpdpa/[405]739-5507
DESC: Item 0001 NSN 5306-00-966-8046RV P/N: 471211, Tierod -
  attaches  1st stage turbinedisk to the high speed turbine Shaft.
  D Imensions: 0.4375-20 x 1.062 inch long. Material: Steel.nha:
  n2 turbine ro Tor assy. Appl: tf33-5/7/9/11/100/102/103 4260EA.
  Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 APR
  97 4260 ea The approximate issue/response date will be 16 DEC
  96. The anticipated award date will be 28 FEB 97. Written procedure
  will be used for this solicitation. To: Bristol Industries,
  Brea Ca 92621-4119. To: Sps Technologies Inc, Santa Ana Ca
  92702-1259. To: Voi-Shan Div Of Vsi Corp, Torrance Ca 90505-5103.
  To: Textron Inc, Rockford Il 61104-5159. First article test
  required. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Note: 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 communicate contractor
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273. DO NOT CALL
  THIS NUMBER FOR SOLICITATION REQUESTS.
CITE: (I-347 SN011569)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 54--DOME SHELTER
SOL F09603-97-R-71014
DUE 013097
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Robert Vanzant/Lvka/[912]926-6279
DESC: Item 0001 NSN 5410-01-363-0090EJ P/N: 9434477-10, Dim:
  70' w X  25.6' h X 121' l. Matl: Various aluminum beam with
  fabric covering. Funct Mobile, deployable shelter with various
  applications. Option: 100%. 30ea. Applicable to: Rdf. Destn:
  Ship to will be furnished at time of award. Delivery: 31 Dec
  98 30 ea Fax No: 912-926-7572 The approximate issue/response
  date will be 30 Dec 96. The anticipated award date will be
  31 Mar 97. Written procedure will be used for this solicitation.
  First article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. nnnn
  All potential offerors should contact the buyer/PCO identified
  above for additional information and/or to communicate concerns,
  if any, concerning this acquisition. If your concerns are not
  satisfied by the contacting officer, an Ombudsman has been
  appointed to hear serious concerns that are not resolved through
  established channels. The purpose of the Ombudsman is not to
  diminish the authority of the program director or contracting
  officer, but to communicate serious 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. When appropriate, potential offerors
  may contact Ombudsman James Grant, Chief, Contract Policy Division,
  at 912-926-2604. Please be prepared to identify previous contacts
  made by you in an attempt to resolve you concerns. This acquisition
  may/does involve technology that has a military or space application.
  The only US contractors who may participate are those that
  are certified and registered with DLSC (1-800-352-3572) and
  have a legitimate business purpose. US contractors must submit
  a copy of their current, approved DD Form 2345 with their request
  for solicitation. To request this certification, write to the
  Commander, Defense Logistics Services Center, ATTN: DLSC-FEB,
  Federal Center, Battle Creek MI 49017- 3084 and request a copy
  of Department of Defense Form 2345 or call DLSC at the above
  number. The solicitation/data package will be mailed to the
  data custodian identified in block 3 of the DD Form 2345. The
  extent of foreign participation has not yet been determined.
  MOU country sources must contact the Contracting Officer within
  15 calendar days of the date of this synopsis notice to receive
  a copy of the solicitation at the time it is initially issued.
  Issuance of the RFP will not be delayed to review requests
  from MOU country sources received after 15 days or from non-MOU
  country sources. Nothing in this notice contradicts other restrictions,
  identified in the synopsis notice or solicitation, regarding
  eligible sources (e.g., if this is a small-business set-aside,
  foreign sources may not participate as potential prime contractors
  but could, if otherwise eligible, participate as subcontractors).
  The Data Package for this requirement is available on CD-ROM
  only. Aperture Cards are not available for this procurement.
  The minimum set-up requirements to view this data package are
  as follows: 386 DX/33; 4 Megabytes RAM; VGA Monitor; Mouse;
  2X (Dual Speed) CD ROM Drive; Microsoft Windows, Version 3.1
  or Later; MS DOS, Version 5.0 or Later. See Note (s) 1 26.
CITE: (I-347 SN011538)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L ITEM
  DESC.  A-A-55057, TYPE A (PS1-95).
SOL SP0500-97-R-0038
DUE 012397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  R.HARRISON/wa/X5509 buyer:  j.kocha
   nowicz/WAA04/X5509
DESC: PR-NO:  YPI96339001320 NSN 5530-00-129-7721, plywood, Const;
   I/A/W A-A-55057A, type a (PS1-95) grade:  a-c ext - size:
   1/4 "X 48"  X 96 ".  2,800 -SH Del to Mechanicsburg PA 17055-0789
  Del by 01 Oct 97.   RFP due date 97 Jan 23 specs:  MM-L-751,
  A-A-55057- type a predominant  mater:  softwood size/dimen:
   2INX4INX8FT, 2X4X12FT, 2X4X16FT,  2X6X8FT, 2X6X12FT, 2X6X16FT,
  2X8X16FT, 2X10X16FT, 2X12X8FT,  2X12X12FT, 2X12X16FT, 4X4X8FT,
  4X4X12FT, 4X4X16FT, 4X6X16FT,  1X6X16FT, 1X10X16FT, 1X12X16FT,
  1/4INX4FTX8FT, 3/8INX4FTX8FT, 1/2IN  X4FTX8FT, 3/4INX4FTX8FT.
   Primary quantity various delivery 30 days NOTE  1 applies
  size/standard:  500 specs/Dwgs are not required.
CITE: (I-347 SN011215)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--CONTROL-INDICATOR SUBASSEMBLY
SOL SP0970-97-Q-A107
DUE 012497
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:  YPE96267000389 NSN 5895-01-337-8235, CAGE 82686
  Part No  L306944 no additional descriptive data available.
   35 -EA Del to Lathrop  CA 95330 Del by 16 Nov 96.  10 -EA
  Del to Mechanicsburg PA 17055-0789  other than full and open
  competition:  part numbered item.  Products  offered clause
  applies.  Various increments solicited:  10-24, 25-49,  50-99.
   PR quantity:  45 EA.  Line 1 quantity 35 -W62G2T Stockton
  CA  95296-0130.  Line 2 quantity 10 -SW3100 Mechanicsburg PA
  17055-0789.   Delivery schedule:  45 ea.within 30 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-347 SN011160)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--TELEPHONE SET
SOL SP0970-97-T-2267
DUE 021597
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:  YPE96296000003 NSN 5805-01-298-2598, CAGE 73274
  Part No  MWT-R-8 2 -SE Del to Marshall islands MH Del by 16
  Dec 96.  Full and  open competition:  military specification
  item solicited various  increments from:  100 to 4999 delivery
  schedule:  120 days standard size:   750 set-aside type:  unrestricted
  (sole source/single source) (no  preference) all responsible
  sources may submit offer which DESC shall  consider.
CITE: (I-347 SN011163)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--KIT, SLIDE APPROVED SOURCE JFC ELEC.(27594) P/N
SOL SP0970-97-Q-A110
DUE 011697
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:  YPE96326000462 NSN 5895-01-124-8571, CAGE 13499
  Part No  622-3418-001 CAGE 27594 Part No 622-3418-001 100 -EA
  Del to Mechanicsburg  PA 17055-0789 other than full and open
  competition:  part numbered item.   Products offered clause
  applies.  Various increments solicicted:  50-99,  100-149,
  150-199, 200-249, 250-299, 300.  Line 1 quantity 220 - SW3100
  Mechanicsburg PA 17055-0789.  Delivery schedule:  all quantities
   IN 90 days.  Set-aside:  unrestricted with preferential consideration
   for SDB.  Size standard:  750.  All responsible sources may
  submit offer  which DESC shall consider.
CITE: (I-347 SN011179)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--TUBE. LIGHT AMPLIFIER, (IMAGE INTENSIFIER ASSY 25
  MM D.C.  (DISTORTION CORRECTED) THREE STAGE
SOL SP0970-97-Q-A099
DUE 010897
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:  YPE96326000615 NSN 5855-01-033-6774, CAGE 20948
  Part No  F4721 CAGE 51298 Part No 510-3022-418 "no additional
  descriptive data  available".  Other than full and open competition.
   Part numbered item.   Products offered clause applies.  Various
  increments solicited from:   1-4 EA; 5-9 EA; 10-14 EA; 15-19
  EA; 20-24 EA; 25 EA.  PR quantity:   4 EA.  Deliver to:  2
  EA - V04697 FPO AE 09536-2590.  2 EA - V20635  FPO AE 09545-2610.
   Delivery schedule:  all quantities IN 90 days.  Set  aside
  type:  unrestricted with preferential consideration for SDB.
   Size  standard:  750.  All responsible sources may submit
  offer which DESC shall  consider.
CITE: (I-347 SN011180)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: 116 BW/LGC 539 PAGE RD BLDG 291 ROBINS AFB, Ga.31098
SUBJECT: 58 -- SOUND SYSTEM
SOL 97U0020
DUE 122096
POC CONTACT SSgt ROBERT SHUBERT CONTRACTING OFFICER 912-926-5312
DESC: SOUND SYSTEM, THIS SYSTEM WILL BE PURCHASED AND INSTALLED
  IN BLDG 12 ROBINS AFB Ga. 31098. THE SYSTEM WILL CONSIST OF
  THE FOLLOWING SYSTEMS: (EACH SYSTEM HAS SEVERAL LINE ITEMS)
  #1. PLAYBACK DEVICES,#2. SLIDE PROJECTOR SYSTEM,#3. SWITCHING
  SYSTEM,#4.VOICE REINFORCEMENT SYSTEM,#5. SURROUND SYSTEM,#6.
  OVERHEAD PROJECTOR,#7.CONTROL SYSTEM,#8. ZERO STANTRON XR1907025
  RACK SYSTEM OR EQUAL
CITE: (I-347 SN011224)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 58 -- GENERATOR, VIDEO
SOL DAAH01-97-R-A057
DUE 011097
POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250.
DESC: Synopsis No. 5398-96 (MA) NSN 5821-01-198-5371, Army P/N
  5003800-2, QTY 21 each. In addition, this requirement will
  have option quantities for base year FY 97 and out years FY
  98 through FY 00, with quantities ranging from 5 - 15 each
  for FY 97 through FY 99, and 15 - 35 each for FY 00. Destinations
  to be furnished. Delivery schedule 220 days after contract
  award. Offerors must be approved and qualified. This proposed
  contract action is for supplies or services for which the Government
  intends to solicit and negotiate with only one, or a limited
  number of sources. Suggest that small business firms or others
  interested in subcontracting opportunties in connection with
  this procurement, make contact with the firm(s) listed. The
  Government does not possess sufficient documentation to acquire
  this item from other than the qualified source. RFP will be
  issued to Rockwell International Corporation, Defense Electronics
  Operations, Anaheim Division, 3370 Miraloma Avenue, P.O. Box
  4192, Anaheim, CA 92803. All responsible sources may submit
  a bid, proposal, or quotation which shall be considered by
  this agency. Request solicitation package from address above,
  ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative
  unit price and quantity relative to this acquisition is NSN
  5821-01-198-5371, Awd Date 093092, Qty 10, Unit Price $6,570.00.
  The Government provides this price history without assuming
  the responsibility for any resulting conclusions or interpretations
  that may be made. The price history is provided for informational
  purposes only and should not be relied upon as a basis for
  offer/bid. Drawings, specifications or other technical data
  are not available and will not be furnished. Potential offerors
  are encouraged to pursue qualification for future buys in accordance
  with MICOM Pamphlet 702-1 available through the Internet. See
  Numbered Note(s): 22.
CITE: (I-347 SN011227)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  NJ 07703-5008
SUBJECT: 58--LINE TERMINATION UNIT MODIFICATION KIT AND T1 CIRCUIT
  CARD   ASSEMBLIES
SOL DAAB07-97-Q-F530
DUE 010397
POC Tom Taylor, 908/532-4991, AMSEL-ACCB-A-BD, Contracting Officer,
    Kenneth Tedeschi, 908/532-4809
DESC: The CECOM Acquisition Center contemplates noncompetitive
  negotiations   with the Communication Systems Division of GTE
  Government Systems Corp.,   Taunton, MA, for installation of
  a modification kit and two T1 circuit card   assemblies in
  a Government furnished Line Termination Unit (LTU), to provide
    T1/E1 interface capability.  After modification, the LTU
  is to be shipped to   CENTCOM in Saudi Arabia for use to provide
  communication connectivity between   an AN/TTC-39A(V)4 switch
  and the Saudi Arabian commercial telephone system,   through
  an IDNX multiplexer.  The Government is to have an option for
    installation of a modification kit and T1 circuit cards in
  a second LTU.    Noncompetitive negotiations with the Communication
  Systems Division of GTE   Government Systems Corp. are contemplated
  for this requirement, because the   Government does not possess
  complete technical data for the LTU modification   kit and
  T1 card and GTE is the only known source for these items. 
  All   responsible sources may submit a quotation, however,
  which shall be   considered by the agency.  Use of simplified
  acquisition procedures is   anticipated.  GTE will be requested
  to provide a written quotation, and it is   expected that a
  purchase order will be issued on or about 15 January 1997.
     See Note 22.
EMAILADD: defazioj@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-347 SN011307)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  NJ 07703-5008
SUBJECT: 58--POWER SUPPLY
SOL DAAB07-97-Q-F276
DUE 013197
POC Ernest Brockington, Contract Specialist, (908) 532-4844,
  Celeste M.   Boucher, Contracting Officer, (908) 532-1613
DESC: NSN:  6130-01-261-2914, P/O AN/TSM-183, ANTSQ-154, ANTTC46,
  IAW P/N:   28-2733509-1 or P/N: LV28DETX10, 10 each, Delivery:
   240 DAC, New Cumberland,   PA.  NSN:  6130-01-254-6692, P/O
  RT-1539, IAW P/N U08247-00, 3 each,   Delivery:  240 DAC, New
  Cumberland, PA.  A competitive negotiation is   proposed with
  GTE Government Systems Corp. and ABBOTT Transistor Labs because
    this procurement is confined to the contractors P/N and must
  be compatible in   form, fit and function with existing equipment.
   The Government physically   does not have in its possession
  the data to purchase these parts from other   sources.  The
  data and data rights are not owned by the Government.  However,
    responsible sources may submit a proposal which will be evaluated/considered.
     Only written requests for this solicitation will be accepted.
   The   government provides information without assuming responsibility
  for its   accuracy or for any conclusions or interpretations
  which may be drawn.
EMAILADD: defazioj@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-347 SN011353)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  NJ 07703-5008
SUBJECT: 58--TRAY ASSEMBLY
SOL DAAB07-97-Q-F277
DUE 013197
POC Ernest Brockington, Contract Specialist, (908) 532-4844,
  Celeste M.   Boucher, Contracting Officer, (908) 532-1613
DESC: Tray Assembly-KY-68, NSN:  5895-01-296-9921, P/O MSE Spares,
  IAW P/N   03-2734093-1, 33 each, Delivery:  180 DAC, New Cumberland,
  PA.  Tray Assembly,   Mounting, NSN:  5895-01-296-9920, P/O
  MSE Spares, IAW P/N 03-2734161-1, 28   each, Delivery:  180
  DAC, New Cumberland, PA.  This is a  Sole Source   procurement
  with GTE Government Systems Corp of Taunton, MA because this
    procurement is confined to the contractor's P/N and must
  be compatible in   form, fit and function with existing equipment,
  and the Government physically   does not own or have in its
  possession the data and data rights to purchase   these items
  from other sources.  However, responsible sources may submit
  a   proposal which will be evaluated/considered.  Only written
  requests for this   solicitation will be accepted.  The government
  provides information without   assuming responsibility for
  its accuracy or for any conclusions or   interpretations which
  may be drawn.
EMAILADD: defazioj@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-347 SN011354)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Lyk, 380 2nd St Ste 104, Robins Air Force Base
  Ga  31098-1638
SUBJECT: 58--RECEIVER TRANSMITTER
SOL F09603-97-R-G0030
DUE 013097
POC For copy, Shelby Snow/Lykd/[912]926-2802, For additional
   information contact Shelby Snow/Lykd/[912]926-2802
DESC: Item 0001 NSN 5841-01-301-4588 P/N: 8010000653-6, Dim:
  3.5" X  6.3" X 8.5: Matl: Electrical components, wiring, metals
  and molded outer substances. Func: Generates/receives and tracks
  radar pulses. 12ea. Applicable to: Apn-232/Cara. Destn: Douglas
  Aircraft Co CODE: EY9688. Delivery: 28 Nov 97 12 ea FAX 912-926-7530
  The approximate issue/response date will be 30 Dec 96. To:
  Navcom Defense Electronics Inc, El Monte Ca 91731-1997. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 22, 26.
CITE: (I-347 SN011539)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Lyk, 380 2nd St Ste 104, Robins Air Force Base
  Ga  31098-1638
SUBJECT: 58--TRANSMITTING SET
SOL F09603-97-82524
DUE 020397
POC For copy, Bill Sirmon/Lykb/[912]926-7054, For additional
   information contact Bill Sirmon/Lykb/[912]926-7054
DESC: Item 0001 NSN 5821-01-397-5848 P/N: T705L, APPL BQM-34A
  (FIREBEE  MISSILE). MASDC AND LOCAL RECLAMATION SOURCESCONSIDERE
  D. ISSP EXEMPT. MAT: CONNECTOR, CHASSIS, PRINTED WIRING BOARD,
  RESISTORS, CAPACITORS, SEMI-CONDUCTORS. DIM: 2.5"W X 4.21"L
  X1.51" H. FUNC: TO ACCOMOD ATE MISSILE SCORING WHEN MULTIPLE
  TARGETS ARE PRESENTED. 10EA. Applicable to: Bqm-34a. Destn:
  Robins Air Force Base Ga 31098-1638. Delivery: 31 MAR 97 10
  ea NO DATA IS AVAILABLE. GOVERNMENT IS SOLICITING PRIME MANUFACTURER.
  The approximate issue/response date will be 02 Jan 97. The
  anticipated award date will be 03 FEB 97. Oral procedure will
  be used for this solicitation. To: Lockheed Martin Microcom
  Corp, Horsham Pa 19044-0000. All responsible sources solicited
  may submit a bid, proposal, or quotation which shall be considered.
  Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or
  Services) required are available from only one or a limited
  number of responsible source(s) and no other type of supplies
  or services will satisfy agency requirements. The proposed
  contract action is for supplies and services for which the
  Government intends to solicit and negotiate with only one,
  or a limited number of sources under the authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within forty five-days (thirty days
  if award is issued under an existing basic ordering agreement)
  after date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  See Note (s) 26.
CITE: (I-347 SN011558)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 58--RECEIVER TRANSMITTER
SOL F09603-97-R-0027
DUE 020397
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Harry Bryan/Lykb/[912]926-7088
DESC: Item 0001 NSN 5821-ND-159-7422 P/N: 707060-802, Dim: 4.98"
  X  4.73" X 8.25". Matl: Various circuit cards, capacitors,
  resistors, ICS and metal. Func: This radio set provides air
  to air, air to ground, ground to ground normal voice communications
  in 225.000khz to 399.975khz military band. 4ea. Applicable
  to: Arc-164. Destn: EY1205. Delivery: 31 Dec 97 4 ea Fax Nr
  912-926-7572 The approximate issue/response date will be 02
  Jan 97. The anticipated award date will be 07 Feb 97. Written
  procedure will be used for this solicitation. To: Hughes Defense
  Communications, Fort Wayne In 46808-4106. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22,26.
CITE: (I-347 SN011560)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 58--RECEIVER/TRANSMITTER
SOL F09603-97-R-00029
DUE 013097
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Steve Bilbrey/Lykd/[912]926-7427
DESC: Item 0001 NSN 5841-01-194-2452CW P/N: 2070963-0104, 6ea.
   Applicable to: Aps-133. Destn: Robins Air Force Base Ga 31098-1611.
  Delivery: 28 Nov 97 6 ea Facsimile (912) 926-7572 The approximate
  issue/response date will be 30 Dec 96. To: Alliedsignal Inc,
  Fort Lauderdale Fl 33309-1855. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government.
CITE: (I-347 SN011622)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Room 6875, JEH-FBI Bldg., 935 Pennsylvania Ave., NW,
  Washington DC 20535
SUBJECT: 58 -- ANTENNAS
SOL RFP-7062
POC Mr. Charles P. Taylor, Contract Specialist, 703 630-6703.
DESC: LOG PERIODIC ANTENNAS - The FBI has a need to purchase
  AEL Industries, Incorporated LOG PERIODIC and MULTI OCTAVE
  HORN antennas or equal. The following are the FBI's requirements
  3 each LOG PERIODIC ANTENNA, 0.1 TO 1.0 GHz, model APX-1348
  or equal, 3 each LOG PERIODIC ANTENNA, 1.0 TO 12.4 GHz, model
  APX-1293 or equal, 2 each MULTI-OCTAVE HORN, 0.5 TO 6.0 GHz
  model h-1734 or equal and 2 each MULTI-OCTAVE HORN, 2.0 to
  18.0 GHz, model h-1498 or equal. No telephonic request for
  the above referenced RFP will be accepted. All request shall
  be in writing. Please reference RFP-7062 in your written request.
CITE: (I-347 SN011724)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: 141 LS Contracting Office, 2 South Olympia Avenue, Fairchild
  AFB, WA 99011-9439
SUBJECT: 59--RADIO EQUIPMENT
SOL DAHA45-97-Q-0010
DUE 011697
POC Contracting Office, Denise Kaufmann, 509/247-7224 or 7220;
  FAX 509/247- 7225
DESC: Furnish the following:  105 ea - Headsets, David Clark
  P/N H10-66; 110 ea - Gel Ear Seal (fits David Clark Headsets)
  P/N 40243G-02.  No Substitutes. All or none award.  Delivery
  to 141 LS/LGSD, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439.
CITE: (I-346 SN011077)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 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--SPLICE, CONDUCTOR
SOL SP0450-96-Q-PB34
DUE 011797
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)279-5970. 
  For copies of RFQ solicitations,  contact the buyer. ma ndy
  Lambert/804-279-5970/AT232
DESC: PR-NO:  YPG96085000749 NSN 5940-01-243-6750, 3,409 -EA
  Del to  Stockton CA 95296 4,904 -EA Del to Mechanicsburg PA
  17055-0789 see NOTE 9.  see NOTE 23.  Qualifying activity:
   Naval Air Warfare Center, Aircraft  Div., Attn: commanding
  officer, naval warfare center code 4.5.6.3  (MS-60) Ind., IN
  46219-2189.  Delivery 60 days ARO.  Unrestricted:   yes. the
  final contract award decision may be based upon a combination
  of  price, past performance and other evaluation factors as
  described in the  solicitation.  Open date:  1/02/97 close
  date:  1/17/96 all responsible  sources may submit offer which
  DGSC shall consider.
CITE: (I-346 SN011115)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--COVER, CONDUIT OUTLET
SOL SP0450-97-Q-L227
DUE 013197
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.hat tie
  Heiskill/AT230/DSCR-JDPA/804-279-3031  contracting officer:
   B. Smith/DSCR-JDPA/804-279-3031
DESC: PR-NO:  YPG96268000380 NSN 5975-01-258-7076, cover, conduit
   outlet source control - Martin Marietta, Part No. 10252900-1
  Wyman  Gordon composites, Inc., P/N 10252900-1 350 EA - Del
  by 473 days to  red River army depot, Texarkana, TX 75507 78
  EA - Del by 473 days to  Richmond, VA 23297-5900 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-347 SN011126)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--CABLE ASSEMBLY, RADIO FREQUENCY
SOL SP0451-97-Q-F418
DUE 012497
POC Contact:  for copies of RFQ solicitations, contact the buyer,
   POC is dianekinker/BB836/804-279-4217, FAX dscr-jbpa /804-279-6009,
   contract-ing officer, Kathleen Hicks/80 4-279-4935/fax dscr-jbpa
  804-279-  6009.
DESC: PR-NO:  YPG96289001143 NSN 5995-01-167-2270, cable assembly,
   radio frequency, I/A/W aec Dwg SM-C-920015, Rev B & DGSC TDPL
   01167227095252, drawings, interim procurement descriptions
  and deviation  lists may be examined or obtained from Defense
  General Supply Center.   Unrestricted.  More than one source.
   Origin inspection required.  31 - EA Del to Richmond VA 23297-5900
  Del by 553 days ARO.  23 -EA Del to  Barstow CA 92311-5014
  Del by 553 days ARO.  All responsible sources may  submit offer
  which DGSC shall consider.
CITE: (I-347 SN011127)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--CABLE ASSEMBLY, RADI
SOL SP0451-97-Q-F420
DUE 122496
POC Contact:  for copies of RFQ solicitations, contact the buyer,
   Diane KINKERBB836/804-279-4217, FAX DSCR-JBPA/804-27 9-6009,
  contracting  officer Kathleen Hicks/804-279-493 5.
DESC: PR-NO:  YPG96295000924 NSN 5995-01-106-8566, cable assembly,
  RAD,  Eaton Corp, ail Div, CAGE 00752, P/N 365292-1.  Specifications,
   plans or drawings relating to the procurement described are
  not available  and cannot be furnished by the government. 
  Unrestricted.  Critical  application item.  Origin inspection
  required.  31 -EA Del to Bremerton  WA 98314 Del by 165 days
  ARO.  All responsible sources may submit offer  which DGSC
  shall consider.
CITE: (I-347 SN011128)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--CABLE ASSEMBLY
SOL SP0451-97-Q-F419
DUE 122496
POC Contact:  for copies of RFQ solicitations, contact the buyer,
   Diane KINKERBB836/804-279-4217, FAX DSCR-JBPA/804-27 9-6009,
  contracting  officer, Kathleen Hicks/804-279-59 45.
DESC: PR-NO:  YPG96305000594 NSN 5995-01-016-3165, cable assembly,
   Lockheed aeronautical systems, CAGE 36659, P/N 1305902-101.
    Specifications, plans or drawings relating to the procurement
  described are  not available and cannot be furnished by the
  government.  Unrestricted.  destination inspection required.
   4 -EA Del to Richmond VA 23297-5900  Del by 157 days ARO.
   All responsible sources may submit offer which DGSC  shall
  consider.
CITE: (I-347 SN011130)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PUSH
SOL SP0930-97-Q-A104
DUE 123196
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:  YPE96262000064 NSN 5930-01-063-3067, CAGE 0N7F4
  Part No  pe-880004 CAGE 76823 Part No 14-60980-3 CAGE 81590
  Part No  478-878-6081-003 no additional data available for
  manufacturing purposes.   19 -EA Del to Lathrop CA 95330 Del
  by 04 Jan 97.  See NOTES 9, 22,  other than full and open competitin:
   part numbered item products offered  clause applies.  Various
  incremente solicited:  1 to 50 PR quantity:   19 EA delivery
  schedule:  120 days set-asode type:  total small business 
  set aside size standard:  750 all responsible sources may submit
  offer which  DESC shall consider.
CITE: (I-347 SN011159)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROPHONE ELEMENT
SOL SPO970-97-Q-A100
DUE 010897
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:  YPE96292001345 NSN 5965-00-843-9957, CAGE 81349
  Part No  M-101/aic element type:  dynamic freq response range
  in Hz:  200.0 to  6000.0 impedance:  4 to 6 ohms body style:
   1 irregular shape full and  open competition.  Military specification
  item.  Various increments  solicited from:  4000-4999 EA; 5000-7999
  EA; 7500-9999 EA; 10000-14999  EA; 15000-24999 EA; 25000 EA.
   PR quantity:  8934 deliver to:  8924  EA - W62G2T - Stockton
  CA.  Delivery schedule:  all quantities IN 90  days.  Set aside
  type:  unrestricted (sole source/single source) (no  preference).
   Size standard:  750.  All responsible sources may submit 
  offer which DESC shall consider.
CITE: (I-347 SN011161)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--TRIPPER, CIRCUIT BREAKER
SOL SP0930-97-R-A016
DUE 013097
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:  YPE96295001063 NSN 5925-01-222-2250, CAGE 30086
  Part No  ETN5327A pole quantity; 3.  Maximum continuous load
  current rating per  pole; 225.0 amps AC all locations.  Operating
  voltage type and rating  per pole in volts; 500.0 AC all locations.
   Frequency in Hertz; 60.0 all  locations.  Body style; 1D rectangular
  dimentional envelope.  78 -EA  Del to Mechanicsburg PA 17055-0789
  Del by 11 Apr 97.  Other than full and  open competition: 
  part numbered item products offered clause applies  various
  increments solicited:  1 to 200 PR quantity:  78 EA delivery
   schedul:  245 days set-aside type:  unrestricted (sole source/single
   ource) (no preference) size standard:  750 all responsible
  sources may  submit offer which DESC shall consider.
CITE: (I-347 SN011162)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RADOME, POLARIZER SOLICIT RAYTHEON CORP, ELECTROMAGNTIC
SOL SP0970-97-Q-A108
DUE 012197
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:  YPE96194000029 NSN 5985-01-157-5181, CAGE 49956
  Part No  927431-1 CAGE 8N007 Part No 927431-1 1 -EA Del to
  see Preface to Navy  address Co other than full and open competition:
   part numbered item.   Products offered clause applies.  Various
  increments solicited:  1-9,  10-24, 25-49, 50-74.  PR quantity:
   1 EA.  Delivery schedule:  10 EA.  within 180 days.10 ea.every
  day thereafter.  Set-aside:  unrestricted  (sole source/single
  source) (N0 preference).  Size standard:  750.  All  responsible
  sources may submit offer which DESC shall consider.
CITE: (I-347 SN011175)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PRESSURE
SOL SP0930-97-Q-A105
DUE 010897
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:  YPE96200000300 NSN 5930-00-719-5682, CAGE 09049
  Part No  42D46 CAGE 98505 Part No 12223-1 CAGE 98897 Part No
  3P91000-101 style  designator 27 cylindrical; nonpile-up contact
  arrangement 1 pole, single  throw, normally closed, momentary;
  contact voltage rating in volts 28.0  DC at sea level single
  voltage; contact load current rating 15.0 amperes  resistive
  load single voltage.  57 -EA Del to Lathrop CA 95330 Del by
  22  Feb 97.  57 -EA Del to Mechanicsburg PA 17055-0789 Del
  by 22 Feb 97.   Other than full and open competition:  part
  numbered item products  offered clause applies.  Solicited
  various increments from:  110 to 249  PR qty:  114 EA delivery
  schedule:  180 days standard size:  500  set-aside type:  unrestricted
  (sole source/single source) (no preference)  all responsible
  sources may submit offer which DESC shall consider.
CITE: (I-347 SN011176)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, SENSITIVE
SOL SP0930-97-Q-A103
DUE 123196
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:  YPE96260000112 NSN 5930-00-857-5056, CAGE 04236
  Part No  ST26068 CAGE 04236 Part No ST26068-1 CAGE 31361 Part
  No 1715-133 CAGE  70040 Part No 7854888 CAGE 91929 Part No
  1HS103 CAGE 91929 Part No 7854888  switch contact arrangement
  1 pole, double throw, one position momentary  single switch
  unit; maximum DC voltage rating in volts 28.0; contact load
   current rating at maximum DC voltage rating 15.0 amperes resistive.
   270 - EA Del to Mechanicsburg PA 17055-0789 Del by 09 Nov
  96.  270 -EA Del to  Lathrop CA 95330 Del by 09 Nov 96.  Other
  than full and open competition:   part numbered item products
  offered clause applies various increments  solicited:  1 to
  1000 PR quantity:  540 EA delivery schedule:  180 days  set-aside
  type:  total small business set-aside size standard:  750 all
   responsible sources may submit offer which DESC shall consider.
CITE: (I-347 SN011177)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
SOL SPO970-97-R-A027
DUE 122696
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:  YPE96320001444 NSN:  5985-01-335-6587 Lockheed
  (94117) P/N:   5813226G3 NOTE:  for copy of solicitation, contact
  buyer:  edwina  Merrick dscc-ccaa (614) 692-8506 FAX:  (614)
  692-6920/21 other than full  and open competition.  Part numbered
  item.  Products offered clause  applies.  Various increments
  solicited from:  10-24 EA; 25-50 EA.  PR  quantity:  33 EA.
   Deliver to:  33 EA - W62G2T - Stockton CA.   Delivery schedule:
   33 each within 300 days.  Set aside type:   unrestricted (sole
  source/single source)(no preference).  Size standard:   750.
   All responsible sources may submit offer which DESC shall
  consider.
CITE: (I-347 SN011178)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, ROTARY
SOL SP0930-97-Q-A102
DUE 010697
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:  YPE96327000426 NSN 5930-00-259-7161, CAGE 05587
  Part No  26-408329-01 CAGE 58475 Part No SYM801.3 CAGE 86796
  Part No SYM801.3 CAGE  88829 Part No 801.1MOD style designator,
  9 tap, circular, bushing Mount;  pole quantity, 1 EA section
  front; throw quantity, 1 EA section front;  contact voltage
  rating in volts, 120.0 AC at sea level; contact load  current
  rating, 10.0 amps resistive load AC at sea level 352 -EA Del
  to  (Call contracting office) Del by 26 Nov 96.  Other than
  full and open  competition:  part numbered item products offered
  clause applies various  increments solicited:  353 to 450 PR
  quantity:  352 EA delivery schedule:   60 days set-aside type:
   total small busine set side size standard:   500 all responsible
  sources may submit offer which DESC shall consider.
CITE: (I-347 SN011181)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY
SOL DAAH01-97-R-A039
DUE 011097
POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250.
DESC: Synopsis No. 5375-96 (MA) NSN 5999-01-165-6531, Army P/N
  1D51241-1. This item has been identified as having a potential
  for significant quantity fluctuation due to the Army's changing
  supply demands. As such, an Incremental Quantity Program solicitation
  will be issued utilizing Incremental Quantity Program provisions
  to reflect a minimum quantity of 10, known quantity of 23,
  and a maximum quantity of 35. Destinations to be furnished.
  Plus options for base year and two program years. Delivery
  schedule 220 days after contract award. Offerors must be approved
  and qualified. This proposed contract action is for supplies
  or services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources. Suggest
  that small business firms or others interested in subcontracting
  opportunties in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. RFP will be issued to McDonnell Douglas Corporation,
  Defense and Electronics Systems, 5301 Bolsa Ave., Huntington
  Beach, CA 92647. All responsible sources may submit a bid,
  proposal, or quotation which shall be considered by this agency.
  Request solicitation package from address above, ATTN: AMSMI-AC-MOD,
  FAX 205-876-9633. The most recent representative unit price
  and quantity relative to this acquisition is NSN 5999-01-165-6531,
  Awd Date 062095, Qty 11, Unit Price $5,149.00. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer/bid.
  Adequate drawings, specifications or other technical data are
  not available for this procurement and will not be furnished.
  Potential offerors are encouraged to pursue qualifications
  for future buys in accordance with MMICOM Pamphlet 702-1 available
  through Internet. See Numbered Note(s): 22.
CITE: (I-347 SN011225)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 59--CAPACITOR
DUE 011697
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Curtis K. Jackson/Lpdpa/[405]739-5504
DESC: Item 0001 NSN 5910-00-866-7513RV P/N: 75146, Dim: W 2 5/8
  in, d  2 7/16 in, h 3 in; Matl: Spec no. 1379. Function: to
  store and hold an electrical charge until time for release
  to igniter. 81EA. Applicable to: Tf33/7/7a/100a. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 30 MAY 97 81 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 16 Dec 96. The anticipated award
  date will be 14 FEB 97. Written procedure will be used for
  this solicitation. To: Transaero Inc, Woodbury Ny 11797-2015.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. Award will be made only if the offeror, the product/service,
  or the manufacturer meets qualification requirements at the
  time of award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26.
CITE: (I-347 SN011297)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--DIPLEXER
SOL FD2040-96-27526
DUE 011397
POC For copy, Ludeke.3fh/Pklra/[916]643-0569, For additional
   information contact Ludeke.3fh/Pklra/[916]643-0569
DESC: Item 0001 NSN 5985-01-327-1308FD P/N: L5520-4, LI 0001A
  IS FOR  DATA IAW WITH DD FORM 1423 11EA. Destn: Mc Clellan
  Air Force Base Ca 95652-1060. Delivery: 31 MAR 97 11 ea ONLY
  FAXED REQUESTS WILL BE ANSWERED. THIS IS A SELECTED SOURCE
  FROM PREVIOUS SUPPLIER. DATA IS BEING PROCURED AS WELL. The
  approximate issue/response date will be 23 Dec 96. The anticipated
  award date will be 17 JAN 97. Oral procedure will be used for
  this solicitation. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) A.
CITE: (I-347 SN011386)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--BRST IDENT GEN
SOL F04606-97-Q-25318
DUE 012797
POC For copy, contact the info office indicated., For additional
   information contact Peck.3hc/Pklrb/[916]643-0579
DESC: Item 0001 NSN 5998-01-357-6635ZK P/N: 105380G1, The Air
  Force  intentends to have the original engineering manufacturer
  (Cardion) perform all engineering necessary to design, develop
  and test a prototype solution and provide all documentation
  necessary to implement the solution to enable the AN/FRN-45
  tactical air navigation system to be compatible with modern
  airborne digital interrogators. This effort is to be in accordance
  with Contractual Engineering Task SM-ALC/LHZ 96-006 and Cardion
  Engineering Change Proposal E007-0043. 1ea. Applicable to:
  An/Frn-43,-44,-45. Destn: Mc Clellan Air Force Base Ca 95652-1060.
  Delivery: 01 May 97 1 ea The approximate issue/response date
  will be 27 Dec 96. The anticipated award date will be 28 Feb
  97. Written procedure will be used for this solicitation. To:
  Cardion Inc, Woodbury Ny 11797-2925. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 26.
CITE: (I-347 SN011391)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 59--CAPACITOR & RAIL ASSY
SOL F34601-97-Q-52934
DUE 012397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Curtis K. Jackson/Lpdpa/[405]739-5504
DESC: Item 0001 NSN 5910-00-866-7512RV P/N: 75147, Dim: Rectangular
   shaped 4.928 in x 2.750 in material spec No 1379, 6 ea mounting
  places for 8-32 NC screws. One capacitor has 3 ea outlet terminals.
  Func: Used in the ignition exciter. Matl: Assy of parts. 35ea.
  Applicable to: Tf33/7/100; C141/E3a. Destn: Tinker Air Force
  Base Ok 73145-3032. Delivery: 30 APR 97 35 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 23 Dec 96. The anticipated award
  date will be 03 MAR 97. Written procedure will be used for
  this solicitation. To: Transaero Inc, Woodbury Ny 11797-2015.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. Award will be made only if the offeror, the product/service,
  or the manufacturer meets qualification requirements at the
  time of award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: 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 communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26.
CITE: (I-347 SN011401)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 59--CIRCUIT CARD ASSY BDA6
SOL F41608-96-R-31992
DUE 012397
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Gomez, Joyce A./ldkaa/[210]925-8461
DESC: Item 0001 NSN 5998-01-036-3297YA P/N: 629-0206-001, Main
  circuit  card, frequency output & modulation signals, size
  & dimen- sions: 11.4" x 4.45" x 0.49", predominant material:
  electronic components. 32EA. Applicable to: Common Support.
  Destn: Kelly Afb, Texas 78241-5947. Delivery: 28 FEB 97 32
  ea No government drawings or specifications available. The
  approximate issue/response date will be 23 Dec 96. To: Rockwell
  International Corp, Cedar Rapids Ia 52402-0000. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 22.
CITE: (I-347 SN011412)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL F41608-97-R-0074
DUE 012397
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Mcconnell, J./ldkac/[210]925-4651
DESC: Item 0001 NSN 5998-01-422-9638DQ P/N: 502907, SIZE/DIMENSIONS:
   12"L X 2.4"H X 6.6"W FORM/FIT/FUNCTION: A PWM VOLTAGE MODE
  CONTROLLED INVERTER THAT TRANSFORMS THE + AND - 200 VOC TO
  26V AT 800 HZ. THIS CCA IS PART OF THE FREQUENCY CHANGER P/N
  2215111-006 OF THE IAIS. PREDOMINANT MATERIAL: ELECTRONIC COMPONENTS
  6EA. Applicable to: F16 Iais. Destn: FMS DESTINATIONS. Delivery:
  31 DEC 97 6 ea Item 0002 NSN 5998-01-423-0359DQ Electronic
  Component P/N: 503577, SIZE: 12"L X 2.5'H X 6.6"W FUNCTION:
  MODULE ASSEMBLY ARE PWM CONTROLLED HALF-WAVE BRIDGE CONVERTERS
  THAT TRANSFORMS THE OUTPUT OF THE + AND - 200 VDC CAPACITOR
  BANK TO 115V, 400HZ, THREE-PHASE POWER MODULE ASSY IS PART
  OF FREQUENCY CHANGER P/N 2215111-006 WHICH IS INSTALLED IN
  IAIS TEST SET. MATERIAL: ELECTRONIC COMPONENTS 6EA. Applicable
  to: F 16 Iais. Destn: FMS DESTINATIONS. Delivery: 31 DEC 97
  6 ea Item 0003 NSN 5998-01-423-0348DQ Electronic Component
  P/N: 503035, SIZE: 12"L X 2.4"H X 6.6"W FUNCTION: DC/AC MODULE
  IS A BOOST CONVERTER SWITCHING AT 30 KHZ AND HAS POWER CORRECTION
  FACILITY THAT INSURES THE INPUT CURRECT IS IN PHASE WITH THE
  INPUT WOLTAGE OF THE FREQUENCY CHANGER P/N 2215111-006. MATERIAL:
  ELECTRONIC COMPONENTS 6EA. Applicable to: F 16 Iais. Destn:
  FMS DESTINATIONS. Delivery: 31 DEC 97 6 ea Item 0004 NSN 5998-01-423-2617DQ
  Circuit Card Assembly P/N: 502059, SIZE: 12"L X 2.4"H X 6.6"W
  FUNCTION: THE DC MODULE IS A CURRENT MODE CONTROLLED CONVERTER
  THAT TRANSFORMS THE + 400 VOC INPUT TO AN ISOLATED + AND -
  200 VOC CAPACITOR BANK. THIS CCA IS PART OF THE FREQUENCY CHANGER
  P/N 2215111-006 OF THE IAIS MATERIAL: ELECTRONIC COMPONENTS
  6EA. Applicable to: F 16 Iais. Destn: FMS DESTINATIONS. Delivery:
  31 DEC 97 6 ea Item 0005 NSN 5998-01-423-2618DQ Circuit Card
  Assembly P/N: 502577, SIZE: 12"L X 2.4"H X 6.6"W FUNCTION:
  CCA CONTAINS INDUCTOR CAPACITOR FILTERS WHOSE FUNCTION IS TO
  MINIMIZE HIGH-FREQUENCY NOISE IN THE FREQUENCY CHANGER P/N
  2215111-006 WHICH IS PART OF THE IAIS TEST SET. MATERIAL: ELECTRONIC
  COMPONENTS 3EA. Applicable to: F 16 Iais. Destn: FMS DESTINATIONS.
  Delivery: 31 DEC 97 3 ea Item 0006 NSN 5998-01-423-2619DQ Circuit
  Card Assembly P/N: 502021, SIZE: 12"L X 2.4"H X 6.6"W FUNCTION:
  CCA CONTAINS A SINGLE - -PHASE INDUCTOR- CAPACITOR FILTER CONSISTING
  OF TWO INDUCTORS AND TWO CAPACITORS WHOSE MAIN FUNCTION IS
  TO MINIMIZE THE DIFFERENTIAL HIGH FREQUENCY NOISE CARRED BACK
  INTO THE AC SUPPLY LINE OF THE FREQUENCY CHANGER P/N 2215111-006
  MATERIAL: ELECTRONIC COMPONENTS 3EA. Applicable to: F 16 Iais.
  Destn: FMS DESTINATIONS. Delivery: 31 DEC 97 3 ea There are
  1 additional items(s) in FSC(s) 014232610 The approximate issue/response
  date will be 23 Dec 96. To: Transistor Devices Inc, Cedar Knolls
  Nj 07927-0000. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Buyer's name (point of contact listed
  above) should be included on all solicitation requests. In
  addition, please include a FSCM/cage code for mailing purposes.
  See Note (s) 26,22.
CITE: (I-347 SN011415)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 59--OSCILLATOR, NONCRYST
SOL F42630-97-Q-03111
DUE 011497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Genee Ringel/Likm/[801]775-2093
DESC: Item 0001 NSN 5955-01-434-7016NM P/N: 2693441-1, This item
  is a  oscillator, noncrystal for a circuit card for the PWII
  computer control group MAU-169. 180ea. Applicable to: Circuit
  Card. Destn: Hill Air Force Base, Ut 84056-5825. Delivery:
  31 Jan 97 180 ea Qualification requirements: Sources must be
  qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The requirements of FAR 9.202(A) have
  been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) ALL
  The approximate issue/response date will be 24 Dec 96. The
  anticipated award date will be 14 Jan 97. Written procedure
  will be used for this solicitation. To: Q/Tech Corp, Los Angeles
  CA. No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  is cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Request for copies of
  solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  This part must be acquired from a manufacturing sources(s)
  specified on a source control or selected item drawing as defined
  by the current version of DoD-STD-100. Suitable technical data,
  government data rights, or manufacturing knowledge are not
  available to permit acquisition from other sources, nor qualification
  testing of another part, nor use of a second source part in
  the intended application. Although, by DoD-STD-100 definition,
  altered and selected items shall have an adequate technical
  data package, data review discloses that required data or data
  rights are not in Government possession and cannot be economically
  obtained. See Note (s) 26.
CITE: (I-347 SN011433)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 59--ELECTRICAL EXTRACTOR SET
SOL F41608-97-36541
DUE 012797
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Bond, Anthony,Capt/Ldkac/[210]925-6534
DESC: Item 0001 NSN 5998-01-278-6449DQ P/N: 16U90621-801, 14EA.
  Destn:  Kelly Afb, Texas 78241-5947. Delivery: 31 MAR 97 4
  ea 30 SEP 97 10 ea The approximate issue/response date will
  be 26 Dec 96. To: Lockheed Martin Corporation, Fort Worth Tx
  76101-0748. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) 22,26.
CITE: (I-347 SN011594)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 59--FLAME DETECTOR
SOL F41608-97-R-16079
DUE 020697
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Ortiz, F./ldkte/[210]925-8975
DESC: Item 0001 NSN 5980-01-009-0397LH P/N: 7720060-101, P/N
   30-207-13A Size: Approx 5" long and 1.5" diameter. Pred Matl:
  Electronics Function: Detects fire conditions Delivery: 31
  Aug 97, Destination: FB2059 FAX: 210-925-1059 36EA. Applicable
  to: C5a Acft-Qpa2. Destn: Kelly Afb, Texas 78241-6426. Delivery:
  29 AUG 97 36 EA GOVERNMENT FURNISHED DRAWINGS AND SPECIFICATIONS
  ARE NOT AVAILABLE. The approximate issue/response date will
  be 06 Jan 97. The anticipated award date will be 31 MAR 97.
  Written procedure will be used for this solicitation. To: Kidde
  Technologies Inc, Wilson Nc 27893-9643. To: Parker-Hannifin
  Corp, Irvine Ca 92713-1011. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. See
  Note (s) 33,73.
CITE: (I-347 SN011615)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL F41608-97-R-36537
DUE 021497
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Blackshere, B./ldkac/[210]925-4651
DESC: Item 0001 NSN 5998-01-372-6653DQ P/N: 2215195-003, Dimensions:
   15" x 7" x 1" Materials: Electronic components Function: CCA
  IS PART OF INTERFACE UNIT ASSY P/N: 2215080-005. CCA PROVIDES
  60 PROGRAMMABLE DISCRETE OUTPUTS SUCH AS +28VDC, GROUND, OPEN,
  OR EXTERNALLY APPLIED VOLTAGE TO UUT. ALL OUTPUTS ARE PROTECTED
  AGAINST SHORT CIRCUITS AND CURRENT OVERLOADS. 2EA. Applicable
  to: F-16 Ais. Destn: FOREIGN MILITARY SALES. Delivery: 30 JUN
  97 2 EA Item 0002 NSN 5998-01-372-6653DQ Circuit Card Assembly
  P/N: 2215195-003, Dimensions: 15" x 7" x 1" Materials: Electronic
  components Function: CCA IS PART OF INTERFACE UNIT ASSY P/N:
  2215080-005. CCA PROVIDES 60 PROGRAMMABLE DISCRETE OUTPUTS
  SUCH AS +28VDC, GROUND, OPEN, OR EXTERNALLY APPLIED VOLTAGE
  TO UUT. ALL OUTPUTS ARE PROTECTED AGAINST SHORT CIRCUITS AND
  CURRENT OVERLOADS. 3EA. Applicable to: F-16 Ais. Destn: FOREIGN
  MILITARY SALES. Delivery: 30 JUN 97 3 EA Government furnished
  drawings and specifications are not available. The approximate
  issue/response date will be 15 JAN 97. To: Gde Systems Inc,
  San Diego Ca 92150-9009. First article test required. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one,
  or a limited number of sources under the authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within forty five-days (thirty days
  if award is issued under an existing basic ordering agreement)
  after date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  The solicitation will contain the Blue Ribbon Program (BRP)
  solicitation provisions. Under the BRP, price and designation
  as a Blue Ribbon Contractor in the appropriate Federal Stock
  Class will be evaluated and considered in the contract award
  decision. If an offer is not received from a BRC and none of
  the participating offerors is designated as a BRC prior to
  contract award, award will be made to the offeror who meets
  the minimum requirements of the solicitation, offers the lowest
  evaluated price and is determined to be responsible. Buyer's
  name (point of contact listed above) should be included on
  all solicitation requests. In addition, please include a FSCM/cage
  code for mailing purposes. See Note (s) 26.
CITE: (I-347 SN011616)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 59--DIPLEXER
SOL F42620-97-Q-22166
DUE 012197
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Tsgt Burt Petkus/Lfke/[801]775-4013
DESC: Item 0001 NSN 5985-01-334-0952WF P/N: 587R358H03, P/N X470-237,
   This F16 filter diplexer is part of the AN/APG 66 radar. Dim:
  18" x 4" x 4" Material: aluminum 9ea. Applicable to: F-16.
  Destn: Hill Air Force Base, Ut 84056-5820. Delivery: 30 Nov
  98 9 ea Qualification requirements: Sources must be qualified
  prior to being considered for award. The solicitation will
  contain instructions for obtaining further information on this
  requirement. The requirements of FAR 9.202(A) have been completed
  and copies of the qualification requirements and standards
  may be obtained as described in the solicitation. These qualification
  requirements apply to line item(s) all The approximate issue/response
  date will be 31 Dec 97. The anticipated award date will be
  21 Jan 97. Written procedure will be used for this solicitation.
  To: Microwave Engineering Corporation, North Andover Ma 01845
  1041. To: Westinghouse Electric Corp/Ilsd, Baltimore Md 21203-0746.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  is cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Request for copies of
  solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  This part required engineering source approval by the design
  control activity in order to maintain the quality of the part.
  Existing unique design capability, engineering skills, and
  manufacturing knowledge by the qualified source(s) require
  acquisition of the part from the approved source(s). The approved
  source(s) retain data rights, manufacturing knowledge, or technical
  data that are not economically available to the Government,
  and the data or knowledge is essential to maintaining the quality
  of the part. An alternate source must qualify in accordance
  with the design control activity's procedures, as approved
  by the cognizant Government engineering activity. The qualification
  procedures must be approved by the Government engineering activity
  having jurisdiction over the part in the intended application.
CITE: (I-347 SN011630)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: 59--POWER AMPLIFIER
SOL F42650-97-R-0029
DUE 010797
POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional
   information contact Debbie Sparks/Pkoc/[801]777-4299
DESC: Solicitation number F4265097R0029; This solicitation is
  issued  as a Request for proposal. The solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-36. The standard industrial
  classification code is 3761; and the small business size standard
  is 500. This solicitation is not set aside for small business.
  Clin 0001; Item 5999PDMA4824; Qty 0001; U/I EA; Power Amplifier
  to include manuals. Mfg: Ling Electronics PN: dma 48-24. Clin
  0002; Item 5999PINSTALL; Qty 0001; U/I EA; Installation and
  Testing. Date of delivery 14 days ARO; Place of delivery OOALC/LMSMB,
  6055 DOGWOOD AVE BLDG 1265, RON PIERCE, HILL AFB UT 84056-5817
  ; Acceptance Dest; FOB Dest Clause 52.212-1, Instructions to
  Offerors - Commercial applies to this acquisition. Clause 52.212-2,
  Evaluation - Commercial Items does not apply to this acquisition.
  Offerors must include completed copies of the clauses 52.212-3
  and 252.212-7000, Offeror Representations and Certifications
  - Commercial Items with your offer. For copy contact Debbie
  Sparks (801)777-4299. Clause 52.212-4, Contract Terms and Conditions
  - Commercial Items applies to this acquisition. Clause 52.212-5,
  Contract Terms and Conditions Required To Implement Statutes
  Or Executive Orders - Commercial Items applies to this acquisition.
  The following additional FAR commodity clauses cited in the
  clause are applicable to the acquisition: 52.203-6; 52.203-10;
  52.219-08; 52.222-26; 52.222-35; 52.222-37; 52.225-18. Clause
  252.212-7001, Contract Terms and Conditions Required To Implement
  Statutes Or Executive Orders Applicable to Defense Acquisitions
  of Commercial Items applies to this acquisition. The following
  additional DFAR clauses cited in the clause are applicable
  to the acquisition: 252.225-7012; 252.233-700. The Defense
  Priorities and Allocations System (DPAS) applies to this acquisition.
  The DO Rating is C9E. The date 07 JAN 97, time 2:00 P.M. MST,
  offers are due at the Directorate of Contracting/OO-ALC/PKOC
  Debbie Sparks, 6038 Aspen Ave, Bldg 1289NE, Hill AFB, UT 84056-5805.
  For information regarding this acquisition, please contact
  Debbie Sparks, PH: 801-777-4299, FAX: 801-777-4899. Automated
  statements regarding availability of written solicitations
  do not apply to this acquisition. The approximate issue/response
  date will be 16 Dec 96. To: Ling Electronics, Anaheim CA 92806.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty-five days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Request for copies of solicitations must
  reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
CITE: (I-347 SN011669)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--AMPLIFIER, RADIO SET
SOL F04606-97-Q-25141
DUE 013197
POC For copy, contact the info office indicated., For additional
   information contact Webster.0lw/Pklcb/[916]643-3229
DESC: Item 0001 NSN 5996-01-099-2841 P/N: 623-4735-002, RADIO
  SET  AMPLIFIER, APPLICABLE TO THE AN/GRC-211. QUANTITY OF 4
  EA. 4EA. Applicable to: An/Grc-211. Destn: DTH004, THAILAND.
  Delivery: 26 JUN 98 4 ea ONLY ONE RESPONSIBLE SOURCE. NO DATA
  IS AVAILABLE. The approximate issue/response date will be 24
  Dec 96. The anticipated award date will be 31 Mar 97. Written
  procedure will be used for this solicitation. To: Rockwell
  International Corp, Cedar Rapids Ia 52498-0001. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 23, 25.
CITE: (I-347 SN011673)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--6.6 GHZ OSCILLATOR
SOL F04606-97-Q-42054
DUE 012797
POC For copy, contact the info office indicated., For additional
   information contact Blood.0lc/Pklc/[916]643-6379
DESC: Item 0001 NSN 5955-01-421-0896ZX P/N: EMF 624008, repair
  23ea.  Applicable to: Sctis. Destn: Mc Clellan Air Force Base
  Ca 95652-1060. Delivery: 30 Apr 97 23 ea Repair of AN/FSC-97
  communication equipment. The approximate issue/response date
  will be 26 Dec 96. The anticipated award date will be 14 Mar
  97. Written procedure will be used for this solicitation. To:
  Emf Systems Inc, State College Pa 16803 0000. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. It
  is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government.
CITE: (I-347 SN011674)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL F04606-97-Q-42055
DUE 012797
POC For copy, contact the info office indicated., For additional
   information contact Blood.0lc/Pklc/[916]643-6379
DESC: Item 0001 NSN 5998-01-377-8680ZX P/N: 021-132650-01, repair
  3ea.  Applicable to: Sctis. Destn: Mc Clellan Air Force Base
  Ca 95652-1060. Delivery: 30 Apr 97 3 ea Item 0002 NSN 5999-01-234-8849SS
  Circuit Card Assembly P/N: 021-101895-01, repair 4ea. Applicable
  to: Sctis. Destn: Mc Clellan Air Force Base Ca 95652-1060.
  Delivery: 30 Apr 97 4 ea Repair of AN/FSC-97 communication
  equipment. The approximate issue/response date will be 26 Dec
  96. The anticipated award date will be 14 Mar 97. Written procedure
  will be used for this solicitation. To: Stanford Telecommunications
  Inc, Sunnyvale Ca 94089-1117. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. It is suggested that small
  business firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government.
CITE: (I-347 SN011675)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59-- RELAY ASSEMBLY
SOL F04606-97-R-41012
DUE 012797
POC For copy, contact the info office indicated., For additional
   information contact Zeltvay.5an/Pkljc/[916]643-0503
DESC: Item 0001 NSN 5945-01-174-5729 P/N: 9002D01-4 OR -5,  Establishment
  of a two year requirements repair contract for relay assembly
  Appl to B1B Aircraft. Product must conform to Westinghouse
  design control Dwg 9002D01-4. Best estimated quantity 60 each.
  Ship to : FB2049, McClellan AFB CA 95652. Delivery 30 days
  ARO or items whichever is later. To be issued to Airtronics
  Inc, Tucson AZ and Sundstrand Corp, Lima OH. 60ea. Applicable
  to: B-1b. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery:
  30 Jun 97 30 ea No data to compete. Request for copies of the
  solicitation can be sent to the attention of Nancy Zeltvay/FAX
  916-643-6767 The approximate issue/response date will be 26
  Dec 96. To: Airtronics Inc, Tucson Az 85713 5304. To: Sundstrand
  Aerospace, Rockford Il 61125-7002. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. It is suggested that small
  business firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government.
CITE: (I-347 SN011676)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--CIRCUIT CARD ASSY
SOL F04606-97-R-41025
DUE 012797
POC For copy, Higgins.3hh/Pklrb/[916]643-0574, For additional
   information contact Higgins.3hh/Pklrb/[916]643-0574
DESC: Item 0001 NSN 5999-01-248-3595ZE P/N: 70-2681, Repair of
  88 each  circuit card assemblies. No data is available. 88EA.
  Applicable to: 433l System. Destn: Mc Clellan Air Force Base
  Ca 95652-1060. Delivery: 15 May 97 88 ea Item 0002 NSN 5999-01-248-3593ZE
  Circuit Card Assy P/N: 70-20105, Repair of 5 each circuit card
  assemblies. No data is available. 5EA. Applicable to: 433l_system.
  Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 15
  May 97 5 ea No data is available. Requirement is for repair
  of 2 different circuit card assemblies used on the CT12k systems.
  The approximate issue/response date will be 26 Dec 96. The
  anticipated award date will be 03 Mar 97. Oral procedure will
  be used for this solicitation. To: Vaisala Inc, Woburn Ma 01801-1068.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one source under the authority of FAR 6.202.
  This notice of intent is not a request for competitive proposals.
  however, all proposal received within twenty (20 days) after
  the date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  Specifications, plans, or drawings relating to the procurement
  described are incomplete or not available and cannot be furnished
  by the Government. See Note (s) 26.
CITE: (I-347 SN011677)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--RADIO FREQUENCY AMPLIFIER
SOL F04606-97-R-42067
DUE 012797
POC For copy, Higgins.3hh/Pklrb/[916]643-0574, For additional
   information contact Higgins.3hh/Pklrb/[916]643-0574
DESC: Item 0001 NSN 5996-01-315-5140ZW P/N: 41536-101, Repair
  of radio  frequency amplifiers. No data is available. 5EA.
  Applicable to: An/Mst-T1v. Destn: Mc Clellan Air Force Base
  Ca 95652-1060. Delivery: 01 Jul 97 5 ea Item 0002 NSN 5996-01-315-4023ZW
  Electronic Amplifier P/N: 41535, Repair of 4 each electronic
  amplifiers. No data is available. 4EA. Applicable to: An/Mst-T1v.
  Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 01
  Jul 97 4 ea No data is available. Requirement is for repair
  of 5 each radio frequency amplifiers and 5 each electronic
  amplifiers The approximate issue/response date will be 26 Dec
  96. The anticipated award date will be 03 Mar 97. Oral procedure
  will be used for this solicitation. To: Performance Controls
  Co, Horsham Pa 19044 0000. All responsible sources solicited
  may submit a bid, proposal, or quotation which shall be considered.
  Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or
  Services) required are available from only one or a limited
  number of responsible source(s) and no other type of supplies
  or services will satisfy agency requirements. The proposed
  contract action is for supplies and services for which the
  Government intends to solicit and negotiate with only one source
  under the authority of FAR 6.202. This notice of intent is
  not a request for competitive proposals. however, all proposal
  received within twenty (20 days) after the date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Specifications, plans, or drawings
  relating to the procurement described are incomplete or not
  available and cannot be furnished by the Government. See Note
  (s) 26.
CITE: (I-347 SN011678)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Department of the Navy, NAWCAD Contracts Competency Division,
  MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304
SUBJECT: 59 -- ULTRA-BROAD BAND LINEAR POWER AMPLIFIERS
SOL N00421-97-R-1076
DUE 021997
POC Tom Stann, Contract Specialist, 301-342-1825 x152; Rebecca
  J. Wathen, Contracting Officer, 301-342-1825 x133.
DESC: Ultra-broad band linear power amplifiers from 1 Mhz to
  1000 Mhz capable of 100 watts minimum at 0 dBm RF input (max.).
  Other requirements will be included in the solicitation. An
  indefinite delivery/indefinite quantity fixed price contract
  with a base year and four option years is anticipated. Total
  estimated quantity is 50 each over the five year period. Award
  will be made on a best value basis. FOB destination Patuxent
  River, MD. Required delivery will vary from 30 days to 120
  days and will be delineated in the solicitation. Requests for
  copies of the solicitation are to be in writing addressed to
  the issuing office or submitted via facsimile to (301) 342-1864
  to the attention of Tom Stann (code 25521L). All responsible
  sources may submit a proposal which shall be considered by
  the agency. See Numbered Note(s): 26
CITE: (I-347 SN011703)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-97-R-0364
DUE 011397
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. Co ntact
  Ellen Steinmetz/804-279-3275; c.o.- Lynn  mccormic K
DESC: PR-NO:  YPG96317000887 NSN 6150-01-123-7278, - solicitation
   SP0451-97-R-0364 is cancelled in its entirety.
CITE: (I-346 SN011114)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 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--WIRING HARNESS, BRANCHED, ELECTRICAL
SOL SP0451-97-Q-H564
DUE 012397
POC Contact:  for copies of RFQ under sap (available at least
  15  days from announcement) phone, FAX or write Attn: DSC r-jbpc,
  James  Davis/BG532, Contract Specialist, 804279 3780 or FAX
  8042796095. Mr. J.  R. West/contracting off icer/8042793780.
DESC: PR-NO:  YPG96327000575 NSN 6150-00-884-2070, Gull Inc,
  CAGE 26055,  P/N 080-001-005 or Simmonds precision products,
  CAGE 89305, P/N 185104-5.  critial application item.  Specifications,
  plans or drawings relating to  the procurements described are
  not available and cannot be furnished by  the government; therefore,
  offerors must provide the complete technical  data packages
  of both the approved and alternate part for evaluation.   110
  -EA to Mechanicsburg PA 17055; delivery 90 days ARO.  271 -EA
  to  Tracy CA 95376; delivery 90 days ARO.  Clauses F15 (52.211-9G47)
  dri and  M4A (52.211-9G65) eval of dri apply.the final contract
  award decision may be  based upon a combination of evaluation
  factors including past performance,  schedule compliance, price
  and other evaluation factors as described in  the RFQ.  Anticipated
  date of award - 02/10/97.  All responsible  sources may submit
  offer which DGSC shall consider.
CITE: (I-346 SN011120)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--BATTERY STORAGE
SOL SP0410-94-R-3572
DUE 011697
POC Contact:  contact:  Tracy S. tingley, contracting officer
  (AC  804279-5426); FAX AC804-279-4358.
DESC: PR-NO:  YPG96347 option to extend term of contract - 39
  months  (total).  Delivery schedule 30 days.  Duration of contract
  period:  3  months remaining in current option year.  Other
  than full and open.  See  NOTES 22, 12, 9, & 23.  First article
  test required.  Qualifying  activity:  ustacom, Warren, MI.
   See below the synopsis description.   Defense Supply Center
  Richmond, 8000 Jefferson Davis Hwy, Richmond, VA  23297.  61
  - vehicular Battery consignment program/SP041095D0002 Exide
   corporation vehicular Battery contract.  DSCR intends to modify
  the  existing vbcp contract to add the states of Alaska and
  Hawaii to the  current CONUS performance area.  The existing
  5-YEAR requirements type  contract provides for contractor
  supply of three vehicular Battery types  with related contractor
  inventory consignment and disposal services within  the 48
  continental United States.  Battery descriptions:  1) NSN 
  6140-01-051-4900 Battery, storage; lead acid IAW MIL spec 
  MIL-B-62346C(at) 10 Dec 90 type designation-6tl P/N MS52149-2
  qpl-62346  applies 2) NSN 6140-01-390-1969 Battery, storage;
  lead acid IAW MIL spec  MIL-B-11188G 3 Jan 93 type designation-2hn
  P/N M11188/1-B12V first article  test required 3) NSN 6140-01-390-1968
  Battery, storage; lead-acid IAW  MIL spec MIL-B-11188G 3 Jan
  93 type designation - 4HN P/N M11188/2-B-24V  first article
  test required fully charge and wet batteries to be delivered
   FOB Alaska and Hawaii destinations.  Contractor material management
   system to include, but not limited to, inventory management
  and  government ordering/payment procedures to utilize compatible
  electronic  data interchange (EDI) systems.  Letters of interest
  must be submitted by  the closing date of this notice which
  is 30 days after publication.  All  responsible sources may
  submit offer which DGSC shall consider.
CITE: (I-347 SN011131)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 61--POWER SUPPLY ASS DWG REV:N/C
SOL F04606-97-Q-25116
DUE 012797
POC For copy, contact the info office indicated., For additional
   information contact Zimmerman.3fz/Pklra/[916]643-0569
DESC: Item 0001 NSN 6130-01-317-9730ZW P/N: 3D55690G01, POWER
  SUPPLY  ASSEMBLY NHA: AN/T PS-63 1EA. Applicable to: An/Tps
  43 System. Destn: Mc Clellan Air Force Base Ca 95652-1060.
  Delivery: 03 Nov 97 1 ea The Government does not have data
  for competition. The approximate issue/response date will be
  27 Dec 96. The anticipated award date will be 28 Feb 97. Written
  procedure will be used for this solicitation. To: Westinghouse
  Elec Corp, Baltimore Md 21203-0746. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered.
CITE: (I-347 SN011390)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 61--GENERATOR
SOL F04606-97-Q-50057
DUE 013097
POC For copy, contact the info office indicated., For additional
   information contact Kleitsch.5ae/Pkljc/[916]643-0517
DESC: Item 0001 NSN 6115-00-856-0791 P/N: 903J935-4 REV N, 7ea.
  Destn:  Mc Clellan Air Force Base Ca 95652-1060. Delivery:
  31 DEC 97 7 ea NO DATA AVAILABLE The approximate issue/response
  date will be 30 Dec 96. The anticipated award date will be
  28 FEB 97. Written procedure will be used for this solicitation.
  To: Sundstrand Aerospace Corporation, Lima Oh 45804-0000. To:
  Westinghouse Electric Corp, Pittsburgh Pa 15235-5068. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one
  source under the authority of FAR 6.202. This notice of intent
  is not a request for competitive proposals. however, all proposal
  received within twenty (20 days) after the date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. See Note (s) CBD
  NOTES 26.
CITE: (I-347 SN011511)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 61--GENERATOR CONTROL UNIT, EXTERNAL
SOL F04606-97-Q-50136
DUE 013097
POC For copy, contact the info office indicated., For additional
   information contact Kleitsch.5ae/Pkljc/[916]643-0517
DESC: Item 0001 NSN 6110-01-232-2998 P/N: 51517-451, 3ea. Destn:
  Mc  Clellan Air Force Base Ca 95652-1060. Delivery: 28 NOV
  97 3 ea NO DATA AVAILABLE The approximate issue/response date
  will be 30 Dec 96. The anticipated award date will be 28 FEB
  97. Written procedure will be used for this solicitation. To:
  Lucas Aerospace Power, Aurora Oh 44202 8026. To: Mc Donnell
  Douglas Corp, Saint Louis Mo 63166-0516. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one source under the authority
  of FAR 6.202. This notice of intent is not a request for competitive
  proposals. however, all proposal received within twenty (20
  days) after the date of publication of this synopsis will be
  considered by the Government. A Determination by the Government
  not to compete this proposed contract based upon responses
  to this notice is solely within the discretion of the Government.
  Information received will normally be considered solely for
  the purpose of determining whether to conduct a competitive
  procurement. It is suggested that small business firms or others
  interested in subcontracting opportunities in connection with
  the described procurement make contact with the firm(s) listed.
  Specifications, plans, or drawings relating to the procurement
  described are incomplete or not available and cannot be furnished
  by the Government. See Note (s) NOTES 26.
CITE: (I-347 SN011512)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 61--CONTROL POWER SUPPLY
SOL F41608-97-R-0078
DUE 122696
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Menchaca, A./ldkj/[210]925-8845
DESC: Item 0001 NSN 6130-01-358-7700YP P/N: 17B1D4701-1, P/N
  2118608-2  P/N: 2118608-3-1, Size: Approx. 6" X 6" Function:
  Supplies Pover to the Forward ACFT Fuselage Electrical Equipment
  Material: Electrical Delivery: 31 Jul 97 2EA. Applicable to:
  C-17 Aircraft. Destn: Robins AFB, GA. 31098. Delivery: 31 Jul
  97 2 EA Government Furnished Specifications, Blue Prints, Bid-Sets,
  and/or data are are not available The approximate issue/response
  date will be 12 Dec 96. The anticipated award date will be
  31 Jan 97. Written procedure will be used for this solicitation.
  To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. To: Alliedsignal
  Inc, Tempe Az 85740-8001. To: Allied Signal Inc., Tempe Az
  85285 2200. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) 26.
CITE: (I-347 SN011606)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: 61--POWER DISTRIBUTION UNIT
SOL F09650-96-T-9726
DUE 021097
POC For copy, WR-ALC/PKOC, For additional information contact
  Sharon  Broughton/Pkoca/[912]926-5151
DESC: Item 0001 NSN 6130-P9-382-632067 P/N: N/A, Desc: Unit,
  power  distribution; an integrated device which provides isolation,
  distribution, control and monitoring of AC power and shall
  properly interface the Bldg's AC power source with sensitive
  electronic loads. A separate written RFQ will not be issued
  - this synopsis anouncement serves as the request for quotation.
  For additional information contact Sharon Broughton, PKOCA,
  912-926-5151. 7ea. Applicable to: N/A. Destn: Robins Air Force
  Base Ga 31098-1611. Delivery: TBA 7 ea FAX 912-926-3569 The
  approximate issue/response date will be 10 Jan 97. The anticipated
  award date will be 14 Jan 97. Written procedure will be used
  for this solicitation. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered.
CITE: (I-347 SN011624)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: 61--CONVERTER UNIT
SOL F09650-97-R-0105
DUE 021097
POC For copy, WR-ALC/PKOC, For additional information contact
  Sharon  Broughton/Pkoca/[912]926-5151
DESC: Item 0001 NSN 6130-P9-382-162067 P/N: N/A, Desc: Converter
  Unit,  Solid State Frequency. Full Pt. Number is: PC060-V-
  40-VN-12P-P. 4ea. Applicable to: N/A. Destn: Robins Air Force
  Base Ga 31098-1611. Delivery: TBA 4 ea Fax number: 912-926-3569.
  The approximate issue/response date will be 10 Jan 97. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered.
CITE: (I-347 SN011626)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 61--ROTOR, GENERATOR
SOL F04606-97-50065
DUE 012797
POC For copy, contact the info office indicated., For additional
   information contact Mcpherson.5am/Pkljc/[916]643-0521
DESC: Item 0001 NSN 6115-01-121-6975 P/N: 948F090-1, Rotor, generator;
   shaft driven; 4.4990 inches min and 4.5010 inches maximum.
  End item application: e3a awacs aircraft 5EA. Destn: Mc Clellan
  Air Force Base Ca 95652-1060. Delivery: 31 DEC 97 5 ea The
  approximate issue/response date will be 26 Dec 96. The anticipated
  award date will be 28 FEB 97. Written procedure will be used
  for this solicitation. To: Sundstrand Aerospace, Rockford Il
  61125-7002. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements.
CITE: (I-347 SN011671)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 62--LAN UPGRADE TO 486 SYSTEM
SOL F04699-96-Q-3068
DUE 123096
POC For copy, contact the info office indicated., For additional
   information contact Dodson.K8e/Pkocc/[916]643-3797
DESC: Item 0001 NSN 6210- - - Please read the following supplies
  for  this order - all or none and No substituitions - F04699-96-Q3068,
  due 12-30-96, contact wayne dobson at 916-643-3797 or fax submission
  to 916-643-4157. This PR is for the following Deskside Data
  Storage Subsystem, PN: 6210-2000-6651, Qty 3; 3201 SE RAID
  Controller, PN: 6210-F050-0000, Qty 3; 32MB cache for 3201,
  PN: 6210-f102-0000 , Qty 3; 4.2GB disk in canister for total
  capacity of 4.2GB, PN:6210-F205-0000 , Qty 30; DOS Raid Manager
  2.03, PN: 6210-F919-0000, Qty 3; SL PCI Host Adapter SE, PN:
  6299-K953-VMET, Qty 3; 68-50 SCSI cable 1.5M, PN: 1415-C076-
  0015, Qty 3. This is a all or none - and no RFQ is anticipated
  at this time. ea. Applicable to: Lan Upgrade. Destn: Mc Clellan
  Air Force Base Ca 95652-1060. Delivery: 15 JAN 97 All or None
  - No RFQ is anticipated at this time The approximate issue/response
  date will be 04 Dec 96. The anticipated award date will be
  07 Jan 97. Written procedure will be used for this solicitation.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) No oral submissions
  accepted.
CITE: (I-347 SN011680)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: USDA, Food Safety and Inspection Service, ASD, PCS, Room
  2161 South Building, 1400 Independence Avenue SW, Washington,
  DC 20250-3700
SUBJECT: 65 -- SIFT TEST KITS
SOL FSIS-2-W-97
DUE 010797
POC Contact Point, Claudia Andrews, (202) 720-9891
DESC: The U.S. Department of Agriculture's Food Safety and Inspection
  Service (FSIS) is responsible for the testing of whole, raw
  meat and poultry tissues and products to verify species composition
  in slaughter and processing plants. FSIS has developed a series
  of Species Identification Field Tests (SIFT), as preliminary
  screen tests, that could be easily performed in plants by inspectors.
  Tissues found to contain violative species by the initial screen
  test results are then subjected to final confirmation using
  specific SIFT test for beef, pork, poultry and sheep. The basis
  of each of these four SIFT test is a serological immunodiffusion
  identification system using prepared antigen and specific antibody
  as stabilized filter paper reagent discs applied to a prepared
  agar diffusion plate containing a positioning template. Each
  species test system is formatted into a complete kit containing
  all necessary reagent components in a stabilized condition
  to allow relatively long shelf life when kept under refrigerated
  storage. FSIS has a requirement for the development of the
  reagents for the production of the complete test kits. The
  period of performance for the contract will be one year with
  four additional one year option periods. Solicitation packages
  will be available on or about December 18, 1996. All request
  for the solicitation package shall be in writing. Telephone
  request will not be accepted. Request may be faxed to 202-690-1814.
  All responsible sources may submit a proposal which will be
  considered by the Agency.
CITE: (I-346 SN011070)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 65--INFLUENZA VIRUS VACCINE USP
SOL SPO200-97-R-1002
DUE 012697
POC Contact:  receptionist 215-737-3100
DESC: See NOTE:  # 9 and # 12 various NSNS, 6505-01-437-3600,
  3950,  and 3955, 50 dose whole/split:  27,000 VI/10 dose split:
   39,200 VI/10  dose whole/split:  157,000 VI, U/I vial, Del.
  to various destns, 30  day rfp-issued O/A 12/26/96, sched Del
  per bng 1 Sep 97 and ending 1 Oct  97, unrest.  Acq. with eval
  pref for SDB concerns, POC:  Proc. Agnt,  Anna Podlas, on (215)
  737-5768, or KO, Mary E. Lee, on (215) 737-7896,  all materials
  used in fabrication are to be furnished by the successful 
  bidder(S).  Approx.  Bid opening dte is 012697.  This is only
  an EST.  dte.  All responsible sources may submit a proposal
  which shall be  considered by the agency.  Solicitation requests
  may be transmitted via:   facsimile # (215)737-4540, Attn:
  bid officer all responsible sources may  submit offer which
  DPSC shall consider.
CITE: (I-347 SN011157)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 65--OTOSCOPE AND OPHTHALMOSCOPE SET, BATTERY TYPE WITH
  OPEN-HEAD  OTOSCOPE
SOL SPO200-97-R-4002
DUE 012697
POC Contact:  receptionist 215-737-3100
DESC: PR-NO:  YPM96300000001 NSN 6515-00-550-7199, @OTOSCOPE
  head type  open @III intermediate package quantity 1 @III exterior
  container quantity  24 @III unit of issue weight 2.21 pounds
  @III exterior container weight  52.00 pounds @III unit of issue
  cube 0.188 cubic feet 853 -SE Del to  Mechanicsburg PA 17055-0789
  Del by 04 Mar 97.  359 -SE Del to Tracy CA  95376-5000 Del
  by 04 Mar 97.  1,205 -SE Del to Ogden UT 84407-5701 Del  by
  04 Mar 97.  See NOTE:  #9 total qty 2417 SE, U/I SE, Del. to
  DD  Mech, PA and DD Tracy, CA, CID A-A-54043A, DTD 7-29-91
  sched Del per  ending 60 days ADA, unrest.acq., POC:  Proc.
   Agnt, Kathy Scavillo,  on (215) 737-7729, or KO, Michael McKeown,
  on (215) 737-7230, 30 day  rfpissued O/A 122696, all materials
  used in in fabrication are to be  furnished by the successful
  bidder(S).  Approx. bid opening dte is  012697.  This is only
  an EST. dte.  All responsible sources may submit a  proposal
  which shall be considered by the agency.  Solicitation requests
   may be transmitted via:  facsimile # (215)-737-0144, all responsible
   sources may submit a proposal which shall be considered by
  the agency.  All  responsible sources may submit offer which
  DPSC shall consider.
CITE: (I-347 SN011158)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: VA Medical Center (614/90C), 1030 Jefferson Av., Memphis,
  TN 38104-2193
SUBJECT: 65 -- CATHETER AND NEEDLE UNIT
SOL IFB 614-56-97
DUE 011697
POC Patricia D. Gray, Contract Specialist Phone No. 901-577-7341
  Fax No. 901-577-7242
DESC: This is a yearly requirements-type contract for catheter
  and needle unit, IV, sterile, individual package, disposable
  (Insyte Autoguard Shielded I.V. Catheter). Consists of 20 gauge,
  2.54 cm (l inch) long needle. Radiopaque vialon catheter with
  luer lock adapter, color coded green (50/pg; 4 pg/cs). Becton-Dickinson
  # 38-17420-1 or equal. Anticipated usage is 200 cases per year.
  Bid issue date is o/a 12/30/96 and bid opening date is o/a
  1/16/97. All requests must be in writing. SIC is 8999.
CITE: (I-347 SN011234)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: VA Medical Center (614/90C), 1030 Jefferson Av., Memphis,
  TN 38104-2193
SUBJECT: 65 -- CATHETER AND NEEDLE UNIT
SOL IFB 614-56-97
DUE 011697
POC Patricia D. Gray, Contract Specialist Phone No. 901-577-7341
  Fax No. 901-577-7242
DESC: This is a yearly requirements-type contract for catheter
  and needle unit, IV, sterile, individual package, disposable
  (Insyte Autoguard sterile, individual paShielded I.V. Catheter).
  Consists of 20 gauge, 2.54 cm (l inch) long needle. Radiopaque
  vialon catheter with luer lock adapter, color coded green (50/pg;
  4 pg/cs). Becton-Dickinson # 38-17420-1 or equal. Anticipated
  usage is 200 cases per year. Bid issue date is o/a 12/30/96
  and bid opening date is o/a 1/16/97. All requests must be in
  writing. This is 100% SBSA. SIC is 8999.
CITE: (I-347 SN011238)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential
  Sources Sought
OFFADD: Olin E. Teague Veterans' Center, 1901 South 1st Street,
  Temple, TX 76504
SUBJECT: 65 -- REAGENTS FOR BECKMAN INSTRUMENT'S SYNCHRON CX
  7
SOL 674-97-38
DUE 123196
POC Bonnie McQuiston, Contracting Officer 817-771-4575
DESC: The Temple, TX, VA intends to award a contract for reagents
  and calibrators to be used on Beckman Instrument's Synchron
  CX 7 located at the Waco, TX, VA. This is a combined synopsis
  for commercial items prepared in accordance with the subparts
  in Federal Acquisition Regulation 12.6, as supplemented with
  additional information included in this announcement constitutes
  the only solicitation; proposals are being requested and a
  written solicitation will not be issued. This solicitation
  is issued as a request for proposal. This solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-42. The standard industrial
  code is 2819. Pricing shall be submitted for calibrators &
  reagents as follows: Beckman brand or equal calibrators shall
  be delivered, FOB Destination, 1 ea/month from the date of
  award until 9/30/97 as follows: #445803 Dat Negative Urine;
  #445802 I Dat High Urine 1x5ml; #445807 II Dat High Urine 1x5ml;
  #445801 I Dat Low Urine 1x5ml; #445806 II Dat Low Urine 1x5ml;
  #445811 THC Urine 100ng/ml 1x5ml; #445814 THC Urine 200ng/ml
  1x5ml; #450160 Wash Concentrate 1x2L. Beckman brand or equal
  reagents shall be delivered 5 ea/month from the date of award
  until 9/30/97 as follows: #445965 Dat Amphetamine; #445975
  Barbiturates 1x150 test; #445980 Benzodiazepine 1x150 test;
  #445990 Cannabinoid (THC) 100ng 1x150 test; #445985 Cocaine
  Metabolite 1x150 test; #445960 Opiate 1x150 test. Offerors
  shall provide a completed set of provisions with proposal found
  at 542.212-03, Offeror Representations and Certifications--Commercial
  items. Provisions and clauses found at 52.212-1, 52.212-4,
  and 52-212-5 also apply. Proposals shall be submitted to the
  address listed above or faxed to 817-771-4508 and directed
  to the attention of Bonnie McQuiston (90C). The solicitation
  number 674-97-38 shall be listed on the outside of proposal
  envelopes. Proposals are due by 2:00 PM December 31, 1996.
CITE: (I-347 SN011266)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 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--INDICATOR, SIGHT, LIQUID
SOL SP0440-97-Q-T504
DUE 011497
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)745-7918. 
  For copies of RFQ solicitations,  contact:  Sharon quint er/AX403/804-745-7918.
  contracting officer:   Shirley ma xey/804-279-3364.
DESC: PR-NO:  YPG96310003590 NSN 6680-01-118-1687, part number:
    Vickers incorp., Tedeco Division, CAGE 97484, P/N PS53B.
   Sunstrand  aviation operations, unit of Sunstrand Corp., CAGE
  99167, P/N 56544-4,  E/I appel:  CH47D.  @MATERIAL aluminum
  alloy @OVERALL height 0.760  inches nominal @WIDTH across flats
  1.000 inches nominal @MEDIA for which  designed oil @FURNISHED
  data liquid level @END connection type external,  seat or gasket
  SE AL single END @THREAD series designator UNF single END 
  @NOMINAL thread size 0.750 inches single END 1,014 -EA Del
  to San Diego  CA 92132-5044 Del by 90 DARO.  Other than full
  and open (10 U.S.C.  2304(C)(1)) (FAR 6.302-1) additional remarks:
   this item is critical  application.  See synopsis guidance
  infomation.  Buyers's FAX number is  804-745-7955.  All responsible
  sources may submit offer which DGSC shall  consider.
CITE: (I-346 SN011116)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 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--TRANSDUCER, ULTRASONIC TEST STANDARD
SOL SP0400-97-T-3042
DUE 123196
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:  YPG96317000051 NSN 6635-01-333-3990, part number:
   G.E.  engine support operations, P/N 1423M36P01.  Specifications,
  plans or  drawings relating to the procurement described are
  not available and  cannot be furnished by the government. 
  CICA:  see AID 42 -EA Del to  Richmond VA 23297-5900 Del by
  240 ARO.  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 decribed 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):  GE solicitations
  between $25,000 - $50,000  solicitation will be made:  in writing
  all responsible sources may submit  offer which DGSC shall
  consider.
CITE: (I-346 SN011117)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--GENERATOR, SIGNAL
SOL SP0920-97-Q-A087
DUE 123196
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:  YPE96302001013 NSN 6625-01-289-2062, generator,
  Signal  CAGE 19207 Part No 12363453 CAGE 47457 Part No 599602
  134 -EA Del to  Lathrop CA 95330 Del by 22 Dec 96.  120 -EA
  Del to Mechanicsburg PA  17055-0789 Del by 22 Dec 96.  No drawings
  are available.  Other than  full and open competition:  part
  numbered item.  Products offered clause  applies.  Various
  increments solicited:  1-100, 101-250, 251-500.  PR  quantity:
   254 EA destinations Stockton, CA 95296-0130, Mechanicsburg,
   PA 17055-0789 delivery schedule 254 within 180 days set-aside
  type:   unrestricted (sole source/single source) (no preference)
  size standard:   500 all responsible sources may submit offer
  which DESC shall consider.
CITE: (I-347 SN011165)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WWC), Rock Island , IL
  61299-7630
SUBJECT: 66 -- DYNAMIC REFERENCE UNIT (DRU)/DYNAMIC REFERENCE
  UNIT HYBRID
SOL DAAE20-97R0031
DUE 020397
POC Contract Specialist: Dee Ann DeWinter (309) 782-3801 PCO:
  Allan W. Hutson (309) 782-3220
DESC: 6605-01-334-9447, Part Number 9396270. Requirements are
  40 ea Dynamic Reference Unit (DRU). 6605-01-422-0715, Part
  Number 12967900. Requirements are 40 ea Dynamic Reference Unit
  Hybrid. For use on the Modular Azimuth Position System (MAPS).
  FOB is Destination. Repair contract for the DRU/DRUH in support
  of MAPS. Estimated repair quantities are 40 each. Published
  for subcontracting purposes only. This proposed action is for
  supplies for which the government does not own specifications
  and drawings to permit full and open competition. Firms that
  recognize and can produce the required item(s) are encouraged
  to identify themselves to the Contracting Officer, and provide
  supporting evidence which will permit their participation in
  the current or future solicitations. Sole source for this action
  is Honeywell, Inc., Clearwater, FL. Interested vendors should
  contact prime contractor listed above. All or part of this
  action is an unfunded FY97 requirement. Estimated issue date
  of this solicitation is 010397. 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 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)782-7428.
  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.
CITE: (I-347 SN011248)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 66--ACCELEROMETER TRANSMITTER
DUE 011697
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Ron Johnson/Lidic/[405]739-5510
DESC: Item 0001 NSN 6615-01-042-3921NT P/N: TRU 106A1, 44EA.
   Applicable to: C/Kc 135 Acft. Destn: Tinker Air Force Base
  Ok 73145-3028. Delivery: 31 Jan 97 10 ea 28 Feb 97 10 ea 31
  Mar 97 10 ea 30 Apr 97 10 ea 30 May 97 4 ea Item 0002 NSN 6615-01-042-3921
  Accelerometer Transmitter P/N: TRU 106A1, 22ea. Applicable
  to: C/Kc 135 Acft. Destn: Tinker Air Force Base Ok 73145-3028.
  Delivery: 30 May 97 6 ea 30 Jun 97 10 ea 31 Jul 97 6 ea Item
  shall be made in accordance with MIL-T-83174B(3) with changes
  provided as attached to solicitation. The approximate issue/response
  date will be 16 Dec 96. First article test required. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Specifications, plans, or drawings relating to the
  procurement described are incomplete or not available and cannot
  be furnished by the Government. Note: While price will be a
  significant factor in the evaluation of offers, the final contract
  award decision may be based upon a combination of price and
  past performance factors as detailed in the solicitation. Note:
  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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 9, 26.
CITE: (I-347 SN011284)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 66--TOXIC INDICATOR
SOL W58RGZ-36-0716
DUE 020397
POC For copy, Nasif, S./ldktk/[210]925-5898, For additional 
  information contact Nasif, S./ldktk/[210]925-5898
DESC: Item 0001 NSN 6665-00-941-6554 P/N: MILI38715, The Indicator
   shall detect explosive vapor or gases associated with fuel
  oils or gasoline, alcohol vapors, and hydrogen in mixures with
  air. 386ea. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31
  Jul 97 386 ea GOVERNMENT DRAWINGS ARE NOT AVAILABLE The approximate
  issue/response date will be 02 Jan 97. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. See
  Note (s) 26, 1.
CITE: (I-347 SN011383)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 66--BEAM AY
SOL F34601-97-R-08048
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Ron Johnson/Lidic/[405]739-5510
DESC: Item 0001 NSN 6615-01-243-7827 P/N: 478412-04, Dim: 3 inches
   length x 1/2 inch diamade of aluminum funct: controls Movement
  Of a/c in pitch, roll & Yaw nha-6615012486599 f15 a/c 8EA.
  Applicable to: F15 Acft. Destn: Tinker Air Force Base Ok 73145-3028.
  Delivery: 28 Feb 97 8 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 24 Dec 96. The anticipated award date will be
  24 Feb 97. Written procedure will be used for this solicitation.
  To: Lear Astronics Corp, Santa Monica Ca 90406-0442. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Specifications, plans, or drawings relating to the
  procurement described are incomplete or not available and cannot
  be furnished by the Government. Note: While price will be a
  significant factor in the evaluation of offers, the final contract
  award decision may be based upon a combination of price and
  past performance factors as detailed in the solicitation. Note:
  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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 26.
CITE: (I-347 SN011428)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 66--BEAM AY
SOL F34601-97-R-08048
DUE 012497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Ron Johnson/Lidic/[405]739-5510
DESC: Item 0001 NSN 6615-01-243-7827 P/N: 478412-04, Dim: 3 inches
   length x 1/2 inch diamade of aluminum funct: controls Movement
  Of a/c in pitch, roll & Yaw nha-6615012486599 f15 a/c 8EA.
  Applicable to: F15 Acft. Destn: Tinker Air Force Base Ok 73145-3028.
  Delivery: 28 Feb 97 8 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 24 Dec 96. The anticipated award date will be
  24 Feb 97. Written procedure will be used for this solicitation.
  To: Lear Astronics Corp, Santa Monica Ca 90406-0442. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Specifications, plans, or drawings relating to the
  procurement described are incomplete or not available and cannot
  be furnished by the Government. Note: While price will be a
  significant factor in the evaluation of offers, the final contract
  award decision may be based upon a combination of price and
  past performance factors as detailed in the solicitation. Note:
  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 communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to 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 the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 26.
CITE: (I-347 SN011472)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 66--ELECTRICAL FREQUENCY SYNTHESIZER
SOL F41608-96-R-0260
DUE 012797
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Wilder, V./ldkac/[210]925-4651
DESC: Item 0001 NSN 6625-01-246-1642DQ P/N: 2231955-002, Size:
  13"L x  8"W x 3"D (approximately) Pred Matl: Electronic components
  Function: Measures frequencies and rise times Delivery: 31
  DECEMBER 1997 1EA. Applicable to: F-16 Ais. Destn: Kelly Afb,
  Texas 78241-5947. Delivery: 31 DEC 97 1 ea Item 0002 NSN 6625-01-246-1642DQ
  Electrical Frequency Synthesizer P/N: 2231955-002, Size: 13"L
  x 8"W x 3"D (approximately) Pred Matl: Electronic components
  Function: Measures frequencies and rise times Delivery: 31
  DECEMBER 1997 11EA. Applicable to: F-16 Ais. Destn: Kelly Afb,
  Texas 78241-5947. Delivery: 31 DEC 97 11 ea THIS IS A 100%
  SMALL BUSINESS SET-ASIDE The approximate issue/response date
  will be 27 Dec 96. First article test required. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. Buyer's
  name (point of contact listed above) should be included on
  all solicitation requests. In addition, please include a FSCM/cage
  code for mailing purposes. See Note (s) 1.
CITE: (I-347 SN011593)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Wr-Alc/Lrk, 750 Third St, Robins Air Force Base Ga 31098-2122
SUBJECT: 66--TEST SET, RADIO PRC-112
SOL F09604-97-Q-00140
DUE 011597
POC For copy, Melanie Moreland/Lrka/[912]926-1721, For additional
   information contact Melanie Moreland/Lrka/[912]926-1721
DESC: Item 0001 NSN 6625- - - P/N: TS-4317-3, DESC: Test set,
  radio  PRC-112 3ea. Applicable to: U-2. Destn: Robins Air Force
  Base Ga 31098-2122. Delivery: 01 Apr 97 3 ea The approximate
  issue/response date will be 01 Jan 97. The anticipated award
  date will be 29 Jan 97. Written procedure will be used for
  this solicitation. To: Ifr Inc, Wichita Ks 67215-8999. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) See notes 22 & 26.
CITE: (I-347 SN011623)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: 66--PROPELLANT TEST SYSTEM, HIGH RATE
SOL F42650-97-R-0032
DUE 013097
POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional
   information contact Carla Porter/Pkoc/[801]777-0186
DESC: NSN: 6625PPROPELTEST, Develop, install, and demonstrate
  a  propellant test system capable of performing tensile & stress/relaxation
  tests on solid rocket propellants under controlled pressure
  & temperature, both high/low velocity and short stroke; followed
  by high speed to rupture tensile test from preloaded stress/relax
  position. System will consist of single loading frame w/hydraulic
  servo-acuator subsystem, pc based digital servo controls, hydraulic
  power system, stroke lvdt, clip on extensometry, software &
  hardware for data acquisition. Load unit provided w/integral
  pressure vessel w/internal loading reaction frame, temp control
  subsystem & pressure control subsystem for maintaining desired
  environmental conditions. Delivery: 8 months ARO Destn: Hill
  AFB UT 84056 The approximate issue/response date will be 31
  Dec 96. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Request for copies of solicitations
  must reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. 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 communicate
  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 Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
CITE: (I-347 SN011670)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Department of the Navy, NAWCAD Contracts Competency Division,
  MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304
SUBJECT: 66 -- PRECISION PRESSURE STANDARDS AND AUTOMATED PRESSURE
  CALIBRATION SYSTEMS
SOL N00421-97-R-1039
DUE 021097
POC Tom Stann, Contract Specialist, 301-342-1825 x152; Rebecca
  J. Wathen, Contracting Officer, 301-342-1825 x133.
DESC: Precision pressure standards and automated pressure calibration
  systems. The pressure standards will be used in calibrating
  dial pressure gauges and digital pressure measurement devices.
  The automated pressure calibration systems are intended to
  be used by Navy personnel in a shipboard machinery room environment
  to generate and control pressure gauges, switches, transducers,
  transmitters, and other pressure measuring devices. Specifications
  will be included in the solicitation. A fixed price requirements
  contract 36 months in duration is anticipated. The contract
  will be for the requirements of the NAVAIR Metrology and Calibration
  Program. The total estimated quantity for the 36 month duration
  is ten each precision pressure standards and ten each automated
  pressure calibration systems. It is the intent of the Government
  to acquire commercial items. Award will be made on a low cost
  technically acceptable basis. FOB origin. Required delivery
  will be 90 days. Requests for copies of the solicitation are
  to be in writing addressed to the issuing office or submitted
  via facsimile to (301) 342-1864 to the attention of Tom Stann
  (code 25521L). All responsible sources may submit a proposal
  which shall be considered by the agency. See Numbered Note(s):
  12
CITE: (I-347 SN011702)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 67--LENS, SUPPLEMENTARY EEV INC (6P860)
SOL SP0500-97-Q-G693
DUE 011397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Margaret Kashow/LAB31/X0939 buyer:
   Margaret  Kashow/LAB31/X0939
DESC: PR-NO:  YPI96338001114 NSN 6730-01-375-8903, Tech data
  package  availability:  4 -EA Del to Mechanicsburg PA 17055-0789
  Del by 18 Mar 97.   3 -EA Del to Tracy CA 95376-5000 Del by
  18 Mar 97.  RFQ due date 97 Jan  13 specs:  eev Inc P/N ESA
  350133AA primary quantity:  7 deliveries to  CONUS(excluding
  Alaska) delivery schedule:  120 days ADO NOTE 2 applies  specs/Dwgs
  are not required to obtain a copy of this solicitation please
   FAX request to (215) 697-6333, X1462, X2978.
CITE: (I-347 SN011213)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 68--FUEL SYSTEM ICING INHIBITOR, HIGH FLASH
SOL SP0450-97-Q-N266
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations, phone or writ
  E  DSCR Attn: DSCR-JDPC Richmond VA 23297-5312/sue crol L/AC421/buyer/
   (804)279-4352/fax:  (804)279-3058.
DESC: PR-NO:  YPG96298000920 NSN 6850-01-089-5514, fuel system
  icing  inhibitor, high flash diethylene glycol monomethyl ether;
  unit drum is  55 GL net at 15.5 deg C; critical application
  item; specification (NOTE  9); delivery schedule:  30 ARO days;
  unrestricted; ABVM applies - the  final contract award decision
  may be based upon a combination of price, past  performance
  and other evaluation factors as described in the solicitation.
    Anticipated award date is February 1997.  All responsible
  sources may submit  offer which DGSC shall consider.
CITE: (I-347 SN011129)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Disa/ditco/dts6 2300 East Drive Scott Afb Il 62225- 5406
SUBJECT: 70--SOFTWARE AND TRAINING
POC Kym Calvert, 618-256-9706
DESC:  The Defense Information Technology Contracting Organization
  (DITCO), 2300 East Drive, Scott AFB, IL will procure BSA Company
  Proprietary Software. BSA Proprietary Software is used for
  data entry, data verification and file transferring the data
  to a DITCO owned mainframe. Services will also be procured
  to obtain on-site training of data input into the software
  required by BSA Company.  
CITE: (W-347 SN011356)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of the Air Force, SMALC/PKOCC, 3237 Peacekeeper
  Way, Suite 17, McClellan AFB CA 95652-1060
SUBJECT: 70--ACQUISITION OF REMEDIAL ON-CALL MAINTENANCE FOR
  AN IBM MAINFRAME COMPUTER
SOL F04699-96-A0384
DUE 122796
POC Buyer, Elizabeth Gamboa/PKOCC/ (916) 643-4238, Contracting
  Officer, Nellie M. Powell, (916) 643-3952.
DESC: Acquisition of remedial on-call IBM 4381 Mainframe Computer
  Maintenance, IBM Hardware Terminal Maintenance, and IBM Cartridge
  Tape Drive Maintenance in accordance with an equipment list
  and statement of work that will be provided with the solicitation.
  Period of Performance is 01 Jan 97 thru 30 Sep 97 with two
  option years. This is an "all or none" requirement. Descriptions,
  quantities, locations are based on the best available data
  at the time. Actual solicitation requirements may differ. An
  Ombudsman has been established for this acquisition. The only
  purpose of the Ombudsman is to receive and communicate serious
  concerns from potential offerors when an offeror prefers  not
  to use established channels to communicate his/her concern
  during the proposal development phase of this acquisition.
  Potential offerors should use established channels to request
  information, pose questions and voice concerns before resorting
  to use of the Ombudsman. Potential offerors are invited to
  contact Allen Taylor at (916) 643-5209, with serious concerns
  only. Routine communications concerning this acquisition should
  be directed to the buyer listed elsewhere in this synopsis.
  All responsible sources may submit a proposal/quotation which
  shall be considered by the agency. When requesting a solicitation,
  provide information as to whether your organization (together
   with its affiliates) is a large or small business and whether
  it is a small disadvantaged business. All interested parties
  are urged to provide their CAGE Code and Contractor Establishment
  Code (CEC) with their written requests. Written responses only,
  verbal requests will not be honored. FAX number is (916) 643-4157.
CITE: (M-347 SN011686)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: National Institutes of Health; Office of Purchasing and
  Contracts, OPM/OD; 6006 Executive Blvd., Suite 311, Rockville,
  MD 20892-7058
SUBJECT: 70 -- ADP PROCESSING EQUIPMENT, SOFTWARE, SUPPLIES AND
  SUPPORT EQUIPMENT
SOL 263-97-Q-(LW)-0062
DUE 010197
POC Contact Point: Purchasing Agent, Gail Akinbinu on 301-496-3704.
DESC: The NIH intends to issue a purchase order for EXFOFTB300M1N2W1,
  a 486DX 75mHz Mainframe w/3.5 Floppy drive: 8MB memory upgrade;
  EXFOFT37212D74, a 850nm/1300nm OTDR Module; EXFOFTB7223B70,
  a 1310nm/1550nm OTDR Module; EXFOFTB1402, a Power Meter w/Storage;
  EXFOVFLXX, a Visual Fault Locator; EXFOT02DXX, a 1300nm LED
  Talk Set Module; and EXFOVCS20A02CXX, a 1300nm LED Handheld
  Talk Set. This equipment is needed to test and troubleshoot
  fiber optic cable infrastructure. Any vendor wishing to submit
  an offer should contact Gail Akinbinu, Purchasing Agent at
  the above address, or by fax on 301-496-3707. All bids must
  be received by the close of business 1/1/97. This solicitation
  has been modified to reflect the catalog numbers of each item.
CITE: (I-347 SN011728)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Immigration & Naturalization Service, Procurement Division,
  425 I Street, N.W., Room 2208, Washington, DC 20536
SUBJECT: 70 -- PC DIRECT ACCESS
SOL SID-7F-00028
DUE 111296
POC Jackie Francis, Procurement Technician, 202-616-2062; Lesa
  Scott, Contracting Officer, 202-616-2062.
DESC: The INS intends to issue a sole source award to Mergent
  International, Frederick, MD, to provide annual service and
  access control for its personal computers and local area networks.
  This service includes technological improvements, support and
  updates. This proposed award is for services, this notice of
  intent is not a request for competitive proposals. Information
  received will be considered solely for the purpose of determining
  whether to conduct a competitive procurement. Please fax responses
  to 202-616-7876, Attn. Jackie Francis, SID-7-00028. See Numbered
  Note(s): 1.
CITE: (I-347 SN011734)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: 71--UMBRELLA STAND
SOL F09650-97-T-0315
DUE 021097
POC For copy, WR-ALC/PKOC, For additional information contact
  Sharon  Broughton/Pkoca/[912]926-5151
DESC: Item 0001 NSN 7195-P8-6-6-40 P/N: N/A, Desc: Umbrella stand
  -  aluminum, white, durable, weather resistant. 50ea. Applicable
  to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery:
  TBA 50 ea Item 0002 NSN 7195-P8-6-6-30 Vinyl Umbrella P/N:
  N/A, Desc: Vinyl umbrella, 7.5,8 rib, white, easy to care for,
  weather reistant. 50ea. Applicable to: N/A. Destn: Robins Air
  Force Base Ga 31098-1611. Delivery: TBA 50 ea Item 0003 NSN
  7195-P8-6-6-00 Sanibel Stackable Deck Chairs P/N: N/A, Desc:
  Sanibel stackable deck chairs, white with 2 aquamint stripes
  at top and bottom, white frame, straps 2" wide mildew resistant,
  will remain colorfast. 140ea. Applicable to: N/A. Destn: Robins
  Air Force Base Ga 31098-1611. Delivery: TBA 140 ea Item 0004
  NSN 7195-P8-6-6-10 Fiberglass Tables P/N: N/A, Desc: Fiberglass
  tables, 36" diameter with hole for umbrella, white. 50ea. Applicable
  to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery:
  TBA 50 ea Item 0005 NSN 7195-P8-6-5-90 Sanibel Stackable Chaise
  Lounges P/N: N/A, Desc: Sanibel stackable chaise lounges, virgin-vinyl,
  straps 2" wide, white with 2 aquamint stripes at top and bottom,
  white frame, mildew resistant, will remain colorfast. 150ea.
  Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611.
  Delivery: TBA 150 ea Item 0006 NSN 7195-P8-6-6-15 Fiberglass
  End Table P/N: N/A, Desc: Fiberglass end table, weather resistant
  & durable 18" diameter, white. 50ea. Applicable to: N/A. Destn:
  Robins Air Force Base Ga 31098-1611. Delivery: TBA 50 ea Fax
  912-926-3590 The approximate issue/response date will be 10
  Jan 97. The anticipated award date will be 14 Jan 97. Written
  procedure will be used for this solicitation. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered.
CITE: (I-347 SN011627)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--DISPENSERS, BEVERAGE, MECHANICALLY REFRIGERATED
  115 VOLTS,  60 HZ, SINGLE PHASE
SOL SP0500-97-Q-C762
DUE 011797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Robert Kubiak/VAB22/215-697-9238 buyer:
   Lynne  DeSanto/VAB26/215-697-9211
DESC: PR-NO:  YPI96326001016 NSN 7310-01-007-3818, @DRAW off
  capacity  per hour any acceptable @DISPENSING pressure type
  gravity @DISPENSER type  counter top @REFRIGERATION unit cabinet
  not included @CONDENSER cooling  type air @CURRENT type AC
  @VOLTAGE rating 115.0 volts nominal @COOLANT  type any acceptable
  @USAGE design pulpy fruit juices Tech data package  availability:
   20 -EA Del to Mechanicsburg PA 17055-0789 Del by 16 Nov  96.
   25 -EA Del to Tracy CA 95376-5000 Del by 16 Nov 96.  RFQ due
  date:   97JAN17 primary qty:  45 deliveries to CONUS (excluding
  Alaska) delivery  schedule:  120 days ADO size standard 500
  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-347 SN011211)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--COLD FOOD COUNTER, MECHANICALLY REFRIGERATED 120
  VOLTS, 60  HZ, SINGLE PHASE
SOL SP0500-97-Q-C791
DUE 011797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Robert Kubiak/VAB22/215-697-9238 buyer:
   Lynne  DeSanto/VAB26/215-697-9211
DESC: PR-NO:  YPI96326001019 NSN 7310-01-174-2412, CICA W/protector
   shelf, W/mounting legs, refrigerated storage compartment Tech
  data  package availability:  6 -EA Del to Mechanicsburg PA
  17055-0789 Del by  08 Jan 97.  RFQ due date:  97JAN17 specs:
   MIL spec MIL-C-43300G  primary qty:  6 deliveries to CONUS
  (excluding Alaska) delivery schedule:   120 days ADO offers
  will be evaluated with a 10% preference for small  disadvantaged
  business concerns.  NOTE 9 applies to obtain a copy of this
   solicitation please send FAX request to 215-697-6333 or X1462
  or X2978.
CITE: (I-347 SN011212)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 74--Office Machines, Text Processing Systems and Visible
  Record Equipment
OFFADD: 366 CONS/LGCS, PO Box 4027, Bldg 512, Mountain Home AFB,
  ID 83648
SUBJECT: 74--TEAC VIDEO RECORDERS
SOL F10603-97-B0003
DUE 012097
POC Point of Contact-Terry J. Oakland, Contracting Officer  (208)828-6477/SSGT
  Mosca (208)828-6477
DESC: 366 Contracting Squadron has a requirement to purchas TEAC
  Model  V-83AB-F triple deck 8mm video recorders, delivery to
  Mountain Home AFB,  Idaho.  This is a brand name only solicitation,
  or equal bids shall not be  considered.  This solicitation
  shall result in an indefinate delivery  indefinate quantity
  requirements type contract.  Delivery time of the first  eight
  recorders may be an evaluation factor.  Price shall be an evaluation
   factor.  This action is being considered for 100% set-aside
  for Small  Business (SB) concerns.  The Standard Industrial
  Classification for this  acquisition is 3651.  Interested SB
  concerns should notify this office, in  writing, of their intention
  to bid on the project as early as possible but  not later than
  14 days after publication of this notice.  If adequate  interest
  is not received from SB concerns, the solicitation shall be
  issued  on an unrestricted basis without further notice.  Therefore,
  replies to this  office are still required from all interested
  business concerns as well as  from SB concerns.  Solicitation
  documents shall be made available o/a 26 Dec  96.  Submit requests
  to be placed on the bidders mailing list in writing or  by
  facsimile machine (208)828-2658.  (Telephone request shall
  not be  accepted).
LINKURL: http://www.mountainhome.af.mil
LINKDESC: 
EMAILADD: oaklandt@366lg.mountainhome.af.mil
EMAILDESC: 
CITE: (D-347 SN011326)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 74--Office Machines, Text Processing Systems and Visible
  Record Equipment
OFFADD: USPFO FOR WYOMING, PURCHASING AND CONTRACTING, 5500 BISHOP
  BLVD., CHEYENNE WY 82009-3320
SUBJECT: 74--LEASE OF PHOTO COPY MACHINES
SOL DAHA48-97-B-0001
DUE 011097
POC Contract Specialist Jon A. Morse (307) 772-5968 (Site Code
  DAHA48)
DESC: Solicitation DAHA48-97-B-0001, Lease of Photo Copy Machines,
  is hereby canceled.
CITE: (I-347 SN011341)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: U.S. Department of Commerce, Acquisition Services, 14th
  & Constitution Ave., N.W., Room H-6517, Washington, D.C. 20230
SUBJECT: 76 -- ELECTRONIC ON-LINE LEGAL INFORMATION SERVICES
POC Michael B. Smith
DESC: The U.S. Department of Commerce intends to issue a Delivery
  Order per the provisions of the Library of Congress, Fedlink
  Basic Ordering Agreement (95CLFB0040) for Electronic On-Line
  Legal Information Services.  This is not a Request for Proposals,
  but rather an inquiry to determine the availability of qualified
  firms.  This office believes that only West Publishing of St.
  Pauls, MN can provide this service.  Firms believing that they
  have the ability to furnish these services must furnish detailed
  technical information clearly demonstrating their capabilities
  within 15 days of the date of this notice.  This is not a solicitation
  or the announcement of a forthcoming solicitation.  There is
  no document to request, however, all responsive capability
  statements will be considered.  If no affirmative response
  is received by the 15th day after publication of this notice
  which clearly demonstrates a firm's ability to provide the
  above services, a Delivery Order will be issued to West Publishing
  in accordance with the terms of the Basic Ordering Agreement.
CITE: (I-346 SN011079)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: US Department of Commerce/National Oceanic and Atmospheric
  Administration (NOAA), PGAS, Procurement Operations Division,
  1325 East West Highway, Station 4301, Silver Spring, MD  20910-3283
SUBJECT: 76 -- AMERICAN METEOROLOGICAL SOCIETY JOURNALS
SOL 52-DGNW-7-90040
POC Eleanor E. Kaul, Contract Specialist or Gregory N. Smith,
  Contracting Officer, 301/713-0823x135 or fax 301/713-0808
DESC: NOAA intends to place an order using Simplified Acquisition
  techniques on a sole source basis to the American Meteorological
  Society, 45 Beacon Street, Boston, MA  02108-3696 for 1997
  yearly subscriptions for 162 copies each of "Weather Forecasting"
  and "Monthly Weather Review".  These journals provide the latest,
  published state-of-the-art results of research and development
  in the field of meteorology specifically addressing original
  research and survey papers concerning the following issues:
  (1) weather analysis and non-operating forecasting, (2) observed
  and modeled circulations including techniques development and
  verification studies plus seasoned-annual weather summaries,
  and (3) operational forecasting or weather events significant
  to opertional forecasting problems such as opertional-verification
  techniques, applications of new analysis methods, forecasting-verification
  studies, and case studies with direct application to forecasting.
   Vendors who believe that they can offer journals meeting these
  issues are invited to submit information addressing these specific
  issues. Responses received within 15 calendar days after publication
  of this notice will be considered in determining whether or
  not to place the order with AMS on a sole source basis.  See
  Note 22.
CITE: (I-347 SN011133)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 76 -- STANAG LABELS
SOL DAAA03-97-T-0019
DUE 011397
POC Gaye Caldwell, Purchasing Agent, 501/540-3015.
DESC: Labels, Stanag, Various sizes and quantities IAW specified
  drawings. To be die cut and supplied on rolls. Delivery is
  F.O.B. Destination. This acquisition is being conducted utilizing
  simplified acquisition procedures. A written request for quotation
  will be issued with anticipated award date of 01/16/97. Request
  for quote packages may be requested as follows: 501/540-4090,
  Answering machine: 501/540-4095.
CITE: (I-347 SN011268)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: DHHS/PHS/FDA/Office of Facilities, Acquisitions, and
  Central Services, Division of Contracts and Procurement Management,
  HFA-521, 5600 Fishers Lane
SUBJECT: 76 -- CRC PRESS SUBSCRIPTION
SOL E060064
DUE 122796
POC Dee Gibson, Contract Administrator, M. Deborah Smith-Castle,
  Contracting Officer, (301) 443-0424, Fax (301) 443-3691
DESC: The Food and Drug Administration (FDA) intends to award
  a Purchase Order to the CRC Press, Inc. on a sole source basis
  for subscription renewal of Food Chemical News, Food Chemical
  News Guide, Food Labeling & Nutrition News, Pesticide Chemical
  News Guide, Pesticide & Toxic Chemical News, World Food Chemical
  News, HACCP Management Manual.   See numbered note 22.  
CITE: (W-347 SN011740)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233,
  Bldg 129-2, Lakehurst, NJ 08733-5083.
SUBJECT: 81 -- WEAPONS SHIPPING & STORAGE CONTAINERS, CNV-463/E
  & CNU-464/E SECTIONAL CONTAINERS
SOL N68335-97-R-0117
DUE 012897
POC A. Hugus Contract Specialist, Code 2132AL, (908) 323-2971.
DESC: The CNU-463/E and CNU-464/E Containers are aluminum extruded
  sidewall design with mid-opening gasket sealed base and cover
  unit, using a anti-static polyethylene foam dunnage system.
  The containers each weigh approximately 200 lbs and the outside
  dimensions are approximately 82.50 X 14.50 X 18.00 inches.
  Handling provisions for fork trucks and lift eye are included
  in the container designs. The requirement is for 33 each CNU
  463/E units, NSN 8E 8140-01-360-7297, Dwg 3066AS100 Rev-E with
  100% option FY'98 and 100% option FY'99. First Article Test
  required. 44 each CNU-464/E, NSN 8E 8140-01-360-7295, Dwg 3067AS100-E
  Rev E with 100% option FY'98 and 100% option FY'99. First Article
  Test required. Delivery for production units is FOB origin.
  Delivery to be 10 per month beginning 120 days after production
  release. First Article shall be delivered FOB destination to
  WPSTA Earle 120 days after contract award. This procurement
  is a 100% set-aside for small business. Request copies in writing
  or by facsimile (908) 323-2165.
CITE: (I-347 SN011692)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233,
  Bldg 129-2, Lakehurst, NJ 08733-5083.
SUBJECT: 81 -- WEAPONS SHIPPING & STORAGE CONTAINER, CNU-571/E
SOL N68335-97-R-0118
DUE 012897
POC A. Hugus, Contract Specialist Code 2132AL, (908) 323-2971.
DESC: The CNU-571/E Container is an aluminum extruded sidewall
  design with polyethylene foam dunnage system. The container
  weighs approximately 370 lbs and the outside dimensions are
  100 X 35 X 19.38 inches. Handling provisions for fork trucks
  and lift eye are included in the container design. NSN: 2E
  8140-01-410-6600, Drawing ADL 3454AS100. The requirement is
  for 758 each CNU-571/E containers with 100% option . First
  Article Test required. Delivery schedule for production units
  is FOB origin. Delivery to be 50 per month commencing 120 days
  after production release. First Article Unit delivery FOB destination
  to WPNSTA Earle 120 days after contract award. This procurement
  is set-aside for small business. Request copies in writing
  or by facsimile (908) 323-2165.
CITE: (I-347 SN011693)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 220000E, 521 N. 9th Street, Point Mugu, CA 93042-5001
SUBJECT: 81 -- OCEAN CARGO CONTAINERS (ISO TYPE)
SOL N68936-97-R-0070
DUE 010997
POC Elaine Couchman, Contract Specialist, (805) 989-1806; Billy
  Kilby, Contracting Officer, (805) 989-8418.
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 contained
  in this notice. This announcement consitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. This is Solicitation Number: N68936-97-R-0070,
  and is issued as a Request for Proposal (RFP). The RFP incorporates
  provisions and clauses as those in effect through Federal Acquisition
  Circular Number 90-41 and Defense Acquisition Circular Number
  91-10. The standard industrial classification code is 3537
  and the small business size standard is 750 employees. The
  successful contractor shall provide delivery, FOB Destination
  to Naval Air Warfare Center, Point Mugu CA. Description of
  Requirement is 100 each Ocean Cargo Containers (ISO type);
  Size: 20'(L) X 8'(W) X 8.5'(H) (+/- 6" on all dimensions);
  Type : Aluminum or Steel; Condition of each container shall
  be structurally sound and have the ability to be hoisted by
  crane. Each container shall have corner castings (for hoisting)
  on all 8 corners. Containers are not required to be wind and
  water tight. Containers shall have one set of doors at one
  end of the container. Minimum door opening shall be 7'4"(W)
  X 7'(H) and the doors shall be operational. Containers shall
  have the ability to be stacked to a level of three containers
  high. Containers shall be able to stand on end. Containers
  which have been reconditioned are acceptable within the following
  guidelines: Each container shall have no more than ten (10)
  holes. Each hole cannot exceed 6.5 square inches in area. Any
  dents in sides of containers shall not exceed one (1) inch
  in depth. Containers are not required to be freshly painted.
  Delivery shall be in mulitables of 20 each as a minimum. The
  required delivery schedule is as follows: deliver 20 each containers
  on or before 14 Feb 97, deliver 20 each containers on or before
  24 Feb 97, deliver 20 each containers on or before 6 Mar 97,
  deliver 20 each containers on or before 17 Mar 97, and deliver
  20 each containers on or before 27 Mar 97. The offeror shall
  include a completed copy of the FAR provision FAR 52.212-3,
  Offeror Representations and Certifications, Commercial Items
  and DFARS provision DFARS 252.212-7000, Offeror Representations
  - Commercial Items. The offeror is advised that FAR provisions
  FAR 52.212-5, Contract Terms and Conditions Required to Implement
  Statues or Executive Orders, Commercial Items and DFARS provision
  DFARS 252.212-7001, Contract Terms and Conditions Required
  to Implement Statutes or Executive Orders Applicable to Defense
  Acquisition of Commercial Items, applies to this acquisition.
  FAR 52.212-1, Instructions to Offerors Commercial Items is
  amended to read: Submit signed and dated offers in one orginal
  plus one copy to Naval Air Warfare Center, Weapons Division,
  Code 220000E, Bldg 65, 521 9th Street, Point Mugu, CA 93042-5001
  Attn: E. Couchman no later than 09 January 1997, 2:30pm local
  time. An initial FAX copy submittal is acceptable. FAX to (805)
  989-0561 Attn: E. Couchman with an orginal hardcopy following
  via US Mail or overnight delivery service. Offers may be submitted
  on letterhead stationery and at a minimum must show: (1) the
  solicitation number (N68936-97-R-0070); (2) the time specific
  for receipt of offers (09 Jan 1997); (3) The name, address,
  and telephone number of the offeror; (4) a technical description
  of the the item(s) being offered in sufficient detail to permit
  evaluation of compliance with the requirements in the solicitation.
  This may include product literature, drawing, or other documents
  if necessary; (5) terms of any express warranty; (6) price
  and discount terms; (7) Remit to address, if different from
  mailing address; (8) a complete copy of the representation
  and certifications at FAR 52.212-3 and DFARS 252.212-7000;
  (9) acknowledgement of solicitation amendments, if any; (10)
  past performance information to include any relevant contracts
  for the same or similar equipment and other refereces (including
  contract numbers, points of contracts with telephone numbers
  and other relevent information; and (11) if the offer is not
  sumbitted on Standard Form 1449, include a statement specifying
  the extent of agreement with all terms and conditions, and
  provisions included in the solicitation. The proposal must
  be signed by an official authorized to bind your organization.
  Offers that fail to furnish required representations and certifications,
  or reject the terms and conditions of the solicitation, may
  be exclued from consideration. FAR 52.212-2, Evaluation Commercial
  Items, is amended to read: The Government will award a contract
  resulting from this solicitation to the responsible offeror
  whose offer conforming to the solicitation will be most advantageous
  to the Government, price and other factors considered. The
  Government anticipates the award of a firm-fixed price contract.
  The following factors (in descending order of importance) shall
  be used to evaluate offers: (1) technical acceptablility, proposal
  will be evaluated to ensure that minimum requirements of the
  soliciaiton are satisfied; (2) past performance; (3) ability
  to meet required delivery schedule; and (4) price including
  FOB destination charges. For evaluation of past performance,
  offers are required to submit information pertaining to previous
  sales to other government activities, or to private companies.
  Offerors shall include contract number, date of purchase, amount
  of purchase, and name/address/phone number of purchaser. Failure
  to submit this information for evaluation will result in subparscoring
  in the applicable area of evaluation. This is a rated order
  under DPAS (15 CFR 700) and is rated DO C9.
CITE: (I-347 SN011731)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 83--TOWEL BLANKS
SOL 1PI-R-0666-97
DUE 021097
POC Contract Specialist, JAMES, MINNIE, 202/508-3940
DESC: Unicor, Federal Prison Industries (FPI) Inc. This is a
  fixed pricerequirements type contract for one base year and
  one option year. Product: Various sized Cotton Blanks for towels.
  Est. Qty. 1,500,000. Four line items, in accordance with MIL-DDD-T-53H,
  Various sizes. Delivery is required 45 days after receipt of
  delivery order upon award of contract. Delivery is FOB Destination
  to MCC Miami Florida. Only responsible sources may submit a
  bid, which shall be considered by the Agency. All request must
  bein writing on your company letterhead . Fax you request to
  202-508-8498. Please Note the evaluation for this requirement
  will be based on the offeror Best Value/ Past Performance,
  not necessarily price alone. Past Performance will
CITE: (I-347 SN011336)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--TOWELS, BLANK
SOL 1PI-R-0670-97
DUE 020297
POC Contract Specialist, THORNTON, LULA, 202/508-3947
DESC: UNICOR, Federal Prison Industries, Inc., intends to enter
  into a one (1) base year and two (2) option years Firm-Fixed
  Price Requirements contract for the following. Line item 0001,
  estimated quantity 650,000 each, Towel Blanks, White, VA Logo,
  5.5#,20"x40", I.A.W. DDD-T-551K, Type I, Class 1, Style - A,
  Length 41.5" +/1, width - 20" +/-. Line item 0002, quantity
  25,000 each, Towel Blanks, Specialty VA Markings, for manufacture
  of 7210-01-SPC-2040 Terrycloth bath towels, blanks shall be
  I.A.W. DDD-T-51K dated 10-19-77, Type I, Class 1, Style A.
  Line item 0003, estimated quantity 25,000 each, Towel, Cotton,
  White, VA Logo, J.A. Haley, 20x40, I.A.W. DDD-T-551K dated
  10-19-77, Type I, Class, Style A, Length: 41.5" +/- 1", width
  20" +/- 1/2". Line item 0004, estimated quantity 25,000 each,
  Towel, Cotton, White, VA Logo, Castlepoint, 20X40", I.A.W.
  DDD-T-551K dated 10-19-77, Type I, Class 1, Style A, Length:
  41.5" /- 1", width 20" +/- 1/2". Required delivery is 45 days
  after of receipt of order for line item 0001 and 60 days after
  receipt of order for line items 0002, 0003, and 0004. FOB Destination
  to MCC Miami, FL. All responsible sources may submit
CITE: (I-347 SN011337)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--TROUSERS, CG MAN'S, BL 3362
SOL SP0100-96-R-0203
DUE 012697
POC Contact:  DPSC-FRDA-1 buyer-libby F. Harris 215/737-5630
DESC: This acquisition is being amended from unrestricted to
  total  set-aside for small business concern.
CITE: (I-347 SN011135)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--CARRIER, BODY ARMOR, TYPE 1 AND TYPE 2
SOL SP0100-97-R-4017
DUE 012697
POC Contact:  DPSC-FOTM-1 buyerr. Greenberg 215/737-8492
DESC: 45 EA type 1 and 1050 EA type 2 carrier body armor in accordance
  with  MIL-C-44417. best value procurement.  Tech proposals
  required. 315 day  production leadtime.  3 monthly deliveries.
  dest:  Mechanicsburg.  required on Tech prop:  past perf, Mfg
  plan, QA plan.  Total small  business set-aside.  All responsible
  sources may submit offer which DPSC  shall consider.
CITE: (I-347 SN011144)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 84--LINER ASSY IAW FM 2
SOL F41608-97-R-0061
DUE 012097
POC For copy, Nasif, S./ldktk/[210]925-5898, For additional 
  information contact Nasif, S./ldktk/[210]925-5898
DESC: Item 0001 NSN 8475-00-164-7108 P/N: 70360-30, ABSORBENT,
  LARGE.  APPL HGU-26/P HELMET. PROCURE IAW FM 2. WIMM ITEM.
  12000EA. Applicable to: Hgu-26/P Helmet. Destn: Kelly Afb,
  Texas 78241-6426. Delivery: 31 MAR 97 12000 ea 31 MAR 97 2
  ea THREE YEAR FIRM FIXED PRICE REQUIREMENTS CONTRACT The approximate
  issue/response date will be 18 Dec 96. First article test required.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Buyer's name (point of contact listed
  above) should be included on all solicitation requests. In
  addition, please include a FSCM/cage code for mailing purposes.
  See Note (s) 1 26.
CITE: (I-347 SN011458)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Contracting and Purchasing Division, P.O. Box 5069, Marine
  Corps Recruit Depot/ERR, Parris Island, S.C. 29905-5000
SUBJECT: 84-JERSEY TYPE T-SHIRTS PRINTED WITH LOGO
SOL M00263-97-Q-0004
DUE 010397
POC Contact Barbara Coppinger, Contract Specialist, (803) 525-2190,
  Linda Stroh, Contracting Officer, (803) 525-2151
DESC: (i) 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;
  quotes are being requested and written requests for quotation
  will not be issued. (ii) Solicitation M00263-97-Q-0004 is being
  issued as a Request For Quotation (RFQ). (iii) The solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular 90-42. (iv)
  This acquisition is a 100% small business set aside. The associated
  standard industrial classification code is 2321. The small
  business size standard is 500 employees. (v) The solicitation
  contract line item number, quantity, unit, and item description
  follows: Line item 0001. Quantity-11,000. Unit-each. Description-Adult
  T-shirt, jersey type, set-in short sleeves, stretch crew neck,
  taped back neck and shoulders for shape retention, and double
  needle sleeve and hem. Color is forest green. Size extra-large.
  Body width is 24 inches flat and body length is 31 1/2 inches
  in length with a 1 inch tolerance for both body width and length.
  Sleeve length is 9 1/2 inches with a 1/2 inch tolerance. (vi)
  Fabric shall be manufactured with 20 singles size yarn or better,
  and consist of 50% polyester, and 50% cotton, heavy weight
  material that weighs no less than 5.4 ounces per square yard.
  Fabric color shall show good fastness to perspiration and laundering.
  All seams and hems shall be finished smooth and flat without
  twists, puckers, pleats, or other distortions. A one color,
  golden yellow, 110 mesh count screen printed logo shall be
  centered in italics on the front of each shirt. The ink utilized
  shall meet or exceed the quality results of a plastisol, heat
  cured, non-solvent based opaque ink. The logo shall consist
  of the Marine Corps globe, eagle, and anchor followed by "Marines"
  on one line. The globe, eagle, and anchor shall measure 3 inches
  square. The word "Marines" shall measure 1 1/2 i nches in height
  and 9 inches in length. The logo shall be centered on the front
  of the shirt 5 inches from the base of the crew neck. The size
  of the logo may vary up or down 1/4" from the actual sample
  size of the logo provided. Submit quotations with a garment
  sample and manufacturer's finished garment specification sheet
  to the address shown in paragraph (xvi) on or before January
  3, 1997. Upon notification by the Contracting Officer, the
  successful quoter shall then provide one finished garment with
  the required logo to the address shown in paragraph (xvi) to
  ensure that the logo is in compliance with the specification
  contained herein. The Contracting Officer will forward a copy
  of the logo artwork to the successful quoter. The finished
  garment shall reach the Contracting Office on or before January
  10, 1997. (vii) Prices quoted shall be FOB destination. The
  printed T-shirts shall be shipped complete in one delivery
  to Commanding Officer, 1st Marine Corps District, M80001, 605
  Stewart Avenue, Garden City, NY 11530, Mon-Fri, 8:00 A.M. to
  4:00 P.M., on or before January 27, 1997, as follows: 76 boxes,
  144 T-shirts per box totaling 10,944, and one box of 56 T-shirts,
  for a total of 11,000 T-shirts. The following Federal Acquisition
  Regulations (FAR) provision and clauses apply to this acquisition:
  (viii) 52.212-1, Instructions to Offerors-Commercial, applies
  to this acquisition. (ix) FAR 52.212-2, Evaluation-Commercial
  Items, to include the specific evaluation criteria in paragraph
  (a): 1) Quality of the T-shirts without logo: meets or exceeds
  minimum specifications pertaining to quality applications;
  adheres to specifications pertaining to t-shirt dimensions
  and fabric content; weight of fabric per square yard; depth
  and clarity of t-shirt color; overall construction of garment.
  2) Quality of the screen printing on T-shirts: Precision, definition,
  and clarity of artwork transfer onto t-shirt; quality of ink
  and screen printing process; quality of color based on the
  requirement. 3) Value based on price. 4) Ability to meet required
  delivery date. 5) Past performance. (x) Offerors shall include
  a completed copy of provision FAR 52.212-3, Offeror Representations
  and Certifications-Commercial Items, with a copy of its quotation.
  (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial
  Items, applies to this acquisition. (xii) The FAR clause at
  52.212-5, Contract Terms and Conditions Required To Implement
  Statutes Or Executive Orders-Commercial Items, applies to this
  acquisition. The following additional clauses cited in the
  clause by reference apply: 52.222-3, Convict Labor; 52.233-3,
  Protest After Award; 52.222-26, Equal Opportunity; 52.222-35,
  Affirmative Action for Special Disabled and Vietnam Era Veterans;
  52.222-36, Affirmative Action for Handicapped Workers; 52.222-37,
  Employment Reports on Special Disabled Veterans and Veterans
  of the Vietnam Era. The following Defense Federal Acquisition
  Regulations Supplement (DFARS) clauses and provisions apply
  to this contract: The clause at 252.212-7001, Contract Terms
  and Conditions Required To Implement Statutes Applicable to
  Defense Acquisitions of Commercial Items, and 252.225-7001,
  Buy American Act and Balance of Payments Program apply to this
  acquisition. Offerors shall include a completed copy of provision
  252.225-7000, Buy American Act-Balance of Payments Program
  Certificate, with a copy of its quotation. Each Offeror shall
  review the preceding clauses and provisions incorporated by
  reference in paragraphs (viii through xii) above, and return
  a completed copy of the two required provisions with its quotation.
  Copies of clauses and provisions may be provided upon request.
  (xiii) This acquisition will be paid by Government (Visa) credit
  card upon delivery and acceptance of the printed T-shirts.
  Mail invoice to Contract and Purchasing Division. P. O. Box
  5069, MCRD, Parris Island, SC 29905. Invoice must be issued
  in accordance with Far 52.212-4(g). (xiv) The Defense Priorities
  and Allocation System (DPAS) assigned rating is DO C9E. (xv)
  Commerce Business Daily numbered note 1 signifies that this
  acquisition is a 100% set-aside for small business organizations.
  (xvi) Submit quotes, to include completed provisions, T-shirt
  samples, and manufacturer's finished garment sheets, to Contract
  and Purchasing Division, Attn Formal Contracts Branch, Bldg
  159, Marine Corps Recruit Depot, Parris Island, SC 29902. Offerors
  must submit their quotation packages to reach destination by
  5:00 P.M., Eastern Standard Time, January 3, 1997. (xvii) Contact
  Barbara Coppinger, Contract Specialist, (803) 525-2190, Linda
  Stroh, Contracting Officer, (803) 525-2151. All responsible
  sources may submit a quotation which shall be considered by
  the agency. See Numbered Note 1
CITE: (I-347 SN011712)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Defense Personnel Support Center, 2800 S. 20th Street,
  Phila., PA 19145-5099
SUBJECT: 89 -- MILK AND ICE CREAM PRODUCTS
SOL SP0300-97-R-D040
DUE 021997
POC Contact: Helene Booth, Contract Specialist at (215) 737-5891
  or William Smith, Contracting Officer at (215) 737-4298.
DESC: Marine Corp Recruit Depot San Diego, CA (Troop Issue) requires
  milk and ice cream products for deliveries starting 01 June
  97. The contract period will be for 12 months. The acquisition
  will be issued total set aside for small business concerns
  for Group I and unrestricted with 10% evaluation preference
  for small disadvantaged business concerns for Group II. Materials
  used in fabrication are to be furnished by the offeror(s).
  All responsible sources may submit proposals which will be
  considered by the agency. Solicitation requests may be transmitted
  via Facsimile 215-737-7081 ATTN: DPSC-HFVW. Anticipated solicitation
  issuance date is 15 January 97.
CITE: (I-347 SN011720)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NIH, National Heart, Lung, and Blood Institute, COB,
  6701 Rockledge Dr MSC 7902, RKL2 Rm 6016, Bethesda, MD 20892-7902
SUBJECT: 99 -- OPEN FORMULA SWINE AND UNGULATE FEED
SOL NHLBI-RR-P-96-124
DUE 012796
POC Zetherine L. Gore, Contract Specialist, (301) 435-0365.
DESC: The National Institutes of Health, National Center for
  Research Resources needs a contractor to provide open formula
  swine and ungulate feed. The contractor shall be required to
  provide swine and ungulate feed in accordance with Government
  specifications. Approximately 15 tons of swine feed delivered
  in 50 pound bags and 100 tons delivered in bulk shall be required.
  Approximately 20 tons of ungulate feed delivered in bulk shall
  be required. The applicable Standard Industrial Classification
  (SIC) is 2048. The award of a fixed-price indefinite delivery
  contract is anticipated. The contract period shall be approximately
  one (1) year with a six (6) month option. It is anticipated
  that the Invitation for Bids (IFB) will be issued on or about
  December 27, 1996. To obtain a copy of the IFB, all interested
  parties should submit a written request to the POC referenced
  herein.
CITE: (I-347 SN011242)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Aeronautical Systems Center, ASC/CDSK, Bldg. 22N, 2690
  C St., Rm 201, Wright-Patterson AFB OH 45433-7407
SUBJECT: 99 -- AIR FORCE MODERNIZATION PLANNING PROCESS
SOL N/A
POC Contact Lt Col Dennis F. Spray at (937) 255-3164. Contracting
  Officer is Ms. Margaret R. Yarrington at (937) 255-7003.
DESC: In support of the Air Force Modernization Planning Process
  (AFMPP), Aeronautical Systems Center's Development Planning
  Directorate (ASC/XR) is in the process of brainstorming ideas
  for potential solution concepts to currently identified and
  forecasted Air Force Mission Area deficiencies. This is an
  Aeronautical Systems Center (ASC) led project, however, mission
  areas have changed and/or reorganized over the past year and
  replies to this concept call could have widespread applications.
  As a potential submitter, you should be aware that several
  mission areas supported by ASC coordinate directly with or
  are already integrated with Electronic Systems Center (ESC),
  Space and Missile Center (SMC), and Human Systems Center (HSC).
  Deficiencies have been identified by Technical Planning Integrated
  Product Teams (TPIPTs) in the following mission areas: Counter
  Air (Air-to-Air), Electronic Combat, Aircrew Training, Special
  Operations (Provide Mobility of Forces in Denied Territory,
  Force Application, Psychological Operations, Aviation Foreign
  Internal Defense, Joint Air-SOF Battlefield Interface), Mobility
  (Combat Delivery, Strategic Airlift, Air Refueling), Air Base
  Systems, Strategic Attack/Interdiction, Close Air Support,
  Theater Missile Defense, and Rescue. Also, please note that
  different mission areas within ASC are separated into functional
  tasks. ASC/XR plans to use this Solicitation for Information
  to involve industry in providing potential solution concepts.
  The Government does not intend to award a contract on the basis
  of this solicitation. Participation is totally voluntary and
  will be uncompensated. All information and data submitted to
  the Government must be nonproprietary and will not be treated
  by the Government as confidential information. If a concept
  has been previously submitted, it is in the database and does
  not need to be resubmitted. Interested industry participants
  can receive a package which includes: (a) deficiencies by mission
  area and (b) the process for solution concept submission. To
  request a data package containing operational deficiencies,
  access Wright-Patterson AFB Homepage on the World-Wide Web
  at http:// www.wpafb.af.mil. Once there, click on "ASC/XR Concept
  Call" and follow the directions that are provided. You may
  also request the package by E-mail (ascxri@ase.wpafb.af.mil)
  or FAX at (937) 656-7889. Send requests through conventional
  mail to the following address: ASC/XRI, Concept Call 2275 D
  St., Ste 10 Bldg. 16 Rm. 120 WPAFB OH 45433-7227 Data packages
  are classified and will be mailed following normal security
  procedures. Classified deficiencies are available to any Government
  agency or US contractor who participates in the DOD Industrial
  Security Program. In order to participate in this solicitation
  for information, requesters must provide: (a) classified mailing
  address, (b) CAGE code, and (c) a point of contact to ASC/XRI
  following the above procedures. Interested industry participants
  must contact ASC/XRI no later than 31 December 1996. Industry's
  solution concepts should be received by ASC/XRI by 31 January
  1997 in order to be considered in this year's annual cycle
  of the AFMPP. An Ombudsman has been appointed to hear concerns
  about this concept call. The purpose of the Ombudsman is not
  to diminish the authority of the program director or contracting
  officer, but to communicate 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
  at (937) 255-3855. Direct routine communication concerning
  this Solicitation for Information to Lieutenant Colonel Dennis
  F. Spray, Chief, Integration Integrated Product Team, at the
  above ASC/XR address and phone (937) 255-3164.
CITE: (I-347 SN011265)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NASA/GSFC, Code 214.2, Greenbelt, Md 20771
SUBJECT: 99 -- LOAN OF PROTOTYPE INSTRUMENTS FOR GEOSTATIONARY
  OPERATIONAL ENVIRONMENTAL SATELLITES (GOES)
SOL N/A
POC Clelia Walker, Contracting Officer, Code 214.2, (301)286-1351.
DESC: The Goddard Space Flight Center (GSFC) intends to loan
  two prototype instruments, designated the Geostationary Operational
  Environmental Satellite (GOES) SN01 sounder and SN02 imager,
  to the Hughes Space and Communications Company of El Segundo,
  California. GOES is a three-axis stabilized satellite that
  allows the instruments to continuously view the Earth for weather
  forecasting. The purpose of the loan is to allow Hughes to
  conduct tests to verify their understanding of the instrument
  interfaces and to demonstrate compatibility between the imager/sounder
  design and the Hughes spacecraft. The loan will be on a non-interference
  basis to the Government and at no cost to the Government. Terms
  of the loan are described below. The SN01 sounder and/or the
  SN02 imager may be loaned to other interested spacecraft manufacturers,
  subject to the same terms and conditions. Any interested company
  must contact the Contracting Officer listed above to indicate
  their intent within 15 days of the publication date of this
  synopsis, requests received after this time period will not
  be considered. The company must be a viable offeror for the
  GOES-NOPQ spacecraft procurement and must make arrangements
  for the loan with both GSFC and ITT. The company must also
  demonstrate sincere interest by submitting a test plan which
  meets the criteria described below. GSFC reserves the right
  to refuse a request from any company not presenting a compelling
  rationale for the loan. As these loans are to be made on a
  non-interference basis to the Government, if more requests
  are received than the GOES Program can accommodate, all loans
  will be canceled. Equipment to be loaned: - SN02 pathfinder
  imager instrument, valued at $20M and consisting of: 1 sensor
  module; 1 electronics module; 1 power supply. - SN01 prototype
  sounder instrument, valued at $1.5M and consisting of: 1 sensor
  module; 1 electronics module; 1 power supply. - Test equipment,
  valued at $4M and consisting of: 2 test harnesses; 2 portable
  test units; 6 transit cases; assorted other test equipment
  as required for test. Instructions: - The SNO2 imager and SN01
  sounder are to be treated as flight hardware. Handling shall
  comply with all requirements (contamination control, electrostatic
  discharge, etc.) levied by ITT. - A test plan shall be provided
  to the NASA/GOES project prior to execution of loan agreement.
  This plan shall include: purpose of test; test methodology;
  schedule/test duration; how the imager/sounder will be used;
  how the imager/sounder will be interfaced with spacecraft test
  equipment. - A test procedure shall be provided to the NASA/GOES
  project at least one week prior to test. - Any and all costs
  incurred by ITT in the preparation, execution, and analysis
  of this test will be covered by a direct agreement between
  the spacecraft manufacturer and ITT. This agreement shall include:
  shipment of equipment to and from spacecraft facility; execution
  of functional electrical test prior to and following each shipment;
  development and/or modification of procedures required for
  testing; ITT engineer and test operator support during testing;
  ITT site survey prior to instrument arrival at spacecraft facility.
  - GSFC reserves the right to be present during the site survey
  and all testing. Liability: The borrower shall be responsible
  to pay 100% of the repair or replacement cost up to the full
  value of the loaned equipment to compensate for any and all
  damage occurring during transport to, testing at, and return
  from the spacecraft facility, regardless of cause or fault.
CITE: (I-347 SN011704)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Office of Justice Programs, Contracts Branch, Room 542
  633 Indiana Avenue, N.W., Washington, DC 20531
SUBJECT: 99 -- 1996 INTERNATIONAL CRIME (VICTIMIZATION) SURVEY
  DATA SET
SOL N/A
POC Raymond C. German, Contracting Officer, (202) 307-0613.
DESC: The Office of Justice Programs (OJP) intends to enter into
  a contract with Inter/View Nederland B.V., Overtoom 519-521,
  1054 LH Amsterdam, Postbus 60068, 1005 G Amsterdam, Netherlands,
  for one data set containing the results of the 1996 INTERNATIONAL
  CRIME (VICTIMIZATION) SURVEY. The data set was produced as
  a result of an international survey of households in more than
  ten countries during the period of January - March 1996 by
  Inter/View. Inter/View will deliver the data set on an IBM
  compatible ASCII SPSS diskette with a machine readable code
  book to the Bureau of Justice Statistics (BJS). BJS will use
  the survey to compare the experience of crime and crime victimization
  in the United States with those of other countries. OJP intends
  to procure the 1996 INTERNATIONAL CRIME (VICTIIMIZATION) SURVEY
  data set on a sole source basis from Inter/View, bcause the
  Inter/View survey data set contains the only statistics on
  crime and victimization rates that are comparable from one
  country to another. The Government anticipates award of a firm-fixed-price
  contract with delivery of the data set on or about January
  7, 1997. This notice of intent is not a request for competitive
  proposals. Responses shall contain sufficient documentation
  to demonstrate capability to fulfill this requirement. A solicitation
  is not available. See Note 26.
CITE: (I-347 SN011735)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous--Potential Sources Sought
OFFADD: USA CBDCOM, AMSCB-PC E4455, 5101 HOADLEY ROAD, ABERDEEN
  PROVING GROUND MD 21010-5423
SUBJECT: 99--IR FLARE 
SOL DAAM01-97-R-0009
DUE 013197
POC Contract Specialist George Hunt (410) 671-4192   (Site Code
  DAAM01)
DESC: The US Army Chemical and Biological Defense Command (USA
  CBDCOM) is seeking qualified sources of hand held signaling
  devices that will have the capacity to produce infrared only
  illumination and visual smoke. The device must be small, lightweight,
  an safe to operate by the individual soldier. Testing of the
  unit will be performed at the Aberdeen Proving Ground, Maryland,
  and no additional support from the supplier is aniticpated.
  There is no current commitment on the part of the US Army to
  award a conract as a result of this request for information
  nor to pay for the information received. Interested sources
  should provide written notification and include product literature
  and price lists. Responses are to be forwarded to the address
  specified in this paragraph no later than 31 Jan 97.
CITE: (I-347 SN011338)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: A--FILTERLESS HEAT
CNT DAAE0796CX050P00001
AMT $249,492
DTD 112796
TO Mjr scientific Corp, 1439 sherman Ave Salt Lake City, UT84105
CITE: (I-346 SN011095)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: A--HFM SYSTEM ENGI
CNT DAAE0790CR008P00087
AMT $34,949
DTD 112696
TO TRW Inc, one space pk redondo Beach, CA902780000
CITE: (I-346 SN011096)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: A--BRADLEY A3 EMD
CNT DAAE0794C0456P00025
AMT $181,004
DTD 112796
TO United Defense LP, 2830 De La Cruz Blvd Santa Clara, CA95052
CITE: (I-346 SN011100)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 219, Greenbelt,
  MD 20771
SUBJECT: A -- IMPROVE UNDERSTANDING OF COUPLING PROCESSES BETWEEN
  ATMOSPHERIC CHEMISTRY AND CLIMATE
POC Cynthia A. Dean, Contract Specialist, 301-286-9259.
CNT NAS5-97039
AMT $737,608.00
LINE N/A
DTD 120396
TO Atmospheric & Environmental Research Inc., 840 Memorial Dr.,
  Cambridge, MA 02139
CITE: (I-347 SN011705)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box
  25047, Denver, CO 80225-0047
SUBJECT: F-MANURE DISPOSAL
POC N/A
CNT 1422-N670-C97-0008
AMT $72,000
LINE N/A
DTD 121096
TO Jack C. & Betty Dee Ray, Box 896 Star Rt., St Mary, Montana
  59417
CITE: (W-347 SN011684)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: J--15TH STAGE VANE & SHROUD
CNT FD2030-97-5-2819
AMT $175,812
DTD 112696
TO Canadian Commercial Corp, 50 O'connor St 11th Floor, Ottawa
  On  K1a 0s6
CITE: (I-347 SN011281)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: J--RING, TURBINE FUNC: AIR SEAL 2ND STAGE
CNT FD2030-96-5-3272
AMT $64,001
DTD 112596
TO Dover Tool Company, 297 Orland St, Bridgeport Ct 06605-2220
CITE: (I-347 SN011282)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: J--MOVEMENT/STG HOUSEHOLD GOODS (INBOUND & OUTBOUND)
CNT F34650-93-R-0005
AMT $127,578
DTD 010197
TO Ace Transfer And Storage Co, 2216 Se 18th St, Oklahoma City
  Ok  73147 2118
CITE: (I-347 SN011305)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: J--MOVEMENT/STG HOUSEHOLD GOODS/INTRA-CITY & INTRA AREA
CNT F34650-93-R-0005
AMT $163,618
DTD 010197
TO Edmonds Transfer And Storage, 2100 Se 69th, Oklahoma City
  Ok  73149-
CITE: (I-347 SN011306)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7,
  Alameda, CA 94501-5100
SUBJECT: J DRYDOCK & REPAIRS OF USCGC ORCAS (WPB 1327)
POC Janyce DeCanto, Contracting Officer  510 437-3773
CNT DTCG85-97-C-625L53
AMT $244,185.00
DTD 121296
TO Mid Coast Marine,  530 Whitty Street, Coos Bay, Oregon 97420
EMAIL Janyce DeCanto/MLCPAC@Internet.USCG.MIL
EMAILDESC: 
  Officer
CITE: (W-347 SN011316)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: J--ENGINEERING SERVICES
CNT F34601-96-R-48261
AMT $1,204,810
DTD 112796
TO Olmsted Instrument Co, 28 4th St, Harrisburg Intl Airport,
   Middletown Pa 17057-5001
CITE: (I-347 SN011397)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: J--REPAIR OF COMPONENTS OF THE APG-63 RADAR SYSTEM
CNT F09603-95-R-21099
AMT $91,262
DTD 120296
TO International Enterprises Inc, 108 Allen Street, Talladega
  Al  35160-1399
CITE: (I-347 SN011445)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: J--MAINTENANCE SUPPORT SVCS FOR MODIFICATION & REPAIRS
CNT F09603-96-R-21007
AMT $1,005,306
DTD 112596
TO Lear Siegler Management Services, Csis Operations, 3100 N
  I-Hwy  35 Po Box 11566, Oklahoma City Ok 73136-0566
CITE: (I-347 SN011448)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: J--CONTRACT FIELD TEAM SERVICES FOR F-15 ACFT
CNT F09603-96-R-21006
AMT $1,185,069
DTD 112596
TO Lear Siegler Management Services, Csis Operations, 3100 N
  I-Hwy  35 Po Box 11566, Oklahoma City Ok 73136-0566
CITE: (I-347 SN011450)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: J--OVERHAUL/REPAIR
CNT F41608-97-C-0038
AMT $28,936
DTD 112096
TO Fuel Systems Textron Inc, Sub Of Textron Inc, 700 N Centennial
   St, Zeeland mi 49464-1320
CITE: (I-347 SN011454)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: J--ENGINEERING SERVICES
CNT F34601-96-R-48284
AMT $1,579,000
DTD 120996
TO Litton Systems Canada Ltd, 25 Cityview Dr, Etobicoke Ont M9w
   5a7
CITE: (I-347 SN011544)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: J--VARIOUS NSN'S AND PART NUMBERS
CNT F41608-96-R-0058
AMT $105,675
DTD 120996
TO Lamar Electro-Air Inc, Po Box 10/Wellington Airport, Wellington
   Ks 67152-
CITE: (I-347 SN011599)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: J--VARIOUS NSN'S AND PART NUMBERS
CNT F41608-96-R-0058
AMT $97,125
DTD 120996
TO Thomas Instrument & Machine Co Inc, P O Box 999, 3440 East
  First  Street, Brookshire Tx 77423 0000
CITE: (I-347 SN011600)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: J--NON-STOCK LISTED COSSAP ANALYSIS PACKAGE
CNT F04699-97-R-0222
AMT $102,379
DTD 100196
TO Synopsys Inc, 700 East Middlefield Road, Mountian View Ca
  94043  4033
CITE: (I-347 SN011682)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: NISE East, PO Box 190022, 4600 Marriott Drive,      North
  Charleston, SC 29419-9022
SUBJECT: J--ENGINEERING SERVICES
POC M. Bartley, Code 1117MB, (803)743-3397
CNT N65236-96-G-0128/0002
AMT $103,267
LINE 0002
DTD 111896
TO SBA/D&A Integrated Solutions, Inc. (SB), 1101 Commercial Ave,
       Charlotte, NC 28205
EMAILADD: bartleym@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-347 SN011737)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: NASA, Johnson Space Center, BL3, Houston, TX 77058
SUBJECT: K -- T-38A/N AIRCRAFT INLET PRODUCTION HARDWARE DESIGN
POC Contracting Officer: Alice Pursell, 713-244-9922. Contracting
  Specialist: Nancy Robb, 713-244-9923
CNT NAS9-97037
AMT $882000
LINE N/A
DTD 112596
TO Northrop Grumman Corp, One Hornet Way, El Segundo, CA 90245
CITE: (I-347 SN011239)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: K--DEFINITIZE CHANGE ORDER FOR ECP PC-001R1
CNT F34601-96-C-0001P00011
AMT $1,511,094
DTD 112796
TO Rockwell International, Collins Avionics & Comms Division,
  350  Collins Rd Ne, Cedar Rapids Ia 52498-0001
CITE: (I-347 SN011517)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: Portsmouth Naval Shipyard, Contracting Division, Portsmouth,
  NH  03801-2590
SUBJECT: P -- RADIOACTIVE WASTE VOLUME REDUCTION INCLUDING METAL
  MELTING, INCINERATION, AND SUPERCOMPACTION
CNT N00102-97-C-2304
AMT $128,661.00
LINE 0001-0007
DTD 121296
TO The Scientific Ecology Gourp, 1560 Bear Creek Rd., Oak Ridge,
  TN 37831
CITE: (I-347 SN011197)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Bureau of Prisons South Central Regional Office, 4211
  Cedar Springs Road Suite 201, Dallas, TX 75219
SUBJECT: Q -- DENTAL HYGIENIST
POC Darren Doggett, Contract Specialist (214) 767-5008.
CNT J151c-100
AMT $97,500.00
LINE N/A
DTD 121096
TO Traci Kendrick, 1208 Nolan, Big Spring, TX 79720
CITE: (I-347 SN011251)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Bureau of Prisons South Central Regional Office, 4211
  Cedar Springs Road Suite 201, Dallas, TX 75219
SUBJECT: Q -- PHLEBOTOMIST/LABORATORY ASSISTANT
POC Darren Doggett, Contract Specialist, (214) 767-5008.
CNT J151c-101
AMT $56,160.00
LINE N/A
DTD 121096
TO Terri Sawyer, 607 W. 16th, Big Spring, TX 79720
CITE: (I-347 SN011252)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: R -- INDEPENDENT PATRIOT INTEGRATION ANALYSIS SUPPORT
  SERVICES
POC (PCF) Queen Miller, Contract Specialist, AMSMI-AC-CFHA, (205)
  842- 7409, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA,
  (205) 876-7321.
CNT DAAH01-94-C-0105/P00055
AMT $546,130.06
LINE N/A
DTD 121096
TO CAS Incorporated 650 Discovery Drive, P O Box 11190, Huntsville,
  AL, 35814
CITE: (I-347 SN011230)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: R--B-52 ENGINEERING SERVICES
CNT F34601-93-C-0454P00069
AMT $8,009,617
DTD 112796
TO Boeing Defense And Space Group, Product Support Div Boeing
  Co, P  O Box 7730, Wichita Ks 67277-7730
CITE: (I-347 SN011515)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: R--ENG SVC APPL TO-135 SERIES ACFT
CNT F34601-96-C-0111P00035
AMT $249,000
DTD 112196
TO Boeing Defense And Space Group, Product Support Div Boeing
  Co, P  O Box 7730, Wichita Ks 67277-7730
CITE: (I-347 SN011518)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: R--ALCM AGM86B ENGN SVCS
CNT FD2030-97--30963
AMT $1,000,000
DTD 121096
TO Boeing Co, The Boeing Defense And Space Group, Po Box 3999,
   Seattle Wa 98124-3999
CITE: (I-347 SN011562)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: R--ENGINEERING SERVICES TO MAINTAIN USM 603 TEST SET
CNT F41608-97-F-0016
AMT $183,497
DTD 111296
TO Wang Federal, Inc, 7900 Westpark Dr, Mclean Va 22102 4299
CITE: (I-347 SN011601)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NISE East, PO Box 190022, 4600 Marriott Drive,      North
  Charleston, SC 29419-9022
SUBJECT: R--PROGRAM MANAGEMENT SUPPORT FOR NISE EAST BRAC   
    TRANSITION COORDINATOR
POC Patricia Godwin, Code 1113PG, (803)743-4991
CNT N65236-96-D-3801/N65236-96-R-8614
AMT $1,623,003
LINE N/A
DTD 120196
TO US Small Business Administration - Washington, DC      Capstone
  Corporation, 1800 Diagnol Rd, Ste 355, Alexandria, VA 22314
EMAILADD: godwinp@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-347 SN011736)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Contracting Officer (90C), Department of Veterans Affairs
  Medical Center, 4500 South Lancaster Road, Dallas, TX 75216
SUBJECT: S -- HAZARDOUS WASTE REMOVAL SERVICES
POC Warren L. Ector, Contracting Officer, (214) 302-7523
CNT V549P-4152
AMT N/A
LINE N/A
DTD 120596
TO Environmental Management, Inc., P.O. Box 3940, Edmond, OK
  73083-3940
CITE: (I-346 SN011067)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Chicago Regional Printing Procurement Office, U.S. Government
  Printing Office, 200 N. Lasalle St., Suite 810, Chicago, IL
  60601-1055
SUBJECT: T--CD-ROM
POC N/A
CNT Program 5545-S,  TIPS CD-ROM
AMT $216,000
DTD 120496
TO Imation Enterprises Corp., 1425 Parkway Drive, Menomonie,
  WI 54751
CITE: (W-346 SN011102)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, Facilities Service Office, P.O.
  Box 27497, Greensboro, NC 27498-1103
SUBJECT: Y--NEW CONSTRUCTION LEASED AT ELIZABETH, WV 26143-9998
POC Chester R. Hansen, Real Estate Specialist (910) 665-2831.
CNT 362575-97-A-H015
AMT $52,287.75
DTD 120696
TO EPO Partnership, 2615 Dudley Avenue, Parkersburg, WV 26101-2650
CITE: (M-347 SN011184)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, Facilities Service Office, P.O.
  Box 27497, Greensboro, NC 27498-1103
SUBJECT: Y--NEW CONSTRUCTION LEASED AT HICO, WV 25834-9998
POC Chester R. Hansen, Real Estate Specialist, (910) 665-2831.
CNT 362575-97-A-H013
AMT $33,500.00
DTD 120696
TO D.H. Land & Management, LLC, Box 685, Gauley Bridge, WV 25085-0685
CITE: (M-347 SN011185)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, Facilities Service Office, P.O.
  Box 27497, Greensboro, NC 27498-1103
SUBJECT: Y--NEW CONSTRUCTION LEASED AT MOUNT LOOKOUT WV 26678-9998
POC Chester R. Hansen, Real Estate Specialist, (910) 665-2831.
CNT 362575-97-A-H014
AMT $23,000.00
DTD 120696
TO D.H. Land & Management, LLC, Box 685, Gauley Bridge WV 25085-0685
CITE: (M-347 SN011191)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Federal Highway Administration, 610 East Fifth Street,
  Vancouver, WA 98661-3893
SUBJECT: Y -- HIGHWAY CONSTRUCTION, OR BLM ERFO 96-31(1), PRINEVILLE
  BLM DISTRICT, MAUPIN BLM ROADS
CNT DTFH70-97-C-00007
AMT $1,515,150.00
LINE All Items
DTD 120496
TO Elte, Inc., 25701 S.E. Highway 224, Boring, Oregon 97009
CITE: (I-347 SN011314)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans
  La 70160
SUBJECT: Y -- ATCHAFALAYA BASIN, LEVEES WEST OF BERWICK, WAX
  LAKE WEST "B", LEVEE ENLARGEMENT AND BERMS, STA. 625+00 TO
  STA. 948+00, ST. MARY PARISH, LA
CNT DACW29-97-C-0007
AMT $2,920,030.93
LINE Items 0001 through 0
DTD 121296
TO P.R. Contractors, Inc.; 14948 Jefferson Hwy.; Baton Rouge,
  LA  70817
CITE: (I-347 SN011359)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, P.O. Box 209, Oceanside,
  CA  92049-0209
SUBJECT: Z--INDEFINITE QUANTITY GLASS AND WINDOW REPLACEMENT
POC David Dickhoff, Contract Specialist, (619)725-3222 (Voice
   mail/fax). Contracting Officer is E Charette.
CNT N68711-96-D-3983
AMT $10,000.00
LINE  0001 - 0216
DTD 121096
TO Selco Inc, 225 Stevens Ave, Suite 206, Solana Beach CA 92075
EMAILADD: dadickhoff@efdswest.navfac.navy.mil
EMAILDESC: 
   CA
CITE: (D-346 SN011088)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 36th Contracting Squadron, 36 CONS/LGCU, Unit 14040,
  Andersen AFB Guam, APO AP 96543-4040
SUBJECT: Z--PAIP VIII, 62 UNITS MFH RENOVATION, ANDERSEN AFB,
  GUAM
POC Dante Serneo or Sherry Wall, (671) 366-4682 or fax (671)
  366-3242
CNT F64133-97-C0002 (Solicitation No. F64133-96-R0006)
AMT $7,049,194.00
LINE 0001-0014
DTD 121096
TO Fargo Pacific, Inc., P.O. Box 2492, Agana, Guam  96932   
  Phone: (671) 646-1771
CITE: (W-346 SN011103)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 36th Contracting Squadron, 36 CONS/LGCU, Unit 14040,
  Andersen AFB Guam, APO AP 96543-4040
SUBJECT: Z--REPLACE WATER/SEWER LINES, ANDERSEN AFB, GUAM
POC Sherry Wall, (671) 366-2354 or fax (671) 366-3242
CNT F64133-97-C0001 (Solicitation No. F64133-96-B0017)
AMT $1,484,394.00
LINE 0001-0003
DTD 121296
TO Asanuma Corporation, P.O. Box 22108, GMF, GU  96921    Phone
  (671) 646-4243
CITE: (W-347 SN011121)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, 6 Griffin Rd. North, Windsor,
  CT 06006-0300
SUBJECT: Z -- ELEVATOR INSTALLATION - FULTON, NY MAIN POST OFFICE
POC Val J. L. Wilson, USPS Project Manager, (860) 285-1258
CNT 082530-97-B-0042
AMT $152,350
LINE N/A
DTD 112596
TO R&S Associates General Contractors, Inc., 22 Culvert St.,
  Phoenix, NY 13135
CITE: (I-347 SN011233)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 23 Contracting Squadron/LGCC, 1443 Reilly Road, Suite
  C Pope AFB, NC 28308-2896
SUBJECT: Z -- ALTER/REPAIR PASSENGER TERMINAL, PROJECT NO. TMKH
  95-1003A/B
POC Mr Thomas W. Foster, Contract Administrator, Mr Martin M.
  Honan, Jr, Contracting Officer.
CNT F31601-97-C0001
AMT $922,000.00
LINE CLINS 0001, 0002 AND
DTD 121196
TO CEBCO Construction, Inc, P O Box 476, Spring Lake, NC 28390-0476
CITE: (I-347 SN011245)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard
  AFB TX 76311-2739
SUBJECT: Z--RELOCATE FEEDER UNDERGROUND G AVE
POC Points of Contact: LGCC/SSgt Russell Kneen, Contract Specialist,
  817/676-3895; Contracting Officer - Colleen S Phipps, 817/676-5180.
CNT F41612-97-MA003
AMT $50,882.00
LINE 0001
DTD 120296
TO Lloyd Thomas Co Inc, 802 Jacksboro Hwy, Wichita Falls TX 76301
CITE: (W-347 SN011327)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: Z--REPLACE ROOFS, BUILDINGS 4188, 4189 AND 4190, FORT
  SAM HOUSTON, TEXAS
POC Contract Specialist, Sharon Hair, (817) 978-3194 (Site Code
  DACA63)
CNT DACA63-97-C-0006
AMT $693,353
DTD 121096
TO CORRUGATED ERECTORS INC, PO BOX 564, TEXARKANA, TX 755040564
CITE: (I-347 SN011339)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Engineering Services - Dallas, 1200 Main Street, Room
  1900, Dallas, Texas 75202-4348
SUBJECT: Z--CONSTRUCTION OF AN ESTIMATED 121 ON-SITE WASTEWATER
  SYSTEMS TO BE LOCATED ON OR NEAR THE TOHONO O'ODHAM RESERVATION,
  AZ
POC Barry J. Prince, (214) 767-3492
CNT 161-97-0005
AMT $911,877.31
DTD 112296
TO Tohono O'odham Utility Authority, P.O. Box 816, Sells, AZ
   85634
LINK ERROR--
LINKDESC: 
  Systems
CITE: (W-347 SN011363)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Directorate Of Contracting, Sa-Alc/Pkoe 1288 Growdon
  Road Bldg  1585, Kelly Afb, Texas 78241-5320
SUBJECT: Z--STORM COMPLIANCE MEASURE DRAINAGE 005,006,008,009
CNT F41650-96-B-0419
AMT $15,400,000
DTD 120496
TO Ihs Construction Inc, Po Box 8354, Corpus Christi Tx 78468
  8354
CITE: (I-347 SN011381)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: Z--REMOVE/INSTL LIGHTING B/3105
CNT F34650-96-R-0169
AMT $62,040
DTD 111896
TO Sunbelt Fire Protection Inc, 7924 E 15th St, Tulsa Ok 74112
   7051
CITE: (I-347 SN011404)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: Z--WHOLE HOUSE RENOVATION PH III MFH
CNT F34650-96-B-0052
AMT $4,220,050
DTD 112096
TO J Morris & Assoc, 5353 S Hattie, Oklahoma City Ok 73129-
CITE: (I-347 SN011405)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: Z--UPGRADE HEATING SYSTEMS MULTIFACILITY
CNT F34650-96-B-0036
AMT $2,065,000
DTD 112596
TO Locke Equipment Sales Co Inc, 1917 East Spruce Office B, Olathe
   Ks 66062
CITE: (I-347 SN011406)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: Z--RENOVATE ALTITUDE TESTCHAMBER
CNT F34650-96-B-0028
AMT $218,247
DTD 112196
TO 5 S Inc, 1407 Oklahoma Ave, Norman Ok 73071 7794
CITE: (I-347 SN011407)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: Z--ZONE "A" AREA IMPROVEMENTS
CNT F34650-96-B-0045
AMT $1,162,462
DTD 110596
TO J Morris & Assoc, 5353 S Hattie, Oklahoma City Ok 73129-
CITE: (I-347 SN011431)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: Z--RENOVATE B/5702
CNT F34650-96-R-0178
AMT $687,056
DTD 120296
TO Jim Sellers Construction Co, P O Box 1719, Sapulpa Ok  74067-0000
CITE: (I-347 SN011432)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: Z--REPLACE BOILERS, BLDG 177
CNT F09650-96-B-0079
AMT $3,716,600
DTD 112796
TO Delta Industrial Contractors Inc, 273 Pine Grove Rd, P O Box
  66,  Locust Grove Ga 30248-0066
CITE: (I-347 SN011451)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: Z--ZONE "A" AREA IMPROVEMENTS
CNT F34650-96-B-0045
AMT $1,162,462
DTD 110596
TO J Morris & Assoc, 5353 S Hattie, Oklahoma City Ok 73129-
CITE: (I-347 SN011475)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker
  Air Force  Base Ok 73145-9106
SUBJECT: Z--RENOVATE B/5702
CNT F34650-96-R-0178
AMT $687,056
DTD 120296
TO Jim Sellers Construction Co, P O Box 1719, Sapulpa Ok  74067-0000
CITE: (I-347 SN011476)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of NAVFAC Contracts, NAS, 8851 Ocean
  Dr., Suite 139 Corpus Christi, TX 78419-5226
SUBJECT: Z -- FACILITIES SUPPORT ELEVATOR MAINTENANCE, NAS, CORPUS
  CHRISTI, TX
POC Jacque Visosky, Contracting Officer, 512/939-2158.
CNT N62467-96-C-7481
AMT $54,190.00
LINE N/A
DTD 120196
TO Omni Elevator Company, 1730 E. Commerce Street, San Antonio,
  TX 78203
CITE: (I-347 SN011688)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WSH), Rock Island , IL
  61299-7630
SUBJECT: 10 -- BARREL ASSEMBLY
POC Contract Specialist: Cean Hartleben (309) 782-3429, PCO:
  Brian W. Schmidt (309) 782-8490
CNT DAAE20-96D0006/0001
AMT $219,991
LINE N/A
DTD 121096
TO Lan Cay Inc., 600 4th St., Carrollton, KY 41008
CITE: (I-347 SN011722)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WSV), Rock Island , IL
  61299-7630
SUBJECT: 10 -- ALIGNMENT GUIDE ASSEMBLY AND FEED TRAY
POC Contract Specialist: Teresa Stottlemyre (309) 782-4626, PCO:
  Brian W. Schmidt (309) 782-8490
CNT DAAE20-97C0080
AMT $49,464
LINE N/A
DTD 121296
TO Apache Enterprises, Inc., 2985 Red Hawk Dr., Grand Prairie,
  TX 75052
CITE: (I-347 SN011723)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: U.S. Army TACOM-ARDEC, AMSTA-AR-PCW-D, Bldg10, Picatinny
  Arsenal, New Jersey 07806-5000
SUBJECT: 10 -- ANTI-REFLECTION DEVICES (ARD)
POC Janice Finkelstein e-mail=jfinkel, Contract Specialist, 201-724-7510,
  Catherine E. John-Angle, Contracting Officer, 201-724-3214.
CNT DAAE30-97-C-0035
AMT $41,240.00
LINE N/A
DTD 112696
TO Tenebraex Corporation, One Kendall Sq., Bldg. 100, Cambridge,
  MA 02139
CITE: (I-347 SN011727)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--DET TRANS ASSY --1377012009013ES
CNT F42630-96-R-60706
AMT $140,395
DTD 112196
TO Oea Aerospace Inc, Hwy 12 & Explosive Tech Road, P O Box Kk,
   Fairfield Ca 94533-0659
CITE: (I-347 SN011483)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--FIRE EXT CTG --1377012340912ES
CNT F42630-97-M-0045
AMT $83,632
DTD 112796
TO Applied Energy Technology Corp, 2105 South Hardy Drive #20,
   Tempe Az 85282-1924
CITE: (I-347 SN011485)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--FIRE EXT CARTRIDGE --1377012258235ES
CNT F42630-96-M-1771
AMT $70,077
DTD 120396
TO Applied Energy Technology Corp, 2105 South Hardy Drive #20,
   Tempe Az 85282-1924
CITE: (I-347 SN011652)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--OUTPUT INITIATOR --1377012797181ES
CNT F42630-96-R-2045
AMT $125,812
DTD 120396
TO Teledyne Mccormick Selph, 3601 Union Road, P O Box 6, Hollister
   Ca 95024 0006
CITE: (I-347 SN011656)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--DROGUE GUN --1377010533658ES
CNT F42630-96-R-2041
AMT $142,342
DTD 120496
TO Universal Propulsion Co Inc, 25401 North Central Avenue, 
  Phoenix Az 85027-7899
CITE: (I-347 SN011659)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--CHARGE ASSY] --1377012077092ES
CNT F42630-97-M-0063
AMT $34,751
DTD 112796
TO Oea Aerospace Inc, Hwy 12 & Explosive Tech Road, P O Box Kk,
   Fairfield Ca 94533-0659
CITE: (I-347 SN011662)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--TRANSFER, ONE WAY --1377012422036ES
CNT F42630-97-M-0118
AMT $29,749
DTD 120396
TO Oea Aerospace Inc, Hwy 12 & Explosive Tech Road, P O Box Kk,
   Fairfield Ca 94533-0659
CITE: (I-347 SN011664)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 14--CABLE ASSEMBLY-SWIT
CNT SP0920-97-M-0833
AMT $51,750.00
LINE 0002
DTD 121296
TO Projects unlimited Inc 3680 wyse Rd P.O.Box 14538 Dayton OH
   45414-5802
CITE: (I-347 SN011172)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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 35898-5280
SUBJECT: 14 -- RESOLVER, MOUNT ASSEMBLY
POC Geraldine Williams, Contract Specialist, AMSMI-AC-CDBA, 205-876-7288
  Margaret King, Contracting Officer, AMSMI-AC-CDBA, 205-842-7553.
CNT DAAH01-97-P-0224
AMT $46,750.00
LINE N/A
DTD 121096
TO GSE Dynamics Inc 25 Corporate Dr, P O Box 13248 Hauppauge,
  NY 11788-2021
CITE: (I-347 SN011725)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center
  Redstone Arsenal, AL 35898-5280
SUBJECT: 15 -- CENTER WING SECTION
POC Tammy Bingham, Contract Specialist (PCD) AMSMI-AC-CDBB 205
  876-5287 Roberta B. Bodine, Contracting Officer AMSMI-AC-CDBB
  205 842-6113.
CNT DAAH01-97-P-0258
AMT $77,309.88
LINE N/A
DTD 120696
TO Raytheon Aircraft 9709 E. Central P. O. Box 85 Wichita, Kansas
  67201
CITE: (I-347 SN011275)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 15--CLOSURE SPAR L.H. --1560011462297FX
CNT F09603-96-R-20369
AMT $61,985
DTD 112596
TO Monitor Aerospace Corp, 1000 New Horizons Blvd, Amityville
  Ny  11701-1130
CITE: (I-347 SN011446)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: 15--KC-135 REENGINING KIT HARDWARE PROGRAM --1560
CNT F34601-94-C-0067P00021
AMT $95,500
DTD 103096
TO Boeing Defense And Space Group, Product Support Div Boeing
  Co, P  O Box 7730, Wichita Ks 67277-7730
CITE: (I-347 SN011516)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: 15--ADAPTER, FAN DUCT/CHORD --1560011753965FL
CNT FD2030-96--01342
AMT $193,000
DTD 112596
TO Boeing Co, The Boeing Defense And Space Group, Po Box 3999,
   Seattle Wa 98124-3999
CITE: (I-347 SN011533)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 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--PARACHUTE ASSEMBLY, STABILIZATION
SOL SP0460-97-Q-B155
CNT SP0460-97-M-2367
AMT $59,400.00
LINE 0001
DTD 121196
TO Syndex recovery systems Inc 3415B W lomita Blvd Torrance CA
  90505
CITE: (I-346 SN011107)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--PRESSURE ASSY; P/N 7820135-1; 45 EA --1660011388624BO
CNT FD2030-96-0-9152
AMT $84,090
DTD 112596
TO Conax Florida Corporation, 2801 75th St North, St Petersburg
  Fl  33710 2936
CITE: (I-347 SN011276)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--KIT KD 9; P/N 50707; 49 EA --1650007867093
CNT FD2030-97-0-8035
AMT $43,414
DTD 112596
TO Nwl Control Systems, Div Of Pneumo/Abex Corp, 2220 Palmer
  Ave,  Kalamazoo Mi 49001-4165
CITE: (I-347 SN011277)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--HYDRAULIC SPARE: B1B AIRCRAFT; P/N 717633; 51 EA
  --  1650012105135
CNT FD2030-97-0-6021
AMT $129,290
DTD 112596
TO Sundstrand Aerospace, Po Box 7002, Rockford Il 61125-7002
CITE: (I-347 SN011279)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 16--CONTROL UNIT,P/N:899944-01,APPL:KC-135 TANKER ACFT
  --  1680011464911
CNT FD2050-96--16240
AMT $47,222
DTD 112796
TO Kidde Technologies Inc, 4200 Airport Dr Nw, Wilson Nc  27893-9643
CITE: (I-347 SN011364)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 16--EMERGENCY CONTROLLER,VARIOUS P/N'S AND QTY --1680012585608
CNT F41608-97-R-23625
AMT $54,600
DTD 112696
TO Texas Aerospace Services Inc, 3550 Maple Street, Abilene Tx
   79602-7130
CITE: (I-347 SN011367)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--HOUSING SPOOL ASSEMBLY; P/N 28003347-013; 92 EA
  --  1650010834884
CNT FD2030-97-0-6064
AMT $49,161
DTD 120296
TO Hr Textron Inc, Controls Div, 25200 W Rye Canyon Rd, Valencia
  Ca  91355-1204
CITE: (I-347 SN011392)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--CYLINDER ASSEMBLY; P/N 3831251-13; 9 EA --1650003150859
CNT FD2030-97-0-6014
AMT $63,864
DTD 112796
TO Nwl Control Systems, Div Of Pneumo/Abex Corp, 2220 Palmer
  Ave,  Kalamazoo Mi 49001-4165
CITE: (I-347 SN011393)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--HYDRAULIC SPARE; B1B AIRCRAFT; P/N 718534; 57 EA
  --  1650012100001
CNT FD2030-95-0-6036
AMT $422,971
DTD 112796
TO Sundstrand Aerospace, Po Box 7002, Rockford Il 61125-7002
CITE: (I-347 SN011394)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 16--FILTER --1610006513870
CNT F09603-96-R-11894
AMT $64,180
DTD 112796
TO Western Filter Corp, 26235 Technology Dr, Valencia Ca  91355-0000
CITE: (I-347 SN011447)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 16--NET, CARGO TIEDOWN, TOP TYPE II, HCU 15/C --1670009694103CT
CNT F09603-96-R-70095
AMT $1,900,899
DTD 112796
TO Kinedyne Corp, 3701 Greenway Cr, Lawrence Ks 66046-5442
CITE: (I-347 SN011449)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--ARMATURE ANTI-SKID --1630009496772
CNT F09603-91-G-0023QP6G
AMT $287,380
DTD 112096
TO Aircraft Braking Systems Corp, 1204 Massillon Road, Akron
  Oh  44306-4186
CITE: (I-347 SN011478)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--PISTON ASSY --1620010710538
CNT F42630-96-R-67279
AMT $664,860
DTD 112096
TO Daf Special Products B.V., Eindhovenseweg 120/Postbus 436,
  5660  Ak Geldrop, The Netherlands
CITE: (I-347 SN011479)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--KEY ROTOR DRIVE --1630010830324
CNT F42630-96-R-68242
AMT $486,528
DTD 111896
TO United Valve Corp, 345 Hawaii Street, Po Box 999, El Segundo
  Ca  90245 0999
CITE: (I-347 SN011480)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--C5 A/B MAIN LANDING GEAR SPLINED TUBE --1620001157393
CNT F42630-96-R-67215
AMT $520,704
DTD 111896
TO Mcswain Mfg Co, 189 Container Place, Cincinnati Oh 45246-1708
CITE: (I-347 SN011482)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--KIT, F15 C&D ACFT. --1630010827692
CNT F42630-96-R-68235
AMT $148,090
DTD 112196
TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor
   Street, South Bend In 46628-1373
CITE: (I-347 SN011484)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--HOUSING ASSY; P/N 3293031-13; 14 EA --1650003052081
CNT FD2030-97-0-6012
AMT $49,000
DTD 120596
TO Nwl Control Systems, Div Of Pneumo/Abex Corp, 2220 Palmer
  Ave,  Kalamazoo Mi 49001-4165
CITE: (I-347 SN011514)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--HYDRAULIC SPARE: B1B AIRCRAFT; P/N 713343B; 13 EA
  --  1650012099993
CNT FD2030-97-0-6003
AMT $47,850
DTD 120996
TO Sundstrand Aerospace, Po Box 7002, Rockford Il 61125-7002
CITE: (I-347 SN011540)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--VALVE; P/N OMP2834-3; 7 EA --1650009465472
CNT F34601-96-R-07210
AMT $57,071
DTD 120696
TO Ozone Industries Inc, 29 Industrial Park Road, East Lyme Ct
   06333-
CITE: (I-347 SN011543)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 16--ACTUATOR,ELECTRO MECHANICAL,P/N:R15016-15E-1,APPL:F15--
   1680012283822
CNT FD2050-97--16008
AMT $31,160
DTD 120696
TO Gec/Marconi Aerospace Inc, 110 Algonquin Pky, Whippany Nj
   07981-1640
CITE: (I-347 SN011588)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 16--SHOCK ABSORBER, PN 5-89525-6, 25 EACH --1680008951058
CNT F41608-97-R-16015
AMT $125,475
DTD 120596
TO Downey Mfg Inc, 11421 Downey Ave, Downey Ca 90241-4934
CITE: (I-347 SN011595)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--BRAKE HOUSING APPL: C-141 ACFT --1630013447762
CNT F09603-91-G-0023QP3A
AMT $1,109,375
DTD 112596
TO Aircraft Braking Systems Corp, 1204 Massillon Road, Akron
  Oh  44306-4186
CITE: (I-347 SN011628)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--PISTON OUTER --1620012007131
CNT F42630-96-R-67229
AMT $131,182
DTD 111996
TO Hydromach Inc, 9030 Owensmouth Avenue, Canoga Park Ca  91304-1416
CITE: (I-347 SN011631)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--ARM STEERING SUPPORT NLG --1620003051726
CNT F42630-96-R-67702
AMT $270,864
DTD 112096
TO Cagas Precision & Research Corp, Rt 2 Box 88-S, Bedford Va
   24523-9608
CITE: (I-347 SN011632)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--DRAG BEAM TRUNNION --1620007673360
CNT F42630-96-R-67292
AMT $214,677
DTD 110696
TO Sargent Controls & Aerospace, A Dover Diversified Company,
  5675  W Burlingame, Tucson Az 85743-
CITE: (I-347 SN011633)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--MLG BRAKE TORQUE, PIN ASSY --1620011825899
CNT F42630-96-R-68333
AMT $67,865
DTD 111596
TO C M Manufacturing Incorporated, 690 Avon Belden Road, Avon
  Lake  Oh 44012-
CITE: (I-347 SN011635)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--PLATE ASSY BACK --1630010054189
CNT F42630-96-R-68258
AMT $242,713
DTD 112096
TO Nasco Aircraft Brake Inc, 13300 Estrella Ave, Gardena Ca 
  90248-1519
CITE: (I-347 SN011636)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--HOUSING BRAKE --1630010659469
CNT F42630-96-R-67355
AMT $141,740
DTD 112096
TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor
   Street, South Bend In 46628-1373
CITE: (I-347 SN011637)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--SHAFT, SWIVEL, HYDRAULIC, MLG SHOCK --1620003394345
CNT F42630-96-M-1400
AMT $42,150
DTD 111996
TO Coltec Industries Inc, Menasco Aerosystems Division, 4000
  South  Hwy 157, Euless Tx 76040-7012
CITE: (I-347 SN011639)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--NUT AXLE --1620010141859
CNT F42630-96-M-1508
AMT $25,357
DTD 121896
TO Special Projects Mfg Co Inc, 7601 Wyatt Dr, Fort Worth Tx
   76108-2530
CITE: (I-347 SN011641)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--INSERT, ROTOR --1630011392806
CNT F42630-96-M-1559
AMT $76,133
DTD 112096
TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor
   Street, South Bend In 46628-1373
CITE: (I-347 SN011643)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--HEAT SHIELD --1630010730595
CNT F42630-96-M-1636
AMT $40,878
DTD 112096
TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor
   Street, South Bend In 46628-1373
CITE: (I-347 SN011645)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--CABLE ASSY, ELECTRIC --1620010749060
CNT F42630-96-M-1654
AMT $35,250
DTD 111996
TO Richard Manufacturing Co, 950 W Kershaw St, Ogden Ut 84401-3404
CITE: (I-347 SN011646)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--TORQUE ARM COLLAR --1620000071787
CNT F42630-96-M-1703
AMT $45,573
DTD 111996
TO Cagas Precision & Research Corp, Rt 2 Box 88-S, Bedford Va
   24523-9608
CITE: (I-347 SN011648)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--SHIELD, HEAT --1630010730595
CNT F42630-96-M-1813
AMT $60,878
DTD 112796
TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor
   Street, South Bend In 46628-1373
CITE: (I-347 SN011653)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--LOWER JURY MLG BRACE ASSY --1620011431118
CNT F42630-96-R-6718002
AMT $26,477
DTD 112196
TO B F Goodrich, Landing Gear Div, 8000 Marble Avenue, Cleveland
  Oh  44105-2054
CITE: (I-347 SN011655)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--DUAL VALVE PRESSURE CONTROL --1630011401949LE
CNT F42630-96-R-67237
AMT $450,000
DTD 112296
TO Hydro-Aire, Crane Co, 3000 Winona Avenue, Burbank Ca 91510-2572
CITE: (I-347 SN011657)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--CYLINDER, LANDING GEAR L/H --1620009393261
CNT F42630-96-R-03048
AMT $149,508
DTD 112596
TO Coltec Industries Inc, Menasco Aerosystems Division, 4000
  South  Hwy 157, Euless Tx 76040-7012
CITE: (I-347 SN011658)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--DOWN LOCK CYLINDER --1620006000508
CNT F42630-97-M-0029
AMT $35,100
DTD 112096
TO Loud Engineering & Mfg Inc, 1055 East Francis Street, P O
  Box  3339, Ontario Ca 91761-0934
CITE: (I-347 SN011661)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--END CAP ASSEMBLY, F-16 AIRCRAFT LG --1620010602797
CNT F42630-97-M-0135
AMT $55,801
DTD 120296
TO Arkwin Industries Inc, 686 Main Street, Westbury Ny 11590-5018
CITE: (I-347 SN011665)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--ROD END ASSY --1620010651758
CNT F42630-97-M-0137
AMT $28,550
DTD 120496
TO International Precision Inc, 9526 Vassar Avenue, P O Box 4839,
   Chatsworth Ca 91313-0000
CITE: (I-347 SN011666)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--FITTING, NOSE GEAR, KC135 ACFT --1620003042003
CNT F42630-97-M-0180
AMT $29,299
DTD 120496
TO Laumann Mfg Corp, 155 Comac Street, Ronkonkoma Ny 11779-6932
CITE: (I-347 SN011667)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233,
  Bldg 129-2, Lakehurst, NJ 08733-5083.
SUBJECT: 17 -- REPAIR OF REPAIRABLES (ROR) IN SUPPORT OF THE
  FOLLOWING TEST STANDS: VALVE HOUSING, P/N 9770-0553 AND HYDRAULIC
  P/N HCT-12
POC Kathleen Kiley, Contract Specialist Code 213KK, (908) 323-5197.
  Contracting Officer is F. Hufnell.
CNT N68335-97-G-0045
AMT $4,000,000.00
LINE N/A
DTD 120496
TO AAI/ACL Technologies, 1505 East Warner Ave., Santa Ana, CA
  92705- 5419.
CITE: (I-346 SN011075)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 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--SEA ANCHOR
SOL SP0451-96-Q-WF10
CNT SP0490-97-M-AD96
AMT $41,438.65
LINE 0001
DTD 121196
TO Pioneer aerospace Corp Mfg Div 45 S satellite Rd South Windsor
  CT  06074
CITE: (I-346 SN011110)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Portsmouth Naval Shipyard, Contracting Division, Portsmouth,
  NH  03801-2590
SUBJECT: 20 -- SLEEVE, SHAFT, MAIN
CNT N00102-97-M-0917
AMT $70,540.00
LINE 0001
DTD 120996
TO Wisconsin Centrifugal Inc., 905 E. St. Paul Avenue, Waudesha,
  WI 53188
CITE: (I-347 SN011222)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 23--HMMWV A2
CNT DAAE0796DX0010017
AMT $15,740,317
DTD 112596
TO AM General Corp, 105 N Niles Ave South Bend, IN466347025
CITE: (I-346 SN011098)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
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--AXLE ASSEMBLY V
CNT DAAE0797CT034
AMT $227,360
DTD 103196
TO Oshkosh Truck Corp, 2307 Oregon St Oshkosh, WI549032566
CITE: (I-346 SN011094)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 26--Tires and Tubes
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 26--TIRE PNEUMATIC
CNT DAAE0796DM0640002
AMT $537,510
DTD 120596
TO Michelin North America Inc, 1 Parkway S Greenville, SC296029001
CITE: (I-346 SN011101)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 28--ADAPTER SPLINED
CNT DAAE0797CT062
AMT $240,382
DTD 120396
TO Dover Tool Co, 297 Orland St Bridgeport, CT066052220
CITE: (I-346 SN011097)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 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--CAP, COMBUSTION CHAM
SOL SP0480-96-Q-W608
CNT N00383-95-G-M122-TY42
AMT $55,946.04
LINE 0001 THROUGH 0003
DTD 121196
TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace
   Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181
CITE: (I-346 SN011106)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--STG 4 VANE; P/N 9526M64G12; 75 EA --2840013153262PR
CNT FD2030-96-4-9847
AMT $30,115
DTD 112596
TO General Electric Co Aircraft Engine, Mail Drop H319, One Neumann
   Way, Cincinnati Oh 45215-6301
CITE: (I-347 SN011278)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--SEAL; P/N 729581; 114 EA --2840008003963RV
CNT F34601-96-Q-53220
AMT $40,005
DTD 112596
TO Columbia Manufacturing Inc, P.O. Box 368, Columbia Ct  06237-0368
CITE: (I-347 SN011293)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--BEARING SEAL ASSY; P/N 754819; 102 EA --2840010446882PQ
CNT F34601-97-Q-0011
AMT $67,728
DTD 112696
TO Stein Seal Co, Po Box 316, Kulpsville Pa 19443-0316
CITE: (I-347 SN011294)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--PANEL ASSY ACOUSTICAL; P/N 305-026-014-0; 195 EA
  --  2840011831906PN
CNT FD2030-97-4-9323
AMT $114,718
DTD 120296
TO Cfm International, Po Box 15514, Cincinnati Oh 45215-0514
CITE: (I-347 SN011395)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--STAGE 3 SHROUD; P/N 1283M23G01; 716 EA --2840011465724JF
CNT F34601-96-Q-49884
AMT $71,564
DTD 112796
TO Tool Sales And Service, 1201 Hillsmith Dr, Cincinnati Oh 
  45215-1244
CITE: (I-347 SN011398)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 28--COVER ASSY, COMPRESSOR --2840006700629PE
CNT F41608-96-R-49869
AMT $41,902
DTD 112296
TO Teledyne Ryan Aeronautical, Tcae Turbine Engine Unit, 1330
   Laskey Rd, P O Box 6971, Toledo Oh 43612-0971
CITE: (I-347 SN011410)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 28--HPT ROTATING AIR SEAL/TF39 ENG --2840001111013PS
CNT F41608-96-R-49666
AMT $233,740
DTD 112696
TO General Electric Aircraft Engines, Engine Support Operations,
   10083 International Blvd, Cincinnati Oh 45216-0000
CITE: (I-347 SN011411)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--1 ST STAGE NOZZLE SUPPORT; P/N 9507M45G05; 23 EA
  --  2840013226205PR
CNT F34601-96-R-49908
AMT $108,336
DTD 120396
TO Palmer Mfg Co Inc, P O Box K, Malden Ma 02148-0911
CITE: (I-347 SN011423)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--DIVERGENT FLAP; P/N 5051M72G05; 49 EA --2840013576395PR
CNT F34601-96-R-49914
AMT $78,000
DTD 120396
TO Aba Industries Inc, 10260 U S 19 North, Pinellas Park Fl 
  34666-9000
CITE: (I-347 SN011424)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--SEAL-STATIONARY INNER AIRSEAL FOR 2ND --2840011599631RV
CNT F34601-96-Q-53261
AMT $32,514
DTD 112796
TO Demusz Mfg Co Inc, 303 Burnham St, East Hartford Ct 06108-1131
CITE: (I-347 SN011425)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--BLADE, COMPRESSOR, STAGE 13 --2840003921103PT
CNT F34601-94-G-0028SAXU
AMT $802,037
DTD 112696
TO United Technologies Corp/Pratt And, Whitney Acft Group Govt
  Prod  Div, P O Box 109600, West Palm Beach Fl 33410-9600
CITE: (I-347 SN011453)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 28--BOSS BYPASS --2840012427801PT
CNT F41608-97-M-0387
AMT $30,981
DTD 112796
TO Dean Machine Products Inc, 102 Colonial Rd, Machester Ct 
  06040-2356
CITE: (I-347 SN011456)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--1 ST STAGE NOZZLE SUPPORT; P/N 9507M45G05; 23 EA
  --  2840013226205PR
CNT F34601-96-R-49908
AMT $108,336
DTD 120396
TO Palmer Mfg Co Inc, P O Box K, Malden Ma 02148-0911
CITE: (I-347 SN011467)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--DIVERGENT FLAP; P/N 5051M72G05; 49 EA --2840013576395PR
CNT F34601-96-R-49914
AMT $78,000
DTD 120396
TO Aba Industries Inc, 10260 U S 19 North, Pinellas Park Fl 
  34666-9000
CITE: (I-347 SN011468)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--SEAL-STATIONARY INNER AIRSEAL FOR 2ND --2840011599631RV
CNT F34601-96-Q-53261
AMT $32,514
DTD 112796
TO Demusz Mfg Co Inc, 303 Burnham St, East Hartford Ct 06108-1131
CITE: (I-347 SN011469)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--SEAL RING; P/N 5040T78G03; 73 EA --2840011470472PL
CNT F34601-96-R-53443
AMT $37,741
DTD 120496
TO Metro Machine Works Inc, 11977 Harrison St, Romulus Mi  48174-2717
CITE: (I-347 SN011490)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--SHROUD; P/N 734873; 69 EA --2840011606491RV
CNT F34601-96-R-0086
AMT $172,224
DTD 120496
TO Ambel Precision Mfg Corp, Po Box 730, Bethel Ct 06801-0000
CITE: (I-347 SN011491)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--STATOR; APPL: TF33 ENGINE; P/N 766595; 282 EA --
   2840010045772RV
CNT F34601-96-R-52841
AMT $6,654,354
DTD 120596
TO Electro-Methods Inc, Po Box 54, 330 Governors Hwy, South Windsor
   Ct 06074-2422
CITE: (I-347 SN011528)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--CASE ASSY: APPL: TF33 ENGINES; P/N 696249; 9 EA
  --  2840011606494RV
CNT FD2030-96-5-3451
AMT $447,750
DTD 121096
TO United Technologies/Pratt & Whitney, Government Products 
  Division, Po Box 109600, West Palm Beach Fl 33410-9600
CITE: (I-347 SN011547)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--SPARE PARTS APPLICABLE TO THE TF33 --2840011679585RV
CNT F34601-96-R-53337
AMT $328,950
DTD 121096
TO Ambel Precision Mfg Corp, Po Box 730, Bethel Ct 06801-0000
CITE: (I-347 SN011548)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--SPACER, COMPRESSOR ROTOR APPLICABLE TO --2840007888175PL
CNT F34601-96-Q-53128
AMT $33,770
DTD 121196
TO Demusz Mfg Co Inc, 303 Burnham St, East Hartford Ct 06108-1131
CITE: (I-347 SN011564)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 28--BOSS, BYPASS --2840012422028PT
CNT F34601-94-G-0028SAYF
AMT $35,068
DTD 120496
TO United Technologies Corp/Pratt And, Whitney Acft Group Govt
  Prod  Div, P O Box 109600, West Palm Beach Fl 33410-9600
CITE: (I-347 SN011589)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt
  Road, Kelly  Afb, Texas 78241-6427
SUBJECT: 28--WHEEL COMPRESSOR 8TH STAGE --2840014144870RW
CNT F41608-96-R-46140
AMT $751,735
DTD 120596
TO Allison Engine Company, P O Box 420, Indianapolis In 46206-0420
CITE: (I-347 SN011590)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 28--OUTPUT COUPLING, APPL: F15 ACFT, P/N: 2489963-S
  --  2835010940967
CNT F41608-96-R-40046
AMT $843,547
DTD 120296
TO Lucas Aerospace, Power Transmission Corp, 211 Seward Ave/
  Po Box  457, Utica Ny 13503-0000
CITE: (I-347 SN011596)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt
  Road, Kelly  Afb, Texas 78241-6427
SUBJECT: 28--CONE ASSY --2840007901464RW
CNT F41608-96-R-46366
AMT $166,586
DTD 120396
TO C.F. Roark Welding & Eng Co., Inc, 136 N Green St, Brownsburg
   In 46112-1238
CITE: (I-347 SN011598)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 29--RADIATOR ENGINE
CNT DAAE0796CT530
AMT $788,926
DTD 100196
TO Indiana heat transfer, 500 W Harrison Plymouth, IN46563
CITE: (I-346 SN011093)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 29--COIL IGNITION
CNT DAAE0797CT069
AMT $218,592
DTD 120496
TO Champion Aviation Products, 1230 old Norris Rd.  Liberty,
   SC296570686
CITE: (I-346 SN011099)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 29--VALVE, STRAINER
SOL SP0500-97-Q-A180
CNT N00383-96-G-005D-TZ63
AMT $67,488.40
LINE 0001
DTD 121296
TO Parker-Hannifin Corp Aerospace Group Customer Support Military
   Div 16666 Von Karman Ave Irvine CA 92714-4917
CITE: (I-347 SN011202)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 29--LIMITER; P/N 1433-643377; 139 EA --2995009411191RV
CNT FD2030-96-5-3447
AMT $64,079
DTD 112596
TO Ontic Engineering And Mfg Inc, Po Box 7044, North Hollywood
  Ca  91609-0510
CITE: (I-347 SN011292)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 29--FILTER ELEMENT; P/N 387622; 891 EA --2915008182953RV
CNT F34601-96-Q-53472
AMT $26,320
DTD 120296
TO Facet Enterprises Inc, Filter Products Division, 8439 Triad
  Dr,  Greensboro nc 27409-9018
CITE: (I-347 SN011399)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 29--HOUSING ASSY APPL: TF33 ENGINES; P/N 790319; 28
  EA--  2995012121111RV
CNT FD2030-97-5-2863
AMT $41,860
DTD 121096
TO Galaxy Aircraft Parts Inc, 427 Palm Ave, Hialeah Fl 33010-0000
CITE: (I-347 SN011550)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 29--CARTRIDGE ASSY, P/N: 2491-1, APPL: F-16 ACFT --
   2915012355188FS
CNT F41608-96-Q-38550
AMT $113,378
DTD 120296
TO Howden Fluid Systems, 72 Santa Felicia Dr, Santa Barbara Ca
   93117-2893
CITE: (I-347 SN011597)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--BUSHING, SLEEVE
SOL SP0500-97-Q-A281
CNT SP0500-97-M-R600
AMT $62,684.44
LINE 0001 THROUGH 0002
DTD 121296
TO Moeller Mfg Co Inc 30100 Beck Rd P.O.Box P O Box 438 wixom
  MI  48393-0438
CITE: (I-347 SN011199)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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, ASSEMBLY
SOL SP0500-96-Q-ML10
CNT SP0500-97-M-T051
AMT $99,949.80
LINE 0001AA THROUGH 0001A
DTD 121296
TO Barden Corp the Precision Bearings Div 200 Park Ave Danbury
  CT  06810-7505
CITE: (I-347 SN011201)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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, SELF ALIGNING
SOL SP0500-96-Q-RL93
CNT F09603-94-G-0050-TZ4R
AMT $26,400.00
LINE 0001
DTD 121296
TO Lord Corp Mechanical Products Div 1635 W 12TH St P O Box 10039
   Erie PA 16514
CITE: (I-347 SN011203)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 31--ROLLER BEARING --3110010556197LE
CNT F42630-96-R-67622
AMT $243,444
DTD 112796
TO The Timken Co, 1835 Dueber Avenue Sw, Canton Oh 44706-2728
CITE: (I-347 SN011634)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 31--BUSHING SLEEVE --3120013183565LE
CNT F42630-96-M-1717
AMT $56,542
DTD 111996
TO Mayday Mfg Co, 2400 Justin Road, Po Box 603, Lewisville Tx
  75067  0603
CITE: (I-347 SN011649)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 31--BUSHING SLEEVE --3120013161146LE
CNT F42630-96-M-1875
AMT $57,700
DTD 112096
TO Mayday Mfg Co, 2400 Justin Road, Po Box 603, Lewisville Tx
  75067  0603
CITE: (I-347 SN011654)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 31--BUSHING OVERSIZE --3120013165580LE
CNT F42630-97-R-70064
AMT $29,303
DTD 112796
TO Hackman Bearings Inc, Mills Engineering Division, 13987 Pioneer
   Road Unit 4, Apple Valley Ca 92307
CITE: (I-347 SN011660)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 31--BUSHING --3120012279907LE
CNT F42630-97-M-0106
AMT $36,722
DTD 120496
TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor
   Street, South Bend In 46628-1373
CITE: (I-347 SN011663)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 41 -- COOLING COIL
POC A. Ross
CNT N00406-97-C-5032
AMT $178,024
LINE N/A
DTD 121196
TO marol coil 6060 highway pp high ridge mo 63049
CITE: (I-347 SN011259)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 42--RESPIRATOR EQUIPMENT
CNT SP0450-97-D-4020
AMT $26,430.61
LINE 0001 THROUGH 0102
DTD 010197
TO Racal health & safety Inc 7305 executive way Frederick, MD
  21701
CITE: (I-346 SN011112)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 42--HEAD, SPRINKLER, FIRE
SOL SP0740-96-R-0974
CNT SP0740-97-C-0906
AMT $60,709.16
LINE 0001
DTD 121296
TO Kidde Technologies Inc Walter Kidde Aerospace Div 4200 Airport
  Dr  NW Wilson NC 27893-9643
CITE: (I-347 SN011145)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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 UNIT, ROTARY.
SOL SP0770-96-R-6892
CNT SP0770-97-C-3772
AMT $150,450.00
LINE 0001 THROUGH 0003
DTD 121296
TO Ontic Engineering and Mfg Inc 7230 Coldwater Canyon Ave P
  O Box  7044 North Hollywood CA 91609-0510
CITE: (I-347 SN011147)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--RETAINER, SLIPPER, MATCHED SET.
SOL SP0740-96-Q-8882
CNT SP0740-97-M-9021
AMT $53,251.80
LINE 0001 THROUGH 0002
DTD 121296
TO Bertot Industries Inc 23 Malcolm St Morristown NJ 07960-4205
CITE: (I-347 SN011148)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 43--KIT KD 9; P/N 121-12-02; 103 EA --4320000504944HS
CNT FD2030-96-0-9141
AMT $69,611
DTD 112696
TO Kitco Inc, Po Box 900, Springville Ut 84663-0900
CITE: (I-347 SN011280)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 47--COUPLING MANIFOLD,FUELING --4730011862501PT
CNT F41608-96-R-44466
AMT $249,805
DTD 120296
TO Tube Bends Inc, 206 Newington Ave, New Britain Ct 06051-2130
CITE: (I-347 SN011573)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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, CHECK
SOL SP0770-97-Q-MA06
CNT SP0770-97-M-DN26
AMT $56,996.50
LINE 0001 THROUGH 0002
DTD 121296
TO M C aerospace Corp 118 Indianwood Rd P.O.Box 126 Lake Orion
  MI  48362
CITE: (I-347 SN011146)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 48--SELECTOR SET; P/N 30107-1; --4810004433232HS
CNT F34601-97-R-06047
AMT $103,620
DTD 120296
TO E-Systems Inc, Montek Div, 2268 S 3270 W, Salt Lake City Ut
   84119 1112
CITE: (I-347 SN011396)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 48--RTR BRAKE QUILL, APPL: H-1 HELICOPTER --4820013628610GA
CNT F09603-96-R-61354
AMT $216,866
DTD 112796
TO Bell Helicopter, Sub Of Textron Inc, 601 E Hurst Blvd Po Box
   482, Fort Worth Tx 76101-0000
CITE: (I-347 SN011440)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 48--VALVE,VARIOUS P/N,QTY,AND STOCK NUMBERS --4810005474908
CNT F41608-96-R-23657
AMT $55,460
DTD 120296
TO Texas Aerospace Services Inc, 3550 Maple Street, Abilene Tx
   79602-7130
CITE: (I-347 SN011455)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 48--VALVE, RELIEF, PRESSURE --4820013052038PT
CNT F41608-96-R-44456
AMT $126,542
DTD 120396
TO Pall Aeropower Corp, Aircraft Porous Media Div, 6301 49th
  St  North, Pinellas Park Fl 34665-5798
CITE: (I-347 SN011575)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center
  Redstone Arsenal, AL 35898-5280
SUBJECT: 48 -- VALVE, SOLENOID
POC Angela Branch, Contract Specialist, AMSMI-AC-CDBA, 205-876-0324
  Margaret King, Contracting Officer, AMSMI-AC-CDBA, 205-842-7553.
CNT DAAH01-97-P-0192
AMT $50,882.00
LINE N/A
DTD 120696
TO Westfield Hydraulics Inc 10275 Glenoaks Blvd Unit 8 Pacomima,
  CA 91331-1605
CITE: (I-347 SN011726)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 49--JET CAL ANALYZER, APPLICATION: MULTI --4920012682007
CNT F41608-96-R-13016
AMT $292,425
DTD 112196
TO Howell Instruments Inc, 3479 W Vickery Blvd, Fort Worth Tx
   76107-5722
CITE: (I-347 SN011365)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 49--KIT --4920-00-3491554
CNT F41608-97-M-0046
AMT $30,375
DTD 120297
TO Testek Inc, 12271 Globe St, Livonia Mi 48150-1142
CITE: (I-347 SN011576)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 52--Measuring Tools
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 52--SPARE PART APPLICABLE TO THE TF33; P/N PWA35052B;
  3 E--  5220004117412RV
CNT FD2030-96-3-2478
AMT $32,682
DTD 120996
TO Compair Inc, 1285 Rollins Rd, Burlingame Ca 94010-2416
CITE: (I-347 SN011545)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--SCREW, MACHINE
SOL SP0500-97-Q-4483
CNT N00383-95-G-M121-TZ2X
AMT $58,400.00
LINE 0001
DTD 121296
TO Alliedsignal Inc DBA Allied Signal aerospace Co aircraft landing
   systems 3520 W Westmoor Street South Bend IN 46628-1373
CITE: (I-347 SN011198)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--BRACKET MOUNTING ASSY
SOL SP0500-96-Q-1274
CNT SP0500-97-M-R784
AMT $76,465.00
LINE 0001
DTD 121296
TO Command enterprises 700 N delsea Dr Pitman NJ 08071-1244
CITE: (I-347 SN011200)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--NUT, TIE-ROD
SOL 97T714-62-P-0500
CNT SP0500-97-M-P918
AMT $26,400.00
LINE 0001 THROUGH 0002
DTD 121296
TO Winslow automatic Inc 23 St claire Ave New Britain CT 06051-1630
CITE: (I-347 SN011204)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 53--MACHINE BOLT; 800 EA --5306011752767
CNT LPP296-32-0-0113
AMT $44,000
DTD 112596
TO Cfm International, Po Box 15514, Cincinnati Oh 45215-0514
CITE: (I-347 SN011283)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--F15 MLG TORSIONAL DOWNLOCK SPRING --5360013200868LE
CNT F42630-96-R-69841
AMT $106,797
DTD 112796
TO Phoenix Spring Co, 1535 West Elna Rae Street, Tempe Az  85281-0161
CITE: (I-347 SN011481)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 53--BOLT/TF39 ENGINE --5306003108630PS
CNT F41608-96-R-50105
AMT $46,206
DTD 120496
TO Morton Manufacturing, 17341 W Sierra Hwy, Santa Clarita Ca
   91351-0000
CITE: (I-347 SN011574)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt
  Road, Kelly  Afb, Texas 78241-6427
SUBJECT: 53--SEAL RING --5330007582965RW
CNT F41608-96-R-46406
AMT $111,493
DTD 120396
TO Kaydon Corp, Ring & Seal Division, P O Box 626, Baltimore
  Md  21203-0626
CITE: (I-347 SN011591)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--WASHER, DOUBLE RECESSED --5310012827873LE
CNT F09603-91-G-0023QP7L
AMT $51,334
DTD 111996
TO Aircraft Braking Systems Corp, 1204 Massillon Road, Akron
  Oh  44306-4186
CITE: (I-347 SN011629)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--GLAND NUT --5365011782862LE
CNT F42630-96-M-1389
AMT $50,283
DTD 112796
TO B F Goodrich, Landing Gear Div, 8000 Marble Avenue, Cleveland
  Oh  44105-2054
CITE: (I-347 SN011638)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--NUT, SELF LOCK DBL HEX --5310012225623LE
CNT F42630-96-M-1498
AMT $46,575
DTD 112296
TO S P S Technologies, Highland Avenue, Jenkintown Pa 19046-2299
CITE: (I-347 SN011640)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--SPRING, HELICAL, DOWNLOCK --5360012507458LE
CNT F42630-96-M-1537
AMT $33,920
DTD 111896
TO All Tools Inc, 7500 Associate Ave, Cleveland Oh 44144-1105
CITE: (I-347 SN011642)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--BEARING, BORE --5310012028989LE
CNT F42630-96-M-1601
AMT $49,708
DTD 112096
TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor
   Street, South Bend In 46628-1373
CITE: (I-347 SN011644)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--WASHER, KEYING --5310012510928LE
CNT F42630-96-M-1656
AMT $31,040
DTD 111996
TO Coltec Industries Inc, Menasco Aerosystems Division, 4000
  South  Hwy 157, Euless Tx 76040-7012
CITE: (I-347 SN011647)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--DRIVE KEY SHIM --5315012955841LE
CNT F42630-96-M-1735
AMT $34,482
DTD 111596
TO Silco Engineering & Mfg Co, 9601 Owensmouth Ave #24, Chatsworth
   Ca 91311-4812
CITE: (I-347 SN011650)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 56 -- INSULATION BLANKET
POC ATTN: AMSAT-A-PLBA, Thelma Collins, Contract Specialist (314)263-
  2048, or June Tharp, Contracting Officer, (314)263-0800; FAX
  (314)263- 9012.
CNT DAAJ09-97-D-0047, 0001, Sol # DAAJ09-96-R-0675, Firm Fixed
  Price 5 Year Indefinite Delivery/Quantity Contract, Min/Max
  Qty 136/666. The dollar amount below is based on the minimum
  quantity.
AMT $69,807.44
LINE N/A
DTD 121196
TO Production Products Mfg & Sales Inc., 1285 Dunn Road, St.
  Louis, MO 63138
CITE: (I-347 SN011274)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Department of Commerce, NOAA, Acquisition, Grants
  and Facilities, Acquisition Management Division, General Contracts
  Branch, OFA512:ET, 1325 East-West Highway, STA 4301, Silver
  Spring, Maryland  20910-3283
SUBJECT: 58 -- SECOND GENERATION LOCAL USER TERMINALS (LUTS)
CNT 50-DGNE-2-00025, Modification 0041
AMT $25,660.80
DTD 120696
TO Techno-Sciences, Inc., 10001 Derekwood Lane, Suite 204, Lanham,
  Maryland 20706
CITE: (I-347 SN011132)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 58 -- DEHYDCATORS
POC K. Pennington
CNT N00406-97-C-4007
AMT $172,550
LINE N/A
DTD 121096
TO kahn & company inc 885 wells road wethersfield ct 06109
CITE: (I-347 SN011260)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 58--SATCOM PRE-AMP ANTENNA --5895013330570
CNT F09603-96-R-80330
AMT $31,860
DTD 112796
TO Hughes Defense Communications, 1010 Production Rd, Fort Wayne
   In 46808-4106
CITE: (I-347 SN011442)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 58--MAIN STRUCTURE SUB ASSY --5855012587557AY
CNT F09603-97-R-83519
AMT $70,538
DTD 112796
TO Texas Instruments Inc, Defense Systems & Electronics Group,
  2501  W University M/S 8064, Mckinney Tx 75070-0801
CITE: (I-347 SN011443)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 58--RECORDER. REPRODUCER --5835013268953VE
CNT F04606-96-R-42000
AMT $191,912
DTD 120396
TO Metrum Information Storage, 4800 E Dry Creek Rd M/S 145, 
  Littleton Co 80122-3796
CITE: (I-347 SN011672)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center
  Redstone Arsenal, AL 35898-5280
SUBJECT: 58 -- TRANSMITTING SETS
POC Sandy Wiseman, Contract Specialist, AMSMI-AC-CDBA, 205-842-7548
  Margaret King, Contracting Officer, AMSMI-AC-CDBA, 205-842-7553.
CNT DAAH01-94-G-S002/0028
AMT $2,708,917.00
LINE N/A
DTD 120696
TO Raytheon Company 350 Lowell St, Missile Sys Div Andover Plant
  Andover, MA 01810-4420
CITE: (I-347 SN011729)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 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--COUPLING, ELECTRICAL CONDUIT
SOL SP0450-95-R-4220
CNT SP0450-97-C-0107
AMT $41,375.67
LINE 0001
DTD 121196
TO Capital wholesale electric Co 1235 S St P O Box 1466 Sacramento
   CA 95812-1466
CITE: (I-346 SN011108)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMPOSITION
SOL SP0900-97-Q-0092
CNT SP0900-97-M-0048
AMT $64,194.89
LINE 0001 THROUGH 0007
DTD 121296
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-347 SN011168)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMPOSITION
SOL SP0900-97-Q-0091
CNT SP0900-97-M-0050
AMT $34,502.61
LINE 0001 THROUGH 0005
DTD 121296
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-347 SN011169)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--FILTER, BAND PASS
SOL SP0905-97-R-A006
CNT SP0905-97-M-1081
AMT $94,500.00
LINE 7001
DTD 121296
TO Aeroflex laboratories Inc comstron Div 35 S service Rd Plainview
   NY 11803
CITE: (I-347 SN011170)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CONNECTOR, PLUG, ELEC
SOL 96TW41-42-P-0900
CNT SP0935-97-M-1430
AMT $35,282.00
LINE 0001 THROUGH 0002
DTD 121196
TO U S Airmotive Inc 5439 NW 36TH St Miami FL 33166-5811
CITE: (I-347 SN011171)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--ELECTRONIC COMPONEN
CNT SP0960-97-M-1317
AMT $36,224.11
LINE 0001
DTD 121296
TO Lockheed Martin Corp Lockheed Martin control systems 600 Main
  St  room 155 Johnson City NY 13790-1888
CITE: (I-347 SN011173)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 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--EXTENDER CARD, ELECT
SOL SP0960-96-Q-4001
CNT F42600-94-G-7559-UD58
AMT $38,426.52
LINE 0001
DTD 121296
TO Boeing Co the Boeing Defense and Space Group MS 3A Pl 20415
  72ND  Ave S Bldg 18-230 4 P.O.Box 3999## Seattle WA 98124-3999
CITE: (I-347 SN011174)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 59 -- TRIPPER, CIRCUIT BREAKER
POC R. Phinn
CNT N00406-97-M-D860
AMT $33,060
LINE N/A
DTD 121196
TO wholesale electric supply co inc 5 east fairfield dreive pensacola
  fl 32505
CITE: (I-347 SN011261)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 59 -- CONNECTOR, PLUS, ELECTRICAL
POC R. Spalding
CNT N00406-97-M-B594
AMT $37,943
LINE N/A
DTD 111596
TO j & k supply inc 19209 des moines way south seattle wa 98148
CITE: (I-347 SN011262)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--COUPLER, DIRECT --5985005885285
CNT F04606-96-R-0052
AMT $37,884
DTD 120596
TO Disan Engineering Corporation, Po Box 632, 101 Mohawk Dr,
  Nowata  Ok 74048-0632
CITE: (I-347 SN011388)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--COUPLER, DIRECT --5985005885285
CNT F04606-96-R-0052
AMT $73,395
DTD 120496
TO Mod A Can Inc, 178 Miller Pl, Hicksville Ny 11801-1826
CITE: (I-347 SN011389)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 59--CCA, NOSE PROCESSOR A --5998013884059AY
CNT F09603-96-R-83624
AMT $231,213
DTD 112796
TO Lockheed Martin Corp, Electronics & Missiles, 5600 W Sandlake
   Rd, Orlando Fl 32819-8907
CITE: (I-347 SN011441)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 59--ANTENNA REPAIR --5985010304159EW
CNT F09603-97-R-52004
AMT $31,392
DTD 112796
TO Northrop Grumman Corp, Electronic Systems Div, 600 Hicks Rd,
   Rolling Meadows Il 60008-1098
CITE: (I-347 SN011444)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 59--MOUNTING BASE --5975013580026BY
CNT F09603-96-R-82725
AMT $57,043
DTD 112796
TO Rockwell International Corp, Collins Avionics & Comm Div,
  350  Collins Rd Ne, Cedar Rapids Ia 52498-0001
CITE: (I-347 SN011452)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 59--PRESSURE SWITCH --5930011991406LE
CNT F42630-96-M-1768
AMT $28,455
DTD 111896
TO Vickers Inc, Fluid Control & Actuation Division, 4690 Colorado
   Blvd, Los Angeles Ca 90039-1106
CITE: (I-347 SN011651)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 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--CABLE ASSEMBLY, POWER
SOL SP0451-96-R-3103
CNT N00104-89-G-0219-TY32
AMT $89,222.76
LINE 0001 THROUGH 0003
DTD 121196
TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert
  St  Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516
CITE: (I-346 SN011105)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 61--BATTERY --6140012898566
CNT F04606-96-R-50657
AMT $370,889
DTD 120296
TO Marathon Power Technologies, 8301 Imperial Dr/Po Box 8233,
  Waco  Tx 76714-8233
CITE: (I-347 SN011384)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 61--WIRING HARNESS; P/N L54468110321A-A; 15 EA --6150011692362HS
CNT FD2030-96-0-8907
AMT $68,250
DTD 120696
TO Maney Aircraft Inc, 1305 Wanamaker Ave, Ontario Ca 91761-2237
CITE: (I-347 SN011546)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 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--THERMOMETER
SOL 96TG30-72-P-0400
CNT SP0440-97-M-X518
AMT $50,370.00
LINE 0001 THROUGH 0002
DTD 121196
TO Eichenauer services Inc 130 South Oakland AV decatur Ill 
  62522-2997
CITE: (I-346 SN011109)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 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--PITOT STATIC TUBE
SOL SP0440-96-R-2229
CNT SP0440-97-C-0140
AMT $49,161.00
LINE 0001AA THROUGH 0001A
DTD 121196
TO Rosemount Aerospace Inc 14300 Judicial Rd Burnsville MN  55306-4898
CITE: (I-346 SN011111)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 66--GEAR & BEARING UNIT; P/N 2586456; 1612 EA --6615009192695
CNT F34601-97-R-09078
AMT $203,015
DTD 112596
TO Barden Corp The, Precision Bearing Div, Po Box 2449, Danbury
  Ct  06813-2449
CITE: (I-347 SN011289)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 66--COMPASS MAGNET PILOT; P/N CB2100T4; 326 EA --6605005518187
CNT F34601-96-R-09037
AMT $84,391
DTD 112696
TO Airpath Instrument Co, 13150 Gist Rd, Bridgeton Mo 63044-1207
CITE: (I-347 SN011290)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 66--COMPASS; P/N CB2100T4; 102 EA --6605005518187
CNT FD2030-96-0-8844
AMT $26,595
DTD 121096
TO Airpath Instrument Co, 13150 Taussing Ave, Bridgeton Mo  63044-1294
CITE: (I-347 SN011549)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 66--TRANSMITTER, PRESSURE, P/N: 11501252-1-1, APPL C17
  --  6685013875489LD
CNT FD2050-96-5-8900
AMT $85,491
DTD 120996
TO Canadian Commercial Corp, 50 O'connor St, 11th Floor, Ottawa
   Ontario K1a 0s6, Canada 00000 0000
CITE: (I-347 SN011602)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: 66--TINIUS OLSEN MODEL 60,000 TESTING MACHINE RETROFIT
POC Contact Mark Foster, Contracting Officer at (401) 841-2442
  X202. Fax number (401) 841-4820.
CNT N66604-97-M-0300
AMT $25,290
LINE 0001
DTD 112796
TO Tinius Olsen Testing Machine Co., P. O. Box 429, Willow Grove,
  PA A 19090
CITE: (I-347 SN011685)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: CECOM Acquisition Center Washington Operations Office,
  ATTN:        AMSEL-AC-WA-B (Debra J. Hoffman), 2461 Eisenhower
  Ave., Alexandria,  VA  22331-0700
SUBJECT: 70--PERSONAL COMPUTER 2
POC Ms. Debra J. Hoffman, Contracting Officer, CECOM Acquisition
  Center -  Washington, (703) 325-3327
CNT DAAB07-97-D-V001 and DAAB07-97-D-V002
AMT $554,400,000
LINE N/A
DTD 101096
TO DAAB07-97-D-V001, Sysorex Information Systems, Inc.,  3975
  Fair Ridge  Drive, Fairfax, VA  22033;  DAAB07-97-D-V002, BTG
  Technology Systems, 1768 Old  Meadow Road,  McLean, VA  22102
LINKURL: http://ISSAA-WWW1.ARMY.MIL
LINKDESC: 
EMAILADD: DHOFFM@HOFFMAN-ISSAA2.ARMY.MIL
EMAILDESC: 
CITE: (D-346 SN011089)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 70--DIGITAL COMPUTER; P/N 53300-100TP; 4 EA --7010014223343LN
CNT F34601-96-R-03089
AMT $43,600
DTD 112596
TO Power Systems Group Ltd, 17252 Armstrong Ave Suite A, Irvine
  Ca  92714 5720
CITE: (I-347 SN011288)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: 70--MERCURY RACEWAY PROCESSOR
POC Contact Nancy Howard at (401) 841-2442 X244 or N. Palmisciano,
  Contracting Officer at (401) 841-2442 X289.  Fax number (401)
  841-4820.
CNT N66604-97-D-0003
AMT $933,835
LINE 0001 and 0002
DTD 120496
TO Atlantic Aerospace Electronics, 6404 Ivy Lane, Suite 300,
  Greenbelt, MD 20770-1406
CITE: (I-347 SN011683)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 93--NONMETALLIC ROD
CNT SP0411-97-M-E783
AMT $49,569.90
LINE 0001
DTD 121196
TO Commercial Plastics and supply Corp 2115-A N Hamilton St Richmond
   VA 23230
CITE: (I-346 SN011104)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197
SUBJECT: 99 -- GLOVE BOX SYSTEMS
POC Omar Ali, Contract Specialist, (301) 394-1048, Kathleen M.
  Tennant, Contracting Officer, (301) 394-3439.
CNT DAAl01-97-C-0051, DAAl01-96-R-9851
AMT $303,720.00
LINE 0001-0004
DTD 121096
TO Vacuum Atmospheres Company, 3411 Delaware Avenue, Buffalo,
  NY 14217
CITE: (I-346 SN011074)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: SPECIAL NOTICES
SUBJECT: N/A -- MESOSCOPIC MACHINES
DESC: The Defense Advanced Research Projects Agency (DARPA) announces
  that a Program Information Package (PIP) on MESOSCOPIC MACHINES
  is now available to provide proposers with background information
  and guidance in advance of the release of a Broad Agency Announcement
  (BAA) in January, 1997. For the purpose of this program, mesoscopic
  machines are defined as those machines that straddle the size
  range between microelectromechanical systems (MEMS) devices
  and conventional machines ("sugar cube" to "fist"). The BAA
  will request proposals to demonstrate working machines of interest
  to the Department of Defense and the development of related
  technologies. The PIP is expected to be extremely useful in
  writing a proposal in response to the BAA. However, this PIP
  is for PLANNING PURPOSES only and IS NOT A CALL FOR PROPOSALS.
  OBTAINING THE PIP: A copy of the PIP may be downloaded from
  the DARPA Web site at http://dso.sysplan.com/DSO/BAA/MMachines/MMpip.doc.
  A copy may also be obtained by contacting Ms. Marya Bavis of
  Strategic Analysis, Inc. at e-mail: mbavis@snap.org or fax:
  703-696-3999. FACILITATED TEAMING: It is anticipated that the
  breadth of expertise required to respond successfully to this
  program will require the formation of interdisciplinary teams.
  To assist prospective proposers, a method of capabilities exchange
  has been set up on DARPA's web site http://dso.sysplan.com/DSO/BAA/MMachines/teaming.html.
  This assistance is available only through the web site. SCHEDULE:
  The BAA for this program is expected to be released in January,
  1997 with proposals due approximately 45 days later. Potential
  proposers are encouraged to use the time between the release
  of the PIP and the BAA to develop teaming arrangements. Technical
  interchange with DARPA is welcome until the release of the
  BAA. DARPA TECHNICAL POCS: Dr. Steven G. Wax, 703-696-2281,
  swax@darpa.mil, Dr. Robert J. Nowak, 703-696-7491, rnowak@darpa.mil,
  and Dr. William S. Coblenz, 703-696-2288, wcoblenz@darpa.mil.
CITE: (I-346 SN011068)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: SPECIAL NOTICES
SUBJECT: RUSSIAN DEVELOPED NEW THERMAL INSULATING MATERIAL -
  SPHEROLITE
DESC: Sandia National Laboratories (SNL) is government-owned,
  contractor-operated facility with locations in New Mexico and
  California. As a research and development laboratory for the
  Department of Energy (DOE), we have been working on high technology
  solutions to problems of national importance for over 40 years.
    Russian Federal Nuclear Center-Institute of Experimental
  Physics (RFNC-VNIIEF), Arzamas-16, to some extent is the SNL
  counterpart in Russia and presently is the largest state R&D
  institute of Minatom, Russia.  For over 50 years VNIIEF has
  been involved in solving National Security issues through the
  development of major scientific and technical projects. The
  history of interactions between SNL and VNIIEF extends for
  approximately 5 years.  These interactions have focused on
  strengthening mutual trust between the USA and Russia, as well
  as on finding  commercial applications for VNIEF technologies
  that have been developed over the last four decades.  For
  approximately 10 years, VNIIEF has been attempting to solve
  the performance problems of operating electronics equipment
  at high temperatures.  Expertise in thermal insulation materials,
  and its properties has been developed over the years at VNIIEF.
   As a result, a new material which addresses many of the difficulties
  of operating electronics in high temperatures was created.
       The developed material, called Spherolite meets the required
  parameters - it is inflammable, light-weight, rigid, inexpensive
  - and Spherolite appears to be a harmless substitution to asbestos-containing
  materials.   Additional specific advantages of Spherolite include:
      In comparison with the materials being currently used,
  Spherolite has less density, yet possesses the same heat conductivity
  factor.   Raw materials utilized in Spherolite production
  are easily accessible and  inexpensive  - silicate industry
  products as well Coal Electric Power Plant residues.    The
  material is excellent under the dry medium environment.  
   Unlike asbestos, the material for which Spherolite can replace,
  Spherolite it environmentally inert.  The fields of application
  for "Spherolite" are numerous; including:  insulation of  steam,
  oil and gas trunk pipelines, residential and industrial construction,
  ship-building, and public utilities.  In order to fulfill
  fairness of opportunity requirements, Sandia will widely advertise
  both the technology and the fact that it may be licensed. Depending
  upon any prior commitments, the advertised license can take
  a variety of forms, up to and including the opportunity for
  an exclusive license.  However keep in mind, that this is not
  an offer for the sale of a license, but rather a solicitation
  of interested parties for potential license opportunities.
    You and other potential licensees, must express interest
  in the technology either by writing or faxing us. The deadline
  for accepting respondents is January 9, 1997. In your inquiry,
  please include any information on your companies' experience
  and capabilities with similar technology.  (VNIIEF is especially
  interested in working with insulating materials manufacturers.)
    Write to: Joanne Trujillo Sandia National Laboratories
   Technology Partnerships Dept. PO Box 5800 - MS 1380 Albuquerque,
  NM 87185-1380  .... or express interest by fax at (505) 843-4175
    After you contact us, we will send you a short questionnaire
  to assess your company's ownership and size. Preference will
  be given to US based businesses. From there, Sandia will evaluate
  all replies. An offer for sale, consistent with the selected
  licensing strategy will then be developed. The chosen strategy
  will be mutually beneficial for both Sandia, and the chosen
  company or companies.  We look forward to the opportunity
  to work with you and your company on the desired goal of commercialization
  of the Sperolite technology. 
EMAIL jmtruji@sandia.gov
EMAILDESC: 
  - Spherolite
CITE: (W-346 SN011084)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: SPECIAL NOTICES
SUBJECT: RUSSIAN DEVELOPED EXPLOSIVE CUTTING TECHNOLOGY NOW AVAILABLE
  FOR LICENSING IN THE US 
DESC: Sandia National Laboratories (SNL) is government-owned,
  contractor-operated facility with locations in New Mexico and
  California. As a research and development laboratory for the
  Department of Energy (DOE), we have been working on high technology
  solutions to problems of national importance for over 40 years.
    The Russian Federal Nuclear Center-Institute of Experimental
  Physics (RFNC-VNIIEF), Arzamas-16, to some extent is the SNL
  counterpart in Russia and presently is the largest state R&D
  institute of Minatom, Russia.  For over 50 years VNIIEF has
  been involved in solving National Security issues through the
  developments in major scientific and technical projects. The
  history of interactions between SNL and VNIIEF extends for
  approximately 5 years.  These interactions have focused on
  strengthening mutual trust between the USA and Russia, as well
  as on finding  commercial applications for VNIEF technologies
  that have been developed over the last four decades.   A
  prime example of a commercially valuable technology developed
  at VNIIEF,  is the Explosive Cutting Technology. The technology
  is based specially developed low-yield HE charges; in combination
  with both enhanced safety and time-precision detonators.  HE
  charges are placed over the surface of the object to be cut
  and are initiated in the desired sequence, thus splitting the
  object into segments that are more easily handled.  The technology
  can be applied for precise and rapid cutting of steel and concrete
  structures having various dimensions, including  massive installations,
  such as bridges, oil platforms, ships, etc.  The Explosive
  Cutting Technology of VNIIEF contains expertise which distinguishes
  it from conventional cutting techniques.   These advantages
  include:    Cost-savings due to a 10-100 times reduction
  in the volume of HE material required (for the same amount
  of work).   Improved worker safety through reduction of the
  amount of HE material that is required and the application
  of high-safety detonators.   Improved environmental "friendliness"
  due to smaller quantities of HE product being released into
  the atmosphere.  Industrial applications for the Explosive
  Cutting Technology are numerous and include areas such as:
  mining, oil and gas services, demolition, and construction
  works.     In order to fulfill fairness of opportunity requirements,
  Sandia will widely advertise both the technology and the fact
  that it may be licensed. Depending upon any prior commitments,
  the advertised license can take a variety of forms, up to and
  including the opportunity for an exclusive license. However
  keep in mind, that this is not an offer for the sale of a license,
  but rather a solicitation of interested parties for potential
  license opportunities.   You and other potential licensees,
  must express interest in the technology either by writing or
  faxing us. The deadline for accepting respondents is January
  9, 1997. In your inquiry, please include: the name of the technology,
  "VNEIFF-Explosive Cutting", and any information on your companies'
  experience/capabilities with similar technologies  Write
  to: Joanne Trujillo Sandia National Laboratories Technology
  Partnerships Dept. PO Box 5800 - MS 1380 Albuquerque, NM
  87185-1380  .... or express interest by fax at (505) 843-4175
    After you contact us, we will send you a short questionnaire
  to assess your company's ownership and size. Preference will
  be given to US based businesses. From there, Sandia will evaluate
  all replies. An offer for sale, consistent with the selected
  licensing strategy will then be developed. The chosen strategy
  will be mutually beneficial for both Sandia, and the chosen
  company or companies.  We look forward to the opportunity
  to work with you and your company on the desired goal of commercialization
  of the Explosive Cutting Technology.  
EMAIL jmtruji@sandia.gov
EMAILDESC: 
  Available For Licensing In The US 
CITE: (W-346 SN011085)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 16, 1996]

PART: SPECIAL NOTICES
SUBJECT: SANDIA NATIONAL LABORATORIES' TECHNOLOGIES FOR LICENSING
DESC:  The U. S. Department of Energy (DOE), its laboratories,
  and production facilities are committed to helping businesses
  in the United States to improve the cycle from new ideas and
  product innovation to product development and commercialization.
   In order to achieve this goal, the DOE has put in place a
  program to transfer technologies developed at its laboratories
  to the private sector for commercial applications.  DOE's objective
  in doing this is to establish mutually beneficial partnerships
  that can leverage advanced technologies and enhance U.S. position
  in the ever changing global marketplace.  Sandia National
  Laboratories (Sandia) is one of the participating laboratories
  in this program.  By this announcement, Sandia is soliciting
  expressions of interest from U.S. businesses for potential
  collaboration and licensing of some of its technologies for
  which patent applications are in the process.  These are:
   1.  Ultra Rapid Production of Net-Shapes Using Spray Deposition:
   This is a revolutionary materials processing technique for
  simultaneous synthesizing and near-net-shaping of complex high
  performance, high technology materials directly into production
  quality hardware. The processing technique has the potential
  to create hardware that either serves as prototypes or as actual
  testable,  functional parts in a small production run mode.
  This technology has great flexibility in part design, can preclude
  the prototyping processes that now use only surrogate materials
  to make non-functional models of three dimensional parts, and
  most importantly can be used in low volume production of structural
  and functional parts for both defense and commercial applications.
    2. XRF for Detection of Botulinum Toxin and Other Related
  Metalloproteases:  The detection and quantification of botulinum
  toxins are important to U.S. defense efforts because an aerosolized
  toxin could be used as a biological warfare agent.  It is also
  important to clinical and veterinary medicine, and to the canning
  industry.  Sandia has developed a sensor system for botulinum
  using XRF as a component part of a biosensor system and can
  be used for rapid detection of botulinum and related metal
   containing toxins.  3.  XRF for Detection of Plastic and
  Ceramic Land Mines and Ordinances:  The detection and removal
  of land mines and buried ordinances has been hindered by the
  development of plastic, ceramic and non-ferric containers which
  are invisible to standard ferromagnetic and electrical sensors.
   Further, some of the newer ordinances have been engineered
  to explode when electronically probed.   Sandia has developed
  a biosensor system which incorporates XRF as a component part
  which could be used to detect trace elements that are contained
  in plastics and ceramics and identify the fingerprints of target
  materials in the mines which can be used in detection and identification
  of an ordinance. This system can be used to detect both non-ferric
  and ferric ordinance.  4.  Kit for Discrimination Between
  Strains of Botulinum or Other Proteins of Interest:  Sandia
  has developed a kit method for the quantification and discrimination
  of botulinum toxin or bacterial and viral agents.   It is very
  useful for U.S. defense efforts and to clinical and veterinary
  medicine and to the canning industry.  5. Digitally Controlled
  System for Monitoring Physical Phenomenon:  There is an ongoing
  need to improve the technology of electronic systems that measure
  physical phenomenon.  Technologies are desired that result
  in improvement in performance ( accuracy, speed), reduction
  in size and weight, and reduction in electrical power consumption.
   This Sandia invention significantly improves this technology
  by utilizing a technique for control of these electronic systems
  that allows both high data throughput rate (10 megabit/second
  pcm encoding) and significant processing capability in a small,
  inexpensive package. This invention will be useful missile
  flight test instrumentation, aircraft and satellite systems,
  and commercial building monitoring and factory automation.
    6.  Backside Active Control for Video Enhancement Welding
  (BACVIEW):  To produce a quality Gas Tungsten Arc Weld, one
  must be able to observe weld backside penetration and quantitatively
  measure and control the size of the molten nugget during the
  weld process.  Sandia has developed a technique which enables
  one to observe the backside of a weld, collect data and compute
  the back side weld pool width, length and area.  This information
  is then used to automatically adjust weld current, in real
  time to create a bead size including width, length and the
  area of the bead selected by the welder.  This technique is
  very simple and inexpensive to implement in all types of high
  quality welding proceses including Gas Tingsten Arc Welding,
  E-Beam welding and laser welding.  The technique can be used
  for both front and back side welds and eliminates the need
  for pre-determined weld schedules and compensates for active
  and passive disturbance during the weld. It has applications
  in the areas of nuclear weapon components,  power plant components,
  oil and gas plant components, piping and aerospace components.
    This is not a solicitation.  Parties interested in licensing
  one or more of these technologies are invited to submit a letter
  of interest providing information about the company, areas
  of potential application for the technology and the point of
  contact (including address, telephone and fax numbers).   Letters
  should be sent to: Ms. Joanne Trujillo, MS 1380, Sandia National
  Laboratories,  P. O. Box 5800, Albuquerque, NM 87185-1380.
   FAX No. (505) 843-4175. 
EMAIL jmtruji@sandia.gov
EMAILDESC: 
CITE: (W-346 SN011092)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 16, 1996]

PART: SPECIAL NOTICES
OFFADD: American Defense Preparedness Association, Two Colonial
  Place, 2101 Wilson Boulevard, Suite 400, Arlington, VA 22201-3061
SUBJECT: THE DEPARTMENT OF DEFENSE MAINTENANCE SYMPOSIUM AND
  EXHIBITION, APRIL 27-30, 1997, INDIANAPOLIS, INDIANA
DESC: DoD Maintenance is heading for fundamental changes as the
  military addresses issues such as outsourcing and privatization;
  technology changes; streamlined maintenance concepts and processes;
  interservicing opportunities; best business practices; and
  lessons learned from Desert Storm, Haiti, and Bosnia. The DoD
  Maintenance Symposium is designed to explore these changes;
  allow participants to engage in problems-solving for the issues
  that lie ahead; and meet key decision makers who are faced
  with these challenges. All Services--All Commands--are welcome
  to attend. Defense industry representatives are welcome to
  participate, and to provide displays and   exhibits. For additional
  information on exhibiting or a copy of the symposium brochure,
  contact the American Defense Preparedness Association, 2101
  Wilson Boulevard, Suite 400, Arlington, VA 22201-3061, telephone
  (703) 522-1820 or FAX (703) 522-1885.
CITE: (M-347 SN011311)