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

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement
  Office, Redstone Arsenal, AL 35898-5275
SUBJECT: A -- ADVANCED SIMULATION CENTER ENVIRONMENTAL MODELING
  FOR MISSILE SIMULATOR
SOL DAAH01-90-C-0398
POC (RDPC) Gale Uselton, Contract Specialist, AMSMI-AC-CRBB,
  205-876-1647, or Barbara K. Dobbins, Contracting Officer, AMSMI-AC-CRBB,
  205-876- 1470. Synopsis No. R113-96.
DESC: Synopsis Number R113-96 is being amended to change the
  50,000 option labor hours to 10,000 option labor hours. All
  other information publicized in the original synopsis remains
  unchanged.
CITE: (I-340 SN009199)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement
  Office, Redstone Arsenal, AL 35898-5275
SUBJECT: A -- FUNCTIONAL ENGINEERING SUPPORT MISSILE GUIDANCE
  AND CONTROL MISSION TECHNOLOGY AND ENGINEERING SUPPORT SENSORS
  AND PROCESSING TECHNOLOGY
SOL DAAH01-97-R-R005
DUE 020597
POC (RDPC) Becky Shockley, Contract Specialist, AMSMI-AC-CRBB,
  (205) 876- 4070, or Barbara K. Dobbins, Contracting Officer,
  (205) 876-1470. Synopsis No. R116-96.
DESC: This synopsis announces a Request for Proposal for engineering
  and technical effort to support the U.S. Army Missile Command,
  Research, Development, and Engineering Center, Missile Guidance
  Directorate, and is delineated in three separate Statements
  of Work (SOWs), as follows: (a) Functional Engineering Support
  for Missile Guidance and Control Mission Technology and Projects
  defines the requirement for guidance and control functional
  engineering support and will be issued on the basis of FULL
  AND OPEN COMPETITION; (b) Functional Engineering Support for
  Sensors and Processing Technology and Project defines the requirement
  for technical and engineering support in the area of target
  acquisition and missile guidance sensor technology and will
  be issued on the basis of a SMALL BUSINESS SET-ASIDE; and (c)
  General Technical and Engineering Support defines the requirement
  for technical and engineering support in all areas of mission
  technology not covered by the other two SOWs and will be issued
  on the basis of an 8(a) COMPETITION. Three separate Firm-Fixed-Price
  (Level-of-Effort) type contracts are contemplated as a result
  of this one solicitation, i.e., one for each SOW, and will
  ultimately replace USAMICOM Contracts DAAH01-91-D-R007, DAAH01-93-D-R001,
  DAAH01-93-D-R005 and DAAH01-93-D-R008. The solicitation will
  include provisions for restricting organizational conflicts
  of interest. A pre-proposal conference is scheduled for 0900
  through 1100 and a possible site visit in the afternoon, 15
  Jan 97 in the SELA auditorium, Building 5400, Redstone Aresnal,
  Alabama. The solicitation will provide more details. Estimated
  release date of the RFP is on or after 26 Dec 96. Interested
  offerors must submit a written request (unless you were on
  the DRFP mailing list) to Commander, U.S. Army Missile Command,
  ATTN: AMSMI-AC-CRBB/Becky Shockley, Building 5400, Room B142,
  Redstone Arsenal, Alabama 35898-5275. Receipt of proposals
  will be restricted to the United States and its territorial
  contractors who possess a SECRET security clearance; no foreign
  participation will be considered.
CITE: (I-340 SN009214)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Bureau of Reclamation, Acquisition Operations Group,
  Code D-7810, Denver Federal Center, PO Box 25007, Denver CO
  80225
SUBJECT: A - BROAD AGENCY ANNOUNCEMENT FOR APPLIED RESEARCH -
  WATER TREATMENT TECHNOLOGY PROGRAM
SOL N/A
DUE 011597
POC Stephanie Bartlett, (303) 236-8040,ext.241, Grants and Cooperative
  Agreements Officer
DESC: Requests for this pre-proposal solicitation package shall
  be made in writing to the above address, or by facsimile to
  (303) 236-8630, or by E-Mail to sgbartlett@do.usbr.gov, reference
  Water Treatment Technology Program Pre-Proposal.  Telephone
  requests will not be honored.  Pre-proposals shall not exceed
  four pages in length and are due 1/15/97.  The U.S. Dept. of
  Interior, Bureau of Reclamation (Reclamation), is requesting
  pre-proposals for research activities sponsored by the Water
  Treatment Technology Program (WTTP).  Through this program,
  Reclamation is forming partnerships with private industry,
  universities, and local communities to address a broad range
  of water treatment needs.  The overall objective of the program
  is to reduce the cost of water treatment technologies in the
  United States.  For fiscal year 1997, four different research
  areas of interest are soliciting pre-proposals for projects
  of 12 months duration or less (follow-on funding may be available
  for successful projects).  Any responsible source, to include
  individuals, educational institutions, commercial or industrial
  organizations, private entities, public entities (including
  state and local), or Indian Tribal Governments, may submit
  a pre-proposal which shall be considered by Reclamation.  Federal
  agencies are not eligible to apply.  The award amount varies
  according to the area of interest.  Offerors must be willing
  to cost share at least 50% of the project cost through cash,
  in-kind, or third party contributions.  Federal funding from
  other agencies may be used as a portion of your cost sharing
  if permitted by the authorizing legislation of that funding
  source.  Patent rights for any developments will be retained
  by the research partner.  Offerors proposing to provide more
  than a 50% cost-share will be given greater consideration.
   Pre-proposals will be reviewed for overall scientific and/or
  technical merit; potential contributions to Reclamation's WTTP
  objectives; qualifications of the proposer and reasonableness
  of the estimated costs.  Meritorious pre-proposers will be
  encouraged to submit a full proposal.  These solicitation packages
  will be issued on approximately 2/15/97, with a due date of
  approximately 4/10/97.  A brief description of each area of
  interest and the respective funding share is listed below.
   A list of generic examples of the types of research and development
  opportunities that will be considered are listed with each
  area of interest.  These examples will not necessarily be given
  preferential consideration over unspecified research that also
  meets the goals of the program.  AREA 1-MEMBRANE PROCESS DEVELOPMENT
  - The primary objective of the Membrane Process Development
  research task is to reduce the cost and increase the ease of
  operation of membrane-based desalting and water treatment systems.
   In fiscal year 1997, Reclamation expects to make two or more
  awards in the amount of $75,000 each for this task.  Examples
  of these projects include (1) Development of membranes with
  improved properties; (2) Development of ion- or component-specific
  membranes; (3) Quality improvements in membrane element manufacture;
  and (4) Overall membrane process improvements, including pretreatment.
   AREA 2-INNOVATIVE CONCEPTS - The primary objective of this
  task is to stimulate interest in innovative and non-conventional
  water treatment alternatives which offer technological improvements
  and cost improvements or improvements in environmental compatibility.
   A principal, but not exclusive goal of this task is the formation
  of working combinations between a water utility having a defined,
  persistent problem and a research entity with practical ideas
  for resolution of that problem.  In fiscal year 1997, Reclamation
  expects to make two or more awards in the amount of $25,000
  each for this task.  Examples of these projects include (1)
  Development of new water treatment processes or improvements
  in existing treatment systems; (2) Resolution of small persistent
  operational problems in existing water treatment plants; and
  (3) Significant reduction in use of energy or chemicals in
  pretreatment, separation processes, post-treatment, or sludge
  or concentrate disposal.  AREA 3-MEMBRANE SEPARATION PROCESSES
  FOR WASTEWATER RECLAMATION - The primary objective of this
  task is to further the development and application of membrane
  separation technologies for the treatment of waters contaminated
  with toxic or otherwise deleterious substances from industrial
  processes, municipal treatment, or from irrigation drainages.
   In fiscal year 1997, Reclamation expects to make three or
  more awards in the amount of $45,000 each for this task.  Examples
  of these projects include (1) Recycling and reuse of industrial
  process/rinse waters; (2) Recovery/recycling process materials,
  i.e. chemicals, plating solutions, catalysts; (3) Removal of
  toxic substances, i.e. pesticides, heavy metals, radioactive
  elements; and (4) Improvement of membrane polymers for waste
  treatment applications.  AREA 4-WESTERN WATER PROJECTS - The
  primary objective of this task is to cost-share preliminary
  research studies and desalting/water treatment pilot plant
  investigations for specific applications at specific sites
  in order to reduce the costs and increase the efficiency of
  systems to provide more useable water in the western United
  States.  In fiscal year 1997, Reclamation is requesting pre-proposals
  only for preliminary research studies, which could lead to
  one- to two-year pilot plant investigations in fiscal years
  1998 and 1999.  During fiscal year 1997, Reclamation expects
  to make three or more awards in the amount of $50,000 each
  for these preliminary research studies.  Follow-on funding
  for pilot testing would be in amounts up to $270,000 for each
  pilot project.  Examples of these projects, which must be related
  to a specific site in the western United States, include (1)
  Reduction in energy requirements; (2) Innovations in pretreatment
  needs or costs; (3) Development of novel or improved water
  treatment or desalting processes; (4) Methods to recover water
  treatment by-products to reduce costs; and (5) Development
  of improved concentrate disposal alternatives.  See Numbered
  Note 26. 
LINK http://www.usbr.gov/aamsden/aamssol.html
LINKDESC: 
EMAIL sgbartlett@do.usbr.gov
EMAILDESC: 
CITE: (W-340 SN009222)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute of Standards and Technology, Bldg.
  101, Room A407, Gaithersburg, MD  20899-0001
SUBJECT: A -- PUBLIC MEETING
SOL Q-
DUE 031997
POC Customer Representative 1-800-ATP-FUND; fax 301-926-9524
  or 301-590-3053; e-mail atp@nist.gov
DESC: Department of Commerce Technology Administration, National
  Institute of Standards and Technology (NIST), Advanced Technology
  Program, Administration Building (Bldg. 101), Rm. A407 Gaithersburg,
  MD 20899-0001.  Date:  December 5, 1996.  REQUEST FOR PROPOSALS
  AND NOTICE OF PUBLIC MEETINGS:  The NIST Advanced Technology
  Program (ATP) is soliciting proposals under the ATP General
  Competition 97-01 and announces public meetings (Proposers'
  Conferences) for all interested parties.  This General Competition
  is open to all areas of technology. This notice provides general
  information for this ATP competition planned for fiscal year
  1997.  An estimated $20 million to $25 million in first-year
  funding is available under this General Competition 97-01.
   The ATP reserves the right to utilize for this competition
  more or less funding than the amount stated above.  The actual
  number of proposals funded will depend on the quality of the
  proposals received and the amount of funding requested in the
  highest ranked proposals.  Outyear funding is contingent on
  the approval of future Congressional appropriations and satisfactory
  project performance. The ATP operates under program procedures
  published at Part 295, Title 15, of the Code of Federal Regulations.
   The ATP Proposal Preparation Kit dated November 1996 containing
  proposal cover sheets, other required forms, background material,
  and instructions for submission of proposals may be obtained
  by phone (1-800-ATP-FUND), fax (301-926-9524 or 301-590-3053),
  e- mail (atp@nist.gov), or written request at the address shown
  below.  Note that the ATP is mailing the new November 1996
  version of the ATP Proposal Preparation Kit to all those individuals
  whose names are currently on the ATP mailing list. Those individuals
  need not contact the ATP to request the Kit.  Only FULL proposals
  are being solicited under this General Competition 97-01. 
  Abbreviated/pre-proposals WILL NOT be accepted.  Proposals
  submitted by facsimile or electronic mail WILL NOT be accepted.
   If a proposer's proposal is judged to be of high enough quality
  to be invited in for an oral review, ATP reserves the right
  to submit a list of questions to the proposer that must be
  addressed at the oral review.  The due date for submission
  of full proposals is 3 p.m. Eastern time on Wednesday, March
  19, 1997.  Should the NIST facility be closed on the specified
  due date, ATP proposals will be due at 3 p.m. Eastern time
  on the next business day that the NIST facility is open.  Proposals
  received after this deadline will not be considered. Send proposals
  to:  Advanced Technology Program, National Institute of Standards
  and Technology, Administration Building (Bldg. 101), Rm. A407,
  Quince Orchard & Clopper Roads, Gaithersburg, MD 20899- 0001.
  Mark envelope General Competition 97-01.  Public meetings (Proposers'
  Conferences) for potential proposers and other interested parties
  under this General Competition 97-01 will be held on the following
  four dates and seven locations:   1) Monday, January 6, 1997,
  Boston Park Plaza Hotel, 64 Arlington Street, Boston, MA.,
  and San Francisco Airport Hilton, San Francisco International
  Airport, San Francisco, CA.; 2) Wednesday, January 8. 1997,
  Quality Hotel, 3600 North Second Avenue, Phoenix, AZ., and
  Holiday Inn, O'Hare International Airport, 5440 North River
  Road, Rosemont, IL.; 3) Friday, January 10, 1997, Embassy Suites
  Hotel, Kansas City International Airport, 7640 NW Tiffany Springs
  Parkway, Kansas City, MO., and Holiday Inn, Atlanta Airport
  North, 1380 Virginia Avenue, Atlanta, GA.; and 4) Monday, January
  13, 1997, at NIST, Administration Building (Bldg.101), Green
  Auditorium, Quince Orchard & Clopper Roads, Gaithersburg, MD.
   The conference at each location will begin at 9:30 a.m. local
  time and end at approximately 2 p.m. and will provide general
  information regarding the ATP,  hints on preparing good proposals,
  and answer questions. Attendance at these public meetings is
  not required of proposers. No registration fee will be charged.
   The format and content of each of the public meetings will
  be the same.  Multiple locations for the public meetings are
  being offered for the convenience of the public. To register
  for a public meeting or for further information, contact ATP,
  by phone: 1-800-ATP-FUND; fax: 301-926-9524 or 301-590-3053;
  or e-mail:  atp@nist.gov.
EMAILADD: atp@nist.gov
EMAILDESC: 
CITE: (I-340 SN009224)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: A--MULTI-SENSOR TORPEDO RECOGNITION AND ALERTMENT PROCESSOR
DUE 012097
POC Contacting Officer, Victor J. Howard, PHONE: (401)841-2442,
  X241
DESC: Modify Contract N66604-94-C-0436 with Northrop Grumman
  to increase the ceiling amount to $20 Million.
CITE: (I-340 SN009230)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute Of Standards And Technology, Acquisition
  And Assistance Division, Grants Office, Bldg. 301, Room B129,
  Gaithersburg, Md 20899
SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETINGS
SOL 97-01
DUE 031997
POC Customer Representative 1-800-ATP-FUND; fax 301-926-9524
  or 301-590-3053; e-mail atp@nist.gov
DESC:  Department of Commerce Technology Administration, National
  Institute of Standards and Technology (NIST), Advanced Technology
  Program, Administration Building (Bldg. 101), Rm. A407 Gaithersburg,
  MD 20899-0001.  Date:  December 5, 1996.  REQUEST FOR PROPOSALS
  AND NOTICE OF PUBLIC MEETINGS:  The NIST Advanced Technology
  Program (ATP) is soliciting proposals under the ATP General
  Competition 97-01 and announces public meetings (Proposers'
  Conferences) for all interested parties.  This General Competition
  is open to all areas of technology.  This notice provides general
  information for this ATP competition planned for fiscal year
  1997.  An estimated $20 million to $25 million in first-year
  funding is available under this General Competition 97-01.
   The ATP reserves the right to utilize for this competition
  more or less funding than the amount stated above.  The actual
  number of proposals funded will depend on the quality of the
  proposals received and the amount of funding requested in the
  highest ranked proposals.  Outyear funding is contingent on
  the approval of future Congressional appropriations and satisfactory
  project performance.  The ATP operates under program procedures
  published at Part 295, Title 15, of the Code of Federal Regulations.
   The ATP Proposal Preparation Kit dated November 1996 containing
  proposal cover sheets, other required forms, background material,
  and instructions for submission of proposals may be obtained
  by phone (1-800-ATP-FUND), fax (301-926-9524 or 301-590-3053),
  e-mail (atp@nist.gov), or written request at the address shown
  below.  Note that the ATP is mailing the new November 1996
  version of the ATP Proposal Preparation Kit to all those individuals
  whose names are currently on the ATP mailing list.  Those individuals
  need not contact the ATP to request the Kit.  Only FULL proposals
  are being solicited under this General Competition 97-01. 
  Abbreviated/pre-proposals WILL NOT be accepted.  Proposals
  submitted by facsimile or electronic mail WILL NOT be accepted.
   If a proposer's proposal is judged to be of high enough quality
  to be invited in for an oral review, ATP reserves the right
  to submit a list of questions to the proposer that must be
  addressed at the oral review.  The due date for submission
  of full proposals is 3 p.m. Eastern time on Wednesday, March
  19, 1997.  Should the NIST facility be closed on the specified
  due date, ATP proposals will be due at 3 p.m. Eastern time
  on the next business day that the NIST facility is open.  Proposals
  received after this deadline will not be considered.  Send
  proposals to:  Advanced Technology Program, National Institute
  of Standards and Technology, Administration Building (Bldg.
  101), Rm. A407, Quince Orchard & Clopper Roads, Gaithersburg,
  MD 20899-0001.  Mark envelope General Competition 97-01.  Public
  meetings (Proposers' Conferences) for potential proposers and
  other interested parties under this General Competition 97-01
  will be held on the following four dates and seven locations:
    1) Monday, January 6, 1997, Boston Park Plaza Hotel, 64 Arlington
  Street, Boston, MA., and San Francisco Airport Hilton, San
  Francisco International Airport, San Francisco, CA.; 2) Wednesday,
  January 8. 1997, Quality Hotel, 3600 North Second Avenue, Phoenix,
  AZ., and Holiday Inn, O'Hare International Airport, 5440 North
  River Road, Rosemont, IL.; 3) Friday, January 10, 1997, Embassy
  Suites Hotel, Kansas City International Airport, 7640 NW Tiffany
  Springs Parkway, Kansas City, MO., and Holiday Inn, Atlanta
  Airport North, 1380 Virginia Avenue, Atlanta, GA.; and 4) Monday,
  January 13, 1997, at NIST, Administration Building (Bldg.101),
  Green Auditorium, Quince Orchard & Clopper Roads, Gaithersburg,
  MD.  The conference at each location will begin at 9:30 a.m.
  local time and end at approximately 2 p.m. and will provide
  general information regarding the ATP,  hints on preparing
  good proposals, and answer questions.  Attendance at these
  public meetings is not required of proposers.  No registration
  fee will be charged.  The format and content of each of the
  public meetings will be the same.  Multiple locations for the
  public meetings are being offered for the convenience of the
  public.  To register for a public meeting or for further information,
  contact ATP, by phone: 1-800-ATP-FUND; fax: 301-926-9524 or
  301-590-3053; or e-mail:  atp@nist.gov.  
EMAIL atp@nist.gov
EMAILDESC: 
CITE: (W-340 SN009265)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute Of Standards And Technology, Acquisition
  And Assistance Division, Grants Office, Bldg. 301, Room B129,
  Gaithersburg, Md 20899
SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETINGS
SOL 97-01
DUE 031997
POC Customer Representative  Phone 1-800-ATP-FUND FAX (301)926-9524
  or (301)590-3053
DESC:  Department of Commerce Technology Administration, National
  Institute of Standards and Technology (NIST), Advanced Technology
  Program, Administration Building (Bldg. 101), Rm. A407 Gaithersburg,
  MD 20899-0001.  Date:  December 5, 1996.  REQUEST FOR PROPOSALS
  AND NOTICE OF PUBLIC MEETINGS:  The NIST Advanced Technology
  Program (ATP) is soliciting proposals under the ATP General
  Competition 97-01 and announces public meetings (Proposers'
  Conferences) for all interested parties.  This General Competition
  is open to all areas of technology.  This notice provides general
  information for this ATP competition planned for fiscal year
  1997.  An estimated $20 million to $25 million in first-year
  funding is available under this General Competition 97-01.
   The ATP reserves the right to utilize for this competition
  more or less funding than the amount stated above.  The actual
  number of proposals funded will depend on the quality of the
  proposals received and the amount of funding requested in the
  highest ranked proposals.  Outyear funding is contingent on
  the approval of future Congressional appropriations and satisfactory
  project performance.  The ATP operates under program procedures
  published at Part 295, Title 15, of the Code of Federal Regulations.
   The ATP Proposal Preparation Kit dated November 1996 containing
  proposal cover sheets, other required forms, background material,
  and instructions for submission of proposals may be obtained
  by phone (1-800-ATP-FUND), fax (301-926-9524 or 301-590-3053),
  e-mail (atp@nist.gov), or written request at the address shown
  below.  Note that the ATP is mailing the new November 1996
  version of the ATP Proposal Preparation Kit to all those individuals
  whose names are currently on the ATP mailing list.  Those individuals
  need not contact the ATP to request the Kit.  Only FULL proposals
  are being solicited under this General Competition 97-01. 
  Abbreviated/pre-proposals WILL NOT be accepted.  Proposals
  submitted by facsimile or electronic mail WILL NOT be accepted.
   If a proposer's proposal is judged to be of high enough quality
  to be invited in for an oral review, ATP reserves the right
  to submit a list of questions to the proposer that must be
  addressed at the oral review.  The due date for submission
  of full proposals is 3 p.m. Eastern time on Wednesday, March
  19, 1997.  Should the NIST facility be closed on the specified
  due date, ATP proposals will be due at 3 p.m. Eastern time
  on the next business day that the NIST facility is open.  Proposals
  received after this deadline will not be considered.  Send
  proposals to:  Advanced Technology Program, National Institute
  of Standards and Technology, Administration Building (Bldg.
  101), Rm. A407, Quince Orchard & Clopper Roads, Gaithersburg,
  MD 20899-0001.  Mark envelope General Competition 97-01.  Public
  meetings (Proposers' Conferences) for potential proposers and
  other interested parties under this General Competition 97-01
  will be held on the following four dates and seven locations:
    1) Monday, January 6, 1997, Boston Park Plaza Hotel, 64 Arlington
  Street, Boston, MA., and San Francisco Airport Hilton, San
  Francisco International Airport, San Francisco, CA.; 2) Wednesday,
  January 8. 1997, Quality Hotel, 3600 North Second Avenue, Phoenix,
  AZ., and Holiday Inn, O'Hare International Airport, 5440 North
  River Road, Rosemont, IL.; 3) Friday, January 10, 1997, Embassy
  Suites Hotel, Kansas City International Airport, 7640 NW Tiffany
  Springs Parkway, Kansas City, MO., and Holiday Inn, Atlanta
  Airport North, 1380 Virginia Avenue, Atlanta, GA.; and 4) Monday,
  January 13, 1997, at NIST, Administration Building (Bldg.101),
  Green Auditorium, Quince Orchard & Clopper Roads, Gaithersburg,
  MD.  The conference at each location will begin at 9:30 a.m.
  local time and end at approximately 2 p.m. and will provide
  general information regarding the ATP,  hints on preparing
  good proposals, and answer questions.  Attendance at these
  public meetings is not required of proposers.  No registration
  fee will be charged.  The format and content of each of the
  public meetings will be the same.  Multiple locations for the
  public meetings are being offered for the convenience of the
  public.  To register for a public meeting or for further information,
  contact ATP, by phone: 1-800-ATP-FUND; fax: 301-926-9524 or
  301-590-3053; or e-mail:  atp@nist.gov.
EMAIL atp@nist.gov
EMAILDESC: 
CITE: (W-340 SN009266)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320
  Dahlgren Road, Dahlgren, VA 22448-5100
SUBJECT: A -- HIGH TEMPERATURE NOSETIP MATERIALS SUITABLE FOR
  REENTRY ENVIRONMENTS
SOL N00178-97-Q-4001
DUE 020197
POC Karen Lenox, (540)653-7621/John R. Travers.
DESC: The Naval Surface Warfare Center, Dahlgren Division (NSWCDD)
  is interested in the heatshield production/manufacturing capabilities
  of any viable vendors for potential future Navy applications.
  Currently the Navy wishes to identify responsible, credible
  suppliers capable of a quick production/manufacturing start-up,
  which can show significant historical and present-day success
  producing nosetip type materials for reentry environments.
  At this time, the Navy believes that the current state-of-the-art
  for nosetip materials resides in 3D carbon-carbon technologies
  which require very high pressure and high temperature processing;
  however, any alternate fabrication methods with proven performance
  would be of interest as well. Interested suppliers should document
  their capabilities in a concise report which details: (1) history
  of reentry nosetip fabrication; (2) breakdown of business (government/commercial)-historical
  and future plans; (3) production/manufacturing engineering
  capabilities, (4) scientific and technical merit of reentry
  nosetip products; (5) rough estimate of fabrication costs;
  (6) the capabilities of the contractor's facilities such as
  temperature, pressure, time and the ranges over which their
  facilities can operate; and (7) senior level technical personnel
  accomplishments. This synopsis is for information and planning
  purposes and is not to be construed as a commitment by the
  Government, nor will the Government pay for information solicited.
  Firms responding should indicate whether they are socially,
  or economically disadvantaged business firm, an 8(a) firm,
  a small business, and/or a woman-owned business. The information
  received from each respondee will be treated as proprietary
  information. Closing date for submission of responses is 10
  February 1997. All written responses should be directed to
  the Contracting Officer, Attn: SD145/Karen Lenox, Naval Surface
  Warfare Center, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100.
  This synopsis will also be available on the World Wide Web
  at http://www.nswc.mil/ under Procurement Division or http://proc_div.nswc.navy.mil/.
CITE: (I-340 SN009186)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320
  Dahlgren Road, Dahlgren, VA 22448-5100
SUBJECT: A -- HIGH TEMPERATURE HEATSHIELD MATERIALS SUITABLE
  FOR REENTRY ENVIRONMENTS
SOL N00178-97-Q-4000
DUE 020197
POC Karen Lenox, (540)653-7621/John R. Travers.
DESC: The Naval Surface Warfare Center, Dahlgren Division (NSWCDD)
  is interested in the heatshield production/manufacturing capabilities
  of any viable vendors for potential future Navy applications.
  Currently the Navy wishes to identify responsible, credible
  suppliers capable of a quick production/manufacturing start-up,
  which can show significant historical and present-day success
  producing heatshield type materials for reentry environments.
  At this time, the Navy believes that the current state-of-the-art
  for heatshield materials resides in carbon based tape-wrapped
  technologies; however, any alternate fabrication methods with
  proven performance would be of interest as well. Interested
  suppliers should document their capabilities in a concise report
  which details: (1) history of reentry heatshield fabrication;
  (2) breakdown of business (government/commercial)-historical
  and future plans; (3) production/manufacturing engineering
  capabilities; (4) scientific and technical merit of reentry
  heatshield products; (5) rough estimate of fabrication costs;
  (6) the capabilities of the contractor's facilities such as
  temperature, pressure, time and the ranges over which their
  facilities can operate; and (7) senior level technical personnel
  accomplishments. This synopsis is for information and planning
  purposes and is not to be construed as a commitment by the
  Government, nor will the Government pay for information solicited.
  Firms responding should indicate whether they are socially,
  or economically disadvantaged business firm, an 8(a) firm,
  a small business, and/or a woman-owned business. The information
  received from each respondee will be treated as proprietary
  information. Closing date for submission of responses is 10
  February 1997. All written responses should be directed to
  the Contracting Officer, Attn: SD145/Karen Lenox, Naval Surface
  Warfare Center, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100.
  This synopsis will also be available on the World Wide Web
  at http://www.nswc.mil/ under Procurement Division or http://proc_div.nswc.navy.mil/.
CITE: (I-340 SN009187)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: DOE/Federal Energy Technology Center, P.O. Box 10940,
  MS 921-143, Pittsburgh, PA 15236-0940
SUBJECT: A--RESEARCH & DEVELOPMENT
SOL N/A
DUE 123196
POC Kenneth S. Askew
DESC:   SOURCES SOUGHT ANNOUNCEMENT  Fiscal Year 1997  Federal
  Energy Technology Center (Pittsburgh, PA)  The U.S. Department
  of Energy, Federal Energy Technology Center, is contemplating
  the procurement of research efforts in the areas listed below
  during the 1997 fiscal year.  This announcement is NOT a formal
  solicitation and is NOT a request for proposals.  Availability
  of any formal solicitations will be announced separately throughout
  the ensuing fiscal year, via the Commerce Business Daily, the
  Federal Register, and/or our HomePage on the Internet.  This
  synopsis is for information and planning purposes ONLY and
  is not to be construed as a commitment by the Government. 
  Your responses will be used to develop a source list of potential
  bidders for future solicitations.  Interested firms may submit
  responses to the U. S. Department of Energy via regular mail
  or e-mail.  TELEPHONE RESPONSES WILL NOT BE HONORED.   For
  your organization to be included in our source lists for all
  appropriate Fiscal Year (FY) 1997 competitions, your response
  must be received not later than close of business on DECEMBER
  31, 1996.  Responses will be accepted after that date, but
  cannot be assured of automatic inclusion in all appropriate
  FY 1997 source lists.    Responses should include the bidder's
  total number of employees and professional qualifications of
  scientists, engineers, and technical personnel; a description
  of general and specific facilities and equipment; a synopsis
  of previous projects in related fields, and other descriptive
  information.  Firms responding should indicate whether they
  are socially and economically disadvantaged businesses or women-owned
  businesses.  There is no specific format or outline that your
  response must follow.  Responses must be limited to twenty
  typed pages.  Our source lists are maintained from year to
  year, so entities which responded in previous years do not
  need to respond again in FY 97, unless their line of business
  has changed [which alters the Code(s) that they want to be
  considered for], or their mailing address has changed.  You
  may indicate an interest in one or more of the following codes
  (e.g., PM11, PM43, RLE, ADCS, etc.), but one copy of your response
  is required for EACH code that you select.  For more information
  about the Federal Energy Technology Center, please refer to
  our HomePage on the Internet, at: http://www.petc.doe.gov
   Mail responses to: U. S. Department of Energy, Federal Energy
  Technology Center, ATTN: Kenneth S. Askew, MS 921-143, P.O.
  BOX 10940, Pittsburgh, PA 15236-0940.  Overnight mail should
  be sent to: U.S. Department of Energy, Federal Energy Technology
  Center, ATTN: Kenneth S. Askew, Bruceton Research Center, Building
  921 Room 143, Wallace Road, Bruceton (Allegheny County), PA
  15236-0940  E-mail responses should be sent to:  askew@petc.doe.gov
    The research areas are as follows:   PM-10 Advanced Clean
  Fuels Systems  Code:  PM11 Direct Liquefaction  The Federal
  Energy Technology Center is supporting technology development
  efforts for production of alternate transportation fuels (gasoline,
  diesel fuel, and jet fuel) from coal.  Current The Projects
  in areas 1 and 2 are envisioned as laboratory and bench-scale
  activities involving novel approaches having potential for
  scale-up to proof-of-concept size and for achievement of significant
  technical and economic improvements. Federal Energy Technology
  Center is supporting technology development efforts for production
  of alternate transportation fuels (gasoline, diesel fuel, and
  jet fuel) from coal.  Current activities in this Direct Coal
  Liquefaction program are being conducted in laboratory and
  bench-scale facilities to establish the basis for advancement
  to a proof-of-concept scale in which to verify the technical
  feasibility of using coal as a replacement or supplement to
  petroleum-derived fuels in an economical and environmentally
  acceptable manner.  No solicitations are expected in FY 1997.
   In future years, solicitations are contemplated to procure
  additional projects for liquefaction technology improvement
  in the following three areas:  (1) alternative processing of
  solids-containing feed stocks to produce greater liquids yields
  and improved product quality; (2) refining and end-use testing
  of liquefaction products; and (3) bench-scale testing of novel
  coprocessing concepts.   Code:  PM12 Indirect Liquefaction
    The Federal Energy Technology Center is conducting research
  on the conversion of synthesis gas (i.e., a mixture of carbon
  monoxide and hydrogen) typical of those attainable from modern
  coal gasification technology into environmentally superior
  transportation fuels, oxygenated fuel additives, and premium
  chemicals/chemical intermediates.  The current research activities
  in the Indirect Liquefaction program are directed toward improving
  the activity and selectivity of catalysts normally required
  for such conversions, developing more efficient reactor systems
  for controlling the conversion process, and improving product
  processing to maximize the yield of marketable products.  The
  scope of work in the current program ranges from exploratory
  studies at the laboratory scale to proof-of-concept studies
  at a scale of 30 barrels per day.  No solicitations are expected
  in  FY1997. In future years, solicitations are contemplated
  to procure additional projects that focus on the following
  areas:    Development of attrition-resistant Fischer-Tropsch
  catalysts,    Kinetic studies of the Fischer-Tropsch synthesis,
  and    Catalyst/wax separation for slurry phase Fischer-Tropsch
  bubble column reactors.  Code:  PM13 Fuels Systems Advanced
  Research  The Federal Energy Technology Center's Advanced
  Research-Liquefaction Program has a goal of exploring innovative
  concepts that have potential for leading to improved methods
  of coal liquefaction.  For concept definition, research projects
  in this program include fundamental investigations of the basic
  reaction mechanisms that govern coal liquefaction chemistry
  as well as the coprocessing of coal with hydrocarbon-based
  or paper-based wastes to produce a feedstock that can be converted
  to premium transportation fuels.  No solicitations are expected
  in FY 1997.  In future years, solicitations are contemplated
  to procure additional research projects in the following areas:
        Investigation of  novel concepts in all catalytic routes
  for conversion of coal and waste materials to hydrocarbons
  and/or oxygenated chemicals, such as alcohols and ethers, 
     Biological transformation of coal-derived materials into
  hydrocarbons and/or oxygenated chemicals, and    Novel concepts
  in indirect coal liquefaction.  Code:  PM14 Natural Gas-To-Liquids
    The Federal Energy Technology Center's Gas-to-Liquids program
  is focused on the development of advanced processes for the
  production of environmentally superior transportation fuels
  and premium chemicals/chemical intermediates from domestic
  natural gas resources.  The current research activities in
  the Gas-to-Liquids program include the direct conversion of
  natural gas to products via single and two-step processes and
  the indirect conversion of natural gas to products via synthesis
  gas, a fundamental building block consisting of a mixture of
  carbon monoxide and hydrogen.  The scope of work in the current
  program ranges from exploratory studies at the laboratory scale
  to proof-of-concept testing. In FY 1997, a Program Opportunity
  Notice (PON) will be issued to solicit proposals for the "Engineering
  Development of Ceramic Membrane Reactor Systems for Converting
  Natural Gas to Synthesis Gas and Hydrogen."  Code:  PM15
  Coal Preparation  The Federal Energy Technology Center is
  managing Federal activities for Coal Preparation.  The Coal
  Preparation Program is directed toward producing economically
  competitive and environmentally acceptable clean coal products
  for all potential market applications.  Projects in advanced
  coal cleaning focus on (1) advanced coal cleaning systems capable
  of deeply cleaning moderate- and high-sulfur coals to reduce
  acid rain precursors from pre-NSPS boilers; (2) technologies
  for selectively removing hazardous air pollutant precursors
  from coal; (3) methods for reducing the ash-forming mineral
  matter and sulfur contents to levels that will permit the cleaned
  coal-based fuel to replace premium fuels; and (4) providing
  advanced means to clean, dewater, dry, and handle fine coal
  in conventional cleaning circuits.  However, there will be
  no solicitations in the Coal Preparation Program area in FY
  1997.   PM-20 Advanced Clean Efficient Power Systems  Code:
  PM21 Advanced Pulverized Coal-Fired Power Plant; Indirectly
  Fired Cycle  The Federal Energy Technology Center, under
  the Office of Fossil Energy's Advanced Clean/Efficient Power
  Systems area, is managing the development of  very clean, 
  high-efficiency, coal-fired power systems based on  pulverized
  coal-firing and on the indirectly fired cycle.  The FETC program,
  called "Combustion 2000," comprises the development of the
  Low-Emission Boiler System (LEBS) -- the advanced pulverized
  coal-based system -- and the High Performance Power System
  (HIPPS) -- the indirectly fired cycle-based system.  The
  Low-Emission Boiler System is a highly advanced power plant
  that is being designed using an integrated approach to derive
  maximum benefit from progress in low-NOx combustion, flue gas
  cleanup, and supercritical and two-component- working-fluid
  cycle (ammonia-water) technology.  Performance objectives for
  first generation LEBS commercial plants are thermal efficiencies
  of 42-45% (hhv basis), emissions of SO2, NOx, and particulates
  of 0.1, 0.1, and 0.01 lb/million Btu, respectively, and a cost
  of electricity that is lower than current coal-fired plants
  designed to meet the federal New Source Performance Standards.
   Three industry teams, led by ABB Combustion Engineering, Babcock
  & Wilcox Company, and DB Riley, are conducting the program.
   Phase I of the LEBS program, completed in September 1994,
  included technical and economic evaluations of candidate plant
  subsystems, a systems analysis of the entire power plant, and
  the preliminary design of a commercial scale, 300-400 MWe,
  LEBS plant.  In Phase II, now underway, the industry teams
  are continuing engineering analysis and modeling activities
  and are conducting experimental testing of plant subsystems
  at scales of approximately 3-10 MWe.  Phase III will produce
  the site-specific designs for proof-of-concept test facilities,
  10-50 MWe in size, and updated commercial plant designs and
  economics based on Phase II results.  At the end of Phase III,
  DOE will select one team to continue into Phase IV, detailed
  design, construction, and operation of the proof-of-concept
  facility.  When Phase IV is completed in  FY2001, LEBS plants
  will be offered to the electric power industry.   No demonstration
  plants will be required.  Technical goals for HIPPS include
  a thermal efficiency of 47-50% (hhv basis) and emissions of
  SO2, NOx, and particulates of 0.06, 0.06, and 0.003 lbs/million
  Btu, respectively.  The HIPPS program comprises three phases.
   Phase I, recently completed, focused on the analysis of various
  configurations of indirectly fired cycles and on technical
  assessments of alternative plant subsystems and components.
   Phase I, which was conducted by industry teams led by Foster
  Wheeler Development Corporation (FW) and United Technologies
  Research Center (UT), also included preliminary R&D, and the
  preparation of designs for a HIPPS commercial plant approximately
  300 MW in size.  As the result of a competitive procurement
  during FY1994-95, FW and UT were selected to conduct the remainder
  of the HIPPS program.  Phase II, now underway, involves the
  development and testing of plant subsystems, refinement and
  updating of the HIPPS commercial plant design, and the site
  selection and engineering design of a HIPPS prototype plant.
   At the completion of Phase II, one team will be selected to
  continue into Phase III.  In this concluding phase, a detailed
  design of the HIPPS prototype plant will be prepared and the
  plant will be constructed and operated.  When Phase III ends
  in FY2004, power plant designers and manufacturers will be
  able to offer commercial HIPPS plants to the electric power
  industry.  No procurements are planned in FY1997.  Very limited
  funding may be available within the advanced research and environmental
  technology, and advanced research and technology development,
  program budgets for work that supports the objectives of the
  LEBS and HIPPS programs.  Code: PM-22 Power Systems Environmental
  Technology  The Federal Energy Technology Center manages
  the National Program for Flue Gas Cleanup Research and Development.
   This program is directed toward (1) enhancing the environmental
  performance of coal-fired boilers; (2) providing inexpensive,
  adaptable, and non-complex methods for compliance with the
  Clean Air Act amendments of 1990; and (3) developing technology
  to address potential future regulatory actions associated with
  more stringent control of nitrogen oxide emissions, air toxics
  and fine particulates.  Current projects, ranging in scope
  from laboratory studies of system phenomena to proof-of-concept
  tests (e.g. 3-10 MWe size), are being performed in the areas
  of  (1) superclean emissions control (one-tenth of New Source
  Performance Standards) for SO2, NOx, and particulate matter;
  (2) air toxics characterization and control; (3) fine particulate
  control; and (4) carbon dioxide (CO2) recovery, reuse, and
  disposal.  During FY1997 no new solicitations are planned.
    PM-40  ADVANCED POWER GENERATION, FUNDAMENTAL RESEARCH,
  AND  SOLIDS   TRANSPORTATION  Code:  PM41  University Coal
  Research  The Federal Energy Technology Center (FETC)  manages
  the Office of Fossil Energy's University Coal Research Program
  (UCR).  Through  the UCR program solicitation FETC seeks to
  support fundamental and high risk research that advances the
  technical understanding of the chemical and physical processes
  involved in coal conversion and utilization.   In FY1997, applications
  to this solicitation will be accepted from U.S. universities
  and colleges in the Solicitation s Core Program and  Innovative
  Concepts Program.  The UCR Core Program is governed by the
  following two focus areas:  (1) NOx Control   As environmental
  regulations become more stringent, the restrictions placed
  upon emissions from coal combustion processes will require
  either an improved understanding of the combustion process
  itself or tight post-combustion control or some combination
  of both.    Currently, significant NOx control can be achieved
  both through decreased formation of NOx and NOx destruction
  prior to its exit from the combustion chamber.  Further decreases
  in NOx emissions and control of the Products of Incomplete
  Combustion (PICs) from all combustion sources may be achieved
  with advances in our understanding of the combustion process
  and an ability to control it.  Products of Incomplete Combustion
  includes: unburnt carbon; formation of trace, complex,  organic
  compounds; and liberation and reaction of trace inorganic.
     Additional reductions in NOx emissions may also be sought
  through post-combustion control.  Direct conversion of NOx,
  from dilute flue gas streams, to nitrogen or a saleable/ marketable
  product would be highly desirable.  Selective Catalytic Reduction
  (SCR) is a commercially available post-combustion control that
  converts NOx to nitrogen.  One of the limitations to the widespread
  use of SCR is the possibility that increased toxic emissions,
  ammonia and carbon monoxide, will occur when NOx removals greater
  than 90% (85% by some estimates) are desired.  Research is
  necessary to identify alternate reductants, catalysts, and/or
  chemical pathways that will not result in the release of toxic
  emissions when high removals (> 95%) are required.   (2)
   Catalysts for Coal Conversion and Utilization   Catalysts
  are used in a host of coal conversion and utilization reactions.
   Although a vast and highly specialized literature exists for
  catalysts, a thorough understanding of the fundamental nature
  of catalytic coal conversion and utilization processes is still
  lacking.   Systematic studies focused on understanding these
  fundamentals would lay the foundation for efficient development
  of catalysts for application in processes such as gasification,
  liquefaction, waste minimization, and contaminant control.
     New or improved catalysts for controlling product distribution,
  removing pollutants, upgrading products, and reducing the severity
  of reaction conditions are needed.  Regenerable, poisoning-resistant,
  and attrition-resistant catalysts for cleaving specific bonds
  in coals, converting cyclic saturates to branched saturates
  in coal-derived liquids, or promoting selective conversion
  of gasification products (into condensible and non-condensible
  hydrocarbons) and oxygenates are also of interest.  Methods
  focused on the recovery of catalysts and the removal of catalyst-deactivating
  species would also be valuable.  The UCR Innovative Concepts
  Program seeks unique, "out-of-the-box," approaches for addressing
  fossil energy related issues; therefore, well-developed ideas,
  past the conceptual stage, are not eligible.  The DOE is interested
  in innovative and fundamental research pertinent to coal conversion
  and utilization limited to the technical topic that follows.
   The examples provided under the technical topic are not intended
  to be all-encompassing; therefore, offers on other subjects
  that fall within the scope of the area will receive the same
  consideration as the examples cited.   Innovative Concepts
  Technical Topic - As the twenty-first century approaches, the
  challenges facing coal and the electric utility industry continue
  to grow.  Environmental issues such as pollutant control, both
  criteria and trace, waste minimization, and the co-firing of
  coal with biomass, waste, or alternative fuels will remain
  important.  The need for increased efficiency, improved reliability,
  and lower costs will be felt as an aging utility industry faces
  deregulation.  Advanced power and environmental systems will
  come into play as older plants are retired and utilities explore
  new ways to meet the growing demand for electricity.  Innovative
  research in the coal conversion and utilization areas will
  be required if coal is to continue to play a dominant role
  in the generation of electric power.  Questions, like the ones
  that follow, will need to be answered:    How can net-zero
  emissions of carbon dioxide from the combustion of fossil fuels
  be achieved?    What are the implications of lowering the
  particulate matter standards (i.e. PM-2.5)?    Where can
  the largest efficiency gains be realized in a power plant?
     How can adaptive control systems and neural networks be
  integrated into the electric utility industry?    How can
  the trace element emissions from power plants (i.e. mercury,
  selenium) be cost-effectively controlled?    How do we develop
  and test materials for advanced power systems?  Successfully
  answering these and other questions in innovative ways will
  help us move confidently to the year 2000 and beyond.  Code:
   PM42 Coal Utilization Science  The Coal Utilization Science
  Program (CUS) is designed to generate the fundamentally-based
  knowledge and data  required by designers of advanced combustion
  systems in order to make significant improvements in power
  plant efficiency and environmental performance. The CUS sponsors
  targeted engineering science research that seeks to bridge
  the gap between basic science and engineering development.
   Projects utilize the unique resources of the industrial, academic
  and national laboratory communities to tackle significant barrier
  issues pertinent to advanced power systems technology.  Projects
  make use of state-of -the-art in instrumentati
LINK http://www.petc.doe.gov
LINKDESC: 
  Center, click here.
EMAIL askew@petc.doe.gov
EMAILDESC: 
CITE: (W-340 SN009323)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: DOE/Federal Energy Technology Center, P.O. Box 10940,
  MS 921-143, Pittsburgh, PA 15236-0940
SUBJECT: A--RESEARCH & DEVELOPMENT
SOL N/A
DUE 123196
POC Kenneth S. Askew
DESC:   The following is a continuation of a Sources Sought Announcement
  submitted earlier today, but cut-off due to its being longer
  than the maximum allowable length.  The previous submission
  described Codes PM11, PM12, PM13, PM14, PM15, PM21, and PM22.
      SOURCES SOUGHT ANNOUNCEMENT  Fiscal Year 1997  Federal
  Energy Technology Center (Pittsburgh, PA)  The U.S. Department
  of Energy, Federal Energy Technology Center, is contemplating
  the procurement of research efforts in the areas listed below
  during the 1997 fiscal year.  This announcement is NOT a formal
  solicitation and is NOT a request for proposals.  Availability
  of any formal solicitations will be announced separately throughout
  the ensuing fiscal year, via the Commerce Business Daily, the
  Federal Register, and/or our HomePage on the Internet.  This
  synopsis is for information and planning purposes ONLY and
  is not to be construed as a commitment by the Government. 
  Your responses will be used to develop a source list of potential
  bidders for future solicitations.  Interested firms may submit
  responses to the U. S. Department of Energy via regular mail
  or e-mail.  TELEPHONE RESPONSES WILL NOT BE HONORED.   For
  your organization to be included in our source lists for all
  appropriate Fiscal Year (FY) 1997 competitions, your response
  must be received not later than close of business on DECEMBER
  31, 1996.  Responses will be accepted after that date, but
  cannot be assured of automatic inclusion in all appropriate
  FY 1997 source lists.    Responses should include the bidder's
  total number of employees and professional qualifications of
  scientists, engineers, and technical personnel; a description
  of general and specific facilities and equipment; a synopsis
  of previous projects in related fields, and other descriptive
  information.  Firms responding should indicate whether they
  are socially and economically disadvantaged businesses or women-owned
  businesses.  There is no specific format or outline that your
  response must follow.  Responses must be limited to twenty
  typed pages.  Our source lists are maintained from year to
  year, so entities which responded in previous years do not
  need to respond again in FY 97, unless their line of business
  has changed [which alters the Code(s) that they want to be
  considered for], or their mailing address has changed.  You
  may indicate an interest in one or more of the following codes
  (e.g., PM11, PM43, RLE, ADCS, etc.), but one copy of your response
  is required for EACH code that you select.  For more information
  about the Federal Energy Technology Center, please refer to
  our HomePage on the Internet, at: http://www.petc.doe.gov
   Mail responses to: U. S. Department of Energy, Federal Energy
  Technology Center, ATTN: Kenneth S. Askew, MS 921-143, P.O.
  BOX 10940, Pittsburgh, PA 15236-0940.  Overnight mail should
  be sent to: U.S. Department of Energy, Federal Energy Technology
  Center, ATTN: Kenneth S. Askew, Bruceton Research Center, Building
  921 Room 143, Wallace Road, Bruceton (Allegheny County), PA
  15236-0940  E-mail responses should be sent to:  askew@petc.doe.gov
    The research areas are as follows:   PM-40  ADVANCED
  POWER GENERATION, FUNDAMENTAL RESEARCH, AND  SOLIDS   TRANSPORTATION
    Code:  PM41  University Coal Research  The Federal Energy
  Technology Center (FETC)  manages the Office of Fossil Energy's
  University Coal Research Program (UCR).  Through  the UCR program
  solicitation FETC seeks to support fundamental and high risk
  research that advances the technical understanding of the chemical
  and physical processes involved in coal conversion and utilization.
    In FY1997, applications to this solicitation will be accepted
  from U.S. universities and colleges in the Solicitation s Core
  Program and  Innovative Concepts Program.  The UCR Core Program
  is governed by the following two focus areas:  (1) NOx Control
     As environmental regulations become more stringent, the
  restrictions placed upon emissions from coal combustion processes
  will require either an improved understanding of the combustion
  process itself or tight post-combustion control or some combination
  of both.    Currently, significant NOx control can be achieved
  both through decreased formation of NOx and NOx destruction
  prior to its exit from the combustion chamber.  Further decreases
  in NOx emissions and control of the Products of Incomplete
  Combustion (PICs) from all combustion sources may be achieved
  with advances in our understanding of the combustion process
  and an ability to control it.  Products of Incomplete Combustion
  includes: unburnt carbon; formation of trace, complex,  organic
  compounds; and liberation and reaction of trace inorganic.
     Additional reductions in NOx emissions may also be sought
  through post-combustion control.  Direct conversion of NOx,
  from dilute flue gas streams, to nitrogen or a saleable/ marketable
  product would be highly desirable.  Selective Catalytic Reduction
  (SCR) is a commercially available post-combustion control that
  converts NOx to nitrogen.  One of the limitations to the widespread
  use of SCR is the possibility that increased toxic emissions,
  ammonia and carbon monoxide, will occur when NOx removals greater
  than 90% (85% by some estimates) are desired.  Research is
  necessary to identify alternate reductants, catalysts, and/or
  chemical pathways that will not result in the release of toxic
  emissions when high removals (> 95%) are required.   (2)
   Catalysts for Coal Conversion and Utilization   Catalysts
  are used in a host of coal conversion and utilization reactions.
   Although a vast and highly specialized literature exists for
  catalysts, a thorough understanding of the fundamental nature
  of catalytic coal conversion and utilization processes is still
  lacking.   Systematic studies focused on understanding these
  fundamentals would lay the foundation for efficient development
  of catalysts for application in processes such as gasification,
  liquefaction, waste minimization, and contaminant control.
     New or improved catalysts for controlling product distribution,
  removing pollutants, upgrading products, and reducing the severity
  of reaction conditions are needed.  Regenerable, poisoning-resistant,
  and attrition-resistant catalysts for cleaving specific bonds
  in coals, converting cyclic saturates to branched saturates
  in coal-derived liquids, or promoting selective conversion
  of gasification products (into condensible and non-condensible
  hydrocarbons) and oxygenates are also of interest.  Methods
  focused on the recovery of catalysts and the removal of catalyst-deactivating
  species would also be valuable.  The UCR Innovative Concepts
  Program seeks unique, "out-of-the-box," approaches for addressing
  fossil energy related issues; therefore, well-developed ideas,
  past the conceptual stage, are not eligible.  The DOE is interested
  in innovative and fundamental research pertinent to coal conversion
  and utilization limited to the technical topic that follows.
   The examples provided under the technical topic are not intended
  to be all-encompassing; therefore, offers on other subjects
  that fall within the scope of the area will receive the same
  consideration as the examples cited.   Innovative Concepts
  Technical Topic - As the twenty-first century approaches, the
  challenges facing coal and the electric utility industry continue
  to grow.  Environmental issues such as pollutant control, both
  criteria and trace, waste minimization, and the co-firing of
  coal with biomass, waste, or alternative fuels will remain
  important.  The need for increased efficiency, improved reliability,
  and lower costs will be felt as an aging utility industry faces
  deregulation.  Advanced power and environmental systems will
  come into play as older plants are retired and utilities explore
  new ways to meet the growing demand for electricity.  Innovative
  research in the coal conversion and utilization areas will
  be required if coal is to continue to play a dominant role
  in the generation of electric power.  Questions, like the ones
  that follow, will need to be answered:    How can net-zero
  emissions of carbon dioxide from the combustion of fossil fuels
  be achieved?    What are the implications of lowering the
  particulate matter standards (i.e. PM-2.5)?    Where can
  the largest efficiency gains be realized in a power plant?
     How can adaptive control systems and neural networks be
  integrated into the electric utility industry?    How can
  the trace element emissions from power plants (i.e. mercury,
  selenium) be cost-effectively controlled?    How do we develop
  and test materials for advanced power systems?  Successfully
  answering these and other questions in innovative ways will
  help us move confidently to the year 2000 and beyond.  Code:
   PM42 Coal Utilization Science  The Coal Utilization Science
  Program (CUS) is designed to generate the fundamentally-based
  knowledge and data  required by designers of advanced combustion
  systems in order to make significant improvements in power
  plant efficiency and environmental performance. The CUS sponsors
  targeted engineering science research that seeks to bridge
  the gap between basic science and engineering development.
   Projects utilize the unique resources of the industrial, academic
  and national laboratory communities to tackle significant barrier
  issues pertinent to advanced power systems technology.  Projects
  make use of state-of -the-art in instrumentation, experimental
  techniques and modeling to synthesize needed information or
   explore novel techniques or concepts. The Program emphasis
  is on producing fundamental information on processes and mechanisms
  by performing experimental research and theoretical investigations
  that can be used by equipment designers to improve the performance
  of advanced coal-fired power systems.   No solicitations
  are planned in FY1997.  Limited funding may be available to
  support Unsolicited  Proposals for R&D on topics that are compatible
  with CUS objectives. Selected longer term CUS R&D objectives
  are:    To produce a fundamentally-based model of coal char
  combustion that accounts for the significant changes in char
  structure and intrinsic reactivity that can occur as combustion
  proceeds. It is hoped that such a model may allow designers
  of advanced power systems to,  among other things,  better
  understand the fundamental relationships between coal properties
  and (low-NOx) combustion conditions on the quantity of carbon
  left in flyash as a consequence of incomplete char oxidation,
  and the creation or destruction of NOx occurring during char
  oxidation.    In order to satisfactorily develop accurate
  models of the char oxidation process, it is necessary to generate
  and characterize laboratory quantities of pulverized  chars,
  originating from a variety of coals and having burn-offs  ranging
  to 95% or greater. These samples must be produced under carefully-controlled
  and well-characterized combustion conditions (e.g., atmospheres,
   temperatures,  heating rates, etc.)  that are relevant to
  those found in utility boilers. This requirement is not being
  fully  met by currently active projects. Unsolicited Proposals
  seeking to generate and characterize coal chars under these
  conditions may be considered for CUS funding support. Experimental
  efforts that generate and characterize char samples within
  the context of developing or refining a fundamentally based
  model of char oxidation may also be considered.    To characterize
  the behavior of (mainly) coal/biomass blends under a variety
  of combustion conditions that have the potential to promote
  significantly  reduced emissions of SOx or NOx from existing
  coal fired power plants. The performance of biomass  reburning
  under conventional reburning conditions  has already been examined.
    Code:  PM43  Historically Black College and Universities
  and Other Minority Institutions  The Federal Energy Technology
  Center administers the HBCU & MI Program for the U.S. DOE Office
  of Fossil Energy (FE).  The program stimulates innovative research
  and development of advanced concepts pertinent to conversions
  and utilization of fossil energy resources through collaborative
  efforts by prospective U.S. Industries and Historically Black
  and defined Minority Institutions of Higher education.  FETC
  contemplates a program solicitation in FY1997 covering the
  following topics:     Advanced Environmental Control Technology
  for Coal   Advanced Coal Utilization   Coal Liquefaction
  Technology   Heavy Oil Upgrading and Processing   Advanced
  Environmental and Recovery Technologies for Oil   Natural
  Gas Supply, and    Environmental Issues Related to Oil and
  Gas Exploration.    BARTLESVILLE PROJECT OFFICE  Code:
  RLE 01.  Reservoir Life Extension.  Research in novel extraction
  processes including gas injection processes, thermal recovery
  methods, microbial enhanced oil recovery, fluid flow mechanisms
  for mobilizing and displacing oil in prioritized reservoir
  classes such as Fluvial Dominated Deltaic, Shallow Shelf Carbonates
  and Slope and Basin depositional environments.  Other areas
  of research in this sector are petroleum reservoir computer
  modeling and technology transfer efforts.  Code: ADIS 01.
   Advanced Diagnostics and Imaging Systems.  Research related
  to diagnostic techniques involved in reservoir characterization
  and imaging particularly in prioritized reservoirs such as
  Fluvial Dominated Deltaic, Shallow Shelf Carbonates and Slope
  and Basin depositional environments.  Novel exploration work
  and fracture reservoir analyses and imaging are included in
  this topic. Research pertaining to novel concepts in the quantification
  of reservoir characterization as it relates to extraction processes
  and the application of these data to engineering aspects of
  petroleum production.    Code: EEP 01.  Effective Environmental
  Protection.  Included in this sector is research to mitigate
  environmental constraints to oil and gas recovery that can
  cause early abandonment of wells, development of lower cost
  compliance techniques to meet regulatory requirements and the
  development of pollution prevention or disposal technologies
  for solids, liquids and gases.    Code: EPTA 01.  Emerging
  Processing Technology Application. Fundamental research in
  petroleum chemistry to increase the knowledge of the structural
  characteristics of heavy crudes and streams and products produced
  from heavy oils; fundamental studies on the chemical reactions
  that occur when hydrogen is added, by economic means, to heavy
  crudes so that greater yields of distillates may be achieved
  are the topics to be addressed in this work.  Conducting laboratory
  scale fundamental studies of heavy oil processing reactions
  to produce information indicating new and novel processing
  routes to increase the yields of valuable products from heavy
  oil and processing conditions less severe than normal is another
  research area to be addressed.    Code: ADCS 01.  Advanced
  Drilling, Completion, and Stimulation Systems.  Research conducted
  that can lead to decreasing the environmental "foot print"
  during drilling, completion and stimulation work is a priority.
   Also included in this work are horizontal wells technologies
  for advanced recovery processes targeted to the prioritized
  reserve classes such as Fluvial Dominated Deltaic, Shallow
  Shelf Carbonates and Slope and Basin depositional environments;
  slimhole drilling techniques and new drilling fluid research.
    End of Sources Sought Announcement - FY 97   
LINK http://www.petc.doe.gov
LINKDESC: 
  Center, click here.
EMAIL askew@petc.doe.gov
EMAILDESC: 
CITE: (W-340 SN009363)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U. S. DOI, Bureau of Indian Affairs, Phoenix Area Office,
  Two Arizona Center, 400 N. 5th Street, Phoenix, AZ 85004
SUBJECT: B -- ELECTRICAL POWER RATE STUDY
SOL N-97-0002
DUE 012297
POC Gerald Knox, Contracting Officer, 602-379-6760.
DESC: Perform rate study for power system at San Carlos Irrigation
  Project, Coolidge (Pinal County), AZ. Estimated range: $100,000
  to $250,000. Issue date o/a 24 Dec 96. This procurement will
  be set aside for 51% Indian-owned firms under the Buy Indian
  Act, 25 U.S.C. 47. Section 7(b) of P.L. 93-638 (25 U.S.C. 450e)
  requires that preference and opportunities in employment and
  training be given to Indian/Alaskan Native individuals and
  that preference in award of subcontracts to be given to Indian/Alaskan
  Native economic enterprises. Only written or fax requests will
  be accepted. Fax number is (602) 379-6763.
CITE: (I-340 SN009176)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management,
  400 7TH ST, SW, Room 4410, Washington, DC 20590
SUBJECT: B -- EVALUATION OF THE HIGHWAY PERFORMANCE MONITORING
  SYSTEM (HPMS)
SOL DTFH61-97-Q-00038
DUE 122396
POC Stephanie Parker, Contract Specialist, HAM-40G (202) 366-6014.
DESC: The Federal Highway Administration (FHWA) plans to negotiate
  a Purchase Order with Mr. Henry Peyrebrune to conduct a comprehensive
  review of the Highway Performance Monitoring Database System
  (HPMS) as well as develop and conduct a public outreach program,
  and provide synthesis and final recommendations. The review
  will include the identification and assessment of critical
  issues that impact the implementation of the HPMS by the FHWA
  and its State partners. The public outreach and involvement
  program will provide participation in the strategic reassessment
  of the HPMS by individuals impacted by the HPMS. The HPMS is
  needed by FHWA to better chart the course for HPMS in the future.
  This is a Simplified Acquisition. Anticipated award date is
  12/23/96.
CITE: (I-340 SN009194)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: B -- UAV FLIGHT DEMONSTRATION W/ POPTRONICS PAYLOAD
SOL N/A
POC Contact, Pamela M. Valovcin, Phone (703)604-0757
DESC: The Naval Air Systems Command (NAVAIR) intends to award
  a contract to Israel Aircraft Industries (IAI) for a demonstration
  of the Poptronics payload with a laser designator/rangefinder
  integrated on IAI Unmanned Aerial Vehicle (UAV). The contract
  will include all necessary engineering, system integration,
  interface development, configuration control and management.
  IAI is the only known firm with the requesite knowledge and
  skills necessary to perform the integration and demonstration
  effort. This synopsis is published for information purposes
  only. See note No. 22 - NAVAIR Synopsis No. 40112-96.
CITE: (I-340 SN009213)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: SOUTHWESTNAVFACENGCOM (Code 551), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: C -- A-E SVC FOR VARIOUS PROJ FOR MECH/ELECT/FIRE PROT
  ENGR FOR RENOV & REPAIR AT VARIOUS FACIL IN AZ, NM, CLARK CTY,
  NV, IMPERIAL, MONO, RIVERSIDE, SAN BERNARDINO CNTY, CAMP PENDLETON,
  CA
SOL N68711-97-D-8503
DUE 010697
POC Samantha Darella/Contract Specialist, (619) 532-3839, Alice
  Barker/Contracting Officer, (619) 532-2853.
DESC: This announcement hereby modifies the original synopsis
  issued for contract N68711-95-D-8503 to the following: The
  contract number has been changed to N68711-97-D-8503. Also,
  Criteria 3,4,5,6, and 7 are hereby added. Your submittal should
  include criteria 1 through 7, once completed. This extends
  the submittal date by 19 days. (3) Past performance on contracts
  with government agencies and private industry in terms of cost
  control, quality of work and compliance with performance schedules.
  Indicate by briefly describing internal quality assurance and
  cost control procedures and indicate team members who are responsible
  for monitoring these processes. List recent awards, commendations
  and other performance evaluations (do not submit copies). (4)
  Location in the general geographic area of the project and
  knowledge of the locality of the project, provided that the
  application of this criterion leaves an appropriate number
  of firms given the nature and size of this project. (5) Capacity
  to accomplish the work in the required time. Indicate the firms
  present workload and the availability of the project team (including
  consultants) for the specified contract performance period
  and indicate specialized equipment available and prior security
  clearances. (6) Demonstrated success in prescribing the use
  of recovered materials and achieving waste reduction and energy
  efficiency in facility design. (7) List the small or disadvantaged
  or woman-owned business firms used as primary consultants or
  as subconsultants. If a large business concern is selected
  for this contract, they will be required to submit a subcontracting
  plan that should reflect a minimum 5% Small Disadvantaged Business
  of the amount to be subcontracted out. Those firms which meet
  the requirements described in this announcement and wish to
  be considered, must submit one copy each of a SF 254 and a
  SF 255 for the firm and a SF 254 for each consultant listed
  in block 6 of the firms SF 255. One copy of the submittal package
  is to be received in this office no later than 3:00 P.M. Pacific
  Time on the due date indicated above. Should the due date fall
  on a weekend or holiday, the submittal package will be due
  the first workday there after. Submittals received after this
  date and time will not be considered. Additional information
  requested of applying firms: indicate solicitation number in
  block 2b, CEC (Contractor Establishment Code) and/or Duns number
  (for the address listed in block 3) and TIN number in block
  3, telefax number (if any) in block 3a and discuss why the
  firm is especially qualified based on the selection criteria
  in block 10 of the SF 255. For firms applying with multiple
  offices, indicate the office which completed each of the projects
  listed in block 8 and list which office is under contract for
  any contracts listed in block 9. Use block 10 of the SF 255
  to provide any additional information desired. Personal interviews
  may not be scheduled prior to selection of the most highly
  qualified firm. SF 255's shall not exceed 30 printed pages
  (double sided is two pages/organizational charts and photographs
  excluded, exception: photographs with text will be considered
  as a page). All information must be included on the SF 255
  (cover letter, other attachments and pages in excess of the
  30 page limit will not be included in the evaluation process).
  Firms not providing the requested information in the format
  (i.e. listing more than a total of 10 projects in block 8,
  not providing a brief description of the quality control plan,
  not listing which office of multiple office firms completed
  projects listed in block 8, etc.) directed by this synopsis
  may be negatively evaluated under selection criteria (3). Firms,
  their subsidiaries or affiliates, which design or prepare specifications
  for a construction contract or procurement of supplies cannot
  provide the construction or supplies. This limitation also
  applies to subsidiaries and affiliates of the firm. This is
  not a request for proposal. Telegraphic and facsimile SF 255's
  will not be accepted. Site visits will not be arranged during
  the submittal period.
CITE: (I-340 SN009174)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Commanding Officer, Naval Facilities Engineering Command,
  Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington
  Navy Yard, Bldg. 212, 901 M Street, SE, Washington, DC  20374-5018
SUBJECT: C -- HOUSING REVITALIZATION, U.S. NAVAL ACADEMY, ANNAPOLIS,
  MARYLAND
SOL N62477-97-C-0015
DUE 010897
POC Contact Randolph Jones, POC/Deborah Grant KO, 202-685-3166
DESC: The work requires Architectural and Engineering services
  necessary for the preparation of studies and plans, specifications,
  and construction cost estimate ready for bidding for multiple
  housing revitalization projects at the U.S. Naval Academy,
  Annapolis, MD. The housing revitalization projects are to be
  accomplished in various phases. The work includes, but is not
  limited to, bathroom and kitchen modernization, interior remodeling,
  roofing repairs, exterior repairs and finishing, replacement
  of outmoded and unsafe electrical/mechanical/plumbing systems,
  and abatement of hazardous materials. Hazardous material, i.e.,
  asbestos and lead based paint, is known to exist at the project
  site. The A/E Contractor will be required to conduct hazardous
  material removal surveys, including testing and sampling, provide
  design removal procedures and prepare construction contract
  documents in accordance with applicable rules and regulations
  pertaining to such hazardous materials. All hazardous materials
  licenses and/or accreditations necessary for the locality of
  the project site are required by the A/E firm or their subcontractor.
  Additionally, site improvements such as playing courts and
  tot lots will be required under the Neighborhoods of Excellence
  Program. The preparation of  comprehensive stormwater management
  plans and erosion and sediment control plans for the state
  of Maryland may be required. Such services as studies, review
  of shop drawings, construction consultation, construction inspection,
  Title II, and preparation of construction record drawings and
  Operation and Maintenance (O&M) manuals may be required at
  any time up to the final acceptance of all work. The general
  intention is to provide for such design and engineering services
  as necessary to support the procurement of these projects.
  The selected A/E firm for this project will be required to
  provide overhead, profit, and discipline hourly rates initially
  to the Contracting Officer within 7 days after receiving the
  Request for Proposal.  The selected firm will also be required
  to participate in an orientation and site visit meeting within
  seven days of notification and provide a fee proposal within
  10 days after that meeting. This will be a firm fixed price
  A/E contract. The estimated design start date is February 1997.
  The final plans and specifications for the first construction
  contract are required 36 weeks after the project start. The
  estimated cost of construction for all the projects is between
  $10 and $15 million. Selection evaluation criteria, in relative
  order of importance are included below. 1. Specialized experience
  and professional qualifications of the architrctural/engineering
  firm (with its subcontractors), and the proposed project team
  in providing complete design and engineering services for the
  project requirements as described herein; 2. Demonstrated capabilities
  in sustained accomplishment of work within established time
  limits; 3. Past performance and process of the prime A/E firm
  (and subcontractors) in an internal quality control/quality
  assurance (QC/QA) program to assure coordinated technically
  accurate studies and verification of costs, and accurate plans,
  specifications, and construction cost estimates; 4. The firm's
  and project team's present workload; 5. Perferences: a. Preference
  will be given to firms within a 100 mile radius of Engineering
  Field Activity Chesapeake, Washington Navy Yard and that have
  a knowledge of the general locality of the project, provided
  that application of the criterion leaves an appropriate number
  of highly qualified firms, given the nature and size of the
  project; b. Preference will be given to firms with the capability
  of using CAD, SPECSINTACT, and the Cost Engineering Systems
  (CES). Each firm's past performance(s) and performance ratings
  will be reviewed during the evaluation process and can affect
  the selection outcome. Firms which meet the requirements listed
  in this announcement are invited to submit one copy of each
  of the completed Standard Forms (SF) 254 and SF 255, U.S. Government
  Architect-Engineer Qualifications, to the office indicated
  below.  Site visits will not be arranged during the advertisement
  period. This proposed contract is being solicited on an unrestricted
  basis. Interested firms are requested to include telefax numbers,
  the Contractor Establishment Code (CEC), and Taxpayer Identification
  Number (TIN) on the SF 255 and SF 254 in Block 3a and 1, respectively.
   In Block 10, state why your firm is specially qualified based
  on the selection evaluation criteria.  Also, use Block 10 to
  provide additional information desired by your firm.  Only
  the SF 254 and SF 255 will be reviewed. Experienced identified
  in Block 8 should not be more than 5 years old. The A/E firm's
  primary person proposed to be the direct contact with EFA CHES
  throughout the contract work must be identified as the "Project
  Manager".  Information in the cover letter and any other attachments
  will not be included in the official selection process. Fax
  copies of the SF 254 and 255 will not be accepted.  This is
  not a request for proposal.  The selected firm may be subject
  to an advisory audit performed by the Defense Contract Audit
  Agency.  Because this contract acquisition could result in
  an award over $500,000.00, a subcontracting plan will be required
  by the selected firm if the firm is a large business concern.
   The small disadvantaged business set-aside goal in that subcontracting
  plan shall not be less than 5 percent of the subcontracted
  work.  This does not apply if the prime firm is a small business
  concern.   Contracting Officer, Naval Facilities Engineering
  Command, Engineering Field Activity Chesapeake (Attn:  Code
  02AE), Washington Navy Yard, Building 212, 901 M Street SE,
  Washington, DC 20374-5018
CITE: (I-340 SN009225)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN,
  P.O. BOX 2288, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH
  STREET MOBILE AL 36602
SUBJECT: C--IDC TO SUPP THE BASE CIV ENGIN FOR THE USAF, REP
  OF PANAMA. RFP: DACA01-97-R-0009
SOL AEMXXX-97XX-0003
POC Contact Mr. Dan Mizelle, 334-441-5741; Contracting Officer,
  Edward M. Slana (Site Code W31XNJ)
DESC: The action as published in the Commerce Business Daily,
  Record Number: 1726PRC0002, dated 21 November 1996, is no longer
  required by the Government. Therefore, the annoucement in its
  entirety is cancelled.
CITE: (I-340 SN009280)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Commanding Officer, Naval Facilities Engineering Command,
  Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington
  Navy Yard, Bldg. 212, 901 M Street, SE, Washington, DC  20374-5018
SUBJECT: C -- INDEFINITE QUANTITY CONTRACT FOR CRITICAL PATH
  METHOD, SCHEDULING AND ANALYSIS, VARIOUS LOCATIONS, ENGINEERING
  FIELD ACTIVITY CHESAPEAKE
SOL N62477-97-D-0016
DUE 010997
POC Contact Randolph Jones, POC/Deborah Grant, KO, 202-685-3166
DESC: The work will require Architect-Engineering Services (A-E)
  to provide construction progress schedule review and analysis
  at various locations within the Engineering Field Activity
  Chesapeake's area of responsibility and to provide recommendations
  to the ROICC concerning the merit & quantum and entitlement
  of delay and impact claims filed by the construction contractors.
  The work will also require the A-E contractor to review and
  analyze construction contractor's initial CPM schedule and
  monitor progress through review and analysis of monthly updates
  for selected projects and to advise the ROICC of potential
  impact to the completion schedules. The A-E contractor may
  be required to prepare detailed documentation for use in defending
  against claims and provide expert testimony in the event that
  a claim goes to litigation, either formal or other form of
  alternate dispute resolution. Individual work orders may not
  exceed $99,000.00 nor may the cumulative total of this contract
  exceed $250,000.00 per year. The duration of the contract will
  be for one year, with the possibility of 4 one-year options.
  The estimated start date is February 1997.  The following criteria,
  listed in descending order of importance will be used for selection.
  1. PROFESSIONAL QUALIFICATIONS: (a) Technical competence of
  individual staff members. 2. SPECIALIZED EXPERIENCE: Recent
  experience in; (a) CPM schedule analysis; (b) claims analysis;
  and (c) project management oversights and evaluation of entitlements.
  3. CAPABILITY: Ability to accomplish task within specified
  time frame. 4. PAST PERFORMANCE: Past  Performance ratings
  of government agencies and private industry and interviews
  with references on prior contracts in terms of; (a) quality
  of work; (b) responsiveness; and (c) compliance with performance
  schedules. 5. PREFERENCE: Preference will be given to firms
  within a 100 mile radius of Engineering Field Activity, Chesapeake,
  Washington Navy Yard. Each firm's past performance (s) and
  performance ratings will be reviewed during the evaluation
  process and can affect the selection outcome. In order to assist
  the Board in more efficient review of all applications, a summary
  of experience, proposed staffing, and depth of additional staff
  support is requested as part of the SF 255.  Summarize in descending
  order of significance, at least three of your most recent relevant
  projects for the types of services described herein.  Firms
  which meet the requirements listed in this announcement are
  invited to submit one copy each of the completed Standard Forms
  (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications,
  to the office indicated below.  Site visits will not be arranged
  during the advertisement period.  This proposed contract is
  being solicited on an unrestricted basis.  Small business size
  standard SIC Code is 8711, $2.5 million annual average over
  a three year period. Interested firms are requested to include
  telefax numbers, the Contractor Establishment Code (CEC), and
  Taxpayer Identification Number (TIN) on the SF 255 and SF 254
  in Blocks 3a and 1, respectively.  In Block 10, state why your
  firm is specially qualified based on the selection evaluation
  criteria.  Also, use Block 10 to provide additional information
  desired by your firm.  Only the SF 254 SF 255 will be reviewed.
  Experiences identified in Block 8 should not be more than 5
  years old. The A/E firm's primary person proposed to be the
  direct contact with EFA CHES throughout the contract work must
  be identified as the Project Manager.  Information in the cover
  letter and any other attachments will not be included in the
  official selectionprocess. Fax copies of the SF 254 and 255
  will not be accepted.  This is not a request for proposal.
  The selected firm may be subject to an advisory audit performed
  by the Defense Contract Audit Agency. Because this contract
  acquisition could result in an award over $500,000.00, a subcontracting
  plan will be required by the selected firm if the firm is a
  large business concern. The small disadvantaged business set-aside
  goal in that subcontracting plan shall not be less than 5 percent
  of the subcontracted work. This set-aside goal of not less
  than 5 percent also applies to women-owned small business concerns.
  This does not apply if the prime firm is a small business concern.
  Contracting Officer, Naval Facilities Engineering Command,
  Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington
  Navy Yard, Building 212, 901 M Street SE, Washington, DC  20374-5018
CITE: (I-340 SN009311)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Medical Center, 1111 East End Blvd., Wilkes-Barre,
  PA
SUBJECT: C -- HVAC REPL. NORTH WING
SOL 693-10-97
DUE 012497
POC P.O.C. Garry A. Plear (717)821-7222 Contracting Officer Robert
  D. Rizzardi (717)821-7221
DESC: Amendment to Synopsis dated 12/3/96 Request For Proposal
  #693-10-97. The following changes will be made: Change the
  sentence reading: The area of consideration is within 1 mile
  of this agency, to read: The area of consideration is within
  a 50 mile of this agency. Change the sentence reading: A/E
  firms which meet the requirements described in this announcement
  are invited to submit (1) Standard Form 254, Architect-Engineer
  and related Services Questionaire and (2) Standard Form 254,
  Architect-Engineer and related Services Questionaire for specific
  project, to read: A/E firms which meet the requirements described
  in this announcement are invited to submit (1) Standard Form
  254, Architect-Engineer and related Services Questionaire and
  (2) Standard Form 254, Architect-Engineer and related Services
  Questionaire for specific project by 1/9/97. A/E Service: to
  design and provide complete plans, specifications, and cost
  estimates on project number 693-301, entitled "HVAC REPL. NORTH
  WING", for the Department of Veterans Affairs Medical Center,
  Wilkes-Barre, Pennsylvania. All drawings shall be drawn using
  Autocad release 12 software and all specifications shall be
  compiled using Word Perfect 5.1 word processing software. Final
  plans and specifications shall be submitted on 3-1/2" double
  sided high density disks. Design work for this project shall
  be based on the following scope of work: The scope of work
  for this project is to remove existing antiquated air handling
  units (SACS 2,4,5,6 8,9,11,13,14, and 15), associated controls,
  ductwork, piping(chilled water and steam), grilles. Ceiling
  areas will be encountered and must be removed. A/E will procure
  Industrial Hygienist services and produce drawings and specifications
  for asbestos abatement. New HVAC systems shall be designed
  using ASHRAE Standard 62-1989, ventilation for acceptable indoor
  air quality. Also included in the project scope will be replacement
  for existing exhaust fans (10) located on the North Wing, Mechanical
  Room, which serves various areas of the North Wing of Building
  No. 1. Area of consideration is within a 50 mile radius of
  this agency. The SIC for this project is 8712. A/E firms which
  meet the requirements described in this announcement are invited
  to submit (1) Standard Form 254, Architect-Engineer and related
  Services Questionnaire and (2) Standard Form 254, Architect-Engineer
  and related services Questionnaire for specific project by
  1/9/97. This procurement is 100% set-aside for small business.
  This solicitation is subject to the availability of funds.
CITE: (I-340 SN009346)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code
  540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198
SUBJECT: C -- INDEFINITE QUANTITY CONTRACT FOR A-E SERVICES FOR
  VARIOUS PROJECTS INVOLVING DESIGN FOR WATERFRONT CONSTRUCTION
  AND REPAIRS VARIOUS LOCATIONS IN SAN DIEGO, CALIFORNIA
SOL N68711-97-D-8415
DUE 011397
POC Contract Specialist, Chuck Benson/Contracting Officer, Janet
  Buyson.
DESC: Firm Fixed Price/Indefinite Quantity Contract for furnishing
  of Waterfront Engineering services including design, surveys,
  construction support, reports, cost estimates and related studies
  for projects involving waterfront construction and repairs,
  including reinforced concrete piers, fendering systems (i.e.
  foam filled fenders with prestressed concrete piles and timber
  fender piles with log camels), recycled plastic piles, and
  dredging at various locations in the San Diego area. The total
  amount of the proposed contract shall not exceed $2,000,000.
  No single delivery order may exceed $500,000. The Government
  has the option to extend this contract for one additional year,
  or $2,000,000, whichever comes first. The total amount of the
  contract shall not exceed $4,000,000. The minimum contract
  amount will be $25,000. A-E selection criteria will include
  (in order of importance): (1) Recent (1991 to present) specialized
  experience and technical competence of the firm in design for
  construction and repair of reinforced concrete piers, fendering
  systems (i.e. foam filled fenders with prestressed concrete
  piles and timber fender piles with log camels), recycled plastic
  piles, and dredging (if the firm has more than one office,
  indicate the office to perform the work and the experience
  of that office in the type of work required). DO NOT list more
  than a total of 10 projects in Block 8. Include point of contact
  and telephone number in block 8c for each project listed. Indicate
  which consultants from the proposed team, if any, participated
  in the design of each project listed. (2) Professional qualifications
  and recent specialized experience of the staff in design for
  construction and repair of reinforced concrete piers, fendering
  systems (i.e. foam filled fenders with prestressed concrete
  piles and timber fender piles with log camels), recycled plastic
  piles, and dredging. Provide qualifications and experience
  for each member of the team who would perform design on projects
  under this contract. (3) Past performance on contracts with
  government agencies and private industry in terms of cost control,
  quality of work and compliance with performance schedules.
  Indicate by briefly describing internal quality assurance and
  construction cost control procedures and indicate team members
  who are responsible for monitoring these processes. List recent
  awards, commendations and other performance evaluations (do
  not submit copies). (4) Location in the general geographic
  area of the projects and knowledge of the locality of the projects,
  provided that the application of this criterion leaves an appropriate
  number of firms given the nature and size of the contract.
  (5) Capacity to accomplish the work in the required time. Indicate
  the firm's present workload and the availability of the project
  team (including consultants) for the specified contract performance
  period and indicate specialized equipment available and prior
  security clearances. (6) Demonstrated success in prescribing
  the use of recovered materials and achieving waste reduction
  and energy efficiency in facility design. (7) List the small
  or small disadvantaged or woman-owned business firms used as
  primary consultants or as subconsultants. If a large business
  concern is selected for this contract, they will be required
  to submit a subcontracting plan that should reflect a minimum
  of 5% Small Disadvantaged Business of the amount to be subcontracted
  out. The Standard Industrial Code is 8711 and the annual size
  standard is $2.5 million. Those firms which meet the requirements
  described in this announcement and wish to be considered, must
  submit one copy each of a SF 254 and a SF 255 for the firm
  and a SF 254 for each consultant listed in Block 6 of the firm's
  SF 255. One copy of the submittal package is to be received
  in this office (South Bay Area Focus Team, Code 540, 2585 Callagan
  Highway, Naval Station, San Diego, CA 92136-5198) no later
  than 3:00 P.M. Pacific Time on the due date indicated above.
  Should the due date fall on a weekend or holiday, the submittal
  package will be due the first workday thereafter. Submittals
  received after this date and time will not be considered. Additional
  information requested of applying firms: indicate solicitation
  number in Block 2b, CEC (Contractor Establishment Code) and/or
  DUNs number (for the address listed in Block 3) and TIN number
  in Block 3, telefax number (if any) in Block 3a, and discuss
  why the firm is especially qualified based on the selection
  criteria in Block 10 of the SF 255. For firms applying with
  multiple offices, indicate the office which completed each
  of the projects listed in Block 8 and list which office is
  under contract for any contract listed in Block 9. Use Block
  10 of the SF 255 to provide any additional information desired.
  Personal interviews may not be scheduled prior to selection
  of the most highly qualified firm. SF 255's shall not exceed
  30 printed pages (double sided is two pages/organizational
  charts and photographs excluded, with the exception that photographs
  with text will be considered as a page). All information must
  be included on the SF 255 (cover letter, other attachments
  and pages in excess of the 30 page limit will not be included
  in the evaluation process). Firms not providing the requested
  information in the format (i.e. listing more than a total of
  10 projects in Block 8, not providing a brief description of
  the quality control plan, etc.) directed by this synopsis may
  be negatively evaluated under the appropriate selection criterion.
  Firms which design or prepare specifications for a construction
  contract or procurement of supplies cannot provide the construction
  or supplies. This limitation also applies to subsidiaries and
  affiliates of the firm. This is not a request for proposal.
  Telegraphic and facsimile SF 255s will not be accepted. Site
  visits will not be arranged during the submittal period.
CITE: (I-340 SN009350)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: 62nd Contracting Squadron, P.O. Box 4178, McChord AFB,
  WA 98438-0178
SUBJECT: C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY MULTI-DISCIPLINARY
  A-E SERVICES FOR COMMERCIAL/INDUSTRIAL/HOUSING TYPE ACTIVITIES
SOL F4560397R8004/8005
DUE 011097
POC Contact Terry Seaverns, Contract Specialist, (206) 984-3880,
  or Lt. Martin P. Gaupp, Contracting Officer, (206) 984-3878.
DESC: Indefinite Delivery-Indefinite Quantity (IDIQ) A-E Services
  Contract(s): Multi-Disciplinary Architect-Engineering (A-E)
  Services for Commercial/Industrial/Housing type activities
  at McChord AFB, Washington. Closing date for receipt of responses
  is 4:00 P.M. local time on 10 January 1997. A-E services include
  the conduct of factfinding studies, feasibility studies, site
  surveys, investigations, and economic analyses in support of
  design requirements; the production of designs, construction
  drawings, specifications, and estimates as required to execute
  construction projects. At the option of the Government, the
  A-E shall provide construction inspection services during the
  construction phase. The IDIQ contract(s) will have a maximum
  monetary limit of $750,000 per year with a minimum of $37,500
  guaranteed, against which individual delivery orders may be
  written for a maximum of $299,000. The contract starting date
  will be approximately 01 September 1997 for a 12 month period,
  followed by an optional 12 month period as required by the
  Government. Typical work includes but is not limited to: (1)
  Additions to existing facilities; (2) Remodel/Renovation of
  existing facilities; (3) Alteration and Repair of miscellaneous
  infrastructure services and utilities including airfield pavement
  and apron projects; (4) Comprehensive Interior Design (CID)
  in support of facility projects; (5) Energy Monitoring and
  Control Systems (EMCS) design development utilizing current
  Air Force guidelines, and (6) Design of new facilities. Subject
  Delivery Orders will include the requirement of site survey
  to determine the existence of lead-based paint (LBP) and/or
  asbestos-containing material (ACM) including complete abatement
  procedures following current Government guidelines. The A-E
  and/or hazardous material consultant will be required to provide
  drawings and specifications for such abatement. More than one
  IDIQ contract for Architect-Engineering Services may be awarded
  from this synopsis. The following non-prioritized evaluation
  factors will be the basis for selection: (1) Consistent record
  of excellence in facility design, showing a commitment of the
  firm toward design excellence and the ability of the project
  team members to be creative, imaginative and innovative in
  support of Government programmed projects, (2) Professional
  and Technical qualifications of proposed design staff assigned
  to the contract including formal education and training received;
  (3) Past performance in the execution of IDIQ-type contracts
  with multiple delivery orders; (4) Specialized experience in
  multi-disciplinary projects of a predominately remodel and
  renovation nature with very tight construction cost constraints;
  (5) Professional capacity of the firm to accomplish projects
  within fixed time frames; (6) Experience in the development
  of Computer-Aided Design/Drafting (CADD) drawings utilizing
  "AutoCAD" software and layering standards as developed by the
  American Institute of Architects (AIA)-"CAD Layer Guidelines";
  (7) Location of the firm within the general geographic area
  to enable efficient facility/site surveys and timely execution
  of deliverables; and (8) Volume of work DOD previously awarded
  to the firm with the object of effecting an equitable distributin
  of DOD A-E contracts among qualified A-E firms, and firms that
  have not had prior DOD contracts. All interested A-E firms
  shall submit a completed Standard Form 254 and a completed
  Standard Form 255 to the 62d Contracting Squadron at the address
  set forth above so as to be received no later than 4:00 P.M.
  local time on 10 January 1997. Personal visits or telephone
  calls to discuss the prospective contract(s) are discouraged.
  Neither telephonic nor FAX responses will be accepted. See
  Note 24.
CITE: (I-340 SN009179)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: U.S. Department of Agriculture, Farm Service Agency,
  Acquisition Management Branch, STOP 0567, 1400 & INDEPENDENCE
  AVENUE, SW  Washington, D.C. 20250-0567
SUBJECT: D--MAINTENANCE OF IBM ADVANCED 36 COMPUTERS AND PERIPHERALS
SOL FSA-R-0001-97DC
POC Scott C. Wolz, Contracting Officer, (202)-720-3736
DESC: The USDA/FSA is issuing this Request For Information (RFI)
  for maintenance services needed to ensure uninterrupted operation
  of the Farm Service Agency (FSA) distributed computer network.
   The FSA is interested in obtaining vendor information on any
  commercially available remedial and preventive maintenance
  service of IBM Advanced System 36 computers, and both IBM and
  non-IBM peripheral equipment located in approximately 2,500
  sites throughout the United States, including Hawaii, Alaska,
  and Puerto Rico.  Service will commence on October 1, 1997.
   The general requirements are as follows: The vendor must be
  able to: (1) Provide on call service to the Washington, D.C.
  area, and greater Kansas City, St. Louis, and Fort Collins
  area offices such that operations supported by the failed equipment
  can be resumed within 4 work hours;  (2) Provide on-call service
  to any of the State Offices and Field Service Centers located
  in the contiguous 48 states such that operations supported
  by the failed equipment can be resumed within 9 work hours;
   (3) Provide on-call service to any of the offshore offices
  (includes all offices located outside the 48 contiguous states)
  such that operations supported by the failed equipment can
  be resumed within 18 work hours.  (4) Types of Maintenance:
   The type of maintenance service required by the selected vendor
  is remedial maintenance.  Based on information provided by
  the OEM, preventive maintenance should be performed when remedial
  maintenance is required.  If remedial maintenance has not been
  required at a specific site, a separate site visit to perform
  preventive maintenance is not required.  (5) Methods of Maintenance:
   Vendor personnel are required to provide maintenance services
  at the location of the equipment being maintained on an On-Call
  basis.  (6) Security:  The integrity of the data stored on
  the equipment being maintained must be preserved.  If the maintenance
  activity will result in the loss of data (i.e., the removal
  of a disk drive) the vendor must provide methods to recover
  the data.  (7) Additional Support:  The vendor must make available
  toll free telephone access to the OEM for use by Government
  personnel located at the Kansas City Management Office.  This
  service will be used to report apparent generic problems with
  the hardware or OEM supplied software.  The service will not
  be used to request maintenance support.  (8) Maintenance Tracking
  System:  The vendor must provide the Government with access
  to their maintenance tracking system. The Government will enter
  service calls directly into the vendor's maintenance tracking
  system via an interactive on-line system.  The maintenance
  tracking system shall provide the status of all current maintenance
  calls as well as historical maintenance data to be used for
  analysis of equipment maintenance needs.  Note: Software upgrades
  are provided by the OEM on an as needed basis to site license
  holders and are not provided under this acquisition.  (9) Specialized
  equipment required for individuals with disabilities will be
  maintained using the maintenance services available through
  this acquisition.  (10) Equipment sites where maintenance is
  performed are required to report the successful completion
  of the maintenance to the Kansas City Management Office.  The
  FSA intends on conducting this procurement under FAR Subpart
  12, Acquisition of Commercial Items, and is seeking industry
  comments on whether the above general requirements can be met
  by current industry commercial practices.  Firms who believe
  they can meet our needs using commercial practices are encouraged
  to respond to this RFI.  Comments should address each of the
  general requirements listed above in the affirmative or negative.
   Affirmative responses should contain a brief narrative of
  how you plan to meet the requirements.  If a response is negative,
  you should state why the specific requirement is not needed
  or that the requirement is not considered a commercial item
  (as defined by FAR Subpart 12).  Your response to each mandatory
  and desirable requirement should include paragraph numbering
  identifiable to the ten (10) requirements listed above.  In
  addition to your written response, descriptive literature may
  be provided.  Unnecessarily elaborate submissions are discouraged.
   After receipt and review of the responses to this RFI, the
  FSA intends to conduct a competitive acquisition.  In no case
  will the requirement be purchased as a result of this RFI.
   The results of this RFI process will only be used for the
  refinement of the current draft SOW and to determine if the
  above requirements can be obtained as a commercial acquisition
  under FAR Subpart 12 .  The information obtained from this
  RFI will not be used in any way during the RFP process.  The
  Government will not pay for any information, literature, etc.
  provided to the Government as a result of this RFI.  In order
  for your response to receive full consideration it should be
  received by January 10, 1997.  Response to this RFI may be
  either delivered in hardcopy or by e-mail.  E-mail responses
  and inquiries should be directed to: swolz@wdc.fsa.usda.gov.
    If submitting a hardcopy response, please mark the outside
  of your envelope "FSA/RFI Field Service Center ADPE Maintenance
  Project."  Note: On November 18, 1996, the FSA published a
  CBD synopsis for this requirement in the form of a Request
  For Comments (RFC).  The intent of the RFC is to provide the
  draft Statement of Work and Schedule to industry to obtain
  their comments on the government developed requirements.  The
  purpose of this RFI is to obtain industry information on commercially
  available maintenance services that may meet the needs of the
  FSA.  This RFI does not replace the RFC.  
LINK http://wwwaix.fsa.usda.gov/amb/amb.htm
LINKDESC: 
EMAIL swolz@wdc.fsa.usda.gov
EMAILDESC: 
CITE: (W-340 SN009154)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management,
  400 7TH ST, SW, Room 4410, Washington, DC 20590
SUBJECT: D -- ENHANCE AND EXPAND LS-DYNA3D
SOL DTFH61-97-Q-00037
DUE 122396
POC Viola Compton, Contract Specialist, HAM-40G, (202) 366-4239.
DESC: The Federal Highway Administration plans to negotiate a
  Purchase Order with Livermore Software Technology Corporation
  to enhance and expand their existing LS-DYNA3D vehicle crash
  model so that output from a vehicle handling simulation program
  can be used as initial input to the crash simulation model
  in DYNA3D. This effort will address the teps required to accurately
  initialize the orientation and velocity of the vehicle model
  in LS-DYNA3D using the results of the vehicle handling simulation.
  It will also add a new failure criteria for wood materials.
  LSTC prosses the source code for LS-DYNA3D. This is a Simplified
  Acquisition.
CITE: (I-340 SN009193)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: U.S.Department of Energy, Document Control Specialist,
  P.O. Box 2500, Washington, DC 20013
SUBJECT: D -- CELLULAR PHONE SERVICE FOR THE NATIONAL CAPITAL
  REGION AND NATIONWIDE
SOL DE-FB01-97AD72085
DUE 122396
POC Jody Naleppa, Contract Specialist, 202-634-4521 David Tyma,
  Contracting Officer, 202-634-4574.
DESC: The U.S. Department of Energy (DOE) anticipates issuance
  of a competitive solicitation (two-step sealed bidding) for
  cellular service for existing DOE phones. This requirement
  is for Nationwide coverage for a period of 2 years. DOE anticipates
  the award of an Indefinite Delivery Indefinite Quantity Contract
  (IDIQ). DOE requires seven day a week, twenty four hour a day
  service and National Security approved installation and technicians.
  This procurement is not set-aside and is being processed on
  an unrestricted basis. The solicitation will be available within
  2 days for downloading from the Internet at http://www.pr.doe.gov/solicit.html.
  Technical assistance is available from Fedworld Help Desk at
  703-487-4608. No paper copies of the solicitation will be provided.
  Any amendments or changes to the solicitation will be released
  on Internet at the address shown above. A status update can
  be obtained by accessing status information on DOE's internet
  address mentioned above.
CITE: (I-340 SN009197)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Central Department Chief (CDC) of Administration, Stores
  and Purchases ARENTO, Cairo, An action for the USAID program.
SUBJECT: D -- NETWORK OPERATIONS CENTER, TELECOMMUNICATION SECTOR
  SUPPORT (TSS) PROJECT, ARENTO, EGYPT
SOL N/A
POC Contact Person: Mr. John D. Von Bergen, Project Manager,
  GTE, Tel. 20-2-365-4340, Fax 20-2-365-4346. Mr. C. Wayne Ray,
  Contracts Manager, GTE, Tel. 20-2-365-4340, Fax 20-2-365-4346.
DESC: Eng. Ali El-Desouky, Central Department Chief (CDC) of
  Administration, Stores and Purchases, ARENTO, 9th Floor, Opera
  Exchange, Ataba Square, Cairo, Egypt. The Arab Republic of
  Egypt National Telecommunications Organization (ARENTO), a
  Public Sector Organization under the Ministry of Transport
  and Communications, Government of Egypt, (Cairo, Egypt) is
  contemplating the addition of an integrated Telecommunications
  Management Network (TMN) Operations Center (NOC) and invites
  expressions of interest and submission of prequalification
  questionnaires, for the purpose of shortlisting, from U.S.
  system integration firms who can demonstrate extensive experience
  and capability to bid for a Host Country Design/Build Contract
  to Design, Engineer, Furnish, Install, Maintain, and provide
  Personnel Training for a NOC. To be qualified, a contractor
  or joint venture must be able to demonstrate experience with
  projects of similar complexity (a totally integrated mixture
  of facilities, hardware, and software) and magnitude. The ARENTO
  Public Switched Telephone Network (PSTN) is composed of many
  different switch types, mainly the Siemens EWSD, AT&T 5ESS,
  Ericsson AXE-10, and Alcatel E10B and OCB283. Surveillance
  & Control of the existing switches is provided for by Centralized
  Operations & Maintenance centers (COM centers) by switch type.
  The NOC shall interface to the existing COM centers via a CCITT
  TMN standard interface for surveillance of the ARENTO switches.
  The NOC shall interface via a CCITT TMN standard interface
  to sub-network controllers of the transmission equipment for
  Transmission Surveillance. The NOC shall be located in an ARENTO
  building, newly constructed for the NOC, adjacent to the Mohandseen
  Exchange in Cairo. The NOC project shall be composed of and
  integrate the following equipments, applications and subsystems:
  1. Computer Hardware 2. Computer Software, a. Transmission
  Surveillance, b. Switch Alarm Surveillance, c. Switch Traffic
  Surveillance, d. Network Planning, e. Centralized Trunk Testing,
  f. Inventory & Maintenance Management, g. Facilities Management,
  h. Security (System Administration), 3. Network Video-wall,
  A/V & Presentation, 4. Data Communications Network, 5. Facilities,
  a. PABX, b. Standby Engine/Generator & ATS AC Power, c. UPS,
  Grounding, and Distribution, d. Heating, Ventilation and Air
  Conditioning, e. Fire Detection, f. Security (Physical), g.
  Furniture/Furnishings/Fixtures/Finishing. A fixed price Design/Build
  Host Country Contract with ARENTO is contemplated. Financing
  of this procurement will be made by both USAID in US Dollars
  and ARENTO in Egyptian pounds. The U.S. Dollar portion will
  be paid through a Direct Letter of Commitment (D/LCOM), under
  USAID Project No. 263-0223. Egyptian Pounds funding by ARENTO
  will be made via a Letter of Credit issued by an Egyptian Bank.
  Firms submitting replies must furnish information adequate
  to: (a) Demonstrate capability, based upon technical expertise,
  management capability, workload capacity and financial resources
  to enter into a Design/Build contract, including engineering,
  design, installation, commissioning, maintenance and training
  of Host Country nationals, (b) Confirm all computer hardware,
  software, and related telecommunications equipment which they
  will provide conforms to AID requirements for "nationality",
  "source", "origin" and "componentry" as set forth in AID Handbook
  11, Chapter 2 and which, in conformity with project requirements,
  will be AID Geographic Code 000 (USA) with regard to source/origin
  of the commodities and nationality of the supplier. (c) Demonstrate
  previous experience and existing capability to furnish the
  necessary hardware, software and system integration. (d) Confirm
  the capability and capacity to establish and maintain a strong
  local dealer organization to support the installation through
  the warranty period and life of the equipment. It is a requirement
  that the firms must comply with AID geographic code 000 (USA)
  for nationality and source regulations. Firms who believe they
  qualify in accordance with (a), (b), (c), and (d) should request
  in writing (FAX acceptable) a detailed description of the NOC
  including discussion of software requirements and systems integration
  along with the pre- qualification questionnaire from the Contact
  Point and return the completed questionnaire and information
  in response to (a), (b), (c), and (d) by 12:00 Noon, Cairo
  time, January 30, 1997 to the following address: C/O Eng. Ali
  El-Desouky, Central Department Chief (CDC) of Administration,
  Stores and Purchases, ARENTO, 9th Floor, Opera Exchange, Ataba
  Square, Cairo, Egypt. Pre- qualification questionnaires submitted
  after 12:00 Noon, Cairo time, January 30, 1997 may be returned
  unopened. Failure to fully complete the questionnaires or supply
  the required information may result in disqualification of
  the firm. If a joint venture seeks pre-qualification, information
  must be submitted for all firms in the joint venture. A Request
  for Technical Proposal (RFTP) will be issued on or about March
  1,1997 to the Short Listed firms who have met the pre-qualification
  requirements. Procurement of the NOC shall follow a two step
  process. A Pre-bid Conference will be held on March 15, 1997,
  at 15000 Conference Center Drive, Chantilly, VA (near Washington
  Dulles Airport). An in-country Pre-Bid Conference and Site
  Visit will be held April 1-3, 1997 in Cairo & Alexandria, Egypt.
  Written questions will be received until May 1, 1997. Anticipated
  Due Date technical Bid: June 1, 1997. It is contemplated that
  after the technical proposals have been evaluated, those firms
  whose technical proposals have been deemed fully acceptable
  will receive an Invitation For Bid (IFB), request for priced
  Bid on or about August 1, 1997 with a Due Date for priced Bids
  on or about September 1, 1997. Anticipated Award Date on or
  about October 1, 1997. It is the intention of ARENTO to award
  a contract to the lowest responsive and responsible bidder.
  A one year warranty and maintenance period will be included
  in the contract. GTE will be ARENTO's Engineer and Construction
  Management Consultant and shall act as the agent for ARENTO
  in the award and administration of the Design/Build contract.
  GTE is providing overall direction and management for this
  project. The Government of the Arab Republic of Egypt and the
  Agency for International Development encourage and welcome
  in this activity the participation, to, the fullest extent
  possible, of minorities and women both as individuals and as
  members of contracting or sub-contracting firms. In this respect,
  it is anticipated that the prime contractor will make every
  practicable use of such personnel and firms. "This CBD notice
  can be viewed and downloaded using the Agency Gopher. The Gopher
  address is GOPHER.INFO.USAID.GOV. Select USAID Procurement
  and Business Opportunities from the Gopher menu. Logon on using
  the user identification of "anonymous" and the password is
  your e-mail address. It is the responsibility of the recipient
  of this announcement to ensure that it has been received from
  the INTERNET in its entirety and USAID bears no responsibility
  for data errors resulting from transmission or conversion processes."
CITE: (I-340 SN009338)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DOT/Volpe National Transportation Systems Center, 55
  Broadway, Kendall Square, Cambridge, MA 02142
SUBJECT: D -- TECHNICAL SUPPORT TO MODIFY EXISTING COMMERCIAL-OFF-THE-SHELF
  (COTS) GEOGRAPHIC INFORMATION SYSTEM (GIS) TRANSPORTATION (TA)
SOL DTRS57-97-Q-80047
DUE 121996
POC Karen Marino, Purchasing Agent, (617) 494-2437.
DESC: The Volpe Center plans to procure a sole source simplified
  acquisition from the Caliper Corporation, Newton, MA for the
  modification of existing Commercial-Off-The-Shelf (COTS) geographic
  information system (GIS)/transportation analysis (TA) software.
  The COTS is a family of GIS/TA products including the source
  code that was developed and is owned by Caliper Corporation.
  This procurement will consist of multiple, independent tasks
  designed to customize the GIS/TA software packages to address
  specific application requirements of a number of ongoing projects
  at the US Department of Transportation. A Small Business firm
  classified under SIC Code 7373 interested in competing must
  demonstrate in writing to the Contracting Officer within 15
  days of the publication of this synopsis that they posses the
  rights to the source code and are capable of performing the
  task. Small Business firms will be required to submit documentation
  in support of the above for evaluation by the Government prior
  to receiving a quotation. A single award will result from this
  solicitation. NO telephone requests will be accepted - only
  written requests for this quotation will be accepted - however,
  we will accept requests for this quotation via facsimile, at
  (617)-494-3649, Attn: Karen Marino, DTS-852.
CITE: (I-340 SN009376)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DDISA/DITCO/DTS31 2300 East Drive, Scott AFB, IL 62225-5406
SUBJECT: D - LEASED VIDEO/AUDIO CONNECTIVITY AND UPLINK SATELLITE
  SERVICES
SOL DCA200-97-R-0042
DUE 013097
POC Contact Dawn Underwood, 618-256-9739
DESC: DITCO is soliciting proposals for leased video/audio connectivity
  and uplink satellite services in support of the Armed Forces
  Radio and Television Service (AFRTS) digital television direct
  to ships service (DTV-DTS).  The successful offeror will be
  responsible for providing connectivity from the AFRTS Broadcast
   Center (AFRTS-BC) at March Air Reserve Base, Riverside, California,
  to locations on the East and West Coasts of the United States,
  capable of uplinking AFRTS- DTV-DTS video/audio signal to
  Pacific Ocean Region (POR) and Atlantic Ocean Region (AOR)
  INTELSAT satellites provided by the Government.  The total
  service will provide connectivity and uplink of a simplex,
  full time, 36 Mhz, global beam, C-Band, MPEG-2 digitally compressed
  video, audio and data signal containing: two video channels
  with associated monophonic audio; two stereo audio music channels;
  one monophonic audio radio news channel; one 128-Kbps data
  channel; and one electronic program guide.  The successful
  offeror will be responsible for managing, operating and maintaining
  the required connectivity with terrestrial  and/or domestic
  satellite and backup/restoral capability.  Offerors must have
   approval from the U.S. Federal Communications Commission
  (FCC) and the  International Satellite (INTELSAT) consortium
  for the connectivity and uplink of video, audio and data to
  a U.S. domestic satellite, if used, and to INTELSAT satellites.
   The prospective contract will be awarded for a term of five
  years with five one-year options to extend services.  Potential
  sources must submit written requests for copies of the solicitation.
   Firms may also submit faxed requests to 618-256-9507.  No
  telephone requests accepted.  
EMAIL underwod@ditco.disa.mil
EMAILDESC: 
CITE: (W-340 SN009388)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: NASA, John F. Kennedy Space Center, FL 32899
SUBJECT: D -- MAINTENANCE OF IBM HOST COMPUTER
SOL RFQ JM96-HOST
POC Jeff Marshall, United Space Alliance (USA), Titusville, FL
  32780.
DESC: United Space Alliance, LLC (USA), a NASA prime contractor
  at Kennedy Space Center (KSC), FL, seeks firms capable of providing
  full service, on site (KSC) Hardware (H/W) maintenance for
  Data Center IBM Mainframe System in accordance with a USA Statement
  of Work (SOW) which also includes a listing of all equipment
  that is part of that system. Types of equipment includes: controllers,
  hubs and components, IDNX and components, driver channel fiber
  optic, channel boxes, display units, control units, display
  station, direct access storage, disk drives, tape drives, terminals,
  tape units, expansion units, printers, switching units, storage
  controls, RISC 6000's, conversion units, optical CD's, CD ROM's,
  mainframe computers, controller processors, power & cool distributors,
  9034 fiber to bus and tag, and enclosure racks. The list is
  dynamic andsubject to change. The formal solicitation will
  include detailed Statements of Work and equipment list. The
  period of performance is from 020197 through 093098 with three
  (3) one (1) year options to extend. Basic contract will include
  both full service maintenance support and additional as-needed
  labor hours for H/W moves and re-cabling not covered under
  full maintenance. Coverage is to be provided 7 days a week;
  24 hours per day with a 2 hour onsite response time. Preventive
  maintenance is to be provided quarterly and will (as a minimum)
  include: microcode patches, periodic testing, adjusting, cleaning,
  lubricating, and replacing of parts to ensure continued equipment
  operation. Supplier must furnish necessary; equipment, management,
  materials, and labor to accomplish the required maintenance
  support. Must ensure adequate onsite spare parts inventory
  to support all equipment with minimal downtime. Must provide
  locked storage cabinets for any spares and USA will provide
  space for all cabinets and diagnostic test equipment as well
  as necessary work space. Supplier MUST have a direct link to
  IBM Support Centers for problems that require that level of
  support, as well as the ability to pull in the specialists
  to provide support in those cases where there are no readily
  availabe fixes in order to maintain the required high level
  of availability. Interested firms should submit indications
  on interest to reach USA no later than 12/16/96 and include
  statement of capabilities, past experience with mainframe systems,
  business size classification and such other data as may indicate
  a bona fide capability to perform the requirements described
  above. Address: United Space Alliance, LLC, 1100 Lockheed Way,
  Titusville, FL 32780, Attn: Jeff Marshall, Mail Code: USK-360.
  Questions and inintial indications of interest will be accepted
  via FAX at (407) 867-7068 so long as hard copy follows by mail
  with capabilities data.
CITE: (I-340 SN009168)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDI, Bureau of Land Management, Oregon State Office
  (952), P. O. Box 2965, Portland, Oregon 97208-2965
SUBJECT: F--LEVEL OF DIFFICULTY/INDEFINITE QUANTITIES REFORESTATION
SOL 1422H952-B97-2008
DUE 013097
POC Pierre Mathies, (503) 952-6218
DESC:  The work consists of planting tree seedlings on an estimated
  800 acres with concurrent fertilization of planted tree seedlings
  on an estimated 800 acres; installing plastic tubes on an estimated
  50 acres; performing mulching on an estimated 50 acres; removing
  wire pins and plastic tubes from tree seedlings on an estimated
  150 acres; cutting trees and brush on an estimated 600 acres;
  installing tree shades and installing tree shades in plastic
  tubes on an estimated 50 acres; removing protective tree netting
  on an estimated 50 acres; and cutting holes in brush and planting
  tree seedlings on an estimated 20 acres. Project sites are
  located in the Glendale Resource Area, Coos, Curry, Douglas,
  Jackson and Josephine Counties, Medford District, Oregon. 
  All responsible sources may submit an offer which will be considered.
   See Numbered Note(s): 1. 
EMAIL or952mb@or.blm.gov
EMAILDESC: 
CITE: (W-340 SN009305)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: 49th Contracting Squadron/LGCV, PO Drawer S, Holloman
  AFB NM 88330-1601
SUBJECT: F--GROUNDS MAINTENANCE
SOL F29651-97-B0003
DUE 020597
POC Helena S. Smith (505) 475-2101
DESC:  Services Non-Personal:  Grounds maintenance for Holloman
  AFB, New Mexico.  Contractor shall provide all personnel, labor,
  equipment, tools, materials, fuels, cleaning materials, supplies,
  and supervision necessary to perform grounds maintenance service.
   Work includes mowing, trimming, edging, policing trash, tree
  pruning, tree trimming, tree and stump removal, applying fertilizer,
  operating and maintaining sprinkler systems, leaf removal,
  pruning shrubs, removing storm debris, maintaining rock/planter
  beds, and performing pest control identification.  Contractor
  employees responsible for work shall be certified as follows:
  state or local license for performing Arboriculture, state
  license for certified cross-connection and backflow prevention
  device testing of all anti-siphon or backflow prevention units
  on all irrigation systems.  The contractor shall possess a
  current commercial state of New Mexico pesticide license. 
  Each contractor employee that apply pesticides shall have a
  current commercial state of New Mexico applicator's license
  (Note: the license must always be from the state in which work
  will occur).  All work shall be accomplished in accordance
  with the Performance Work Statement.  Performance period is
  anticipated to begin on or about 01 April 1997 or date of award,
  whichever is later, through 30 September 1997 with four (4)
  one (1) year option periods.  It is contemplated that a formal
  solicitation will be issued on or about 06 January 1997 with
  bid opening on or about 05 February 1997.  The proposed acquisition
  is intended to be 100% Small Business Set-Aside.  If adequate
  interest is not received from at least two (2) or more small
  business concerns, the solicitation will be issued on an unrestricted
  basis without further notice.  The Standard Industrial Classification
  (SIC) code for this service is 0783 and the small business
  size standard applicable to the acquisition is 5.0 million.
   Please include your business size, cage code, phone number,
  and address including the 9 digit zip code and solicitation
  number in your written request for a solicitation package.
   Fax requests may be sent to (505) 475-2107.  See Numbered
  Note 1.***** 
CITE: (W-340 SN009306)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: U.S. Army Construction Engineering Research Lab. (USACERL),
  Attn: Contracts Office, P. O. Box 9005, Champaign, IL 61826-9005
SUBJECT: F--BIODEGRADATION OF DIAMINOTOLUENE UNDER AEROBIC CONDITIONS
SOL DACA88-97-Q-0042
DUE 010397
POC Ms. Diane Biggs, Purchasing Agent, 217-352-6511, ext. 7575;
  or Mr Wayne Kurokawa, Contracting Officer, 217-373-6748
DESC: USACERL requires the evaluation of aerobic biodegradation
  of diaminotoluene using sludge from several different wastewater
  treatment plants.  Period of service will be no later than
  31 December 1997.  The proposed procurement will be on a sole-source
  basis.  The Contracts Office intends to negotiate a contract
  with the Hazardous Materials Laboratory affiliated with the
  University of Illinois due to their close proximity and required
  facilities.  Services to be provided will be accomplished through
  a firm-fixed price simplified acquisition procedure.  Request
  for Quotation (RFQ No. DACA88-97-Q-0042) will be issued on
  or about 20 December 1996 with the closing date on or about
  3 January 1997.  Requests for copies of the RFQ shall be made
  in writing and addressed to USACERL, Attn:  Contracts Office,
  PO Box 9005, Champaign IL  61826-9005.  There will be no telephone
  requests accepted.  Requests for this RFQ may be submitted
  via facsimile at (217) 373-6773.
LINK http://www.cecer.army.mil/contracting.html
LINKDESC: 
EMAIL w-kurokawa@cecer.army.mil
EMAILDESC: 
  e-mail.
CITE: (W-340 SN009361)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: U.S. Army Construction Engineering Research Lab. (USACERL),
  Attn: Contracts Office, P. O. Box 9005, Champaign, IL 61826-9005
SUBJECT: F--ENERGY EFFICIENCY AND PRODUCTIVITY RESEARCH: BUILDING
  OCCUPANT SURVEY DATA ANALYSIS
SOL DACA88-97-Q-0043
DUE 010997
POC Ms. Diane Biggs, Purchasing Agent, 217-352-6511, ext. 7575;
  or Mr. Wayne Kurokawa, Contracting Officer, 217-373-6748
DESC: USACERL requires the analysis of data acquired from surveys
  to be given at several Department of Defense (DOD) facilities
  and development of a data-based psycho-physical model of the
  impact of environmental conditions on the productivity of office
  workers.  Period of service will be no later than 11 January
  1998.  The proposed procurement will be on a sole-source basis.
   The Contracts Office intends to negotiate a contract with
  Bosti due to their expertise in research literature about design,
  management, and evaluation of work settings, and familiarity
  with Army facilities and working conditions.  Services to be
  provided will be accomplished through a firm-fixed price simplified
  acquisition procedure.  Request for Quotation (RFQ No. DACA88-97-Q-0043)
  will be issued on or about 20 December 1996 with the closing
  date on or about 9 January 1997.  Requests for copies of the
  RFQ shall be made in writing and addressed to USACERL, Attn:
   Contracts Office, P.O. Box 9005, Champaign, IL  61826-9005.
   There will be no telephone requests accepted.  Requests for
  this RFQ may be submitted via facsimile at (217) 373-6773.
LINK http://www.cecer.army.mil/contracting.html
LINKDESC: 
EMAIL w-kurokawa@cecer.army.mil
EMAILDESC: 
  e-mail
CITE: (W-340 SN009362)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: G--Social Services
OFFADD: Dept. of Veterans Affairs Medical Center, Chief, Acquisition
  & Materiel Management 90C, 400 Veterans Blvd., Biloxi, MS 39531
SUBJECT: G -- READJUSTMENT COUNSELING SERVICES
SOL 520-11-97
DUE 012197
POC Lila C. Byrd, 601-385-5792
DESC: Provide Readjustment Counseling for WWII and Korea war
  zone veterans, Vietnam Era Veterans and post-Vietnam war zone
  veterans from date of award through September 30, 1997 with
  two (2) one year options to be issued on December 20, 1996.
  Request for proposals (RFP) must be requested in writing.
CITE: (I-340 SN009206)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: General Services Administration,Public Buildings Service,450
  Golden Gate Ave nue,San Francisco,CA 94102-3434
SUBJECT: J-MECHANICAL MAINTENANCE CONTRACT FOR THE
SOL GS-09P-97-KSC-0019
DUE 123196
POC Contact,Shirley Washington,415/522-3357
DESC: Provide Mechancial Maintenance Services at the San Luis
  and Andrade Border Stations, San Luis, Arizona for the period
  of thirty-six (36) months, from Febru ary 1, 1997 through January
  31, 2000 with two (2) three (3) year options.  BID G UARANTEE
  AND PERFORMANCE BONDS ARE REQUIRED. The closing date for receipt
  of pro posals is December 31, 1996 at 2:00 p.m., local time
  at the address listed in th e solicitation.  Copies of the
  solicitations may be obtained by contacting Shirl ey Washington
  at (415) 522-3357.
CITE: (I-339 SN009007)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Information Systems Agency, NCRCO, 701 South
  Court House Road, Arlington, VA 22204-2199
SUBJECT: J--COMPUTER MAINTENANCE FOR TEMPEST GRID, AST, AND HETRA
  LAPTOPS
SOL DCA100-97-R-0004
DUE 012197
POC Virginia Greene, Contract Specialist (703) 607-6915 or George
  Robertson, Contracting Officer (703) 607-4603
DESC: The Defense Information Technology Information Contracting
  Office intends to issue a competitive Request for Proposal,
  Small Business Set-Aside, for twenty-four (24) hour, seven
  (7) day a week laptop maintenance in the Washington, DC Metropolitan
  area.  Prior to submission of a proposal, contractor shall
  possess a Top Secret facility clearance.  Personnel proposed
  for work on this effort must have a Top Secret security clearance
  and be capable of being cleared for access to Sensitive Compartmented
  Information (SCI).  Additional security clearance levels, the
  customer name, and place of performance will be identified
  in the solicitation, which shall be released on paper by U.S.
  mail.  Contractors replying to this solicitation must be certified
  by the National Security Agency to repair and test TEMPEST
  equipment.  Period of performance shall be from date of award
  through 30 Sep 97, with three (3) option years for renewal.
   RFP will be issued o/a 23 Dec 96.  No verbal requests for
  this RFP will be accepted.  All requests must be in writing
  and must reference the RFP number in this notice.  FAX requests
  to (703) 607-4340 or 4341 or send requests to Defense Information
  Technology Contracting Office/NCR, Code: DN4, ATTN: Virginia
  Greene, 701 South Court House Road, Arlington, VA   22204-2199.

CITE: (W-340 SN009062)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 -- DOCKSIDE REPAIRS TO USCGC SMILAX (WLIC-315)
SOL DTCG80-97-B-3FA753
DUE 013097
POC Contact Mr. Pyong N. Ko, Contracting Officer (757) 628-4645
DESC: Provide all labor, material, and equipment necessary to
  perform dockside repairs including, but not limited to, the
  following Minimum Items: 1) Renew Deck Plate/spool piece at
  Fan Space, 2) Renew Main Hold Natural Vent Plate and Deck Plate
  at CPO Stateroom, 3) Overhaul Cargo Hatch at Buoy Dock - provide
  Drain Line at the Hatch Coaming, 4) Renew Exhaust Insulation
  for Both Main Engines and Both Ship Service Generators, 5)
  Inspect/Test Cargo Weight Handling Gear, 6) Rehab CPO Cabin
  (01-44-1-L), By Renewing Deck Covering and Renewing Furniture/Furnishings
  thereto, and 7) Renew Gunwale Rubrails and Handrails. Indefinite
  Items include Welding Repairs. Vessel's homeport is Brunswick,
  GA. Vessel availability is 31 March 1997 for 21 days. The place
  of performance is restricted to the vessel's homepier. There
  will be a nonrefundable charge of $100.00 required in the form
  of a certified check or money order payable to the U.S. Coast
  Guard for requested drawings. All other referenced documents
  are available for viewing at 300 East Main Street, Suite 600,
  Norfolk, VA. Funds are not presently available for this procurement.
  The government's obligation under this solicitation is contingent
  upon availability of appropriated funds from which payment
  for contractual purposes can be made. The proposed contract
  listed here is part of the Small Business Competitiveness Demonstration
  Program. Plans and specifications will be issued on or after
  31 December 1996. 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 the DOT Short Term Lending
  Program (STLP) at prime interest rates up to $500,000 per contract
  to provide accounts receivable financing. The DOT Bonding Assistance
  Program enables firms to apply for bid, performance and payment
  bonds up to $500,000 per contract. DOT provides 80 percent
  guaranty on the bond amount to a surety against losses. For
  further information and applicable forms concerning STLP and
  Bonding Assistance Program, please call (800) 532-1169.
CITE: (I-340 SN009164)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Military Sealift command, Pacific, 280 Anchor Way, Bldg.
  310-5, Code N102, Oakland, CA 94625-5010
SUBJECT: J -- MISCELLANEOUS SHIPBOARD MAINTENANCE AND REPAIR
SOL N62383-97-R-2136
DUE 020797
POC Contract Estelle Boyd or Contracting Officer L. Cho by fax
  at (510) 302-6346.
DESC: Perform Miscellaneous Shipboard Repairs, i.e; general boiler
  repairs, piping, diesel engine, electrical, mechanical, insulation/lagging
  repairs and painting on MSC ships in the San Francisco Bay
  Area. An Indefinite Delivery Type Contract for the Base Year
  and four one year options is contemplated. Only written or
  faxed request for a copy of the solicitation will be accepted.
CITE: (I-340 SN009215)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard
  Annex, Purchase Division, Building 1500, Portsmouth, VA 23709-5000
SUBJECT: J -- MAINTENANCE CONTRACT
SOL N00181-97-R-0012
POC Nancy Hayden, Code 531.4A, (757) 396-8346, Nancy Hassell-Sitar,
  Code 531, (757) 396-8346
DESC: Norfolk Naval Shipyard is seeking proposals for a maintenance
  contract to cover a one year period with 2-one year options
  for twenty-one (21) government owned copiers.  This contract
  will be based on a cost-per-copy with no minimum guarantee
  of the number of copies.  The copiers to be maintained are
  Xerox models 1090 and 1075 and Kodak models 2085S, 200F, 225F,
  235AF, 200AF and 2085AF.  The contract will include all consumable
  supplies to operate the equipment (i.e. toner, developer, fuser
  oil) with the exception of the paper.  Contract will also include
  the moving/relocation of the equipment, if required, during
  the period of the contract.  All requests for copies of this
  solicitation must be in writing and submitted via regular or
  expedited mail service to:  Fleet and Industrial Supply Center,
  Norfolk Naval Shipyard Annex, Attn:  Code 531.4A, Nancy Hayden,
  Bldg. 1500, 2nd floor, Portsmouth, VA 23709-5000.  Phone or
  fax requests are not authorized and will not be acceptable.
CITE: (I-340 SN009229)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave. Suite 500, Everett, WA
SUBJECT: J -- USS PAUL FOSTER (DD-964)
SOL N62799-97-B-0014
DUE 012397
POC T. Mandell, Contracting Specialist, 206-304-5808
DESC: Place of performance: Naval Station Everett. Description
  of Work: Miscellaneous repairs to structure & machinery.  Availability
  dates 29 Jan 97 thru 18 Feb 97. Sources who currently hold
  or are qualified for and will to enter into an Agreement for
  Boat Repair/Master Ship Repair Agreement DFAR (217.71) prior
  to award, may submit a bid which shall be considered by this
  agency.  Firms which do not, prossess an Agreement for Boat
  Repair/Master Ship Repair Agreement are ineligible for award
  unless adequate time exists to permit the Navy to perform an
  assessment of their MSR application to execute the ABR/MSRA
  without impacting the vessel's availability dates.
CITE: (I-340 SN009231)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of the Treasury, Internal Revenue Service,
  (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745
SUBJECT: J--MICROSOFT SERVICE ADVANTAGE PREMIER
SOL TIRNO97Q00019
DUE 122396
POC Purchasing Agent, Ida Cofield, 202-283-1162
DESC: The Internal Revenue Service intends to issue a purchase
  order through Microsoft Corporation for the following; Microsoft
  Service Advantage Premier to provide the customer with telephone
  and electronic proactive technical support across all Microsoftproducts
  24 hours per day, seven days a week, through a 800 number.
  To also include a designated Technical Account Manager, Technical
  Services (supportability consulting and supportability reviews)
  and Technical Issue Escalation (150 support incidents withthe
  ability to add more as needed). The period of support shall
  be for one year from the date of award. All responsible sources
  who can provide and meet the above requirement shall submit
  written quotations by December 23, 1996. No solicitation will
  be issued, therefore, such requests for solicitations will
  be considered non responsive. Evaluation/Award will be based
  on the lowest price offered to the government. Al quotes shall
  include price(s); FOB point; a poc (name and telephone numbers);
  GSA contract number if applicable; delivery date; business
  size and payment terms. Quotes over 10 pages in total will
  bot be accepted by facsimile. All questions must be syubmited
  in writing and received by facsimile (202/283-1515) or mail.
  If no affirmative respones are received, the award will be
  made to Microsoft Corporation.
CITE: (I-340 SN009271)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Post Office Box 280158, Mayport Naval Station, Jacksonville
  FL 32228-0158
SUBJECT: J -- USS GETTYSBURG (CG 69), ESRA
SOL N62670-97-R-0003
DUE 020797
POC Jim R. Griner/(904) 270-5741
DESC: Extended Selected Restricted Availability (ESRA) to include
  hull, machinery, electrical, electronics, piping and SHIPALT
  work on USS GETTYSBURG (CG 69).  Referenced plans will be available
  for pickup at Supervisor of Shipbuilding, Conversion and Repair,
  USN, Jacksonville FL.  This data may also be examined at the
  Supervisor of Shipbuilding, Conversion and Repair, USN, Jacksonville
  FL.  Offers restricted to holders of a Master Ship Repair Agreement
  (MSRA).  Solicitation is being extended to bidders in the Jacksonville
  FL area.
CITE: (I-340 SN009296)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility,
  P.O. Box 960001, Stockton, CA 95296-0800
SUBJECT: J--PREVENTIVE & REMEDIAL MAINTENANCE SERVICE FOR AUTOMOTIVE
  EQUIPMENT TO INCLUDE TRAILER SPOTTERS (YARD GOATS),  STAKE-BED
  TRAILERS FOR DEFENSE DISTRIBUTION DEPOT PUGET SOUND.
SOL SP3200-97-Q-0006
DUE 122096
POC Contact, Ms. Laura Pruett, Purchasing Agent, (209) 982-2424,
  or Regina G. Cox, Contracting Officer, (209) 982-2404.
DESC: Contractor shall provide supervision, labor, equipment
  and materials to provide Preventive Maintenance (PM) and Remedial
  Maintenance (RM) Service on Government Owned Automotive Equipment
  to include Trailer Spotters (Yard Goats) and 11-20 ton capacity
  Stake-Bed Trailers located at Defense Distribution Depot Puget
  Sound, Bremerton, WA.  Period of Performance shall be for a
  Base Year starting January 1, 1997 thru september 30, 1997
  plus Three (3) Option Years.  All responsible sources may submit
  any offer which shall be considered.  Only written requests
  will be accepted and may be faxed to (209) 982-2450 or mailed
  to DDRW-ASCW-PAB, P.O. Box 960001, Stockton, CA  95296-0800,
  ATTN:  Laura Pruett. 
CITE: (W-340 SN009307)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Contracting Office (90C), VA Medical Center, 5901 East
  Seventh Street, Long Beach Ca.
SUBJECT: J -- MAINTENANCE OF VARIAN ONCOLOGY SYSTEM
SOL RFP 600-008-97
DUE 012397
POC Tanya Jimenez
DESC: CORRECTION: Original Announcement appeared on October 17,
  1996 under Classification J as a Notice of Intent to negotiate
  on a Sole Source Basis. Contractor to furnish all necessary
  labor, material, parts, transportation and software updates
  (needed for the general operation of the equipment) for normal
  service requirements of Government-owned Varian Linear Accelerators
  - CLINAC 2100C/D, CLINAC 600C and XIMATRON-CX, as well as RMS-2000
  at the Departmento fo Veterans Affairs Medical Center, Long
  Beach, CA 90822. Service requirements consist of scheduled
  preventive maintenance inspections, as well as all intervening
  service calls for the base period of one year and one option
  year to renew. Responsible sources may submit a proposal which
  will be considered. Requests for solicitation must be made
  in writing. Issue date o/a December 23, 1996, opening and closing
  dates will appear on solicitation.
CITE: (I-340 SN009331)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 Str., Suite 600, Norfolk, VA
  23510-9102
SUBJECT: J -- DOCKSIDE REPAIRS USCGC VENTUROUS (WMEC-625)
SOL DTCG80-97-B-3FA729
DUE 012397
POC Contact Kevin Brumfiel, Contracting Officer, (757) 628-4635
DESC: Provide all labor, material and equipment necessary to
  perform dockside repairs including but not limited to the following
  minimum items: (1) Inspect port reduction gear thrust bearing,
  (2) Clean galley, scullery, laundry, and engine room ventilation
  system(s), (3) Modify fan-coil condensate drains, (4) Replace
  control cable for WTC 3-108-2, (5) Overhaul, renew, and test
  firemain valves, (6) Relocate firemain piping, (7) Install
  towing horns and taffrail plugs, (8) Overhaul & modify pilot
  house windows, (9) Clean and inspect sewage and grey water
  collection and holding tanks & inspect sewage ejectors, (10)
  Install thermal insulation, (11) Install salad bar, (12) Provide
  temporary messing, (13) Provide Temporary Logistics. Indefinite
  items include but are not limited to the following: (1) Welding
  repairs, (2) Preserve sewage and grey water holding tank 3-84-0
  W (capacity 1,800 gallons), (3) Provide additional temporary
  messing, (4) Provide additional temporary logistics. Vessel
  availability schedule is 13 FEB 97 for 46 calendar days. Vessel
  length is 210 Feet 6 inches, vessel width is 34 feet. This
  availability will be performed at the home pier in St. Petersburg,
  FL. A charge of $100.00 is required in the form of a certified
  check or money order made payable to the U.S. Coast Guard for
  requested drawings. The proposed contract listed here is part
  of the Small Business Competitiveness Demonstration Program.
  Plans and specifications will be issued on or after 23 DEC
  96 from our office location, Commander (vpl-1), Maintenance
  & Logistics Command, Atlantic, 300 East Main Street, Suite
  600, Norfolk, VA 23510-9102. All responsible sources may submit
  a bid which shall be considered by the United States Coast
  Guard.
CITE: (I-340 SN009341)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN
  DRIVE, TEXARKANA TX 75507-5000
SUBJECT: J--SOURCES SOUGHT NOTICE FOR REPAIR OF THE COMPUTER
  NUMERICALLY CONTROLLED (CNC) CONTROL SYSTEM OF LUCAS BORING
  DRILLING & MILLING MACHINE
SOL 064&&&-9612-0002
POC William L. Horton, Jr. Contract Specialist (903)334-2542
  Charlie D. Harris, Jr. Contracting Officer (903)334-2218 (Site
  Code DAAC79)
DESC: Red River Army Depot is seeking to identify potential sources
  to repair the CNC Control System of a LUCAS Model 542B-120
  Boring Drilling and Milling machine. Interested vendors must
  have capability to provide for the design of software for interfacin
  of the new control with the machine as well as provide installation
  of new axes motors and drives and new control cabinets. Vendor
  will be responsible for installation of other necessary equipment
  as well as for the start up testing and check-out of the mchine
  control system. This is not an invitation for bid or a request
  for proposal and is not to be construed as a commitment to
  issue an IFB, RFP, RFQ or contract. Interested vendors are
  requested to submit in writing or fax information regarding
  their qualifications to William Horton, Bldg 110, Red River
  Army Depot, Texarkana, TX, 75507-5000, No later than 17 December
  1996. Information may be datafaxed to 903-334-411.
CITE: (I-340 SN009283)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria,
  VA 22310-3398
SUBJECT: M -- LOCAL AND WIDE AREA NETWORKING SUPPORT SERVICES
SOL N/A
POC Ms. Cynthia Brice, Negotiator, (703) 325-6628, Daniel R.
  Gonzales, Contracting Officer, (703) 325-6684.
DESC: The Defense Special Weapons Agency (DSWA) has a requirement
  for the technical services needed to provide for end-to-end
  operation and support of the Local Area Networks beginning
  at the user's desktop through the LAN cabling and switches,
  through the Wide Area connection. Specific areas of support
  include: LAN end-user support through operation of an Information
  and Technology Center; the operation of a Network User Training
  Center; the operation of a Local Area Networking Management
  Center; technical support for the development, implementation
  and transition of the new Scientific Computing Hub-site as
  a result of a move from Los Alamos National Laboratory to DSWA
  Data Center in support of the Scientific Computing Community;
  and technical and operational support to DSWA Defensive Information
  Warfare Branch (ISIW) to ensure the protection of DSWA Networks
  and Automated Information Systems and the network interfaces
  between other Government departments or agencies (OSD, NSA,
  DISA, DIS, DIA) and the Military Services. This procurement
  is set-aside for 8(a) offerors under SIC Code 7379. Contractors
  capable of offering their services should submit a written
  request to be added to the mailing lists to Ms. Cynthia Brice,
  Defense Special Weapons Agency, 6801 Telegraph Road, Alexandria,
  VA 22310-3398. No phone requests accepted. Information on the
  DSWA solicitations, already released, can be obtained by calling
  the DSWA Hotline at (703) 325-1173. As of 31 May 96, Acquisition
  Management has added "Procurement Opportunities" to the DSWA
  Home Page available on the World Wide Web. Information will
  include this synopsis and more. Please check us out at www.dswa.mil.
  Reference Synopsis No. 97-20
CITE: (I-340 SN009357)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: U.S. Department of Commerce, Patent and Trademark Office,
  Office of Procurement, Box 6, Washington, D.C. 20231
SUBJECT: M -- PUBLIC SEARCH SERVICES SUPPORT
SOL 52-PAPT-7-00001
POC Naomi Sorrell, Contracting Officer/Contract Specialist; 703-305-8563;
  David J. Zelnick, Contracting Officer
DESC: The Patent and Trademark Office (PTO) located in Crystal
  City, Arlington, Virginia anticipates entering into a five
  year (base and four options) firm-fixed-price/requirements
  contract for the provision of office machines, supplies, maintenance
  and clerical support. This acquisition is being offered for
  competition limited to eligible 8(a) concerns. Eligibility
  to participate may be restricted to firms in either the developmental
  or transitional stage. Interested 8(a) firms should request
  a copy of the solicitation as expediously as possible since
  the solicitation will be issued without further notice upon
  SBA acceptance of the requirement for the section 8(a) program.
  The Standard Industrial Code (SIC) is 8744-Base Maintenance-$20.0.
  Only written requests for the solicitation are acceptable.
  Under this acquisition, the Contractor shall provide management
  of Government furnished and Contractor furnished equipment
  in approximately 14 PTO public user areas. This includes providing
  a staff of qualified management personnel, key operators and
  service technicians; providing 43 contractor furnished photocopiers
  and 36 contractor furnished reader printers with options for
  additional equipment; managing the Government furnished encoding
  system, 15 work stations and 40 laser printers; and providing
  supplies that includes paper, toner, toner cartridges, developer,
  dispersant, new or replacement accessories and repair parts.
  A copy of the solicitation may be requested in writing to the
  issuing office, or by facsimile at (703) 305-8294. Interested
  parties should refer to the solicitation number, and provide
  company name, address, point of contact, phone number, FAX
  number, and business size. The point of contact for all information
  regarding this acquisition is Naomi Sorrell at (703)305-8563.
CITE: (I-340 SN009368)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Social Security Administration, Office of Acquisition
  and Grants, 1710 Gwynn Oak Avenue, Baltimore, Maryland, 21207-0696
SUBJECT: Q -- MEDICAL CONSULTANT SERVICES IN THE SPECIALTY OF
  NEUROSURGERY.
SOL SSA-RFP-97-2929
POC Joyce L. Werrell Tel: 410-965-9473
DESC: This solicitation for Medical Consultant Services in the
  specialty of NeuroSurgery is cancelled and will not be issued.
CITE: (I-340 SN009153)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703- 5008
SUBJECT: Q -- ORTHOPEDIC SURGEON & PHYSICIAN'S ASSISTANT
SOL DAAB07-97-R-0007
DUE 012097
POC Joseph Stone, Contract Specialist, (908)532-5423, Authur
  D. Pepin, Contracting Officer, (908)532-1562, ATTN: AMSEL-AC-SB-C-D(JOS).
DESC: To provide services Part-Time of an Orthopedic Physician's
  Assistant and/or an Orthopedic Surgeon on a part-time basis,
  minimum of 12 hours, maximum 40 hours per week, at Patterson
  Army Health Clinic, Ft. Monmouth, NJ. Commencing on/about 02/15/97,
  to include (4) four (1) one year options. This solicitation
  will be issued on an unrestricted basis and will be awarded
  on a best value basis. This solicitation previously closed
  11/26/96 and received no response. It is being reissued as
  a result of new interest. Only written request will be accepted.
  Point of contact for this action is Joseph Stone, (908)532-2122,
  ATTN: AMSEL-AC-SB-C.
CITE: (I-340 SN009185)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Social Security Administration, Office of Acquisition
  and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696
SUBJECT: Q -- MEDICAL CONSULTANTS
SOL SSA-RFP-97-2929
DUE 121796
POC Joyce L. Werrell Tel: (410) 965-9473
DESC: The Social Security Administration (SSA) intends to procure
  the services of Medical Consultants in the speciality of Neuro-Surgery.
  Consultation services shall be written or oral from the review
  of SSA Disabilty Case Files.  There will be no contact with
  patients. Competitive pricing will be solicited and accepted.
   The period of performance shall be one year from either the
  date of award or June 01, 1997, whichever is later, with provisions
  for the inclusion of two one-year option periods.   Solicitation
  Number SSA-RFP-97-2929 is scheduled for release on or about
  January 2, 1997, with proposals due 30 days later.  Requests
  for the RFP should be received no later than 15 days after
  the date of this publication.  Requests received after that
  time will be filled on a first-come, first-served basis.  No
  telephone requests for the RFP will be honored.  This requirement
  is a 100% small-business set-aside.  Proposals received for
  OTHER than a small business will be deemed unacceptable and
  given no further consideration.  This solicitation will be
  available for download in electronic form on the SSA Acquisition
  Data and Information Exchange Bulletin Board System.  For access,
  dial (410) 966-4889 within the Baltimore, MD area or 1-800-SSA-SELL
  for other access.  Set your modem to 8 data bits, no parity,
  1 stop bit (8-N-1), full duplex and VT-100 or ANSI terminal
  emulation.  Further instructions are available online.  For
  technical assistance, call the SYSOP at (410) 965-8086. The
  solicitation will also be available for downloading from SSA's
  Acquisition Information Home Page at http://www.ssa.gov/oag/oag1.htm.
  Please note that the solicitation version on the bulletin board
  will not include the SF-33, Solicitation, Offer and Award.
LINKURL: http://www.ssa.gov/oag/oag1.htm. Please
LINKDESC: 
CITE: (I-340 SN009232)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DLA Administrative Support Center (DASC), Office of Contracting
  (DASC-CP), 8725 John J. Kingman Rd., Suite 0119, Ft. Belvoir,
  VA 22060-6220
SUBJECT: R-- OUTGOING MAIL PROCESSING SERVICES FOR THE FEDERAL
  GOVERNMENT AND OTHER LOCAL GOVERNMENT ENTITIES IN THE SAN ANTONIO
  AREA
SOL SP4700-97-R-0005
POC Contract Specialist, Wendy R. Johnson, (703) 767-1177/Contracting
  Officer, Patrick J. Kennedy, (703) 767-1166
DESC: This requirement was originally synopsized as Solicitation
  DADA18-96-R-0004 published Thursday July 18, 1996.  Provide
  mail processing services (e.g., meter, pre-sort, barcode) for
  Government mail prior to its submission to the USPS.  The US
  Government through the San Antonio Federal Cooperative Administration
  Support Unit (CASU) and possible state and local government
  agencies requiring contract support for the metering, presorting,
  and barcoding prior to it's dispatch to the United States Postal
  Service (USPS).  The contractor shall be required to perform
  one or more of the following tasks in the San Antonio area:
   pickup, meter, presort (commingle first class qualifying mail
  pieces with other organizations to obtain the highest possible
  cost savings at a presort/barcode rate, (e.g., carrier route,
  5-digit barcode, 3-digit barcode, ect.); delivery point barcode,
  sleeve, band, Air Contract Transportation (ACT) tag Federal
  agency first class and provide metering for all 1st class mail,
  periodical mail, standard mail, certified/registered mail and
  1st and standard bulk permit mail.  Mail can be presented to
  the Contractor in various manners including, but not limited
  to metered, penalty permit imprinted, hand addressed, typewritten
  addressed, computer generated addressed, label addressed or
  window envelope addressed.  The Contractor shall provide all
  certification required by the USPS in order to be eligible
  for automation discounts.  This IDIQ contract will be for a
  base year and four option years.  Request for copies of this
  solicitation should include your tax ID number.  This procurement
  will be issued as RFP SP4700-97-R-0005 approximately 15 days
  after issuance in the Commerce Business Daily (CBD).  All interested
  parties must respond in writing to DLA Administrative Support
  Center, Office of Contract, ATTN: Wendy Johnson, (DASC-CPC),
  8725 John J. Kingman Road, Suite 0119, Ft. Belvoir, VA 22060-6220
  to request a copy of the solicitation document.  FAX NO.: (703)
  767-1183/1315.***** MMMM 
CITE: (W-340 SN009159)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: R -- ANNUAL SUBCRIPTION RENTAL OF CD ROM
SOL N00406-97-Q-TF84
DUE 123096
POC D. Grimes
DESC: rental of cd fiche usa 4, lan version 5 users license must
  include quarterly updates drivers not required. Technical characteristics
  (ILS), MCRL 1/2/3, ML-C, H4/H8/H6 cage miaple MRL MHA CRF,
  characteristics search, procurement history and APL rental
  period 1 Mar 97 thru 28 Feb 98 Item 2. Rental of cd fiche usa
  4, lan version 10 users license must include quarterly updates
  drivers not required. Technical characteristics (ILS), MCRL
  1/2/3, ML-C H4/H8/H6 cage miaple MRL APL CRF, characteristic
  search, procurement history and APL rental period 1 Mar 97
  thru 28 Feb 98. This synopses will be consider the quotation
  no formal quotation will be issued. Please fax your bid to
  Dianne Grimes (360) 476-8920 or phone (360) 476-5008 This procurement
  will be procured under simplified acquisition procedures. All
  responsible sources may submit (offer/bid/quotation) which
  shall be considered by Fleet & Industrial Supply Center, Puget
  Sound, This is 100% small business set-aside note 1 applies
CITE: (I-340 SN009173)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: R -- ENGINEERING TECHNICAL SERVICES
SOL N66001-97-Q-0160
DUE 122696
POC POC Ms. Angela King, Code D221, Purchasing Agent, (619)553-5829.
  POC for copy, Mr. J.C. Norris, (619)553-4331. Contracting Officer,
  C. Frison.
DESC: The Government intends to award on a sole source basis
  to Hughes Technical Service Co. a service contract to complete
  the development of operations and maintenance instructions
  to support equipment and organizational level maintenance for
  the command table, which shall include general information,
  safety precautions, principles of operation, scheduled maintenance,
  troubleshooting, corrective maintenance, and parts list in
  accordance with Statement of Work and Contract Data Requirements
  List (DD-1423-2) to be provided at the time the Request For
  Quote is issued. Note 22 applies, however, all offers received
  within 25 days (in lieu of 45 days) after date of publication
  of the original synopsis will be considered by the Government.
  The applicable Standard Industrial Code (SIC) and Size Standard
  is 8711 - $2.5M. Solicitation document to be issued on or about
  12/15/96. Facsimile letters are acceptable at (619)553-6976.
  For copies of solicitation(s) only written requests will be
  honored. See Note(s): 22.
CITE: (I-340 SN009183)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Justice, Procurement Services Staff,
  National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington,
  DC 20530
SUBJECT: R -- PRIVATE COUNSEL SERVICES
SOL N/A
DUE 012896
POC Tim Spencer 202 307-1956.
DESC: As a result of enactment of P.L. 104-134, which amended
  the Federal Debt Recovery Act, the Department of Justice intends
  to award contracts to private practitioners of law for debt
  collection services on behalf of the United States in the following
  federal judicial districts: 1) the Southern District of Florida
  - Miami, 2) Middle District of Florida - Tampa, 3) Southern
  District of Texas - Houston, 4) Northern District of California
  - San Francisco, 5) District of New Jersey - Newark, 6) Northern
  District of New York - Syracuse. The contractors will be required
  to pursue debt collection activities which parallel existing
  industry procedures which have proven to be effective and efficient,
  interact with Government representatives at defined stages
  of the collection process (i.e., settlement, compromise, etc.),
  input relevant case data in a computer data base maintained
  by the Government. Payment will be made by a combination of
  contingency fees and firm, fixed prices. Law firms or solo
  practitioners who respond to this solicitation MUST be regularly
  engaged in the private practice of LAW within the judicial
  district where they will perform the legal services required
  under this contract. Regularly engaged in the private practice
  of law is construed to mean that at least 20% of the debt collection
  cases handled by the offeror arise in the district for which
  they offer to provide services. NOTE: The Act provides that
  the Department may contract ONLY with law firms or solo practitioners
  of law since contractors must represent the United States in
  Court. The government anticipates awarding up to four contracts
  in each district. The period of performance for each contract
  will be one base year plus up to four option years. Interested
  firms should request a copy of the solicitation for the district
  in which they are interested as follows (each solicitation
  to be issued on or about December 16, 1996): JRJMD-97-R-0016
  for Miami, FL, JRJMD-97-R-0017 for Tampa, FL, JRJMD-97-R-0018
  for Houston, TX, JRJMD-97-R-0019 for San Francisco, CA, JRJMD-97-R-0020
  for Newark, NJ, JRJMD-97-R-0021 for Syracuse, NY. Only written
  requests will be accepted.
CITE: (I-340 SN009189)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of the Navy, NAWCAD Contracts Group, Building
  8110, Villa Road, St. Inigoes, MD 20684-0010
SUBJECT: R -- SYSTEM ENGINEERING, TECHNICAL, INTEGRATION & MAINTENANCE
  SERVICES
SOL N00421-
POC Janis Brizzi, Contract Specialist, (301) 862-8899.
DESC: CBD 17. The Naval Air Warfare Center Aircraft Division
  (NAWCAD), St. Inigoes, MD intends to acquire system engineering,
  technical services, integration and maintenance support for
  the AN/FYK-17/A/B/(V) FACTS 3200 system and AN/FYK-23(V) FACSKED
  system and associated equipment at NAWCAD and various FACSFAC
  sites on an on-call basis. This tasking includes performing
  systems development, design and integration of various hardware
  and software elements throughout the life cycle of the FACTS
  and FACSKED systems to ensure compatibility with an evolving
  National Airspace System (NAS) and other standard support functions
  necessary to address changes in fleet requirements. The Government
  intends to solicit and negotiate an Indefinite Delivery Indefinite
  Quantity type contract to include a period of performance of
  five years with Concurrent Computer Corporation of Rockville,
  MD. Solicitation Number N00421-97-R-1102 will be issued as
  a request for proposal (RFP). This notice of intent is not
  a request for competitive proposals. However, interested parties
  may submit documentation in which they identify their interest
  and capability. Requests for solicitations and capabilities
  documentation must be in writing to the attention of Janis
  Brizzi, Contract Specialist, Contracts Competency, Building
  8110, Villa Road, St. Inigoes, MD 20684-0010 or faxed to (301)
  862-8670 by 2:30 Eastern Standard Time 26 December 1996. All
  responsible sources shall be considered by the agency. All
  proposals (fax copies not acceptable) received by 2:30 Eastern
  Standard Time 19 February 1997 will be considered by the Government
  solely for the purpose of determining whether to initiate a
  competitive procurement. The Government reserves the right
  to process the procurement on a sole source basis based upon
  the responses received. 10 U.S.C.2304(c)(1) is the negotiation
  authority for this acquisition in accordance with FAR 6.302-1.
  The applicable Standard Industrial Classification Code is 7378.
  See Numbered Note 22.
CITE: (I-340 SN009196)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility,
  P.O. Box 960001, Stockton, CA 95296-0800
SUBJECT: R--INTERPRETER SERVICE FOR DDRW-TRACY FACILITY & SHARPE
  FACILITY
SOL SP3200-97-Q-0004
DUE 121996
POC Contact, Ms. Laura Pruett, (209) 982-2424, or Regina G. Cox,
  Contracting Officer, (209) 982-2404
DESC:  Contractor shall provide supervision, labor, equipment
  and materials to perform Interpreter Service for DDRW-Tracy
  Facility, Tracy California and DDRW-Sharpe Facility, Lathrop
  California.  Period of performance shall be for a Base Year
  starting January 1, 1997 thru September 30, 1997 plus Three
  (3) Option Years.  All responsible sources may submit an offer
  which shall be considered.  Only written requests will be accepted
  and may be faxed to (209) 982-2450 or mailed to DDRW-ASCW-PAB,
  P.O. Box 960001, Stockton, CA  95295-0800, ATTN:  Laura Pruett.
CITE: (W-340 SN009302)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: BIA, Navajo Area Office, Branch of Contracts and Property
  Management, P.O. Box 1060, Gallup, New Mexico 87305-1060
SUBJECT: R--SPECIAL EDUCATION SERVICES
SOL N/A
DUE 122796
POC Contact Yolanda Coriz-Yazzie, Contract Specialist (505) 863-8401
DESC: This is a total Sole Source Solicitation. Negotiations
  are currently being conducted for fiscal year 1997 Special
  Education Service with Chinle Valley School for Exceptional
  Children, Chinle, Arizona.
CITE: (I-340 SN009326)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: BIA, Navajo Area Office, Branch of Contracts and Property
  Management, P.O. Box 1060, Gallup, New Mexico 87305-1060
SUBJECT: R--SPECIAL EDUCATION SERVICES
SOL N/A
DUE 122796
POC Contact Yolanda Coriz-Yazzie, Contract Specialist (505) 863-8401
DESC: This is a total Sole Source Solicitation. Negotiations
  are currently being conducted for fiscal year 1997 residential
  and special education service with Intermountain Youth Centers.
CITE: (I-340 SN009327)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: BIA, Navajo Area Office, Branch of Contracts and Property
  Management, P.O. Box 1060, Gallup, New Mexico 87305-1060
SUBJECT: R--SPECIAL EDUCATION SERVICES
SOL N/A
DUE 122796
POC Contact Yolanda Coriz-Yazzie, Contract Specialist (505) 863-8401
DESC: This is a total Sole Source Solicitation. Negotiations
  are currently being conducted for fiscal year 1997 Special
  Education Service with Devereux Texas Treatment Network, League
  City, Texas.
CITE: (I-340 SN009328)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 220000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: R -- NORTH RANGE SUPPORT SERVICES
SOL N68936-97-R-0027
DUE 121696
POC Carol Alkhafi, Contract Specialist, (619) 939-8564, or Maureena
  Mueller, Contracting Officer, (619) 939-8176.
DESC: The Naval Air Warfare Center Weapons Division (NAWCWPNS),
  China Lake, California, plans to procure operation and maintenance
  of test sites and equipment for the NAWCWPNS Land ranges. The
  Land Ranges include the following test site facilities: The
  North Ranges, Radar Cross Section Range Junction Ranch, Supersonic
  Naval Ordnance Research Track and Propulsion Warhead Environmental
  Test Range. Secondary sites that may be supported through this
  contract are the Electronic Combat Range and Superior Valley
  Bombing and Gunnery Range at China lake, the Sea Ranges at
  Point Mugu, California, the Navy Ship Weapons Test office,
  White Sands, New Mexico, and other off-site locations that
  have a mission or requirement connected to the mission of the
  primary sites covered by these contracts. Support may include
  any range consolidations that may occur during the life of
  the contract. The Land Range Support includes, but is not limited
  to, communications, frequency monitoring, geophysics, field
  power systems (fuel powered generators and photo-voltaic systems),
  photo-electronics (maintenance and repair of video equipment,
  cameras, tracking mount trailers, domes), land targets, range
  scrap removal, ordnance (cleanup, disposal, certification,
  removal) and radar cross section range maintenance and operational
  support. Support includes, but is not limited to, maintenance
  and repair, test operation support, and installation of new
  equipment in the functional areas described above. The contract
  will also provide for any increased effort in the areas of
  communication systems, meteorology, field power systems, targets,
  ordnance removal and cleanup to any site with the Pacific Range
  and Test Facilities. This requirement will be a competitive
  set-aside for 8(a) business concerns. The one year with four
  one year options contract will be a cost plus award fee, indefinite
  delivery, indefinite quantity type contract using best value
  source selection. The effort is scheduled to begin 1 October
  1997. Top Secret facility and personnel security clearances
  of secret and top secret will be required. All responsible
  sources may submit an offer which will be considered. Solicitation
  will be issued on or about 06 January 1997, and close 30 days
  thereafter. (SIC Code 8711 applies - Size Standard $20 million)
CITE: (I-340 SN009332)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 -- ALZHEIMER'S DEMONSTRATION PROGRAM INNOVATIONS AND
  CHANGES
SOL HRSA-BPHC-97-B22032
DUE 122096
POC Alexandra B. Garcia
DESC: The purpose of this procurement is to support short site
  visits to NC, GA, WA, DC and MT, to document and describe the
  Alzheimer's Demonstration Program innovations and changes that
  have occurred; to support conference calls regarding legacies
  of the HRSA project; to support costs for special reports as
  needed for state agencies and other interested agencies; print
  charts, graphs and catalogue all HRSA products developed during
  the demonstration; add summaries of the Brookdale foundation
  Initiative and the Primary Care Initiative to the evaluation
  final report. 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 the Gerontology Center, University
  of Kansas, 4089 Dole Bldg., Lawrence, Kansas 66045. The Gerentology
  Center, University of Kansas is deemed the only responsible
  source capable of providing the required work and services.
  The period of performance is three months. 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-340 SN009336)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 -- DEVELOP AND IMPLEMENT A MANAGED CARE INITIATIVE
SOL HRSA-BPHC-97-B22035
DUE 122096
POC Alexandra B. Garcia
DESC: The purpose of this procurement is to develop and implement
  a managed care initiative in four grantee States of the Alzheimer's
  Demonstration Program; survey state grantees of the demonstration
  program and determine suitability for participating in a managed
  care initiative; develop service packages; conduct technical
  assistance and reach agreement between States and managed care
  organizations on ways to implement a joint managed care initiative;
  assess the impact of service use patterns and costs of medical
  care. 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 the Gerontology Center, University
  of Kansas, 4089 Dole Bldg., Lawrence, Kansas 66045. The Gerontology
  Center, University of Kansas is deemed the only responsible
  source capable of providing the required work and services.
  The period of performance is five months. 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-340 SN009337)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Chief AMMS(90C) James A. Haley Veterans Hospital, 13000
  Bruce B. Downs Blvd., Tampa, Fl. 33612
SUBJECT: R -- SECURITY SERVICES
SOL 673-44-97
DUE 012097
POC Eric Guidash 813-972-7588
DESC: The James A. Haley VA Hospital intends to contract for
  Security Services at its Port Richey Outpatient Clinic. The
  SID code for this procurement is 7381. This a total small business
  set-aside. Offers shall only be accepted from small businesses.
  The small business size standard is $9 million. Port Richey
  Outpatient Clinic is approximately 11,000 square feet. Security
  Services are normally performed between 7:00am and 6:00pm,
  Monday thru Friday. Request for solicitation package can be
  faxed to Eric Guidash: 813-972-7588.
CITE: (I-340 SN009351)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: TCAU/FBI, 14800 Conference Center Drive, Suite 300, Chantilly,
  VA, 20151
SUBJECT: R -- R-POLYGRAPH EXAMINER
SOL RFP-7058
POC Doreen A. Rosemond, Contract Specialist, (703) 814-4910.
DESC: The Federal Bureau of Investigation (FBI), Laboratory Division,
  Polygraph Unit, Investigative Operations and Support Section,
  has a requirement for the procurement of one (1) Polygraph
  Examiner. The FBI requires a Polygraph Examiner to be responsible
  for coordinating, assigning, and providing quality assurance
  reviews of approximately 5,000 pre-employment polygraph examinations
  conducted by the FBI each year. The Examiner shall have experience
  in computer software and systems pertaining to computerized
  polygraph examinations. The Examiner shall have at a minimum
  a Bachelor of Science degree in Behavioral Science or related
  field of study and a minimum of seven (7) years of polygraph
  experience. A Top Secret security clearance is required. The
  FBI anticipates a labor-hour fixed rate contract with a period
  of performance of five (5) years (base year with four priced-out
  option years). The Standard Industrial Classification Code
  is 8742. This action is a 100% Small Business Set-Aside. The
  estimated deadline for receipt of proposals is on or about
  February 4, 1997. Interested, responsible parties may submit
  a written request for the solicitation package by mail or by
  fax on 703-814-4730. TELEPHONE REQUESTS WILL NOT BE HONORED.
CITE: (I-340 SN009360)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of HUD, Atlanta ASC, Atlanta Contracting
  Branch 4AACO 75 Spring St., Richard Russell Fed. Bldg., Atlanta,
  GA 30303-3388
SUBJECT: R -- REAL ESTATE ASSET MANAGEMENT
SOL DU204-R-97-0007
DUE 012397
POC Anita Timmerman, Contract Specialist.
DESC: Real Estate Asset Management Services on HUD-owned single
  family properties in the Ohio Valley and surrounding areas
  in the state of Kentucky. HUD intends to award one (1) indefinite
  quantity contract for property management of certain one-to-four
  unit single family residences in its inventory. Present existing
  inventory for the geographic area is approximately 27 properties.
  The initial contract term will be one year, with four one-year
  options. Copies of the Request for Proposal (RFP) will be made
  available only upon written or faxed requests. Our fax number
  is (404) 730-3426. No telephone requests will be honored. See
  Numbered Note(s): 1.
CITE: (I-340 SN009370)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: TCAU/FBI, 14800 Conference Center Drive, Suite 300, Chantilly,
  VA, 20151
SUBJECT: R -- R-POLYGRAPH EXAMINER
SOL RFP-7058
POC Doreen A. Rosemond, Contract Specialist, (703) 814-4910.
DESC: The Federal Bureau of Investigation (FBI), Laboratory Division,
  Polygraph Unit, Investigative Operations and Support Section,
  has a requirement for the procurement of one (1) Polygraph
  Examiner. The FBI requires a Polygraph Examiner to be responsible
  for coordinating, assigning, and providing quality assurance
  reviews of approximately 5,000 pre-employment polygraph examinations
  conducted by the FBI each year. The Examiner shall have experience
  in computer software and systems pertaining to computerized
  polygraph instruments and experience in administering and evaluating
  pre-employment polygraph examinations. The Examiner shall have
  at a minimum a Bachelor of Science degree in Behavioral Science
  or related field of study and a minimum of seven (7) years
  of polygraph experience. A Top Secret security clearance is
  required. The FBI anticipates a labor-hour fixed rate contract
  with a period of performance of five (5) years (base year with
  four priced-out option years). The Standard Industrial Classification
  Code is 8742. This action is a 100% Small Business Set-Aside.
  The estimated deadline for receipt of proposals is on or about
  February 4, 1997. Interested, responsible parties may submit
  a written request for the solicitation package by mail or by
  fax on 703-814-4730. TELEPHONE REQUESTS WILL NOT BE HONORED.
CITE: (I-340 SN009371)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management
  Division, Contracts Branch A WC31, 7600 Sand Point Way NE,
  BIN C15700, Seattle, WA  98115
SUBJECT: S -- LEASE 2400 BAUD RATE VOICE GRADE DATA CIRCUIT
SOL 52ABNW-7-00036
DUE 011997
POC For a copy of the solicitation, call Klint Demetrio at 206-526-4499.
   For further information, call Contract Specialist Ed Lancaster
  at 206-526-6039.  Requests for copies may be faxed to 206-526-6025.
   Sol. package may not be ready till/about after 15 days of
  CBD.
DESC: The National Oceanic Atmospheric Administration (NOAA),
  National Weather Service, Pacific Region has a requirement
  for the lease of 2400 Baud Rate multi-point voice grade data
  circuits to connect between FAA Diamondhead and Hickam Air
  Force Base ADWS, in Honolulu, HI., Palau, Yap, Chuuk, Pohnpei,
  SAWRS Station in Kosrae, the Federated States of Micronesia,
  and the Republic of Palau.  The base year period of performance
  is anticipated to be from 03/01/97 through 09/30/97 with four
  one year option periods.  All responsible sources may submit
  a proposal which shall be considered by the agency.
CITE: (I-339 SN009001)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge of Construction, Naval Facilities Engineering
  Command, Contracts Marianas (Guam), PSC 455, Box 175, FPO AP
  96540- 2200
SUBJECT: S-WATER PIPE LEAK DETECTION SERVICE, ISLAND OF GUAM,
  M.I.
SOL N62766-97-B-9031
DUE 012897
POC Stephen M. Pastore, Contract Specialist, L. A. GUZMAN, Contracting
  Officer, Tel:  Country Code 011 (671) 339-2252
DESC: This procurement is a 100% set-aside for Small Business
  concerns.  Those prospective offerors who are Small Business
  are invited to participate in this procurement.  The Contractor
  shall perform leak detection survey of Island-wide water systems
  as indicated.  The affected system consists of approximately
  100 miles of Navy main water pipelines ranging from 1 inches
  to 24 inches in diameter. Pipe is predominately cast iron with
  typical burial depth of 3 to 5 feet.  Leak detection shall
  be performed by the use of an electronic amplification of acoustic
  signal sounder to scope out an area of possible water pipe
  leak and an electronic correlator to precisely locate water
  leaks using time of flight principles to determine exact location
  of water leak. All field work is expected to be performed between
  January through June of each year.  The contract will be a
  combination firm-fixed price and Indefinite Quantity.  The
  contract term will be for a base and four option periods of
  up to 12 months each with prices established at award.  Bidders
  are advised that the contract term may be for a period of less
  than 12 months.  The duration of the contract including the
  exercise of options shall not exceed 66 months.  The specs
  are expected to be ready for issue on or about 23 December
  96.  Availability of the solicitation is limited and will be
  furnished on a first-received, first-served basis.  For more
  information, please contact the Contracts office at the above
  address or phone number.  See numbered note 1.  SIC CODE 8713
CITE: (I-339 SN009012)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge of Construction, Naval Facilities Engineering
  Command, Contracts Marianas (Guam), PSC 455, Box 175, FPO AP
  96540- 2200
SUBJECT: S-WATER PIPE LEAK DETECTION SERVICE, ISLAND OF GUAM,
  M.I.
SOL N62766-97-B-9031
DUE 012897
POC Stephen M. Pastore, Contract Specialist, L. A. GUZMAN, Contracting
  Officer, Tel:  Country Code 011 (671) 339-2252
DESC: This procurement is a 100% set-aside for Small Business
  concerns.  Those prospective offerors who are Small Business
  are invited to participate in this procurement.  The Contractor
  shall perform leak detection survey of Island-wide water systems
  as indicated.  The affected system consists of approximately
  100 miles of Navy main water pipelines ranging from 1 inches
  to 24 inches in diameter. Pipe is predominately cast iron with
  typical burial depth of 3 to 5 feet.  Leak detection shall
  be performed by the use of an electronic amplification of acoustic
  signal sounder to scope out an area of possible water pipe
  leak and an electronic correlator to precisely locate water
  leaks using time of flight principles to determine exact location
  of water leak. All field work is expected to be performed between
  January through June of each year.  The contract will be a
  combination firm-fixed price and Indefinite Quantity.  The
  contract term will be for a base and four option periods of
  up to 12 months each with prices established at award.  Bidders
  are advised that the contract term may be for a period of less
  than 12 months.  The duration of the contract including the
  exercise of options shall not exceed 66 months.  The specs
  are expected to be ready for issue on or about 23 December
  96.  Availability of the solicitation is limited and will be
  furnished on a first-received, first-served basis.  For more
  information, please contact the Contracts office at the above
  address or phone number.  See numbered note 1.  SIC CODE 8713
CITE: (I-339 SN009013)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Social Security Administration, Office of Acquisition
  and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696
SUBJECT: S -- ARMED GUARD SERVICES
SOL SSA-RFP-97-2723
DUE 122096
POC Joan Berman       Fax: 410-966-9310
DESC: The Social Security Administration requires the services
  of a contractor to provide management, supervision, manpower,
  equipment, and supplies necessary to provide armed guard services
  as described herein for the Social Security Administration,
  Data Operations Center, 1150 East Mountain Dr. Wilkes-Barre,
  Pa. 18702. The Typical Duties & Post assignments shall include
  but are not limited to the following: (1) Entrance Control
  Post, (2) Roving Patrol Posts, (3) Traffic/Mobile Control,
  (4) Control Issuance and Storage of Keys, (5) Security and
  Fire Systems and (6) Utility Systems. The Government intends
  to award a firm fixed price contract with a period of performance
  of base year (twelve months) with four, one year option periods
  if exercised. This solicitation is available for download in
  electronic form on SSA's Internet Home Page at URL "http://www.ssa.gov/oag/oag1.htm",
  and also on the SSA Acquisition Data and Information Exchange
  (SADIE) Bulletin Board System.  Dial (410) 966-4889 within
  the Baltimore, Md. area, or 1-800-SSA-SELL for access.  Set
  your modem to 8 data bits, no parity, 1 stop bit (8-N- 1),
  full duplex, and VT-100 or ANSI terminal emulation.  Further
  instructions are available online.  For technical assistance,
  call the Sysop at (410)965-9506.  All requests must be in writing.
   Request may be faxed.  No phone request will be accepted.
  The anticipated date for release of the RFP is December 20,
  1996. Respondents should refer to synopsis no. SSA-RFP-97-2923.
   All interested parties must respond within 15 days of this
  announcement. All responsible sources may submit a proposal
  which shall be considered by the Agency.  See numbered note
  1.
LINKURL: http://www.ssa.gov/oag/oag1.htm
LINKDESC: 
CITE: (I-340 SN009157)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Dept. of Veterans Affairs Medical Center, Chief, Acquisition
  & Materiel Management 90C, 400 Veterans Blvd., Biloxi, MS 39531
SUBJECT: S -- ENVIRONMENTAL SANITATION SERVICE
SOL 520-8-97
DUE 120496
POC Lila C. Byrd, 601-385-5792
DESC: Solicitation is cancelled in its entirety.
CITE: (I-340 SN009178)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Naval Undersea Warfare Center, Division Keyport, 610
  Dowell Street, Keyport, WA
SUBJECT: S -- CELLULAR PHONE AIRTIME SERVICE
SOL N00253-97-Q-0075
DUE 011097
POC Victor Angkico, 360/396-5671
DESC: The Naval Undersea  Warfare Center (NUWC)  Division Keyport
  intends to acquire utilizing simplified acquisition procedures
  Cellular Phone Airtime Service. The requirement will be to
  provide airtime service to approximately 58 analog and 40 digital
  government owned cellular phones in the Keyport/Bremerton,
  WA  area. The services shall provide for automatic roaming,
  long distance access, voice mail, peak and offpeak calling,
  and authentication to prevent fraudulent cloning of phones.
  Personal Communications Services, PCS/IF 136 features shall
  also be required.  Both analog and digital service shall be
  provided. The service shall be provided from 01 Feb 97 through
  31 Jan 98. The order resulting from the request for quotation
  (RFQ) shall be a not-to-exceed of $95,000. Award will be based
  upon evaluation criteria contained in the RFQ which will factor
  in typical calling scenarios and monthly service charges. All
  responsible sources may submit a quotation, which, if timely
  received, shall be considered by the agency. The quotation
   will be issued on or about 20 Dec 1996 with a closing date
  of 10 Jan 97. No telephone requests for the quotation package
  will be accepted. Fax  requests can be sent to (360) 396-2333.
CITE: (I-340 SN009233)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge of Construction, P. O. Box 209 Oceanside,
  CA 92049- 0209
SUBJECT: S--MAINTENANCE SERVICES FOR EXHAUST VENT SYSTEMS AT
  MESSHALLS AND  OTHER BUILDINGS, MARINE CORPS BASE, CAMP PENDLETON,
  CALIFORNIA
SOL N68711-96-B-3995
DUE 011797
POC Plan issue or the Contract Specialist, Linda Birnie at (619)
  725- 3222.  The Contracting Officer is E. Charette.
DESC: Work will include all labor, equipment, materials, transportation,
  and  supervision necessary to provide maintenance services
  for exhaust vent  systems at messhalls and other buildings
  at the Marine Corps Base, Camp  Pendleton, California.  The
  bid opening is tentatively scheduled for 2:00  P.M., local
  time, 17 January 1997, at Building 22101, Marine Corps Base,
  Camp  Pendleton.  Contract term is for a period of one year
  with four option  periods.  S.I.C. 7389 - Miscellaneous Business
  Services, N.E.C., $5 million.   This acquisition is set aside
  for small business concerns.  Plans and  specifications will
  be available on a first come, first serve basis  approximately
  18 December 1996 until supply is exhausted.  Requests for a
   copy of the solicitation must contain the firm's name, address,
  phone number,  fax number (if available), and the solicitation
  number or the requests will  not be processed.  Copies of the
  solicitation will only be provided in  response to mailed or
  faxed requests.  Telephone requests will not be  honored.
EMAILADD: lmbirnie@efdswest.navfac.navy.mil
EMAILDESC: 
  California
CITE: (D-340 SN009268)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DIRECTORATE OF CONTRACTING, US ARMY SUPPORT COMMAND,
  HAWAII, ATTN: APVG-GKC, FORT SHAFTER HAWAII 96858-5025
SUBJECT: S--CLEANING AND GRASS CUTTING SERVICES, FAMILY HOUSING
  AREAS, FORT SHAFTER AND TRIPLER ARMY MEDICAL CENTER, ISLAND
  OF OAHU, HAWAII
SOL DAHC77-97-R-0006
DUE 021497
POC Contract Specialist D. Yoshimoto FAX (808)438-6563 (808)
  438-6535 x 197 (Site Code DAHC77)
DESC: Furnish all labor, materials, and equipment necessary to
  provide cleaning and grass cutting services for Family Housing
  areas located at Fort Shafter and Tripler Army Medical Center,
  Island of Oahu, Hawaii. Period of perfor- mance is 1 June 1997
  thru31 May 1998 with 4 prepriced option periods. The proposed
  contract listed here is a 100% small business set-aside. A
  firm is considered to be a small business if its average annual
  gross receipts for the past three years do not exceed $ 5 million.
  SIC 0782- Lawn and Garden Services. Issue date is on or about
  15 January 1997. Telephone requests will not be honored. Solicitation/drawing
  charge is $ 15.00 per set. Additional drawings may be ordered
  at $ 5.00 each. Payment by check or money order shall be made
  payable to DFAS, HONOLULU, OPLOC. Checks and money orders must
  be sent to the Directorate of Contracting, ATTN: APVG-GKC,
  Fort Shafter, Hawaii 96858-5025. Remitance is not refundable.
  This is a recurring requirement. To obtain a copy of the previous
  bid abstract, name of current contractor, and/or current contract
  pricing; forward a written request via facsimile to Stephanie
  Kawasaki, (808)438-6563.
CITE: (I-340 SN009273)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: USA GARRISON FORT BELVOIR, DIRCTRT OF CONTRACTING, 9410
  JACKSON LOOP STE 101, FT BELVOIR VA 22060-5134
SUBJECT: S--COLLECTION OF RECYCLABLE MATERIAL ON FORT BELVOIR.
SOL DADW35-97-R-0007
DUE 013097
POC Contract Specialist Joan Butterfield (703) 806-4608 (Site
  Code DADW35)
DESC: The Contractor shall provide collection of recyclable material
  from family housing areas, office buildings, recreational facilities,
  and food service facilities on Fort Belvoir. All collected
  materials shall be transported by the Contractor to the Reycling
  Center located on Fort Belvoir, and placed in the proper commodity
  storage bin/container within that area. The projected period
  of performance will be March 1, 1997 through September 30,
  1997. Four twelve-month option periods are possible. Solicitaton
  DADW35-97-R-0007 is a small business set-aside procurement,
  and will be available on or about December 30, 1996. Requests
  for the solicitation package must be in writing to the Directorate
  of Contracting, Services Division, ATTN: Joan Butterfield,
  9410 Jackson Loop, Suite 101, Fort Belvoir, Virginia 22060-5134.
  The written request for the solicitation package may be sent
  via facsimile transmission to (703) 80-4488. See Note #1.
CITE: (I-340 SN009275)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources
  Sought
OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN
  DRIVE, TEXARKANA TX 75507-5000
SUBJECT: S--BOILER PLANT STUDY
SOL 064&&&-9612-0001
POC Patton Tidwell Contract Specialist (903)334-3480 RoseMary
  Spearman Contracting Officer (903)334-4141 (Site Code DAAC79)
DESC: Red River Army Depot, Texarkana, Texas is seeking to locate
  private commercial sources for cost comparison purposes under
  OMB Circular A-76 and Federal Acquisition Regulation (FAR)
  Subpart 7.3. The Government function under consideration is
  the boile plant operations at Red River Army Depot which is
  located approximately 15 miles west of Texarkana, TX. A solicitation
  package will be prepared and should be available in August
  1997 for distribution. Anyone interested in obtaining this
  solicitation packae or any other information regarding this
  commercial activities (CA) study should contact personnel in
  the Directorate of Contracting. Requests for information or
  for the solicitation package should be addressed to: Commander,
  Red River Army Depot, 100 Main Drive, Directorate of Contracting,
  Building 110, CA Study (Boiler Plant), Texarkana, TX, 75507-5000.
  Facsimile requests may be made to: Directorate of Contracing,
  CA Study (Boiler Plant), (903)334-4141 or (903)334-3480.
CITE: (I-340 SN009282)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Fleet z}and Industrial Supply Center, San Diego, Bid
  Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212
SUBJECT: T--MICROFILM SERVD.|ICES
SOL N00244-97-R-8010
DUE 121696
POC Fax Solicitation Request to Bid Officer (619) 532-2575, or
  call (6$a{19) 532-2692; Contract Specialist Steve Cannon (619)532-2566;
  Contracting Officer, Teddy M. Santos
DESC: Correction:  The solicitation number synopsized on 05/31/96
  and appeax#yred in CBD PSA#1606 issue for microfilm and microfiche
  services for Defense Finance and Accounting Service-Cleveland
  is hereby ;x modified to change the closing date to 12/16/96
  at 3:00 p.m. (PST).
CITE: (I-340 SN009290)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer,
  937 N. Harbor Drive, San Diego, CA 92132-0212
SUBJECT: T--MICROFILM SERVICES
SOL N00244-97-R-8010
DUE 121696
POC Fax Solicitation Request to Bid Officer (619) 532-2575, or
  call (619) 532-2692; Contract Specialist Steve Cannon (619)532-2566;
  Contracting Officer, Teddy M. Santos
DESC: Correction:  The solicitation number synopsized on 05/31/96
  and appeared in CBD PSA#1606 issue for microfilm and microfiche
  services for Defense Finance and Accounting Service-Cleveland
  is hereby modified to change the closing date to 12/16/96 at
  3:00 p.m. (PST).
CITE: (I-340 SN009291)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Department of the Treasury, Internal Revenue Service,
  (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745
SUBJECT: U--UMBRELLA TRAINING REQUIREMENT
SOL 0-7-50-53-PS-J02 TIRNO-97-R-00
DUE 013197
POC Contract Specialist, Steve Vanderlinden, FAX (202) 283-1514
DESC: The Internal Revenue Service is seeking contractors capable
  of providing a broad base of support to the Corporate Education
  organization and its various components and schools in numerous
  service areas including, but not limited to research, analysisand
  evaluation of training strategies; personnel assessments; creation
  of specific courses, curricula, and performance development
  materials; counseling support for performance development;
  organizational development counseling; administrative support;
  autmatic data processing and programming support; automated
  tools and systems for peroformance development tasks; and procurement
  of materials. The contract is expected to cover a base year
  and four one-year options. Multiple awards are expected. The
  requirement is expected to be a partial small business set-aside.
  No telephonic requests for the RFP will be honored.
CITE: (I-340 SN009269)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Department of the Treasury, Internal Revenue Service,
  (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745
SUBJECT: U--BEHAVIORAL INTERVIEWING INSTRUCTIONAL MATERIALS AND
  TRAINING
SOL 0-7-50-53-LD-J04 TIRNO-97-R-00
DUE 022497
POC Contract Specialist, Steve Vanderlinden, FAX (202) 283-1514
DESC: The Internal Revenue Service seeks to train its managers
  and executives in the use of standard, structured interview
  procedures. The structured interview method to be used must
  provide guidance for selection of essential job skills from
  which interviw questions are developed. It must instruct the
  manager on proper documentation of the selection to establish
  an audit trail demonstrating adherence to legal guidelines
  during the entire process. The interview method must be off
  the shelf, not customized, nd must meet the criteria established
  in "The Uniform Guidelines on Employee Selection Procedures"
  (Federal Personnel Manual Supplement 335-1, Appendix A) and
  generally accepted professional standards. The requirement
  is for training of as many as 15-20 IRS personnel annually
  to become certified instructors, plus provision of all necessary
  training materials and updates of those materials during the
  contract ter, as well as a license for the IRS to use and reproduce
  such materials. The IRS intends to negotiate on a sole source
  basis with Behavioral Technology, Inc., 6260 Poplar Avenue,
  Memphis TN 38119-4719, to fulfill this requirement. Other firms
  who believe thy are capable of fulfilling the needs of the
  IRS under this acquisition shall submit a capabilities statement
  describing their interview method and how it satisfies the
  requirements above. To be considered, such submission must
  be made within ten days of the publication date of this notice.
  Responses may be mailed or may be submitted by facsimile to
  the telephone number provided above. No oral requests wil be
  honored.
CITE: (I-340 SN009272)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: USDA Forest Service, Malheur National Forest, PO Box
  909, John Day, OR 97845
SUBJECT: V-BEAR VALLEY OFFICE MOVE
SOL SOL-RFQ-4-97-9
DUE 012397
POC Contact Point, Barb Forsman (541) 575-3174; Contracting Officer,
  Marle Brandt
DESC: Services are required in John Day, Oregon and consist of
  moving the district office furniture and computers to the Federal
  Building and moving some office furniture within the Federal
  Building. This proposed procurement is totally set-aside for
  small business.
CITE: (I-340 SN009169)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Department of the Treasury, Internal Revenue Service,
  (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745
SUBJECT: V--OFFICE MOVING, HAULING AND OTHER RELATED SERVICES
SOL TIRNO97R00009 Office moving, h
DUE 021597
POC Contract Specialist, Barry E. Kearns, 202-283-1630
DESC: This is the re-compete of Solicitation IRS-94-0004 which
  was cancelled in April, 1996. All firms interested in participating
  in this procurement, including those firms which received a
  copy of solicitation IRS-94-0004 or submitted a proposal in
  respose to IRS-94-0004, must request a copy of this solicitation.
  This acquisition is a total small business set-aside for office
  moving, hauling and related services for approximately 15 IRS
  Headquarter's buildings housing approximately 9,000 employees
  in the ashington, DC metropolitan area. This requirement is
  for a base year and four option years. Please request copies
  of the solicitation by telefax at (202) 283-1514.
CITE: (I-340 SN009270)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: U.S. Railroad Retirement Board, Purchasing Division,
  Room 1230, 844 Northrush St., Chicago, IL 60611-2092
SUBJECT: V--MESSENGER AND TRUCKING SERVICES
SOL 97-A-01
DUE 021497
POC Paul T. Ahern, Contract Specialist, 312-751-7130
DESC: The U.S. Railroad Retirement Board (RRB) intends to acquire,
  by Invitation for Bid (IFB), general trucking and messenger
  services for a period of one year beginning April 1, 1997 with
  four one-year options. Delivery and pick-up for the messenger
  and trucking services shall be within the local commuting area
  and up to a 25 mile radius of the RRB's Chicago, Illinois headquarters
  facility. The IFB opening date shall be on or about February
  14, 1997. The proposed contract action is 100% set-aside for
  small business concerns. See Note 1.
CITE: (W-340 SN009367)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential
  Sources Sought
OFFADD: NASA, George C. Marshall Space Flight Center, Procurement
  Office, Code GP12, Marshall Space Flight Center, Huntsville,
  Alabama, 35812, Attn: Space
SUBJECT: V -- REQUEST FOR INFORMATION -- OPERATION AND MAINTENANCE
  OF GOVERNMENT-OWNED AIRCRAFT
SOL CN71AIRCRAFT1
POC Roxanne Carter, GP56-G, 205-544-6561/Contract Specialist,
  or Jerry Williams, GP56/Contracting Officer
DESC: This is a Request For Information (RFI) issued solely for
  information and planning purposes -- It does not constitute
  a Request For Proposal -- The RFI request specific information
  that will be used in planning for the upcoming procurement
  for operation and maintenance of Government-owned aircraft
  for Marshall Space Flight Center (MSFC) -- MSFC envisions
  a contractual arrangement where the contractor will be responsible
  for operating and maintaining the aircraft based in Huntsville,
  AL by providing pilots, mechanics, and support personnel to
  accomplish contractual requirements -- In addition, MSFC envisions
   an outsourcing arrangement in which the contractor will be
  able to provide on an as required basis the use of other aircraft
  owned by the contractor -- The purpose of this RFI is to identify
  qualified and interested sources to provide operation and
  maintenance services under the aforementioned arrangement,
  and to evaluate the feasibility of an outsourcing arrangement
  for possible incorporation into the operation and maintenance
  support services contract -- Any subsequent solicitation will
  be synopsized -- MSFC does not intend to award a contract
  on the basis of this RFI, or to pay for the information solicited
  -- Responses to the RFI should be submitted in writing no
  later than December 19, 1996 -- Request for copies of the
  RFI must be submitted in writing and may be sent by facsimile
  to 205-544-4401 or by Internet e-mail to Roxanne.Carter@msfc.nasa.gov
  -- The RFI is available for downloading through the NASA Acquisition
  Internet Service (NAIS) which resides on the World Wide Web
  (WWW), accessible through client browsers, such as MOSAIC --
  The WWW address, or URL, of the MSFC Procurement home page
  is: "http://procure.msfc.nasa.gov". 
LINK ftp://procure.msfc.nasa.gov/pub/solicit/rfi_goac/
LINKDESC: 
EMAIL Roxanne.Carter@msfc.nasa.gov
EMAILDESC: 
CITE: (W-340 SN009223)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard
  Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000
SUBJECT: W -- RENTAL-DEMINERALIZER SYSTEM
SOL N00181-96-Q-0086
POC Vernice Stokes, Code 531.5B, (757) 396-8351, Mary Ward, Code
  532, (757) 396-8351
DESC: Correction:  This requirement is for water demineralizer
  system, published in the CBD on 18 June 1996.  Small Business
  Set-Aside is hereby waived for this procurement.
CITE: (I-340 SN009114)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard
  Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000
SUBJECT: W -- RENTAL-DEMINERALIZER SYSTEM
SOL N00181-96-Q-0086
POC Vernice Stokes, Code 531.5B, (757) 396-8351, Mary Ward, Code
  532, (757) 396-8351
DESC: Correction:  This requirement is for water demineralizer
  system, published in the CBD on 18 June 1996.  Small Business
  Set-Aside is hereby waived for this procurement.
CITE: (I-340 SN009156)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: DIRECTORATE OF CONTRACTING, ATTN AFRC-FM-DC, 2103 S 8TH
  AVENUE, FORT MCCOY WI 54656-5153
SUBJECT: W--FLAT RATE MONTHLY FEE COPIER SERVICE FOR THE 88TH
  REGIONAL SUPPORT COMMAND
SOL DAKF61-97-Q-0024
DUE 020497
POC Contracting Officer Linda V. Roberts (608) 388-3109 (Site
  Code WPC0NT)
DESC: Requirements type contract to provide flat rate monthly
  fee copier service for the 88th Regional Support Command(RSC)
  and US Army Reserve Centers under the 88th RSC for the period
  1 April 1997 through 30 September 1997 with four one-year option
  perios. The estimated quantity is 293 copiers, which will be
  located in a six state area to include Illinois, Indiana, Michigan,
  Minnesota, Ohio and Wisconsin. The contractor shall provide
  all supplies, except paper, under this contract. Request for
  quote must e in writing accompanied by a non-refundable certified
  check, cashiers check, or money order payable to U.S. Treasury
  in the amount of $8.00 per quote. No company, personal, registered
  checks, or cash will be accepted. The estimated issue date
  of the RFQ is 3 January 1997. All responsible sources
CITE: (I-340 SN009285)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: T-ASA March Contracting, 1363 Z Street, March ARB, CA
  92518-2717
SUBJECT: W -- TELEVISION PROGRAMING
SOL MDA113-97-Q-0077
POC Contact MSgt Karen Langdon, (909)413-2231, FAX(909)413-2432;
  Contracting Officer Isabella Dunham
DESC: The requirement is for broadcast, transfer, and satellite
  transmission/distribution rights for 31 episodes of Soul Train
  (1996-1997 Season) and 1 episode of 1997 Soul Train Music Awards.
  The contract is to be negotiated on a sole source basis with
  Don Cornelius Productions who holds the distribution rights
  of the programs to be acquired. This requirement is for off-the-shelf
  programming. This notice of intent is not a request for competitive
  proposals. However, all proposals received by 26 Dec 96 will
  be considered by the government. A determination by the Government
  not to compete this proposed contract based upon responses
  to the 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.
CITE: (I-340 SN009339)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer In Charge of Construction, 520 Turner Street,
  Pensacola, FL 32508-5225
SUBJECT: Y--REPAIR STREETS AND DRAINAGE, MAGDA VILLAGE, NAVAL
  AIR STATION, WHITING FIELD, MILTON, FL
SOL N65114-96-B-2110
DUE 021197
POC Technical inquiries prior to bid opening must be submitted
  in writing to the address listed above, or faxed to (904) 452-4505,
  Attention: Karla Ishmael, Contract Specialist
DESC: The work includes resurfacing and modifications to all
  existing streets and parking areas within Magda Village.  Existing
  pavement will be demolished and replaced or overlaid.  Existing
  curb and gutter will be demolished and replaced.  Underground
  storm drainage for streets and parking will be provided. New
  sidewalks will be provided throughout the village.  Concrete
  lined drainage ditches will be removed and replaced with underground
  drainage pipe. There is a $100.00 Non-refundable fee per set
  of plans and specifications. Forward your written request and
  company check or money order (cash and personal checks will
  not be accepted) to Defense Automated Printing Service, 280
  Hovey Road, Pensacola, FL 32508-1048, Attention: Tom Morris.
   Planholders lists will be provided upon written request only
  and will be U.S. mailed, not faxed.  You may pick up plans
  from the printing office at the Hovey Street address between
  9:00 a.m. and 10:00 a.m. (no exceptions).  Plans and specifications
  will be available approximately 30 days prior to bid opening
  date.  Estimated Cost:  $1,000,000 - $2,000,000
CITE: (I-339 SN008998)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDI, Bureau of Reclamation, Attention:  UC-458, 125
  South State Street, Room 6107, Salt Lake City, Utah, 84138-1102
SUBJECT: Y--SALINITY CONTROL - COLORADO RIVER BASIN
SOL N/A
DUE 022897
POC Contact Rebecca Williams, (801) 524-3770, Grants Specialist,
  or Dave Trueman, (801) 524-3753.
DESC: This is a Notice for the Bureau of Reclamation, which has
  been authorized by Congress to evaluate and fund cost-effective
  alternatives to its traditional Colorado River Basin Salinity
  Control Program.  Non-federal sponsors may propose projects
  (to be funded by Reclamation) to reduce salinity contributions
  originating from saline springs, leaking wells, irrigation
  sources, municipal and industrial sources, erosion of public
  and private land, or other sources above Hoover Dam in the
  Colorado River Basin.  Reclamation will be requesting proposals
  from the public for comparison to projects planned by Reclamation.
   Innovative proposals to reduce costs and improve performance
  are encouraged.  For example, proposals may include cost sharing
  to buy down the cost of traditional projects or provide performance
  guarantees to improve their competitiveness in the ranking
  system.  A request for proposals (RFP) for fiscal year 1998
  funding is available upon request.  The offerors will have
  until February 28, 1997, to submit their proposals. Proposals
  may require up to five years of funding from the program. Reclamation
  may reopen the RFP process again each year as needed depending
  upon its previous obligations, the availability of funds, and
  future salinity control needs.  Reclamation will award agreements
  resulting from this solicitation to the responsible offerors
  whose offers will be most advantageous to the Government. 
  Cost-effectiveness (the cost to control each ton of salt) is
  Reclamation's primary criterion for ranking its implementation
  priorities.  In ranking alternatives, the evaluation committee
  will also consider a variety of performance risk factors. 
  These will include the uncertainty in both costs and tonnage
  reduction.  Up-front funding or high initial payments for projects
  may add to the program's exposure to cost overruns, failures,
  and defaults.  Proposals where the Program pays as salt is
  produced or as facilities are completed, inspected, and placed
  into operation greatly reduce this risk.  All proponents will
  be required to limit (cap) the program's costs through performance
  bonds or other guarantees.  Otherwise the lack of detailed
  plans, geological surveys, cost estimates, adequate contingencies,
  environmental compliance documents, detailed fish and wildlife
  mitigation plans, or state and local permitting, zoning, and
  water rights would increase the potential costs to the program
  and severely down rate the proposal's cost effectiveness ranking.
   Interested parties should contact Rebecca Williams to be placed
  on the mailing list for the RFP at (801) 524-3770, or by fax
  at (801) 524-3029.  For general information, contact David
  Trueman at (801) 524-3753 or Internet at dtrueman@uc.usbr.gov.
CITE: (I-339 SN009004)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U. S. DOI, Bureau of Indian Affairs, Phoenix Area Office,
  Two Arizona Center, 400 N. 5th Street, Phoenix, AZ 85004
SUBJECT: Y -- REMOVE AND INSTALL ROOFING
SOL SB-97-0001
DUE 011497
POC Gerald Knox, Contracting Officer, 602-379-6760.
DESC: Remove and install PVC membrane roofing on several buildings,
  Casa Blanca School, Casa Blanca (Pinal County) on the Gila
  River Indian Reservation, AZ. Estimated range: $100,000 to
  $250,000. Issue date o/a 24 Dec 97.
CITE: (I-340 SN009172)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Contracting Office, Siuslaw National Forest, P.O. Box
  1148, Corvallis, OR 97339
SUBJECT: Y--GOOSE PASTURE STAGING AREA EXPANSION
SOL SOL R6-12-97-401
DUE 020697
POC Contact, Administrative Services, 541/750-7118
DESC: This project consists of construction of a concrete block
  restroom with a pressurized, on-site effluent disposal system;
  extending power and water to the restroom and area host site;
  construction of a staging area host trailer parking space;
  construction of a 1.7 acre parking area with extruded concrete
  curbing and striping; construction of a vehicle loading ramp;
  relocation of existing wooden barriers; demolition of the existing
  vault toilet; and providing and installing site traffic control
  signs and new wooden barriers. This project is located on the
  Siuslaw National Forest, Oregon Dunes National Recreation Area,
  Lane County, Oregon. The Contractor shall furnish all labor,
  equipment, supervision, transportation, supplies (except those
  designated as Government furnished) and incidentals to accomplish
  all work necessary. Contract time is 270 calendar days after
  receipt of the Notice to Proceed. Government estimate is between
  S250,000 and S500,000. Estimated start work date is February
  24, 1997. Bonding is required. This solicitation is not set-aside
  for emerging small business concerns.
CITE: (I-340 SN009180)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box
  25047, Denver, CO 80225-0047
SUBJECT: Y-SHAMANO HIGHWAY FENCE & CATTLEGUARDS
SOL 1422-N670-Q97-0018
DUE 021297
POC Sharon Krenek, Procuremet Clerk, 303/236-9433
DESC: Furnishing labor, equipment, supplies, and incidental materials,
  to construct approximately 24 miles of livestock fence and
  11 cattleguards.  This project is located in Eureka County,
  Nevada.  The performance period is 124 calendar days after
  receipt of the notice to proceed.  Estimated price range is
  between $25,000 and $100,000.  Please submit independent requests
  for the solicitation to the above address or fax requests to
  303/236-9470; include name, address, phone number, and solicitation
  number.  All responsible sources may submit an offer which
  will be considered.
CITE: (W-340 SN009218)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG
  MS 39180-3435
SUBJECT: Y--FC/MR&T, YAZOO BASIN, MS, DEMONSTRATION EROSION CONTROL
  PROJECT, CANE-MUSSACUNA CREEK WATERSHED, LOW DROP GRADE CONTROL
  STRUCTURES, CANE CREEK SITE NO. 1 AND SECRET CREEK SITE NO.
  2, LD-95-02
SOL DACW38-97-B-0012
DUE 012897
POC Contract Specialist ALICE W. SCOTT (601) 631-7906 (Site Code
  CW38)
DESC: The work consists of furnishing all plant, labor, materials
  and equipment for constructing two low drop grade control structures
  in Desoto County, MS. Principal features of the work include
  clearing and grubbing, control of water, excavation, fill,
  flter stone, engineering fabric, stone protection, reforestation,
  erosion control, concrete grout for stone protection, and environmental
  protection. The estimated value of the proposed work is between
  $250,000.00 and $500,000.00. Plans $8.40. Specification $7.00.
  Issue date on or about 26 Dec 96. Bid opening Date on or about
  28 Jan 97.
CITE: (I-340 SN009277)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG
  MS 39180-3435
SUBJECT: Y--RED RIVER BELOW DENISON DAM, LEVEES AND BANK STABILIZATION,
  MILLER COUNTY, ARKANSAS, LEVEE REHABILITATION/RESTORATION,
  ITEM NO. 2
SOL DACW38-97-B-0017
DUE 020697
POC Contract Specialist MARY RAY (601) 631-5348 (Site Code CW38)
DESC: The work consists of furnishing all plant, labor, materials,
  and equipment for constructing the Levee Rehabilitation/Restoration,
  Item No. 2, in Miller County, Arkansas. Principal features
  of work include clearing and grubbing, semicompacted levee
  emankment, berm embankment, gravel or stone surfacing, turfing,
  cattle guards with gates, storm water pollution prevention
  and environmental protection. Issue date on or about 30 DEC
  96, Bid opening Date on or about 06 FEB 97. Estimated value
  of the proposedwork is between $500,000.00 and $1,000,000.00.
  Plans $11.20, Specifications $7.00, Set of Plans and Specifications
  $18.20.
CITE: (I-340 SN009278)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: National Park Service, New England System Support Office,
  15 State St. Boston, Ma 02109-3572
SUBJECT: Y--PHASE TWO, HEADQUARTERS MAINTENANCE BUILDING, SHENANDOAH
  NATIONAL PARK, LURAY, VIRGINIA
SOL 1443-IB4520-97-001
DUE 121796
POC For plans and specifications, contact Lisa Blair via mail
  at National Park Service, Contracting, 15 State Street, Boston,
  MA  02109-3572  or via facsimile machine at (617) 223-5208.
   Technical questions will be handled by Contracting officer
  Elyse LaForest, telephone (617) 223-5037.  NO TELEPHONE REQUESTS
  FOR BID PACKAGES WILL BE ACCEPTED
DESC:  Work of the project consists of the completion of the
  architectural, mechanical and electrical portions of an existing
  framed and roofed structure with foundations, ground floor
  slab, and a portion or the masonry walls in place.  This project
  consists of installing metal partition walls; finishing a bathroom;
  drywall construction; interior doors; and all mechnaical and
  electrical work.  The estimated construction range of this
  project is $250,000 to $500,000.  This solicitation is issued
  pursuant to P.L. 100-656, Small Business Competitive Demonstration
  Program, and is open to all size firms.  NO TELEPHONE REQUESTS
  FOR SOLICITATION PACKAGES WILL BE ACCEPTED. 
CITE: (W-340 SN009317)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Bureau of Indian Affairs, Navajo Area Office, Branch
  of Contracts and Property Management, P.O. Box 1060, Gallup,
  New Mexico 87301-1060
SUBJECT: Y--HIGHWAY/ROAD CONSTRUCTION
SOL N00-97-05
DUE 112796
POC Contact Mr. Raymond Slim, Contract Specialist, (505) 863-8524
DESC: CANCELLATION: This action originally publicized in the
  CBD dated October 9, 1996, is cancelled. This requirement will
  be negotiated under Public Law 93-638.
CITE: (I-340 SN009325)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, PBS, Property Management (4PMP),Suite 2500,401 West
  Peachtree St. NW,At lanta,GA 30365-2550
SUBJECT: Z-FIRST AND SECOND FLOOR INTERIOR
SOL GS-04P-97-EWC-0012
DUE 022797
POC Contact,Liz Worley,404/331-7746,Contracting Officer,Elizabeth
  Worley,404/33 1-7746
DESC: Correction:  Solicitation GS04P-97-EWC-0012.  The correct
  location for this project is the  Federal Building - Courthouse,
  126 Washington Street, Gainesvil le, GA. There is no cost for
  solicitations or plans.   Please provide a street a ddress
  for mailing UPS.  All other information announced Nov. 20-26
  is correct.
CITE: (I-339 SN008999)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, PBS,Property Management-6PMT,1500
  E Bannist er, Rm 2135,Kansas City,MO 64131-3088
SUBJECT: Z--HVAC MODIFICATIONS
SOL GS-06P-97-GYC-0006
DUE 012897
POC Contact,Susan Johnson,816/926-5317,Contracting Officer,Susan
  V. Johnson,816 /926-5317
DESC: Pre-Invitation Notice for HVAC Modifications, U.S. Court
  and Customhouse, 1 114 Market Street, St. Louis, Missouri.
   Job PCN RMO95831.  IFB o/a 12/26/96.  E stimated Cost Range:
  $100,000 - $250,000.  Time for completion:  120 calendar da
  ys after receipt of notice to proceed.  No document charge
  or deposit is require d.  Project involves:  Replace all components
  of two (2) 15 ton and one (1) 25 t on Air Conditioning - Split
  System.  Existing systems consist of evaporative con densers.
  New system to be air-to-air condensers.  Systems include, but
  not limit ed to the following:  compressors, condenser units,
  air-handling units, and all related controls.  Replace a 25
  ton chilled water system and air-handling unit. The existing
  condenser is an indoor air-to-air type and is to remain in
  place. To order plans and specifications for this project,
  call 816-926-7881, and prov ide the necessary information.
   All responsible sources may submit a bid which w ill be considered
  by the agency.
CITE: (I-339 SN009000)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, U.S. Coast Guard, Civil Engineering
  Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337
SUBJECT: Z -- INSTALL POWER FACTOR CORRECTION CAPACITOR AT CG,
  ISC SEATTLE WA.
SOL DTCG88-97-B-623201
DUE 013197
POC Contact Bid Issuing Clerk, (510) 535-7219; Contracting Officer
  Almer Adams 510/535-7219
DESC: PRESOLICITATION NOTICE: INSTALL THE POWER FACTOR CORRECTION
  CAPACITOR AT COAST GUARD INTEGRATED SUPPORT COMMAND, SEATTLE
  WA  Work includes: (A)Installation of a 3000 KVAR, 5KV, 3 Phase
  automated power factor capacitor unit and accessories, materials
  and wire connections; (B)Installation of additional 5KV switch
  gear and busbar; (C) Installation of concrete mounting pad
  for the capacitor unit and additional 5KV Switchgear Section
  and (D) installation of chain link fencing for the capacitor
  unit. Estimated cost of this procurement is between $100,000
  and $250,000.  Performance period is 120 calendar days after
  receipt of Notice to Proceed. Anticipate bid issue date is
  12/31/96.  SIC Code for this procurement is 1731, Small Business
  size standard is Small if its average annual Receipts for its
  preceeding 3 fiscal years do not exceed $7.0 million. THIS
  IS AN UNRESTRICTED ACQUISITION BEING SOLICITED AND AWARDED
  UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM,
  ALL RESPONSIBLE SOURCES ARE ENCOURAGED TO RESPOND.  For Minority,
  Women and Disadvantaged Business Enterprises:  The Department
  of Transportation (DOT Office of Small and Disadvantage 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 the DOT Short Term Lending Program
  (STLP) at prime interest rates up to $500,000 per contract
  to provide accounts receivable financing.  The DOT Bonding
  Assistance Program enables firms to apply for bid, performance
  and payment bonds up to $500,000 per contract.  DOT provides
  and 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-339 SN009008)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: Z -- REPAIR EXTERIOR FACILITY 20023
SOL F33601-97-B-0002
DUE 013097
POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: B. Corbett, 937-257-6571, Fax No
  937-257-3926.
DESC: PRESOLICITATION NOTICE. Project No. WP 880045A. Period
  of Performance is 150 days. SIC 1721 SIZE STANDARD 7.0 M. Contractor
  to provide all labor, materials and equipment necessary/required
  to repair exterior of Facility 20023 at Wright-Patterson AFB
  OH. Estimated cost of proposed acquisition is between $500,000
  and 1,000,000. No tel requests. Only written requests received
  directly from the requestor are acceptable. Requests for solicitation
  documents must be accompanied by a non-refundable check or
  money order in the amount of $15.00, made payable to Accounting
  and Finance. This solicitation will be issued approx 96 DEC
  31. All responsible sources may submit a bid, proposal, or
  quotation which shall be considered. Direct all requests for
  solicitations and routine communication concerning this acquisition
  to Blanche Corbett, Contract Specialist, 937-257-6571, ext.
  4133. 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, Mr Daniel L. Kugel, ASC/SY, Bldg 52,
  2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642,
  at (513) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious
  concerns only.
CITE: (I-340 SN009190)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 -- RENOVATE INTERIOR (OLD BANK AREA) OF BUILDING 38
  WEST WING
SOL N62472-96-Q-3170
POC For plans and specifications call, (908) 323-2494.
DESC: This is a Firm Fixed Price Contract being procured under
  the Simplified Acquisition Procedures. The work includes complete
  interior renovation of Building 38, West Wing, including but
  not limited to: removal of walls, tiles, toilet, carpet, drapes,
  hardware, etc and install new including suspended ceiling,
  and incidental related work. Performance period is 30 calendar
  days. The Standard Industrial Code (SIC) for this project is
  1542. The related Small Business Size Standards is $17.0 million
  annual receipts for the preceding three fiscal years. Quotation
  packages may be obtained by telephoning the above number OR
  faxing to (908) 323-1471. The request for quotation will be
  released on or about 18 December 1996 and the quote closing
  date will be approximately 18 January 1997. This acquisition
  is being issued unrestricted. Estimated cost range for this
  project will be: $25,000.00 - $100,000.00
CITE: (I-340 SN009207)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 -- PAVING MAINTENANCE AND STRIPIING
SOL N62472-97-B-3169
POC For plans and specifications call, (908) 323-2494.
DESC: This a pre-solicitation notice. Provide all labor, materials,
  trasnsporation, equipment, tools, supervision and management
  efforts necessary to determine and perform repairing bituminous
  paved areas, by installation of new or combination of new and
  recycled bituminous materials and sealing pavement cracks.
  Stripe or restripe pavement, including but not limited to:
  roads, special airfield markings, parking stalls, stop lines,
  athletic courts, handicap symbols, directional arrows, crosswalks,
  cross hatching, and interior and exterior safety striping.
  Striping work shall include layouts. Work also includes but
  not limited to: pavement surface preparation, sawcut and remove
  blacktop and concrete, pavement removal, and incidental related
  work. Install concrete curbing, sidewalks, roadways and handicap
  access walks. 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 1611.
  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 30 December 1996. 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-340 SN009208)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 -- WASTEWATER PH MONITORING/COMPLIANCE SAMPLING AND
  ANALYSIS
SOL N68925-97-Q-A558
DUE 010997
POC Sandra Hughes, Contract Specialist, (202) 685-8229.
DESC: The Navy Public Works Center, Washington DC, has a requirement
  for Wastewater Ph sampling and analysis located at the Armed
  Forces Radiobiology Research Institute and the National Naval
  Medical Center, Bethesda, Maryland. Contractor to provide continuous
  Ph and temperature monitoring for a period of four months in
  addition to providing one month continuous Ph and temperature
  monitoring every other month for a period of eight months.
  Solicitation package must be requested in writing at the above
  address or by Facsimile at (202) 685-8236. Solicitation package
  will be available approximately December 20, 1996 and Quotes
  will be due January 9, 1997. There is no charge for plans and
  specifications, however, only one set per firm will be issued.
  Inquiries regarding technical clarifications must be submitted
  in writing at the above facsimile number. Telephone inquiries/request
  will not be honored. See Numbered Note(s): 1.
CITE: (I-340 SN009209)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commander, LANTNAVFACENGCOM, 1510 Gilbert Street, Norfolk,
  Virginia 23511-2699 (ATTN: Code 02219)
SUBJECT: Z - MAINTENANCE DREDGING, NAVAL STATION, NORFOLK, VIRGINIA
SOL N62470-96-B-6100
DUE 012797
POC Printing Assistant, Tina Brooks, (757) 445-8696, Extension
  15, Contract Specialist, Shirley Rowe, Fax (757) 322-8264,
  Contracting Officer, R. A. Fox
DESC: The work includes maintenance dredging for piers at the
  Naval Station and slips at the deperming station and incidental
  related work.  Approximate Solicitation Release Date:  24 December
  1996.  A charge will be made for each set of specifications,
  half size plans and full size plans.  The cost is $16.00 for
  each half-size set and $30.00 for each full-size.  This price
  includes priority mail postage. These sets will be made available
  upon receipt of a written request, and a non-refundable check
  or money order made payable to the U. S. Treasury.  Written
  requests shall be sent to:  DEFENSE AUTOMATED PRINTING SERVICE,
  1641 MORRIS STREET, BUILDING KBB, NORFOLK VA 23451-2898.  Please
  state area code, telephone number, street address, nine-digit
  zip and whether you are participating as a prime of subcontractor.
   Any inquiries regarding plans and specifications call (757)
  445-8696. Ext. 15, technical inquiries may be faxed to Shirley
  Rowe, Contract Specialist. Estimated Cost Range:  $5,000,000
  and $10,000,000.  The SIC Code for this project is 1629 with
  a size standard of $13,500,000.  This project is not set aside
  for small business.
CITE: (I-340 SN009219)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Everglades National Park, Attn: Contracting Office, 40001
  State Road 9336, Homestead, FL  33034
SUBJECT: Z--REPAIR TWO EXISTING CANAL PLUGS:  EAST CAPE CANAL
  PLUG AND HOMESTEAD CANAL PLUG, MONROE COUNTY, EVERGLADES NATIONAL
  PARK
SOL IFB5280-97-02
DUE 010897
POC Sherry Dague
DESC: Repair of two existing canal plugs located within the boundaries
  of Everglades National, Monroe County, Florida, to include
  installation of approximately 2,100 lf of government  furnished
  galvanized sheet piling; excavation and placing soil,  rip-rap
  and rock using a clamshell bucket for the purpose of repairing
  canal plugs.  Access to both plug sites is by boat from Florida
  Bay.  Applicable SIC 1629.  BOD January 8, 1997.
CITE: (W-340 SN009220)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USA GARRISON FORT BELVOIR, DIRCTRT OF CONTRACTING, 9410
  JACKSON LOOP STE 101, FT BELVOIR VA 22060-5134
SUBJECT: Z--REPLACE SEWAGE LAGOON, LONGSTREET, FORT A. P. HILL,
  BOWLING GREEN, VIRGINIA
SOL DADW35-97-B-0003
DUE 012997
POC Contract Specialist WANDA V. MOSELEY (703) 806-4484 (Site
  Code DADW35)
DESC: THE U.S. ARMY DIRECTORATE OF CONTRACTING, FORT BELVOIR,
  VIRGINIA INTENDS TO ISSUE A SOLICITATION FOR A CONTRACTOR TO
  PROVIDE ALL LABOR, EQUIPMENT, AND MATERIALS IN ORDER TO REPAIR
  ONE (1) SEWAGE LAGOON LINERS AT FORT A.P. HILL, BOWLING GREEN,
  VIRGINI. THE PROPOSED CONTRACT IS 100% SET ASIDE FOR SMALL
  BUSINESS CONCERNS WITH A SIZE STANDARD OF $17.0 MILLION. THE
  SIC CODE IS 1623. THE MAGNITUDE IS ESTIMATED BETWEEN $100,000
  AND $250,000. REQUESTS FOR SOLICITATION SHALL BE IN WRITING
  TO THE DIRCTRT OF CONRACTING, ATTN CONSTRUCTION DIVISION, 9410
  JACKSON LOOP STE 101, FORT BELVOIR, VA 22060-5134. REQUESTS
  MAY BE FAXED TO (703) 806-4488/4465
CITE: (I-340 SN009276)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL
  61299-5000
SUBJECT: Z--ROOF, SIDING, AND SHEET METAL WORK
SOL DAAA08-97-B-0005
DUE 012297
POC Contract Specialist Tami L. Lord (309) 782-8564 (Site Code
  DAAA08)
DESC: PROJECT NUMBER: PR 45-94. LOCATION: Rock Island Arsenal,
  Rock Island, IL, Building 331. SCOPE OF SERVICES: Furnish all
  plant, labor, equipment and material for performing all operations
  in strict accordance with drawings and specifications for Structral
  and Roof Repairs, Building 331. Work includes but is not limited
  to the following: removal of asbestos-bearing flashing; preparation
  of wood roof deck for new roof system; installation of insulation
  and roofing system; installation of flashing and trim minor
  masonry tuckpointing; and minor painting. COST RANGE: Between
  $250,000 and $500,000. TYPE OF CONTRACT: Firm Fixed Price Construction.
  DURATION OF CONTRACT PERIOD: Commence within 21 calendar days
  and complete not later than 90 calendar days after receipt
  of Notice of Proceed. APPROXIMATE ISSUE DATE: 23 DEC 96 with
  opening date 30 days from issue. Firms interested in receiving
  solicitation package should FAX 309) 782-6727/3721. All responsible
  sources may submit a bid which shall be considered by the agency.
  The proposed contract listed here is unrestricted. Pre-solicitation
  notices will be issued approximately 6 DEC 96 and are due back
  14 calendar days after ssue. Home Page Access; http://www.RIA.ARMY.MIL/.
CITE: (I-340 SN009287)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, U.S. Coast Guard, Civil Engineering
  Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337
SUBJECT: Z -- REMOVAL OF UNDERGROUND STORAGE TANKS
SOL DTCG88-97-B-623174
DUE 011797
POC Contact Bid Issuing Clerk, Brett Content (510) 535-7280
DESC: REMOVAL OF UNDERGROUND STORAGE TANKS AND INSTALLATION OF
  ABOVE GROUND STORAGE TANKS , VARIOUS LOCATIONS IN CALIFORNIA.
  Provide all labor, material, supervision, equipment, transportation
  and all other necessary items for a complete and usable project;
  which includes, remove and recycle underground storage tanks,
  all associated piping, and ancillary equipment, deadman or
  holding pads underneath underground storage tanks to remain.
   Soil and ground water sampling and testing for each UST excavation.
   Backfill, cleanup and site restoration . Install government
  furnished above ground storage tanks (AST). Estimated range
  $100,000 to $500,000. Drawings and specifications can be purchased
  on a first come first serve basis, at the rate of $25.00 per
  copy. Phone requests not accepted. Requests by mail only Bidder
  must include payment in the applicable amoumt by certified
  check or money order, (Company checks not accepted) payable
  to the U.S. Coast Guard.  Mail to the U. S. Coast Guard, Civil
  Engineering Unit Oakland, Embarcadero, Suite 200, Oakland California
  94606-5337.  Attn; Bid Issue Clerk.  NO EXPRESS MAIL PROCEDURES
  WILL BE UTILIZED ON MAILINGS OF PLANS AND SPECIFICATIONS. 
  No refunds will be made and materials need not be returned
  If project is cancelled or no award is made, cost of plans
  and specifications will be refunded only on written request.
  Technical questions may be directed to Mr. Roy Clark at (510)
  535-7262.  SIC Code for this procurement is 1799, Size standard
  is $7 million. THIS IS AN UNRESTRICTED ACQUISITION BEING SOLICITED
  AND AWARDED UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION
  PROGRAM, ALL BUSINESSES ARE ENCOURAGED TO RESPOND. For Minority,
  Women and Disadvantaged Business Enterprises:  The Department
  of Transportation (DOT Office of Small and Disadvantage 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 the DOT Short Term Lending Program
  (STLP) at prime interest rates up to $500,000 per contract
  to provide accounts receivable  financing.  The DOT Bonding
  Assistance Program enables firms to apply for bid, performance
  and payment bonds up to $500,000 per contract.  DOT provides
  and 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-340 SN009298)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, U.S. Coast Guard, Civil Engineering
  Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337
SUBJECT: Z -- INSTALL POWER FACTOR CORRECTION CAPACITOR AT CG,
  ISC SEATTLE WA.
SOL DTCG88-97-B-623201
DUE 013197
POC Contact Bid Issuing Clerk, (510) 535-7219; Contracting Officer
  Almer Adams 510/535-7219
DESC: PRESOLICITATION NOTICE: INSTALL THE POWER FACTOR CORRECTION
  CAPACITOR AT COAST GUARD INTEGRATED SUPPORT COMMAND, SEATTLE
  WA  Work includes: (A)Installation of a 3000 KVAR, 5KV, 3 Phase
  automated power factor capacitor unit and accessories, materials
  and wire connections; (B)Installation of additional 5KV switch
  gear and busbar; (C) Installation of concrete mounting pad
  for the capacitor unit and additional 5KV Switchgear Section
  and (D) installation of chain link fencing for the capacitor
  unit. Estimated cost of this procurement is between $100,000
  and $250,000.  Performance period is 120 calendar days after
  receipt of Notice to Proceed. Anticipate bid issue date is
  12/31/96.  SIC Code for this procurement is 1731, Small Business
  size standard is Small if its average annual Receipts for its
  preceeding 3 fiscal years do not exceed $7.0 million. THIS
  IS AN UNRESTRICTED ACQUISITION BEING SOLICITED AND AWARDED
  UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM,
  ALL RESPONSIBLE SOURCES ARE ENCOURAGED TO RESPOND.  For Minority,
  Women and Disadvantaged Business Enterprises:  The Department
  of Transportation (DOT Office of Small and Disadvantage 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 the DOT Short Term Lending Program
  (STLP) at prime interest rates up to $500,000 per contract
  to provide accounts receivable financing.  The DOT Bonding
  Assistance Program enables firms to apply for bid, performance
  and payment bonds up to $500,000 per contract.  DOT provides
  and 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-340 SN009299)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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-REPAIR/REPLACE HVAC, BUILDING 55, EGLIN AFB FL
SOL F08651-97-B-0039
DUE 012297
POC Helen Cunningham, Contract Specialist, 904/882-5628, Ext
  5273; Cecile A. Ramos, Contracting Officer
DESC: Eglin AFB FL has a requirement to Repair/Replace HVAC,
  Building 55, Eglin AFB FL.  This requirement was previously
  published under Solicitation Number F08651-96-B-0127 on 16
  & 23 July 1996.  The solicitation number is hereby changed
  to F08651-97-B-0039.  Any solicitation requests or information
  required should referred to under this solicitation number.
   The dollar range for this project 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-340 SN009303)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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-REPAIR/REPLACE HVAC, BUILDING 55, EGLIN AFB FL
SOL F08651-97-B-0039
DUE 012297
POC Helen Cunningham, Contract Specialist, 904/882-5628, Ext
  5273; Cecile A. Ramos, Contracting Officer
DESC: Eglin AFB FL has a requirement to Repair/Replace HVAC,
  Building 55, Eglin AFB FL.  This requirement was previously
  published under Solicitation Number F08651-96-B-0127 on 16
  & 23 July 1996.  The solicitation number is hereby changed
  to F08651-97-B-0039.  Any solicitation requests or information
  required should referred to under this solicitation number.
   The dollar range for this project 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-340 SN009304)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 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-REPAIR LIGHTNING PROTECTION SYSTEM, BUILDING 40, EGLIN
  AFB FL
SOL F08651-97-B-0038
DUE 020497
POC Helen Cunningham, Contract Specialist, 904-882-5628, Ext
  5273; Cecile A. Ramos, Contracting Officer
DESC: Eglin AFB FL has a requirement to Repair Lightning Protection
  System, Building 440, Eglin AFB FL.  Work consists of furnishing
  all plant, labor, materials and equipment, and performing all
  operations in connection with lightning protection system at
  Building 440.  In general, work consists of removing all air
  terminals, support brackets, main conductors, secondary conductors,
  down conductors, etc., as required to completely remove the
  lightning protection system on outlined roof areas.  Provide
  new lightning protection system and reconnect to existing lightning
  protection system on roof areas that are not being renovated.
   The materials and installation shall conform top the applicable
  rules of the National Electrical Code and NFPA No. 780, Lightning
  Protection Code. Estimated dollar range is between $25,000
  and $100,000.  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-340 SN009308)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 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-REPAIR LIGHTNING PROTECTION SYSTEM, BUILDING 40, EGLIN
  AFB FL
SOL F08651-97-B-0038
DUE 020497
POC Helen Cunningham, Contract Specialist, 904-882-5628, Ext
  5273; Cecile A. Ramos, Contracting Officer
DESC: Eglin AFB FL has a requirement to Repair Lightning Protection
  System, Building 440, Eglin AFB FL.  Work consists of furnishing
  all plant, labor, materials and equipment, and performing all
  operations in connection with lightning protection system at
  Building 440.  In general, work consists of removing all air
  terminals, support brackets, main conductors, secondary conductors,
  down conductors, etc., as required to completely remove the
  lightning protection system on outlined roof areas.  Provide
  new lightning protection system and reconnect to existing lightning
  protection system on roof areas that are not being renovated.
   The materials and installation shall conform top the applicable
  rules of the National Electrical Code and NFPA No. 780, Lightning
  Protection Code. Estimated dollar range is between $25,000
  and $100,000.  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-340 SN009309)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 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  REPLACE TAXIWAY LIGHTS AND CIRCUITS, EGLIN AFB FL
SOL F08651-97-B-0040
DUE 020397
POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270;
  Cecile A. Ramos, Contracting Officer
DESC:   Presolicitation Notice.  Replace Taxiway Lights and Circuits,
  Eglin AFB FL.  Estimated bid opening date is 4 Feb 97.  Construction
  work consists of replacing taxiway lights, circuits, regulators,
  underground conduit, etc., on Main Base taxiways at Eglin AFB.
    Estimated dollar range is between $500,000 and $1M.  All
  responsible sources may submit a bid which shall be considered
  by the agency.  Firms responding should indicate if they are
  a small business.  Bid packages may be obtained for $20.00
  by submitting a written request to AFDTC/PKOO, 205 West D Ave.,
  Suite 541, Eglin AFB FL 32542-6862.  Make check or money order
  payable to DFAS-LI, DSSN 6671.  No phone calls for bid packages
  be accepted.
CITE: (W-340 SN009314)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 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  REPLACE TAXIWAY LIGHTS AND CIRCUITS, EGLIN AFB FL
SOL F08651-97-B-0040
DUE 020397
POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270;
  Cecile A. Ramos, Contracting Officer
DESC:   Presolicitation Notice.  Replace Taxiway Lights and Circuits,
  Eglin AFB FL.  Estimated bid opening date is 4 Feb 97.  Construction
  work consists of replacing taxiway lights, circuits, regulators,
  underground conduit, etc., on Main Base taxiways at Eglin AFB.
    Estimated dollar range is between $500,000 and $1M.  All
  responsible sources may submit a bid which shall be considered
  by the agency.  Firms responding should indicate if they are
  a small business.  Bid packages may be obtained for $20.00
  by submitting a written request to AFDTC/PKOO, 205 West D Ave.,
  Suite 541, Eglin AFB FL 32542-6862.  Make check or money order
  payable to DFAS-LI, DSSN 6671.  No phone calls for bid packages
  be accepted.
CITE: (W-340 SN009315)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Southern Division,Naval Facilities
  Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: Z - RENOVATE BOWLING CENTER, NAVAL SUBMARINE BASE, KINGS
  BAY, GA
SOL N62467-93-B-1133
DUE 012397
POC Technical Questions: Ralph Peters, Code 0211RP.  Contracting
  Officer: L. R. Fisk 
DESC: THIS SOLICITATION IS HEREBY BEING ISSUED ON AN  "UNRESTRICTED"
  BASIS INVITING FULL AND OPEN COMPETITION. The project includes
  the alteration of the existing Bowling Center building.  Alterations
  include the addition of mechanical and kitchen storage space,
  an entry cover, bowling lane overlays, bowling ball returns,
  scoring equipment, new finishes, mechanical equipment, electrical
  equipment, lighting, and site work.  Exterior load bearing
  masonry walls have brick veneer and entry cover consists of
  wood, standing seam metal roofing and stucco soffit.  Other
  building components include hollow metal frames, aluminum doors
  and frames, wood doors, ceramic tile restrooms, carpet and
  rubber flooring. Supporting facilities include storm drainage
  system, sidewalks, parking, landscape and incidental related
  incidental work to provide a complete and usable facility.
   For Plans and Specifications: There is a $55.00 NON-REFUNDABLE
  CHARGE for "EACH" set of Plans and Specifications. To obtain
  Plans and Specifications you may CHARGE your request to a CORPORATE
  VISA CREDIT CARD or make company check payable to: US TREASURY
  and send to:  THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN:
  RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29415 (TO FEDERAL
  EXPRESS YOUR REQUEST:  THE DEFENSE AUTOMATED PRINTING SERVICE,
  ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON,
  SC 29408-1802.)  If problems arise concerning your request,
  call Ronnie Mitchum at 803/743-4040.  PLEASE INDICATE IF YOU
  ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC.  PLEASE
  INCLUDE (1) A POINT OF CONTACT, (2) A TELEPHONE NUMBER, AND
  (3) A FAX NUMBER IN YOUR REQUEST FOR PLANS AND SPECIFICATIONS.
   To obtain a Plan Holders List fax your request to 803/743-3027.
   Plan Holders List will be mailed.  We cannot fax Plan Holders
  List.  For inquiries about Bid Opening Date or Number of Amendments;
  contact Shirley Shumer at 803/820-5923.  Technical Inquiries
  prior to Bid Opening must be submitted in writing 15 days before
  Bid Opening to the address listed above, or faxed to 803/820-5853,
  Attn: Ralph Peters, Code 0211RP.  To obtain bid results, call
  803/820-5922 after 10:00AM for a pre-recorded message that
  will be available the day following scheduled bid opening.
  Estimated cost is between $500,000.00 and $1,000,000.00. Estimated
  duration of the contract is 180 days for completion.  
CITE: (W-340 SN009316)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Southern Division,Naval Facilities
  Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: Z - WASTEWATER PLANT UPGRADE, NAVAL AIR STATION, KEY
  WEST, FL 
SOL N62467-96-B-0765
DUE 012897
POC Technical Questions: Susie Conner, Code 0211SC.  Contracting
  Officer: L. R. Fisk
DESC: THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED"
  BASIS INVITING FULL AND OPEN COMPETITION.  The work includes
  upgrading existing wastewater treatment plant with new bar
  screens and grit collection system, new and renovated clarifiers
  and aeration tanks, new sludge drying beds, pump and compressed
  air blower buildings, an elevated control building, pumps,
  extensive piping, and incidental related work.  Primary construction
  is cast-in place concrete and concrete masonry.  For Plans
  and Specifications:  There is a $50.00 NON-REFUNDABLE CHARGE
  for "EACH" set of Plans and Specifications.  To obtain Plans
  and Specifications you may CHARGE your request to a CORPORATE
  VISA CREDIT CARD or make company check payable to: US Treasury
  and send to:  THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN:
   RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29415 (TO
  FEDERAL EXPRESS YOUR REQUEST:  THE DEFENSE AUTOMATED PRINTING
  SERVICE, ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE
  "B", CHARLESTON, SC 29408-1802.)  If problems arise concerning
  your request, call RONNIE MITCHUM at 803/743-4040.  PLEASE
  INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER,
  ETC.  PLEASE ALSO INCLUDE (1)A POINT OF CONTACT, (2)A TELEPHONE
  NUMBER, AND (3)A FAX NUMBER.  To obtain a Plan Holders List
  fax your request to 803/743-3027.  Plan Holders List will be
  mailed. We cannot fax Plan Holders List.  For inquiries about
  Bid Opening Date or Number of Amendments; contact Shirley Shumer
  at 803/820-5923.  Technical Inquiries prior to Bid Opening
  must be submitted in writing 15 days before Bid Opening to
  the address listed above, or faxed to 803/820-5853, Attn: Susie
  Conner, Code 0211SC.  To obtain bid results, call 803/820-5922
  after 10:00AM for a pre-recorded message that will be available
  the day following scheduled bid opening. Estimated cost is
  between $1,000,000.00 and $5,000,000.00.  Estimated duration
  of the contract is 465 days for completion. 
CITE: (W-340 SN009318)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Southern Division,Naval Facilities
  Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: Z - HANGAR 51 RENOVATION, NAVAL AIR STATION, CORPUS
  CHRISTI, TX
SOL N62467-96-B-0893
DUE 012897
POC Technical Questions: Rhonda Earney, Code 0211RE.  Contracting
  Officer, L. R. Fisk
DESC: THIS IS A PRE-SOLICITATION NOTICE ONLY.  A SOLICITATION
  NOTICE WILL BE PUBLISHED BEFORE INVITATIONS ARE ISSUED.  THIS
  PRE-SOLICITATION IS BEING ADVERTISED ON AN "UNRESTRICTED" BASIS
  INVITING FULL AND OPEN COMPETITION. The work includes renovation
  work for existing Hangar 51, associated site work, asbestos
  and lead paint abatement and incidental related work.  Work
  also includes construction of the new 74C Building and Hazardous
  Materials Building.  For Plans and Specifications: There is
  a $110.00 NON-REFUNDABLE CHARGE for "EACH" set of Plans and
  Specifications. To obtain Plans and Specifications you may
  CHARGE your request to a CORPORATE VISA CREDIT CARD or make
  company check payable to: US TREASURY and send to:  THE DEFENSE
  AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX
  71359, CHARLESTON, SC 29415 (TO FEDERAL EXPRESS YOUR REQUEST:
   THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM,
  2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON, SC 29408-1802.)
   If problems arise concerning your request, call Ronnie Mitchum
  at 803/743-4040.  PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR,
  SUBCONTRACTOR, SUPPLIER, ETC.  PLEASE INCLUDE (1) A POINT OF
  CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER IN YOUR
  REQUEST FOR PLANS AND SPECIFICATIONS.  To obtain a Plan Holders
  List fax your request to 803/743-3027.  Plan Holders List will
  be mailed.  We cannot fax Plan Holders List.  For inquiries
  about Bid Opening Date or Number of Amendments; contact Shirley
  Shumer at 803/820-5923.  Technical Inquiries prior to Bid Opening
  must be submitted in writing 15 days before Bid Opening to
  the address listed above, or faxed to 803/820-5853, Attn: Rhonda
  Earney, Code 0211RE.  To obtain bid results, call 803/820-5922
  after 10:00AM for a pre-recorded message that will be available
  the day following scheduled bid opening. Estimated cost is
  between $1,000,000.00 and $5,000,000.00. Estimated duration
  of the contract is 340 days for completion.  
CITE: (W-340 SN009319)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: BIA, Navajo Area Office, Branch of Contracts and Property
  Management, P.O. Box 1060, Gallup, New Mexico 87305-1060
SUBJECT: Z--REMOVE, REPLACE EXISTING FURNACES, WATER HEATERS,
  BATHROOM EXHAUST FANS AND LIGHT FIXTURES, AND PROVIDE ELECTRICAL
  UPGRADE FOR GOVENMENT APARTMENT-DUPLEXES IN 1, 2, & 3 BEDROOM
  UNITS LOCATED IN NEW MEXICO AND ARIZONA
SOL N00-97-06
DUE 010797
POC Contact Ms. Victoria Joe, Contract Specialist, (505) 863-8262,
  Mr. Benjamin Boyd, Technical Representative, (505) 863-8418
DESC: Furnish all materials, labor, services, equipment, supervision,
  delivered to the project site on the Navajo Indian Reservation,
  in Shiprock Agency; Aneth, Utah, Cove, Red Rock, and Toadlena
  Schools, Eastern Navajo Agency; Wingate HS, Ft. Defiance Agency;
  Chuska and Kinlichee Schools. Evaluation include Past Performance
  of similar work for the past two (2) years. This sealed bid
  is issued under the Buy Indian Act, 25 U.S.C. 47, labor surplus
  area. Offerors must present written evidence in its bid that
  its economic enterprise is 51% owned and controlled by Indian(s)
  or Alaska Native(s). Estimate price is $100,000. to $250,000.
  Offerors shall furnish names of Indian/Alaska Native persons
  or firms being considered for subcontracts, indicate what portions
  of the work they would be performing and provide qualification
  of key personnel that will be assigned. A limit of 20 bids
  will be mailed. Offerors shall submit a written request for
  bids. Bids open at 2:00 p.m., January 7, 1997.
CITE: (I-340 SN009324)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 23 Contracting Squadron, 1443 Reilly Road, Suite C, Pope
  AFB, NC 28308-2896
SUBJECT: Z -- SIMPLIFIED ACQUISITION FOR BASE ENGINEERING REQUIREMENTS
  (SABER),
SOL F31601-97-RA004
DUE 021897
POC Mr Thomas W. Foster, Contract Administrator, 910-394-6276,
  Contracting Officer, Mr Martin M. Honan, Jr, 910-394 6599.
DESC: The subject acquisition is for a broad range of of maintenance,
  repair and minor construction work on real property at Pope
  Air Force Base, NC. The contract will be an indefinite delivery-indefinite
  quantity contract. The contractor will be required to furnish
  all materials, equipment, and personnel necessary to manage
  and accomplish a variety of tasks order jobs. The tasks may
  include but are not limited to a variety of trades such as
  electrical, plumbing, sheet metal, roofing, painting, demolition,
  concrete masonry, and welding. Guaranteed minimum is $200,000
  payable the first year of the contract. The contract will be
  a basic 12 month period with four (4) one year options. The
  acquisition is unrestricted. All responsible sources may submit
  an offer which will be considered by this agency. A non-refundable
  charge for the solicitation package is $50.00 and may be a
  company check, money order, cashier's check or bank draft payable
  to "DFAS-DY/DO". No telephone requests will be taken. Please
  state solicitation number, business size, telephone number,
  and fax number on your request for the package. Requests should
  be submitted no later than 1 Jan 1997. Estimated date for issuance
  of the Request for Proposal (RFP) is 15 Jan 1997. SIC code
  is 1542. e
CITE: (I-340 SN009342)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 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 - CORRECT HUMIDITY PROBLEM, BUILDING 373, EGLIN AFB,
  FL
SOL F08651-97-B-0041
DUE 020597
POC Bertha M. Burns, Contract Specialist, 904-882-5628, Ext.
  5268, Cecile A. Ramos, Contracting Officer
DESC:  Eglin AFB, FL has a requirement to Correct Humidity Problem,
  Building 373, Eglin AFB, FL.  Bid opening date of 5 Feb 97
  is only an estimated date.  The performance period is 90 calendar
  days.  In general, the works consist of modifying three (3)
  existing air handling units.  Modifications consist of interchanging
  the positions of the chilled and hot water coils.  The purpose
  of these modifications is for humidity control.  In addition
  to interchanging air handling unit coils, control modifications,
  rebalancing of air flows are required.  Control modifications
  are required to properly control humidity.  Balancing of air
  and water lows is required to accommodate new outdoor air ventilation
  rates.  The building at which this work is being performed
  shall remain occupied and in full operation during construction.
   Only one of the three air handling units may be modified at
  a time Coordinate sequence of work effort with user.  Estimated
  dollar range is between $25,000 and $100,000.  All responsible
  sources may submit a bid that 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 West D Avenue, Suite 541, Eglin AFB,
  FL 32542-6862.  No telephone requests for solicitation packages
  are acceptable. 
CITE: (W-340 SN009365)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: VA Medical Center (90C), ATTN: Contracting Officer, Mountain
  Home, TN 37684
SUBJECT: Z -- ELECTRICAL POWER SURVEY
SOL 621-29-97
DUE 020697
POC Jimmy W. Smiley, Contracting Officer, (423) 461-7986
DESC: Furnish all labor, supervision, materials and equipment
  to perform a professional survey, inspect, test, and maintenance
  of the electrical systems and equipment at the VA Medical Center,
  Mountain Home, Tennessee in accordance with the contract specifications
  and drawings. All requests for solicitation documents must
  be submitted to the Contracting Officer in writing. Requests
  for solicitation documents must be submitted in writing to
  the Contracting Officer. Requests for solicitation documents
  maybe tele-faxed to the Contracting Officer at (423) 461-7944.
  The estimated issue date for solicitation documents is January
  7, 1997. The Standard Industrial Classification Code for this
  procurement is 1731.
CITE: (I-340 SN009379)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Z -- REPLACE F-76 PUMPS DFSP PROJECT #SPO 93-9, DEFENSE
  FUEL SUPPLY POINT, SAN PEDRO, CA
SOL N68711-94-B-1473
DUE 012797
POC For Plans and Specs info call 619-532-2082/Contracts Specialist,
  Lucile Miranda/Contracting Officer, Maria Williams/For Bid
  results call 619-532-2355.
DESC: DESCRIPTION OF WORK--The work includes replacement of twelve
  verticle can pumps located in six pump houses with three new
  pumps housed in a new pump house. The three new pumps will
  be API 610 horizontal split case pumps complete with associated
  piping, valves and electrical wiring. The abandoned pump houses
  are numbered 201 through 206 and are located in the southeast
  corner of the facility. The pumping system is ued for distribution
  of F-76 fuel between D.F.S.P. tank farm located on Gaffey St.,
  San Pedro, CA and the fuel loading pier located on the Naval
  Shipyards in Long Beach, CA. The new pump house will be located
  on the east side of the old pump house road. The new pump house
  will be above ground concrete block building. The existing
  six pump houses will be abandoned in place. The piping to the
  existing pump houses is to be disconnected and capped at the
  Dresser couplings within the respective existing valve pits
  as shown on the construction drawings. The new piping will
  be installed connecting the existing valve put to the new pumps.
  All three pumps use a common suction line from one main distribution
  header. The pumps discharge into a common header to another
  main distribution header. Isolation valves and check valves
  are provided as indicated. Electrical power for the pumps will
  be 2400v and will be routed from the existing 2400v line to
  the new pump house. Control of the pumps (starting and stopping)
  will be accomplished by extending the control wiring from the
  existing pump house No. 206 to the new pump house. All of the
  new isolation valves are double block and bleed twin seal type
  plug valves and will have electric motor operators. The electric
  motor operators will be connected to the 480v electric power.
  For this contract the control wiring will not be connected
  to the Pump House 113 control system. Valve control will be
  local with electrical switches located on the valve actuators,
  and incidental related work complete and ready for use.--The
  estimated cost is between $500,000 and $1,000,000. --Firm Fixed
  Price Contract.--Contract duration is 270 calendar days.--Bids
  will be considered from all responsible sources.--This project
  is unrestricted.--The Standard Industrial Code is 1629 and
  the annual size standard is $17 million.--It is recommended
  the subcontracting plan goals reflect a minimum goal of 5%
  for Small Disadvantaged Business subcontracting effort.--NOTE:
  Plans and specs will not be mailed to firms within a 20 mile
  radius of the issuing office. A fee will be charged for all
  plans and specs. Each set will cost $43.00. - --Solicitation
  packages may be acquired in person from Plan Issue or by mail.--Telephone
  requests will not be accepted.--Requests for the solicitation
  package must be in writing stating solicitation number N68711-94-B-1473,
  complete name, address, area code and phone number and whether
  bidding as a prime/subcontractor/supplier. -Plan holders lists
  will not be faxed.--Mail requests to Southwest Division, Naval
  Facilities Engineering Command (Plan Issue), Building 132,
  1220 Pacific Highway, San Diego, CA 92132-5187 with a check
  payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit
  one (1) check per project.--Solicitation packages are limited
  to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans
  and specifications will be available on or about 24 December
  1996.
CITE: (I-340 SN009380)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--CASE, LUBRICANT. WITH M16; M16A1 RIFLE AND M79 LAUNCHER.
   IN ACCORDANCE WITH CITED DRAWINGS
SOL SP0760-97-R-3943
DUE 012497
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)  JoAnn M Baity, 614692-4710
DESC: PR-NO:  YPC96225002933 NSN 1005-00-791-3377, CAGE 19204
  Part No  7790995 CAGE 3L549 Part No 7790995 CASE, lubricant
  I/A/W U S army  armament research and development command drawing
  7790995.  59,084 -EA  Del to Lathrop CA 95330 phase delivery.
  various delivery dates.  Small  business size standard is 500
  employees.  Solicitation not available  until 15 days after
  published in the CBD.  Written requests for drawings  are to
  be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD,
   P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998
  or Call  (614)692-2344.  Requests should include the IFB/RFP/RFQ
  number,  opening/closing date, NSN, YPC/ZPC or NPC number;
  buyer's name and your  complete name and address.  Federal,
  military and commercial  specifications cannot be provided
  by DSCC.  Proposed procurement contains  a 100% option for
  increased quantities.  This is an unrestricted  acquisition
  with a 10% preference for SDB concerns.  All responsible  sources
  may submit offer which DCSC shall consider.
CITE: (I-340 SN009054)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--SHAFT ASSEMBLY, ELEVATING WORM WHEEL AND PINION.
   STEEL  MATERIALS. CADMIUM AND PHOSPHATE FINISHES.
SOL SP0750-97-Q-0409
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Kenneth Cotton,  (614)692-2532.
DESC: PR-NO:  YPC96024001429 NSN 1015-00-710-0143, CAGE 19204
  Part No  7100143 shaft assembly, elevating wheel and pinion.
  steel materials.  Cadmium and phosphate finishes. I/A/W Rock
  Island Arsenal drawing number  7100143.  130 -EA Del to McClellan
  AFB CA 95652-1621 Del by 120 days  after date of award.  See
  NOTE 1.  Small business size standard is 500  employees.  Solicitation
  not available until 15 days after published in the  CBD.  Written
  requests for drawings are to be submitted to Defense Supply
   Center, Columbus, Attn: 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.   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.  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.
CITE: (I-340 SN009078)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 12-GYRO ASSEMBLY       - AND OTHER REPLACEMENT PARTS
SOL N0038397QA056
DUE 011497
POC Contact Point, Pamela A Bowders, 0223.01, (215)697-3413,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 7R-1280-01-187-2202-SF, SPEC NR TDP VER 001, IAW Ref
  Nr 245448, Qty 26 EA, Delivery FOB Origin--*Also procured are
  10 each 7R-1280-01-186-1433 Temperature Controls Ref Nr 242577-2;
  5 each 7R-1280-01-187-2194 Cable Assemblies Ref Nr 244076-2;
  5 each 7R-1280-01-317-7855 Beam Expander Assemblies Ref Nr
  260272-2; and 8 each 7R- 9340-01-416-9135 Laminated Glass Ref
  Nr 242385; this solicitation is issued as  limited competition
  between previously approved suppliers; no drawings are  available;
  bids from any other source must be accompanied by a complete
  data  package proving ability to manufacture, See Note 22
CITE: (I-340 SN009116)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 12 -- SCALE
SOL DAAA03-97-T-0022
DUE 012097
POC Larry Crane, Contract Specialist, 501/540-3842.
DESC: Scale, Firing for Cartridge 81MM Illum M825, IAW DWG F12912954,
  Qty: 4,000 each. Scale, Firing for cartridgge 60mm Illum M721,
  IAW DWG F12913064, Qty: 8,000 each, Scale, firing for cartridge
  81mm RP M819, IAW Dwg F12912955, qty: 3,800 each. Scale, firing
  for cartridge 81MM IR M816, IAW DWG F12972522, Qty: 2,100 each.
  Scales consisting of disc and monogram. FOB: Destination, Pine
  Bluff Arsenal, AR 71602-9500. Quote No: DAAA03-97-T-0022 Issue
  on or about 30 Dec 97 with opening on or about 20 Jan 97. All
  responsible small business sourceses may submit a quote to
  be considered by the Contracting Office. To receive a copy
  of solicitation package, fax to 501/540-4090 or 501/540-3730,
  or write to address listed above. See Numbered Note(s): 1.
CITE: (I-340 SN009386)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 13-CARTRIDGE, IMPULSE MK 19 MOD 0
SOL N0010497RK011
DUE 020797
POC Contact Point, R. L. Cleaver, 0242.3, (717)790-2706, Fax,
  (717)790-2284, Twx, Not-avail
DESC: NSN 1377-00-793-9926, Ref Nr 2164465, Qty 235 EA, Delivery
  FOB Origin-- except as modified or aamplifed in RFP.  This
  item contains class "C"  explosives.  DFAR Clause 252.223-7002,
  Safety Precautions for Ammunition and Explosives applies. 
  100% option clause included, 90 days. All responsible sources
  may submit an offer which, if received in a timely manner,
  will be  considered., See Note 9
CITE: (I-340 SN009126)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: 13 -- SUPPORT TRAPS
SOL N0017497R0010
DUE 013197
POC Patsy Kragh, Contract Specialist, 301-743-6669, David Hall,
  Contracting Officer.
DESC: Support Traps in accordance with drawing 1638AS117. The
  mold is provided as Government Furnished Material (GFM). This
  procurement is set aside 100% for Small Business. Predominant
  material is steel investment casting or steel forging. Quantities
  are as follows: 1st article - 10 each, Base quantity 1000 each,
  with four (4) options with stepladder quantities as follows:
  500, 750, 1000 or 1250 each. Delivery schedule is as follows:
  1st article 30 days after date of contract, base quantity 150
  each 60 days after acceptance of 1st article with 150 each
  due every 30 days thereafter until completion. Option quantity,
  150 each 60 days after exercise of option with 150 each every
  30 days thereafter until completion. Request for this solicitation
  should be addressed to the attention of Patsy Kragh, fax #301-743-6547.
CITE: (I-340 SN009177)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS,
  ROCK ISLAND, IL. 61299-6000
SUBJECT: 13 -- CARTRIDGE, SIGNAL, PRACTICE BOMB
SOL DAAA0996B0083
POC CONTACT THE CONTRACT SPECIALIST: Sue Mesa (309)782-5842,
  Contracting Officer: Judith Belfer (309)782-3695
DESC: Special attention must be given when addressing requests
  for solicitations and bids/offers. Failure to properly address
  requests for solicitations in accordance with this CBD notice
  will result in non-receipt of the solicitation package. Failure
  to properly address bids/offers in accordance to solicitation
  instructions may result in a late bid which cannot be considered.
  Written, fax, or electronic requests for solicitation packages
  are accepted. No telephone requests will be honored. Requests
  for copies of this solicitation should include your commercial
  and government entity (CAGE, a CAGE code has been assigned
  to you) along with your name, address, data fax number, and
  solicitation number. The fax number for requests is (309)782-4803.
  Electronic requests may be accepted through the Automated Acquisition
  Information System (AAIS). All IOC solicitations are available
  for viewing/downloading, in addition to procurement history,
  via the AAIS. The AAIS is accessible electronically 24 hours
  a day via modem at (309)782-7648. Terminal emulation should
  be VT100, no parity, 8 data bits and 1 stop bit. Once connected,
  enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt
  depress the 'ENTER' key. Information obtained through AAIS
  is also available on the Internet. Prospective customers may
  now access the IOC home page at http://www-ioc.army.mil/. The
  current method of accessing data through AAIS will remain in
  place until February 7, 1997. At which time access using modems
  and login will be discontinued. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309)782-8094 on a limited basis. Issue Date: 20 Dec 96,
  Bid Opening Date: 21 Jan 97. NSN: 1325-01-323-9922-F562, Qty:
  580355, Unit of Issue: ea, Part Number: 923AS307-2, FOB: Origin,
  100% option. Statistical Process Control is required. First
  Article Test is required. MIL-Q-9858 inspection criteria required.
CITE: (I-340 SN009343)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 -- TOP ASSEMBLY FOR M18 GRENADE; BODY ASSEMBLY FOR
  M18 GRENADE
SOL DAAA03-97-R-0017
DUE 012197
POC Larry Crane, Contract Specialist, 501/540-3842.
DESC: Top Assembly, M18 Grenade, NSN 1310-01-X93-2244 without
  holes IAW Drawing D13-19-140C and MIL-G-1353F, painted gray,
  color no. 36231 of Federal Standard 595B, Quantity: 250,000
  each. Body Assembly; M18 Grenade, NSN 1330-01-X93-2245 with
  0.50 or 0.60 diameter hole in bottom IAW Drawing C13-19-135A
  and MIL-G-1353F with Amendment 2, painted forest green, color
  no. 34079 of Federal Standard 595B. Quantity: 250,000 each.
  A 100% option for each NSN is applicable. Proposed acquisition
  will be set-aside for small business pursuant the Federal Acquisiton
  Regulation (FAR) Subpart 19.10, Small Business Competitiveness
  Demonstration Program. All responsible sourceses may submit
  an offer which shall be considered. All request for a copy
  of this solicitation shall be in writing to the issuing office
  or by facsimile to tel 501/540-4090. See Numbered Note(s):
  1.
CITE: (I-340 SN009384)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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-0008
DUE 010897
POC Pam Burton, Contract Specialist, 501/540-3017.
DESC: Components of the M8 TA Smoke Pot which consist of the
  following: Container, in accordance with (IAW) Dwg. D36-2-226A
  dtd 26 Nov 96; Cover, Inner Assembly IAW dwg. D36-2-227 dtd
  9 Nov 83 and NOR S4C3022-002 dtd 6 Jun 94; Clamp, IAW Dwg.
  C36-2-127F dtd 9 Nov 93, 2 sheets and NOR S4C3022-005 dtd 6
  JUn 94; Adapter, Fuze, IAW Dwg. C36-2-67 Rev K dtd 12 Aug 88
  and NOr S4C3022-002 dtd 6 Jun 94; Cover, outer, IAW dwg. D36-2-128
  Rev E dtd 23 May 96 and NOR S4C3022-0002 dtd 6 JUn 94, Disk,
  retainer IAW DWG C36-1-308 dtd 13 Sep 93; Tube, Igniter IAW
  Dwg C36-1-314 dtd 13 Sep 93; Bushing, IAW C36-2-229A dtd 26
  Nov 83 and NOR S4C3022-013 dtd 6 Jun 94; Locknut, Steel, Finsish
  C zinc plated, Size C 3/8 in. IAW Spec WW-P-471C w/amend 1
  dtd 6 Mar 87; Washer, flat, round, steel cadnium plated IAW
  DWg B36-2-230 dtd 19 Nov 93 and NOR S4C3022-003 dtd 6 Jun 94;
  Cup, Starter IAW Dwg C36-2-63 Rev C dtd 26 Nov 86 and NOR S4C3022-003
  dtd 6 Jun 94; Disc, closure IAW Dwg. B36-2-61 Rev F dtd 26
  Nov 96 and NOR S4C3022-002 dtd 6 JUn 94 and Nut, Jam, Hexagon,
  P/N AN-316-12 IAW Spec An316; 25,300 of each component: FOB:
  Pine Bluff Arsenal, AR 71602-9500, includes a 100% option,
  RFP DAAA03-97-R-0008 to issue on or aobut 8 Jan 97 with a closing
  date on or about 24 Feb 97. This solicitation contains specifications
  that are restricted to offerors that have been cleared to obtain
  export controlled technical data which is referred to as "Distribution
  Statement X". Interested offerors must be a certified contractor
  under the U.S. - Canada Joint Certification Program. To obtain
  an application , offerors should contact U.S. - Canada Joint
  Certification Office, Defense Logistics Service Center, 74
  Washington Ave. N, Battle Creek, MI 49017-3084. NOTE: This
  acquisition is a 100% Small Business Set-Aside. See Numbered
  Note(s): 1.
CITE: (I-340 SN009385)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 14-WING ASSY, GUIDED MISSILE AIM-120A/B
SOL N0010497RK010
DUE 012497
POC Contact Point, A. L. Artz, 0242.2, (717)790-3353, Fax, (717)790-2284,
  Twx, Not-avail
DESC: NSN 1420-01-332-5347, Ref Nr 3820402-101, Qty 85 EA, Delivery
  FOB Origin-- Except as modified or amplifed in RFP.  100% option
  clause included, 120  days.  All responsible sources may submit
  an offer which, if received in a  timely manner, will be considered.,
  See Note 9
CITE: (I-340 SN009127)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: 14 -- AIR TRANSPORTATION RACK P/N 68104700-900 DRAWING
  NUMBER 651-174-0207
SOL N00174-97-R-0007
DUE 012197
POC Contact Michael L. Burch, Contract Specialist, 1141B, (301)
  743-6662 Celeste A. Mills, Contracting Officer, 1141.
DESC: Air Transportation Rack, P/N 68104700-900, Dwg. #651-174-0207
  for a base and two option years. The base is for a minimum
  of 7 each and a maximum of 12 each. Option I is a for a minimum
  of 1 and a maximum of 20 each. Option II is for a minimum of
  1 and a maximum of 20 each. Material will be shipped to Receiving
  Officer, Indian Head, Md 20640-5035. Delivery Schedule: Base
  Year - 6 months after issuance of delivery order. Option I
  - 4 months after issuance of delivery order. Option II - 4
  months after issuance of delivery order. See notes 22 & 26.
  Contract action will be other than full and open competition
  under the authority of 10 USC 2304 (c) (1) Only one responsible
  source. Source: Radstone Technology Corporation, 20 Craig Road,
  Montvale, NJ 07645-1737. Request for this solicitation should
  be addressed to the attention of Michael L. Burch (301) 743-6662,
  Fax Number (301) 743-6546.
CITE: (I-340 SN009195)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 14 -- TOMAHAWK INERT OPERATING MISSILE MODIFICATIONS
SOL N/A
POC Contact, CATHERINE HADDON, Phone (703)604-0757
DESC: The Naval Air Systems Command intends to negotiate with
  Hughes Missile Systems Company (HMSC), P.O. Box 11337, Tuscon,
  AZ, 85734-1337, for the material and services required to modify
  six (6) Tomahawk cruise missiles to an inert configuration.
  This effort shall include procurement and/or modification of
  up to twelve (12) sets of inert explosive and energetic components
  as well as other required design modifications and parts procurements.
  HMSC is the only firm possessing the required technical knowledge
  and facilities necessary to complete the effort. - NAVAIR Synopsis
  No. 40114-96.
CITE: (I-340 SN009359)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--PANEL, STRUCTURAL, AI
SOL SP0400-97-R-0385
DUE 122696
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. 
  Dolores O'Brien/BV510/804-279  4567. FAX 804-279-6078.  KO
  Kimberly W. Hansen/804-279-3624.
DESC: PR-NO:  FPG96278003317 NSN 1560-01-341-5774, panel structural,
  AI  McDonnell Douglas Corp. CAGE 76301. P/N 68A1131682047 specifications,
   plans or drawings relating to the procurement described are
  not available  and cannot be furnished by the government. 
  Other than full and open only  one source, intended source
  76301.  100 -EA Del to Robins AFB GA  31098-1887 Del by 100
  days.  50 -EA Del to New Cumberland PA 17070-5001  Del by 100
  days.  All responsible sources may submit offer which DGSC
  shall  consider.
CITE: (I-340 SN009100)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--FAIRING, AIRCRAFT
SOL SPO460-97-Q-B546
DUE 012497
POC Contact:  for copies of RFQ solicitations contact the buyer.
    Dolly Carter/BV412 804-279-4134, FAX 804-279-6078 con tracting
  officer  Kimberly W. Hansen/804-279-3624
DESC: PR-NO:  FPG96285000747 NSN 1560-00-283-8337, fairing, aircraft
   McDonnell Douglas Corp CAGE 76301 P/N 68A335100-2152 Rev H
  15 -EA Del to  Robins AFB GA 31098-1887 Del by 104 days.  15
  -EA Del to New Cumberland  PA 17070-5001 Del by 104 days. 
  First article test required.  Other than  full and open.  More
  than one source, intended sources:  Tradco Inc.  CAGE 27558
  and Airborne Product Support Inc. CAGE 58730.  Indefinite 
  delivery purchase order with a minimum qty:  30 each maximum
  qty:  571.   Specifications, plans or drawings relating to
  the procurment described are  not available and cannot be furnished
  by the GOVT.  All responsible  sources may submit offer which
  DGSC shall consider.
CITE: (I-340 SN009101)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--PANEL, STRUCTURAL, AI
SOL SP0400-97-R-0436
DUE 122696
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. 
  Dolores O'Brien/BV510/804-279-  4567. FAX 804-279-6078. KO
  Kimberly W. Hansen/804-279-3624.
DESC: PR-NO:  FPG96317001297 NSN 1560-01-224-5714, panel, structural,
   AI McDonnell Douglas Corp CAG E76301 P/N 68A327120-1007. 
  Specifications,  plans or drawings relating to the procurement
  described are not available  and cannot be furnished by the
  government.  Other than full and 15 -EA  Del to New Cumberland
  PA 17070-5001 other than full and open.  Only one  source,
  intended source 76301.  Del by 180 days.  14 -EA Del to Robins
   AFB GA 31098-1887 Del by 180 days.  All responsible sources
  may submit offer  which DGSC shall consider.
CITE: (I-340 SN009102)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--CONE, FUEL TANK, TAIL
SOL SP0460-97-Q-B521
DUE 122696
POC Contact:  for copies of RFQ solicitations contact the buyer.
    Jeanne YONCEBV617.804-279-5145 FAX 804-279-6078. KO K imberly
   Ratliff/804279-4535.
DESC: PR-NO:  YPG96330000725 NSN 1560-00-373-4530, cone, fuel
  tank,  tail McDonnell Douglas Corp. CAGE 76301 Dwg 75B550053
  no revision P/N  75A550053-205.  Specifications, plans or drawings
  relating to the  procurement described are not available and
  cannot be furnished by the  government.  Unrestricted.  Other
  than full and open comp sole source  solicitation will be made
  in writing and orally.  Tech data package  availability:  80
  -EA Del to Cherry Point NC 28533-5001 Del by 88 days.   All
  responsible sources may submit offer which DGSC shall consider.
CITE: (I-340 SN009112)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15-COLLAR ASSEMBLY,INL
SOL N0038397RN038
DUE 011497
POC Contact Point, Kathleen M Logan, 0233.05, (215)697-2124,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 7R-1560-00-935-6195-MH, Ref Nr 6047-14, Qty 10 EA,
  Delivery FOB Origin, See Note 22
CITE: (I-340 SN009117)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--LINK, HORIZONTAL STABILIZER
SOL SP0400-97-R-0075
DUE 122696
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. 
  Dolores  O'Brien/BV510/804-279-4567FAX 804-279-6078. KO Kimberly
  W. Hansen  804-279-3624.
DESC: PR-NO:  FPG96239001189 NSN 1560-01-053-6179, link, horizontal
   stabilizer McDonnell Douglas Corp CAGE 76301 P/N 68A210059-1013.
    Specifications, plans or drawings relating to the procur
  ement described  are not available and cannot be furnishe D
  by the government.other than  full and open more than one source,
  intended sources cages:  32776,  4K010, 24434 total small business
  set aside.  Delivery schedule 180 days.   300 -EA Del to New
  Cumberland PA 17070-5001 Del by 180 days.  125 -EA  Del to
  Robins AFB GA 31098-1887 Del by 180 days.
CITE: (I-340 SN009139)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--PANEL, STRUCTURAL, AIRCRAFT
SOL SPO460-97-Q-B547
DUE 012497
POC Contact:  for copies of RFQ solicitations contact Dolly cart
   er/BV412/804-279-4134 FAX 804-279-6078 contracting off icer
  Kimberly  Hansen 804-279-3624
DESC: PR-NO:  YPG96285000770 NSN 1560-01-208-1017, panel, structural,
   aircraft McDonnell Douglas Corp CAGE 76301 P/N 68A810710-A2037
  Rev G 20 - EA Del to Richmond VA 23297-5900 Del by 105 days.
   Other than full and  open.  More than one source, intended
  source:  texsatr indefinte  delivery purchase order with a
  minimum qty:  20 maximum qty:  833 all  responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-340 SN009145)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Contracting Officer, USCG Aircraft Repair & Supply Center,
  Elizabeth City, NC 27909-5001
SUBJECT: 16, CSD PUMP HOUSING ASSEMBLIES, HU25 AIRCRAFT
SOL DTCG38-97-R-10004
DUE 011097
POC Contact Peter Thomas, Contract Specialist, (919)335-6643
  / L. J. Hudson, Contracting Officer (919)335-6142
DESC: The proposed procurement is for 25 each, Housing Assemblies,
  NSN 1650-01-HR1-5176, P/N 723353A that are used in conjunction
  with the constant speed motor, a critial operating system used
  exclusively by Coast Guard on a Falcon 20 business jet manufactured
  by Avion Marcel Dassault-Brequet of France.  Manufacturing
  data is not owned by nor available from the Coast Guard.  Delivery
  of material to Coast Guard, AR&SC, Elizabeth City, NC is desired
  within 180 days and required within 450 days after contract
  award. The Coast Guard intends to solicit and negotiate a firm
  fixed price/sole source contract with the original equipment
  manufacturer (OEM), Sundstrand Aerospace, Rockford, IL in accordance
  with FAR 6.302-1.  All responsible sources may submit an offer
  which will be considered by this agency.  Request for solicitation
  shall be be in writing.  Telephone requests will not be honored.
   This Notice is for informational purposes for Minority, Women-Owned
  and Disadvantaged Business Enterprises:  The Department of
  Transportation (DOT), Office of Small and Disadvantaged Business
  Utilization (OSDBU), has a program to assist minority. women-owned,
  and disadvantaged business enterprises to acquire short-?term
  working capital assistance for transportation-related?contracts.
   Loans are available under the DOT Short Term Lending Program
  (STLP) at prime interest rate to provide accounts receivable
  financing.  The maximum line of credit is $500,000.  For further
  information and applicable forms concerning the STLP, call
  the OSDBU at (800)532-1169.  For information concerning the
  acquisition, contact the contracting official listed above.
   See Notes 22 and 26
CITE: (I-339 SN009003)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--CONTROL ASSEMBLY, PU
SOL SP0460-97-Q-D791
DUE 012797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact M. langford/BT
  992/804-279-6645  contracting officer Alex Stuart/804-2 79-3504
DESC: PR-NO:  YPG96324000260 NSN 1680-01-397-8651, control assembly,
  Pu  cablecraft Inc CAGE 06970 P/N 580-205-174 44 -EA Del to
  Robins AFB GA  31098-1887 Del 60 DARO see NOTE 22, intended
  source:  cablecraft Inc -  CAGE 06970.  Other than full and
  open.  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-340 SN009109)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--SHAFT, OUTPUT
SOL SPO460-97-Q-B550
DUE 012497
POC Contact:  for copies of RFQ solicitation contact the buyer
  D  olly Carter/BV412/804-279-4134 FAX 804-279-6078 contra cting
  officer  Kimberly W. Hansen/804-279-3624
DESC: PR-NO:  YPG96290000918 NSN 1680-00-075-2688, shaft, output
   GEC/UK/aerospace Inc CAGE 81039 P/N 5541206 30 -EA Del to
  Richmond VA  23297-5900 Del by 162 days.  Other than full and
  open.  See NOTE 22.   Indefinite delivery purchase order with
  a minimum qty 30 maximum qty 71.   Specifications, plans or
  drawings relating to the procurement described are  not available
  and cannot be furnished by government.  All responsible  sources
  may submit offer which DGSC shall consider.
CITE: (I-340 SN009146)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 -- TEST SETS FOR A/P22P-9(V) RESPIRATORS
SOL N00019-94-C-0080
DUE 121596
POC Contact, Thomas M. Maras, Phone (703)604-2119
DESC: On a sole source basis to Meggitt Oxygen Systems of Harlow,
  Essex, England, the Naval Air Systems Command intends to procure
  in fiscal year 1997 and 1998 estimated quantities of 300 test
  sets for use with the Chemical, Biological and Radiological
  (CBR) A/P22P-9(V) respirator plus associated repairs, technical
  manuals, data and contractor support. Meggitt Oxygen Systems
  is the designer, developer and manufacturer of the A/P22P-9(V)
  Respirator and Test Sets and the only known firm that possesses
  the requisite experience, production capability and technical
  expertise capable of supporting fleet requirements within the
  limited time constraints of the Navy. See note No. 22 - NAVAIR
  Synopsis No. 50070-96.
CITE: (I-340 SN009166)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 -- REPLACE PIONEER RPV GROUND CONTROL STATION PEN
  PLOTTER
SOL N/A
POC Contact, Frank Fisher, Phone (703)604-0903
DESC: The Naval Air Systems Command (NAVAIR) intends to issue
  a fixed price engineering change proposal (ECP) modification
  under NAVAIR contract N00019-94-C-0249 for replacement of the
  Pioneer Remotely Piloted Vehicle (RPV) Ground Control Station
  (GCS) pen plotter. The change is being undertaken due to obsolescence
  problems with the existing pen plotter. The pen plotter will
  be replaced by a PC based Digital Map System. The changes will
  consist of (1) removal of the existing pen plotters; (2) installation
  of the Government furnished PC sets including all mounting
  hardware; (3) modification of the existing OBY software; and
  (4) modification to the arithmetic processor board. NAVAIR
  intends to negotiate the proposed modification on a sole source
  basis with Pioneer UAV, Inc (PUI), Hunt Valley, MD. PUI is
  the prime contractor for contracting of the Pioneer RPV. Only
  PUI has access to the necessary drawings, proprietary data
  and technical expertise necessary to perform the required effort.
  See note No. 22 and 27 - NAVAIR Synopsis No. 40111-96.
CITE: (I-340 SN009212)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--RADIATOR MODIFICATION KIT.  STEWART & STEVENSON
  (81381) PN  1182AS103.
SOL SP0750-97-Q-0338
DUE 011097
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:  YPC96304000944 NSN 1740-01-163-0244, CAGE 30003
  Part No  1182AS103 radiator kit.  30 -EA Del to Cherry Point
  NC 28533-5001 Del by  120 days after date of award.  See NOTE
  22.  Solicitation not available  until 15 days after published
  in the CBD.  Specifications, plans or drawings  are not available.
   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-340 SN009057)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 17 -- TO PROCURE AN/SPN-46(V)2 PAR PID FIELD CHANGE
  KITS
SOL N/A
POC Contact, Steven Bizier, Phone (301)342-4658
DESC: The Naval Air Systems Command intends to procure AN/SPN-46(V)2
  Precision Approach Radars (PAR), Maintenance Assistance Modules
  (MAMS), Installation and Checkout Spares (INCOS), and associated
  technical documentation for amphibious aviation ships (LHA/LHD).
  Additionally, the Naval Air Systems Command intends to procure
  Product Improvement Program (PIP) Field Change Kits, MAMS,
  INCOS, and associated technical documentation for the AN/SPN-46(V)1
  Automatic Carrier Landing System. A quantity of two PARs and
  two PIP kits will be bought in Fiscal Year 1997. It is anticipated
  that one PAR and one PIP will be bought in FY98, and three
  PARs and one PIP Kit will be bought in FY99. These items will
  be procured from Textron Systems Division, 201 Lowell Street,
  Wilmington, MA 01887. The Naval Air Systems Command intends
  to negotiate a fixed price contract with two fixed price option
  years for these requirements. The Government does not have
  a level III data package for the PAR or the PIP Kit. See note
  No. 22 - NAVAIR Synopsis No. 50069-96.
CITE: (I-340 SN009210)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 -- GROUND SUPPORT EQUIPMENT FOR F-18
SOL N68335-97-R-0120
POC Ms. Kathleen Kiley, Contract Specialist, Code 2132KK, (908)
  323-5197.
DESC: Purchase Request No: N68335-6309-0878 Peculiar Support
  Equipment (PSE) for the F-18 aircraft, to be used to modify
  existing Depot Level test stands. The modified test stands
  would provide capability of testing the Main Fuel Control on
  the F404-GE-402 turbofan engine used in the F-18 aircraft.
  This procurement would also include: P/N ECP#4478-TE, Main
  Fuel Control Test Stand Modification, 2 each; P/N ECP#4479-TE,
  Main Fuel Control Test Stand Modification, 2 each and Technical
  Data. The acquisition is for supplies for which the Government
  does not own specification or drawings to permit full and open
  competition. The Government intends to procure this item under
  the authority of U.S.C. 2304(c)(1), as implemented by FAR 6.302-1.
  Allied Signal Aerospace Company, Bendix Engine Control Division,
  717 N. Bendix Drive, South Bend, Indiana 46620 as the designer,
  developer and sole manufacturer of the PSE to be acquired,
  is the only known source with the knowledge, experience and
  technical data necessary for the manufacture and the design/application
  requirement of the F-18 PSE involved. Firms that recognize
  and produce the required items are encouraged to identify themselves.
  All responsible sources may submit a proposal which may be
  considered by the government in determining whether to conduct
  a competitive procurement. A determination by the Government
  not to open the requirement to competition based on the responses
  to this notice is solely within the discretion of the Government.
  See Note 22. Request copies in writing or by facsimile (908)
  323-2165.
CITE: (I-340 SN009373)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 18--Space Vehicles
OFFADD: U.S. Department of Energy, Oakland Operations Office,1301
  Clay St., 700N, Oakland, CA 94612-5208
SUBJECT: 18 -- SYSTEM INTEGRATION OF AN ADVANCED RADIOISOTOPE
  POWER SYSTEM (ARPS)
SOL DE-RP03-97SF21256
DUE 031197
POC Bobbie Vadnais, Contracting Officer, (510) 637-1899
DESC: The Department of Energy's Oakland Operations Office intends
  to issue a Request For Proposals (RFP) No. DE-RP03-97SF21256
  entitled"System Integration of an Advanced Radioisotope Power
  System(ARPS)." The Standard Industrial Code (SIC) is 3764 representing
  Guided Missiles and Space Vehicle Propulsion Units and Propulsion
  Unit Parts. The small business size standard is 1000. The RFP
  will solicit proposals from potential offerors for the design,
  development, integration, and manufacture of an ARPS for potential
  use on a space craft/science craft for one or more NASA future
  deep space exploration missions. The successful contractor(s)
  will design an ARPS using one of three converter technologies:
  Alkaline Metal Thermal to Electric Converter (AMTEC), Thermophotovoltaic
  Converter (TPV), or Stirling Engine Converter. The converter
  technology selection will be made known to potential offerors
  upon the release of the RFP in early February 1997. The contractual
  effort consists of two separate phases. Phase I of the effort
  includes: 1) Develop a system design of an ARPS in the 100
  We class using the selected technology, 2) Based on this design,
  identify issues and concerns with the selected technology and
  recommend approaches to resolution, including recommending
  an alternate technology if appropriate, and 3) Fabricate an
  electrically heated Engineering Model of the ARPS by July 1,
  1999. If a specific mission is proposed which needs an ARPS
  as a power system option, DOE will exercise Phase II. Phase
  II will include the following tasks: 1) Complete detailed design
  of the ARPS that incorporates the science craft integration
  and mission requirements, 2) Manufacture and acceptance test
  an identified number of ARPS flight units. This includes electrically
  heated acceptance testing of the ARPS, subsequent shipment
  of the flight units to the DOE Mound Plant, oversight of the
  General Purpose Heat Source (GPHS) fuel module installation,
  and the final assembly and acceptance testing of the fully
  assembled ARPS units, 3) Prepare necessary Launch Safety Analysis
  Report and assessment of safety for the launch approval process,
  4) Establish liaison and coordinate with the Jet Propulsion
  Laboratory (JPL) to assure integration of the ARPS design and
  performance parameters with NASA/JPL space craft/science craft
  requirements through top level drawing and associated documents
  for interface controls, 5) Design and/or modify mounting hardware
  to mate the ARPS to the DOE certified shipping package and
  any ground support equipment or hardware needed for launch
  site support activities, 6) Provide launch support personnel
  and provide liaison with launch site operators, and 7) Provide
  for the management of the project, quality assurance, reliability
  analysis (FMECA) of the ARPS, and deliver status and topical
  reports. Potential missions which may require the use of ARPS,
  are being planned for the year 2002 launch, or later. The technical
  evaluation criteria will include, among others, 1) Understanding
  the issues and requirements in developing a radioisotope power
  system design based on the selected conversion technology,
  2) Understanding the manufacturing of the engineering model
  and flight units, 3) Understanding the issues, requirements,
  and past experience in integrating power system requirements
  to meet mission and science craft requirements, and 4) Capabilities
  and experience with developing safety analysis and assessments
  for launch and accident scenarios. It is anticipated that a
  DRAFT Statement of Work will be available on the Internet at
  http://www.oak.doe.gov by mid-December 1996. A DRAFT RFP will
  be available on the Internet at http://www.oak.doe.gov about
  mid-January 1997. It is anticipated that the converter technology
  will be chosen in early February 1997, at which time the RFP
  will be issued in final form. After the RFP is issued, DOE
  will allow ONLY thirty (30) days for receipt of proposals.
  Potential offerors may obtain a copy of the solicitation by
  accessing the Internet using any Web browser, at http://www.oak.doe.gov.
  No paper copies of the solicitation (RFP) will be made available.
  Potential Offerors that do not have electronic capability to
  download the solicitation shall submit a written request to
  Leann Morrow, Secretary, Source Evaluation Board, RFP No. DE-RPO3-97SF21256,
  U.S. Department of Energy, Building 311, MS L-293, P.O. Box
  808, Livermore, CA 94550, for a diskette copy of the solicitation.
  The requestor must include a self-addressed stamped envelope
  and an MS-DOS formatted high density 3 1/2" virus free diskette
  suitable for download of the electronic solicitation. The word
  processing format used for the solicitation is Word Perfect
  6.0. Potential offerors who fail to submit an appropriate diskette
  and self-addressed stamped envelope will not receive the solicitation.
  All offerors interested in receiving notification of solicitation
  release should notify DOE at leann.morrow@oak.doe.gov through
  electronic mail. The notification must include a point of contact
  name, company address, electronic mail address (preferred),
  or facsimile number, and the solicitation number. Notification
  of solicitation release will be issued through electronic mail
  or facsimile message only. Amendments to the RFP will also
  be posted on the internet.
CITE: (I-340 SN009344)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: 19 -- SMALL CRAFT
SOL N66001-97-Q-0159
DUE 122396
POC POC Ms. Angela King, Code D221, Purchasing Agent, (619)553-5829.
  Contracting Officer, C. Frison.
DESC: Purchase of the following items (all a qty of 1): 1. RHIB
  23' long X 9" wide: Removable 5 chamber inflatable collar 1650
  Decitex Neoprene/Hypalon-Coated Polyester (Gray) with lifelines,
  tube lettering and H.D. Rubstrakes, fiberglass hull and deck
  (Gray), non-skid deck has drain from inner hull through transom
  motor bracket, fiberglass motorwell, and shipping cradle. The
  RHIB must have a quick removable pontoon either bolted or a
  slide on groove type fitting. 2. Upgrade to H.D. custom aluminum
  stand-up console moved forward forward leaving 11' between
  one man bolster and aft bulkhead. Console to be mounted a prescribed
  distance with all gauges and controls installed by factory.
  3. H.D. collar upgrade (2pr step tread, 2 extra B/rubbing strikes,
  1pr mooring D rings and 2pr tube handles. 4. Hydraulic steering
  sea star 1 with side mount cylinder. 5. Certified lift sling
  with spreader bar. 6. 5 Circuit electrical system with on-off
  battery switch inside console for electrical equipment. Batteries
  will be mounted in transom area; not in console. Each battery
  shall be wired separately to each motor. 7. Twin motor instruments
  (Tachometer, Temperature, Trim and Tilt) for OMC 150's including
  pre-drilling transom, custom fuel system: All fuel to be in
  one large 100 gallon tank with two fuel filters, no valves
  (NOTE: User will mount engines after boat is delivered) VRO
  system required. 8. Navigation lights - 1 switch. 9. STD stainless
  steel beaching shoe. 10. Compass. 11. Bow Post. 12. Fire Extinguisher.
  Delivery address: NCCOSC RDT&E Div., 53605 Hull Street, San
  Diego, CA 92152-5410. Anticipated award date of contract: 96
  Dec 24. 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 96 Dec 23. 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 3732 - 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.
CITE: (I-340 SN009182)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--SUPPRESSOR ASSEMBLY
SOL SP0490-97-Q-V184
DUE 011397
POC Contact:  for copies of RFQ solicitations, please request
  by  FAX number 804-279-6010, for other information, pleas E
  contact the  buyer, Vickie Gordon/CK08/804-279-5388.
DESC: PR-NO:  YPG96313000329 NSN 2040-01-213-1377, suppressor
  assembly.   Naval Sea Systems command CAGE 53711, P/N 5749340-008
  Rev "J" dated  8/30/94.  Tech data package availability:  13
  -AY Del to San Diego CA  92132-5044 Del by 105 days ARO.  10
  -AY Del to Norfolk VA 23511-3392 Del  by 105 days ARO.  Manufacturer:
   naval Sea Systems command, part number:   5749340-008 Rev
  "J".  Specifications, plans or drawings relating to the  procurement
  described are not available and cannot be furnished by the
   government.  Unrestricted.  Automated Best Value Model:  the
  final  contract award decision may be based upon a combination
  of price, past  performance and other evaluation factors as
  described in the solicitation.   More than one source.  Solicitation
  will be made in writing.  All  responsible sources may submit
  offer which DGSC shall consider.
CITE: (I-340 SN009107)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--DOOR, METAL MARINE QA-EXTERIOR
SOL SP0490-97-Q-V186
DUE 011397
POC Contact:  for copies of RFQ solicitations, please request
  by  FAX number, 804-279-6010, for other information pleas E
  request from  buyer, Vickie Gordon/CK08/804-279-5388.
DESC: PR-NO:  YPG96303000322 NSN 2040-00-542-0200, door, metal
  marine  qa-exterior.  Origin inspection required. I/A/W Dwg
  NR Navy Dwg 6397268  basic DTD 88 Apr 13.  34 -EA Del to Norfolk
  VA 23511-3392 Del by 160  days ARO.  29 -EA Del to New Cumberland
  PA 17070-5001 Del by 160 days  ARO.  Drawing number:  Navy
  Dwg 6397268 - drawings, interim  procurement descriptions and
  deviation lists may be examined or obtained from  Defense Supply
  Center Richmond Automated Best Value Model:  the final  contract
  award decision may be based upon a combination of price, past
   performance and other evaluation factors as described in the
  solicitation.   All responsible sources may submit offer which
  DGSC shall consider.
CITE: (I-340 SN009148)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 25--HERCULES SPARES PARTS
SOL DAAE0797QR001
POC POC:  Dale Pement (810) 574-7223
DESC: TACOM plans to acquire initial vehicle unique spare PAR
  TS for the  heavy equipment recovery combat utility lift and
  evacuation system  (Hercules). the Hercules is a COM Bat recovery
  vehicle capable of  retrieving the U.S. arm Y's current and
  future combat vehicle fleet. this  actio N is for the acquisition
  of unique spare parts to suppo RT total  package fielding.
  drawings are not available.  The spare parts will CBE  acquired
  on a sole-source basi S with United defense limited partnership,
   ground syste MS Division, P.O. Box 15512, York, PA 17405-1512.
  conta  CT Dale Pement (810) 574-7223; FAX at (810) 574-7596
  or e-mail:   PEMENTD@CC.TACOM.ARMY.MIL. see NOTE:  22.
CITE: (I-339 SN009019)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 25--HERCULES UNIQUE SPARE PARTS
SOL DAAE0797QR003
POC POC:  Dale Pement (810) 574-7223
DESC: TACOM plans to acquire initial vehicle unique spare PAR
  TS for the  heavy equipment recovery combat utility lift and
  evacuation system  (Hercules). the Hercules is a COM Bat recivery
  vehicle capable of  retrieving the U.S. arm Y's current and
  future combat vehicle fleet. this  actio N is for the acquisition
  of unique spare parts to suppo RT total  package fielding.
  drawings are not available.  The spare parts will be  acquired
  on a sole-source basis with United defense limited partnership,
   ground systems Division, P.O. Box 15512, York, PA 17405-1512.
  contact  Dale Pement at (810) 574-7223; FAX:  (810) 574-7596
  or E -mail:   PEMENTD@CC.TACOM.ARMY.MIL. see NOTE:  22.
CITE: (I-339 SN009020)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 25--HERCULES UNIQUE SPARE PARTS
SOL DAAE0796QX018
POC POC:  Dale Pement (810) 574-7223
DESC: TACOM plans to acquire initial vehicle unique spare PAR
  TS for the  heavy equipment recovery combat utility lift and
  evacuation system  (Hercules). the Hercules is a COM Bat recovery
  vehicle capable of  retrieving the U.S. arm Y's current and
  future combat vehicle fleet. this  actio N is for the acquisition
  of unique spare parts to suppo RT total  package fielding.
  drawings are not available.  The spare parts will be  acquired
  on a sole-source basis with United defense limited partnership,
   ground systems Division, P.O. Box 15512, York, PA 17405-1512.
  contact  Dale Pement at (810) 574-7223; FAX # (810) 574-7596
  or e-mail:   PEMENTD@CC.TACOM.ARMY.MIL. see NOTE:  22.
CITE: (I-339 SN009021)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--PARTS KIT, TRANSMISSION OIL FILTER. CONSISTS OF
  ONE FILTER  ELEMENT AND ONE O-RING.
SOL SP0750-97-R-1986
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Robert Garman (614) 692-1329
DESC: PR-NO:  YPC96226000520 NSN 2520-01-204-2585, CAGE 18265
  Part No  HKK00-0009 CAGE 19207 Part No 5705184 parts kit, transmission
  oil filter.  consists of one filter element and one o-ring.
   Used on Allison X1100-3B  transmission.  Per army (19207)
  drawing 5705184 and all related data.   745 -EA Del to Lathrop
  CA 95330 Del by 92 days after date of award.   PR-NO:  YPC96262000832
  PR-NO:  YPC96311000869 solicitation not available  until 15
  days after published in the CBD.  Written requests for drawings
   are to be submitted to Defense Supply Center Columbus, Attn:
  dsccvtrd,  P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)
  692-2998 or Call  (614) 692-2344.  Requests should include
  the IFB/RFP/RFQ number,  opening/closing date, NSN YPC/ZPC
  or NPC number; buyer's name and your  complete name and address.
   Federal, military and commercial  specifications cannot be
  provdided 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 finala award decision will be
  based upon a  combination of price and past performance as
  described in the solicitation.   While price will be a significant
  factor in the evaluation of offers, the  final award contract
  award price may be based upon a combination of price and  delivery
  as described in this solicitation.  All responsible sources
  may  submit offer which DCSC shall consider.
CITE: (I-340 SN009055)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--PARTS KIT, DUST BOOT. CONSISTS OF PLUNGE BOOT AND
  TWO  CLAMPS.  ON LEFT AND RIGHT, FRONT
SOL SP0750-97-R-1125
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Herman POE Jr. 614692-2865
DESC: PR-NO:  YPC96297000834 NSN 2530-01-191-8740, CAGE 34623
  Part No  5705606 CAGE 62826 Part No 287-0004 parts kit, plunge
  boot. used on  differential plunge halfshaft joint assembly
  on M998:  HMMWV.  AM  General P/N 5705606.  12,400 -KT Del
  to Lathrop CA 95330 Del by 120 days  after award 6,125 -KT
  Del to New Cumberland PA 17070-5001 Del by 120 days  after
  award Del to various dests.-- solicitation not available until
  15  days after published in the CBD. specifiications, plans
  or drawings are not  available. proposed procurement contains
  a 100% option for increased  quantities. 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, delivery, and  past performance
  as described in the solicitation.  All responsible sources
   may submit offer which DCSC shall consider.
CITE: (I-340 SN009056)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: 27th Contracting Squadron, 100 N Torch Blvd, Cannon AFB,
  NM 88103-5131
SUBJECT: 25 -- CONTRACTOR-OPERATED PARTS STORE (COPARS)
SOL F29605-97-B0001
DUE 010797
POC Ed Bell, Contract Specialist (505)784-4500/Brenda K. McPherson,
  Contracting Officer (505)784-4504
DESC: Contractor shall furnish all necessary labor, tools, equipment,
  materials, transportation, supervision, and all other essentials
  necessary for the furnishing of automotive and related vehicle
  parts and accessories to support the vehicle fleet and miscellaneous
  equipment at Cannon Air Force Base, New Mexico. Contractor
  is required to set-up and maintain a store in a Government-owned
  facility. This is a requirements type contract for a base year
  with four (4) one-year options. Issue date for Invitation for
  Bids (IFB) is 04 Dec 96 with a bid opening date of 07 Jan 97.
  This requirement is 100% small business set-aside. Only written
  requests will be accepted. All responsible sources may submit
  a bid which shall be considered by the agency. NOTE: This is
  a correcting synopsis. Contractors who previously requested
  IFB need not resubmit a request.
CITE: (I-340 SN009175)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--NOZZLE, TURBINE, TURB
SOL DAAE0797RT022
DUE 020497
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Veronica Jaroma
  (810) 574-8079
DESC: NSN:  2835011524758, qty:  700, FOB:  destination, opt:
   none  item:  nozzle, turbin see NOTE:  22.  The offer due
  date is on or about  020497 (see soliciation for actual offer
  due date).
CITE: (I-339 SN009016)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--MANIFOLD, EXHAUST. ON THE DETROIT DIESEL ALLISON
  DIV OF GMC  SIX CYLINDER V53 SERIES
SOL SP0750-97-Q-0326
DUE 011397
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:  YPC96311000902 NSN 2815-00-567-2502, CAGE 56161
  Part No  10511347 CAGE 7U177 Part No B5135016 CAGE 72582 Part
  No 5135016 manifold,  exhaust. used on the Detroit Diesel Allison
  Div of GMC six cylinder V53  serries Diesel engine. in accordance
  with DCSC drawing number  CS-2815-SV-0713, Rev a.  359 -EA
  Del to Lathrop CA 95330 Del by 120  days after date of award.
   See NOTE 1.  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 or NPC number; buyer's
  name and your complete name and address.   Federal, military
  and commercial specifications cannot be provided by  DSCC.
   Automated Best Value Model (ABVM) applies.  While price may
  be a  signficant 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-340 SN009058)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--CRANKSHAFT ASSEMBLY, ENGINE.  IN DETRIOT DIESEL
  53 SERIES  DIESEL ENGINE.
SOL SP0750-97-Q-0385
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Jim Duffala,  (614)692-1679.
DESC: PR-NO:  YPC96138000965 NSN 2815-01-367-2053, CAGE C7432
  Part No  23504732 CAGE 72582 Part No 23504732 crankshaft assembly,
  engine, as  used in detriot Diesel series 53 Diesel engine.
  detriot Diesel P/N 23504752.   72 -EA Del to Lathrop CA 95330
  Del by 120 days after date of award.   Solicitation not available
  until 15 days after published in the CBD.   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.  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-340 SN009082)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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 ENGINE
SOL SP0480-97-R-0375
DUE 010697
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:  Alice  Collier/PLBL570/804-279-4556. KO:  stephe N
  M. Mason/279-3724.
DESC: PR-NO:  YPG96233000863 NSN 2840-01-280-0705, blade, turbine
   engine (solicitation SP0480-97-R-0375 open/closing date has
  been changed  from 97 Jan 02 to 97 Jan 06).  Everything Else
  remains the same.
CITE: (I-340 SN009097)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--PISTON RING & SPACER ASSY
SOL SP0480-97-R-0411
DUE 012497
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:  Alice  Collier/PLBL570/804-279-4556. KO:  stephe N
  M. Mason/279-3724.
DESC: PR-NO:  YPG96239001204 NSN 2840-00-757-3162, piston ring
  & spacer  assy Kaydon Corp, ring and seal Div (CAGE 75370)
  P/N 200450-6 the  procurement agency has data adequate for
  evaluation purposes, but limited  rights apply.  The offeror
  need provide only its data for evaluation.   68 -EA Del to
  New Cumberland PA 17070-5001 Del 80 days.  85 -EA Del to  Tracy
  CA 95376-5000 Del 80 days.  Option to Inc qty 100%.  Unrestricted.
    Other than full & open comp (sole source).  Critical application
  item.   100% qty option included in solicitation.  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-340 SN009143)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--PARTS KIT, ENGINE WATER PUMP... END ITEM APPL COMPRESSOR
   INGERSOL RAND
SOL SP0750-97-Q-0387
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Jim Duffala,  (614)692-1679.
DESC: PR-NO:  YPC96103001145 NSN 2930-00-460-4504, CAGE 18954
  Part No  K23506869 CAGE 7U177 Part No B5199533 CAGE 72582 Part
  No 0504-30-20A CAGE  72582 Part No 23506869 CAGE 72582 Part
  No 5199533 parts kit, engine water  pump.detroit Diesel P/N
  23506869 or Korody Colyer P/N k-5199533.  No  technical data
  is available at DCSC for this solicitation.  332 -EA Del  to
  New Cumberland PA 17070-5001 Del by 60 days after date of award.
    1,398 -EA Del to Lathrop CA 95330 Del by 60 days after date
  of award.   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.  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-340 SN009081)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29-MANIFOLD,INTAKE
SOL N0038397RM107
DUE 011497
POC Contact Point, Donna M Graham, 0232.11, (215)697-4964, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-2990-01-263-9011-TN, Ref Nr 2803876-101, Qty 133 EA,
  Delivery FOB Origin--Due to the critical nature of this item,
  this requirement is restricted to  Parker Hannifin(92003).
  EAD May 1997.---, See Note 22
CITE: (I-340 SN009118)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEARSHAFT, BEVEL.
SOL SP0740-97-Q-0503
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  John Lidonnice (614 )692-4711
DESC: PR-NO:  YPC96312001336 NSN 3020-00-909-1260, CAGE 03350
  Part No  37D402125P101 gearshaft, bevel. per General Electric
  Co., part number  37D402125P101.  72 -EA Del to Cherry Point
  NC 28533-5001 Del 300 days  after award solicitation not available
  until 15 days after published in the  CBD.  Specifications,
  plans or drawings are not available.  This  acquisition is
  for supplies for which the government does not possess  complete,
  unrestrictive technical data; therefore, the government  intends
  to solicit and contract with only approved sources under the
   authority of 10 U.S.C.2304(C)(1).  Approved sources are: 
  General  Electric Supply Co (03350) 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-340 SN009059)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--HOUSING, MECHANICAL DRIVE (HOUSING ASSEMBLYCONVERTER
  LOCK-UP  CLUTCH).
SOL SP0750-97-Q-0380
DUE 011397
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) Dee  Schneider (614) 692-3483
DESC: PR-NO:  YPC96291000990 NSN 3040-00-762-4507, CAGE 19207
  Part No  8351034 housing, mechanical drive (housing assemblyconverter
  lock-up  clutch) I/A/W U.S. Army drawing number 8351034.  34
  -EA Del to Lathrop  CA 95330 Del by 90 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: dsccvtrd,  P.O. Box
  3990 Columbus OH 43216-500, by FAX (614) 692-2998 or Call (614)
   692-2344.  Requests should inlcude the IFB/RFP/RFQ number,
   opening/closing date, NSN YPC/ZPC or NPC number; buyer's name
  and your  complete name and address. federal, military and
  commercial  specifications, cannot be provided by DSCC.  This
  is an unrestricted  acquisition with a 10% preference for SDB
  concerns.  Automated Best Value  Model (ABVM) 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 evalaution of offers, the final
  award decision will be based  upon a combination of price and
  past performance as described in this  solicitation.  Automated
  Best Value Model (ABVM) and Delivery Evaluation  Factor (DEF)
  appply.  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.
CITE: (I-340 SN009079)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233,
  Bldg 129-2, Lakehurst, NJ 08733-5083.
SUBJECT: 31 -- RAST LAUNCH & RECOVERY SERVICE CHANGE 62
SOL N68335-97-R-0109
DUE 121896
POC Ms. Dianne Mount, Contract Specialist, Code 213DM, (908)
  323-2903. Contracting Officer is J. Fackenthal, Code 213.
DESC: Procurement is an IDIQ award for 273 each RAST Launch &
  Recovery Service Change #62, 20 each cover plate 6532D336-1,
  5 each cover plate 627326-1, 40 each bushing 427848-1 and -2
  (20 each). 40 each thrust bearing 427849-1 and 100 each 427849-2
  and 150 each filter element 861485. Delivery is required within
  90 DAC for 1 preproduction unit and within 6 months following
  release for production for production quantities. F.O.B. Destination.
  Single award for all items. Close Machining Tolerances and
  finishing/coating processes apply. This procurement is unrestricted.
  Request copies in writing or by facsimile (908) 323-2165.
CITE: (I-340 SN009372)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 34--BRAKE MACHINE, SHEET ACCURPRESS LTD
SOL SP0490-97-Q-V138
DUE 011097
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.
DESC: PR-NO:  YPG96302001949 NSN 3441-01-365-4666, modification
  is  issued to cancel this solicitation in its entirety as of
  4 Dec 96.
CITE: (I-340 SN009099)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 34--HORIZONTAL SPINDLE MACHINING CENTER
SOL SP0490-96-R-3211
DUE 012197
POC Contact:  for copies of RFP Call Martha Meadows at (804)2796611
   or send afax to (804)279-5948.
DESC: PR-NO:  PR#96-17-1032 unrestricted solicitation, final
   solicitation package of previously announced SP0490-96-R-3211.
    Procurement of one 5-AXIS, CNC, horizontal spindle type machining
  center,  with auto tool changer and accessories, optional equipment,
   installation, and training are required.  Deliver FOB destination
  to NAS  Jacksonville, FL within 360 days ARO.  Option to increase
  the quantity  to two machines.  Inspection origin/acceptance
  destination.  Potential  offerors should NOTE that the clause
  providing preference for USA/Canada  machines has been deleted.
   Revised solicitation is subject to the buy  American act and
  balance of payments program.
CITE: (I-340 SN009140)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Department of Treasury (DY), Bureau of Engraving and
  Printing, Office of Procurement, 14th & C Sts., S. W., 708-A,
  Washington, D. C. 20228
SUBJECT: 34 -- COUNTING DISK
SOL RFQ-19-22
POC Contact Rosa Lee, Purchasing Agent, 202/874-2318.
DESC: The Bureau of Engraving and Printing (BEP) intends to issue
  a purchase order on a sole source basis to De La Rue Giori,
  S.A. for Counting Disks for the Super Numerota 212 press no.
  649018.3 All responsible sources who can provide the above
  requirement shall submit a written quotation within fifteen
  (15) days after this notice appears in the Commerce Business
  Daily and must be technically acceptable to the government.
  All quotations shall include price; FOB point; delivery date
  and business size (i.e., Large, Small, Minority, or Women-Owned).
  Requests for RFQ 19-22 must be submitted in writing or facsimile
  to 202/874-3135. No telephone requests will be accepted. A
  purchase order will be awarded on the basis of technical factors
  and price soon after the quotations are received.
CITE: (I-340 SN009348)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 34 -- GEAR HEAD ENGINE LATHE WITH ACCESSORIES
SOL DAAA03-T-0023
DUE 012297
POC Lorrie Meggs, Purchasing Agent, 501/540-3019.
DESC: Gear Head Engine Lathe, one each, with four gear ranges/dynamically
  balanced headstock. Has variable speed spindle drive with read
  out with range of 20 RPM min and max of at least 1800 RPM.
  440 volt, 3 phase 15 hp electric main motor. Two way rapid
  transverse. Automatic feed stop. Taper attachment telescopic,
  installed. Ultra rigid mechanite casting bed construction with
  3 "V" ways and one flat way. Independent control or longitudinal
  and crossfeed engagement. With the following options: 3-jaw
  UNI chuck, 4-jaw Ind. chuck D1-8, 12" dia., face plate, 23"
  dia., steady rest, follower rest with rollers 6", and toolpost
  grinder. To be delivered FOB destination to Pine Bluff Arsenal,
  Pine Bluff, AR. A written quotation will be issued on or about
  8 Jan 1997 with anticipated award date of 4 Feb 1997. Request
  for quotation packages may be requested as follows: Fascimile
  request: 501/540-4090 or in writing. All responsible sourceses
  may submit a quatation which shall be considered by Pine Bluff
  Arsenal. See Numbered Note(s): 1.
CITE: (I-340 SN009382)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--WIRE ROPE ASSEMBLY ALPS WIRE ROPE CORP (3P954)
SOL SP0500-97-Q-B581
DUE 012797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  R. Reid/VAA10/X0337 buyer:  Lori GA
   llagher/VAA17/X6579
DESC: PR-NO:  YPI96110000697 NSN 4010-01-274-7309, 100 -AY Del
  to  Mechanicsburg PA 17055-0789 Del by 31 Mar 97.  30 -AY Del
  to Tracy CA  95376-5000 Del by 31 Mar 97.  RFQ due date 97
  Jan 27 specs:  P/N 5R7796  yearly estimated quantity 60-240
  primary quantity 130 delivery schedule:   120 ADO indefinite
  delivery type contract NOTE 1 applies size standard:   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 decribed in section
  M of this solicitation.  Other NOTES:   to obtain a copy of
  this solicitation please send FAX request to (215)  697-6333ORX1462ORX2978.
   Specs/Dwgs are not required.
CITE: (I-340 SN009032)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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, SLING 13743 COLUMBUS MCKINNON CORP
SOL SP0500-97-B-0004
DUE 012797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Robert Kubiak/VAB22/X9238 buyer:  B
  ob  Kubiak/VAB22/X9238
DESC: PR-NO:  YPI96073000753 NSN 4010-00-516-8405, 5,000 -EA
  Del to  Mechanicsburg PA 17055-0789 Del by 18 Jul 96.  8,250
  -EA Del to Tracy CA  95376-5000 Del by 18 Jul 96.  IFB due
  date 97 Jan 27 specs:   MIL-DLT-6458 Rev D primary quantity
  13250 deliveries to CONUS (excluding  Alaska).  Delivery schedule:
   240 days ADO offers will be evaluated with  a 10% preference
  for small disadvantaged business concerns.  This  solicitation
  contains an opttion for increased quantity percent 50%.   Specs/Dwgs
  are not required.
CITE: (I-340 SN009073)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT,
  1300 E AVENUE, FORT LEE VA 23801-1800
SUBJECT: 41--PROVIDE AND INSTALL MILK/EGG CASES, ROLL-IN, REMOTE,
  REAR LOADING, TO COMMISSARY IN PORTSMOUTH VIRGINIA
SOL DECA01-97-T-0164
DUE 011597
POC Purchasing Agent Ernie Favale (804) 734-8602 (Site Code DECA01)
DESC: Furnish and install replacement dairy/milk/egg cases, roll-in,
  remote, medium temperature, open type, rear loading, at the
  Portsmouth Naval Shipyard Commissary, Bldg 350, Portsmouth,
  VA 23709-1001; (804) 399-7941. Three (3) each of 12 ft cases
  and on (1) each of 8 ft cases are required. Removal of the
  existing cases and installation of the new cases is required.
  Site visit is recommended. The solicitation is to be issued
  on or around December 23, 1996 as a request for quotation and
  a fixed price purchse order under part 12 of the FAR, Acquisition
  of Commercial Items, is contemplated. Written requests will
  be honored. Facsimile requests for this solicitation are acceptable
  routed to (804) 734-8886. Solicitation is 100% set aside for
  small business concerns. The standard industry code is 3585
  and the business size is 500 employees or less. All responsive
  sources may submit an offer which shall be considered by he
  above stated
CITE: (I-340 SN009281)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 42-SEAWARS KITS
SOL N0010497RK017
DUE 012497
POC Contact Point, M Altice Davis, 0242.11, (717)790-4042, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, M. E. Wise,
  0242, (717)790-2743
DESC: NSN 4220-01-169-0605, Qty 93 KT, Delivery FOB Origin--
  Except as modified or amplified in RFP.  This item contins
  class "C" explosives.  DFAR Clause 252.223-7001, Safety Precautions
  for Ammunition and  Explosives (DEC 1991) applies.  All responsivle
  sources may submit an offer which, if received in a timely
  manner, will be considered., See Note 9
CITE: (I-340 SN009128)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--BOWL, PUMP
SOL SP0760-97-Q-0203
DUE 011497
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:  FPC96165001003 NSN 4320-01-296-7233, CAGE 62983
  Part No  693183 bowl, pump. Vickers Inc P/N 693183.  93 -EA
  Del to Tinker AFB  OK 73145-9013 Del by 15 Mar 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 13 Feb 97.  All responsible sources  may submit
  offer which DCSC shall consider.
CITE: (I-340 SN009080)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 28.94 INCHES OVERALL
  LENGTH.
SOL SP0750-96-Q-0407
DUE 012497
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:  YPC96318000652 NSN 4720-01-067-9039, CAGE 12204
  Part No  XM5892 CAGE 19207 Part No 12311194 hose assembly,
  nonmetallic.  Per army  (19207) drawing 12311194 and all related
  data.  80 -EA Del to Tracy CA  95376-5000 Del by 90 days after
  date of award.  139 -EA Del to  Mechanicsburg PA 17055-0789
  Del by 90 days after date of award.  See NOTE  1.  Small business
  size standard is 500 employees.  Solicitation not  available
  until 15 days after published in the CBD.  Written requests
  for  drawings are to be submitted to Defense Supply Center,
  Columbus, Attn:  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.  Automated Best  Value Model (ABVM) applies.
   While price may be a significant factor in  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.  Automated
  Best Value Model (ABVM) and deliveryy 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-340 SN009060)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--PIPE, METALLIC.  STEEL MATERIAL, 1 INCH NOMINAL
  PIPE SIZE,  0.133 INCH WALL THICKNESS,
SOL SP0760-97-Q-0194
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)Cara  James, 614-692- 1090
DESC: PR-NO:  YPC96165001015 NSN 4710-00-162-1020, pipe, metallic.
    Steel material, 1 inch nominal pipe size, 0.133 inch wall
  thickness,  galvanized, welded, threaded ends, coupling one
  END hand tight, thread  protector other END, 21 feet lengths.
  I/A/W ASTM A53; type E or F.   1,629 -LG Del to Tracy CA 95376-5000
  Del by 70 days after date of award.   977 -LG Del to Mechanicsburg
  PA 17055-0789 Del by 70 days after date of  award.  PR-NO:
   YPC96254000764 1294 -LG Del to Stockton CA 95296-0130  Del
  by 70 days after date of 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 contract award  decision
  will be based upon a combination of price and past performance,
   as described in the solicitation.  While price will be a significant
  factor  in the evaluation of offers the final contract award
  price may be based upon a  combination of price and delivery
  as described in this solicitation. this  request will be issued
  via a written RFQ. the expected award date is 10  Feb 97. 
  All responsible sources may submit offer which DCSC shall consider.
CITE: (I-340 SN009083)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Carderock Division Naval Surface Warfare Center, Ship
  Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083
SUBJECT: 47 -- MANIFOLD
SOL N65540-97-RQ-638J
DUE 122796
POC Catherine Guerra, Purchasing Agent, (215) 897-7898.
DESC: Naval Surface Warfare Center, Carderock Division, Philadelphia
  intends to acquire, on a sole source basis, seven (7) manifolds
  from Derbyshire Marine, Philadelphia, Pa. Lower P/N M3597/MPl2321.
  These are needed for a retro-fit of shipboard lower purge manifold
  blocks on various class ships. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. No telephone requests will be accepted.
  You may FAX your request to (215) 897-7162. See Numbered Note(s):
  1, 22.
CITE: (I-340 SN009217)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--SEPARATOR, WATER, LIQUID FUEL.  EXCEPTION DATA:
    SPECIFICATION CONTROL DRAWING
SOL SP0770-97-Q-MG22
DUE 011797
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:  Annette  Shelton (614) 692-2757.
DESC: PR-NO:  YPC96324000598 NSN 4930-00-431-9077, CAGE 87405
  Part No  054190-03 separator, water, liquid fuel.  I/A/W bureau
  of ships, Dept  of the Navy specification control drawing 2584546.
   39 -EA Del to (Call  contracting office) Del 90 days ADO.
   Small business size standard is 500  employees.  Solicitation
  not available until 15 days after published in the  CBD. written
  requests for drawings are to be submitted to Defense Supply
   Center Columbus, Attn DSCC-VTRD 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 proveded 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-340 SN009084)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: 305 Contracting Squadron, 3563 Lancaster Ave, McGuire
  AFB, NJ 08641- 1712
SUBJECT: 49 -- VACUUM FORMING MACHINE
SOL F28609-97-B0006
DUE 012897
POC Barbara Ackley, Purchasing Agent at 609-724-2420.
DESC: Furnish vacuum forming machine (dual-platen/deep-draw)
  fully automatic, with sandwich heater. To include all frames
  to fit sheet sizes from 3'x 3' up to 12' x 14'. The SIC code
  is 3567. Small business size standard is 500 employees. This
  proposed contract is 100% small business set-aside. WRITTEN
  REQUESTS ONLY - TELEPHONIC REQUESTS WILL NOT BE HONORED. FAX
  REQUESTS WILL BE ACCEPTED AT 609-724-3880. Solicitation will
  be issued on or about 27 Dec 96. Include your (1) business
  name, (2) business size, (3) address (to include nine-digit
  zip code), (4) telephone number, (5) fax number, and (6) the
  solicitation number in all requests.
CITE: (I-340 SN009165)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--SPACER, RING TWIN DISC INC. (61208)
SOL SP0500-97-Q-DJ13
DUE 011497
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Mark Tanguay/PVVAA11/(215)697-23 57
  buyer:  Mark  Tanguay/PVVAA11/(215)697-2357
DESC: PR-NO:  YPI96073000910 NSN 5365-00-116-5221, @DIAMETER
  2.531  inches nominal 1,520 -EA Del to New Cumberland PA 17070-5001
  Del by 18  Sep 96.  RFQ due date:  97JAN14 specs:  twin DISC(61208)
  P/N 202774  predominant mater:  steel size/dimen:  I.D. 2.531
  IN., O.D. 3.187 IN.,  thk. 0.312 IN., counterbored 2.119 in
  dia., 0.156 IN. deep.  Primary  qty:  1520 deliveries to CONUS
  (excluding Alaska).  Delivery schedule:   90 days ADO.  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).   The approved source is twin DISC(61208)
  P/N202774 while price will be a  significant factor in the
  evaluation of the final contract award price will  be based
  upon a combination of price and delivery as described in section
  M  of this solicitation.  To obtain a copy of this solcitation
  please send  FAX request to (215)697-6333.
CITE: (I-340 SN009031)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--COVER, ACCESS CINCINNATI ELECTRONICS CORP (80045)
SOL SP0500-97-Q-E107
DUE 122396
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Carol lauff/MMCB06/(215)697-4987 buyer:
   Mary  Lynch/PMMCB10/(215)697-5734
DESC: PR-NO:  YPI96283005806 NSN 5340-01-287-9789, 10 -EA Del
  to New  Cumberland PA 17070-5001 Del by 11 Nov 96.  RFQ due
  date:  96DEC23 specs:   Cincinnati electroinics Corp. 628347
  primary qty:  10 deliveries to  CONUS (excluding Alaska). 
  Delivery schedule:  120 days ADO.  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
  source is:   Cincinnati Electronics Corp.  P/N 628347.  Dwrgs
  are not requireds.  To  obtain a copy of this solicitation
  please send FAX request to  (215)697-6333.
CITE: (I-340 SN009033)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--TURNBUCKLE 1 INCH BY 12 INCH
SOL SP0500-97-Q-D679
DUE 010197
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  James L. eagen/PMMCC07/(215)6976425
  buyer:  Jim  eagen/PMMCC07/(215)697-6425
DESC: PR-NO:  YPI96302001421 NSN 5340-00-187-8192, @SURFACE treatment
   and location Zinc overall @OVERALL length 23.000 inches nominal
  2,550 -EA  Del to New Cumberland PA 17070-5001 Del by 04 Apr
  97.  RFQ due date:   97JAN04 specs:  FF-T-791B type 1, form
  1, class 4 predominant mater:   steel size/dimen:  1 inch by
  12 inch Zink plated, with lock nuts.   Primary qty:  2550 deliveries
  to CONUS (excluding Alaska).  Delivery  schedule:  120 days
  NOTES one(1) and twelve(12) does apply.  Set-aside  standard
  is:  500 while price will be 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  solicitaiton.  To obtain a copy of this solicitation
  please send FAX  request to (215)697-6333.
CITE: (I-340 SN009034)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--CATCH, CLAMPING HARTWELL CORP (83014)
SOL SP0500-97-Q-E969
DUE 012597
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Valerie Hahn/PMMAA05/(215)697-65 24
  buyer:   Valerie Hahn/PMMAA05/(215)697-6524
DESC: PR-NO:  YPI96310003203 NSN 5340-01-160-6801, 37 -EA Del
  to New  Cumberland PA 17070-5001 Del by 06 Feb 97.  RFQ due
  date:  97JAN25  specs/dwrgs are not required.  Primary qty:
   37 delivery schedule:  90  days from 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).  Approved source is:  Hartwell OEM.
   This purchase is for a  national defense item and therefore
  restricted to U.S. sources.  To  obtain a copy of this solcitation
  please send FAX request to (215)697-6333.
CITE: (I-340 SN009036)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--COUPLING, CLAMP, GROOVED SOURCE CONTROL DOCUMENT
SOL SP0500-97-Q-D777
DUE 011397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  James L. eagen/PMMCC07/(215)6976425
  buyer:  James  L. eagen/PMMCC07/(215)697-6425
DESC: PR-NO:  YPI96317001358 NSN 5340-00-331-4797, steel 450
  -EA Del to  New Cumberland PA 17070-5001 Del by 02 Feb 97.
   See NOTES 9, 22, RFQ  due date:  97JAN13 specs:  McDonnell
  Douglas P/N ST7M276-200L  predominant mater:  steel primary
  qty:  450 deliveries to CONUS  (excluding Alaska).  Delivery
  schedule:  120 days offers will be  evaluated with a 10% preference
  for small disadvantaged business concern.   NOTE twelve does
  apply.  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:  pressure science INC.(15284)
  and, Voss Industries (14242).   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.
CITE: (I-340 SN009037)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--BOOT, DUST AND MOISTURE SEAL 19207 U S ARMY TANK-AUTO
   COMMAND
SOL SP0500-97-Q-F002
DUE 012797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Vernon C. Cooper/MAA05/215-697-6 524
  buyer:   Valerie Hahn/MAA05/215-697-6524
DESC: PR-NO:  YPI96318001217 NSN 5340-01-378-5201, 3,300 -EA
  Del to New  Cumberland PA 17070-5001 Del by 01 Jan 97.  RFQ
  due date:  97JAN27 specs:   19207 12342646 primary qty:  3300
  delivery schedule:  60 days 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.  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-340 SN009038)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--LATCH, SEAT SOURCE CONTROL DATA
SOL SP0500-97-Q-D885
DUE 122396
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Carol lauff/MMCB06/(215)697-4987 buyer:
   Mary  Lynch/PMMCB10/(215)697-5734
DESC: PR-NO:  YPI96310002585 NSN 5340-01-113-8181, 640 -EA Del
  to New  Cumberland PA 17070-5001 Del by 17 May 97.  See NOTES
  9, 22, RFQ due  date:  96DEC23 specs:  Sikorsky P/N 70500-02162-102
  primary qty:  640  deliveies to CONUS (excluding Alaska). 
  Delivery schedule:  120 days ADO.   NOTE one(1) does apply
  set a-side standard is:  500 this contract action  is for supplies
  for which the government does not possess complete,  unrestrictive
  technical data; therefore the government intends to solicit
   and contract with only approved sources under the authority
  of 10 U.S.C.  2304(C)(1).  Approved source is:  Hartwell Corp.
   While price will be a  significant factor in the evaluation
  of offers, the final contract award  price price will be based
  upon a combination of price and delivery as  described in section
  M of this solicitaiton.  To obtain a copy of this  solicitation
  please send FAX request to (215)697-6333.  Dwrgs are not  required.
CITE: (I-340 SN009071)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--CAP-PLUG, PROTECTIVE DUST AND MOISTURE SEAL (80063)
  U S ARMY  READINESS COMMAND
SOL SP0500-97-Q-GJ76
DUE 011097
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Eric Miller/MBA04/(215)697-0302 buyer:
   Eric  Miller/PMMBA04/(215)697-0302
DESC: PR-NO:  YPI96040001100 NSN 5340-01-362-6138, 450 -EA Del
  to New  Cumberland PA 17070-5001 Del by 29 Mar 97.  RFQ due
  date:  97JAN10 specs  not required.  Incremental bidding: 
  primary qty:  450 1ST alt qty:   600 2ND alt qty:  750 deliveries
  to CONUS (excluding Alaska).  Delivery  schedule:  180 days.
   NOTES one(1) and Nine(9) does apply.  Set a-side  standard
  is:  500 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.
   To obtain a copy of this solicitation please send FAX  request
  to (215)697-6333.
CITE: (I-340 SN009072)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--CONNECTOR, ROD END MCDONNELL DOUGLAS CORP (76301)
SOL SP0500-97-Q-E263
DUE 123196
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Gary Trauger/MCA07/X5545 buyer:  M
   connors/MCA55/X6016
DESC: PR-NO:  YPI96320000724 NSN 5340-01-164-0867, 100 -EA Del
  to Tracy  CA 95376-5000 Del by 27 Jul 97.  RFQ due date 96
  Dec 31 primary quantity:   100 delivery schedule:  90 days
  NOTE 2 applies 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:  Northrop (76823), Essner
  metal  (2B834), Aero Components (59213) 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 SE ction
  M of this solicitation specs/Dwgs are not required to obtain
  a  copy of this solicitation please FAX request to (215) 697-6333,
  X1462,  2978.
CITE: (I-340 SN009074)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--LUMBER, SOFTWOOD, DIMENSION; IN ACCORDANCE WITH
  FED. SPEC.  MM-L-751. ALL SPECIES
SOL SP0500-97-Q-F079
DUE 122396
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Tyrone R. Lyles/WAA19/X6352 buyer:
   T.  Lyles/WAA19/X6352
DESC: PR-NO:  YPI96310001720 NSN 5510-00-551-9651, lumber, softwood;
   I/A/W MM-L-751.  Grade:  C select - size:  2 "X 4".  Full
  and open  competition apply 40,000 -BF Del to Schofield bks
  HI 96857 Del by 09 Nov  96.  RFQ due date 96 Dec 23 specs:
   lumber, softwood primary quantity  40000 delivery schedule:
   30 days NOTE 1 applies size standard:  500  other NOTES: 
  to obtain a copy of this solicitation please send FAX  request
  to (215) 697-6333ORX1462ORX2978.  Specs/Dwgs are not required.
CITE: (I-340 SN009035)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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  (CID) A-A-55057, TYPE A (PS1-95).
SOL SP0500-97-Q-F066
DUE 122796
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jeff Kochanowicz/WAA07/215-697-3 225
  buyer:  Kathy  Hines/WAA07/215-697-3225
DESC: PR-NO:  YPI96327000596 NSN 5530-00-618-6958, plywood, Const;
   I/A/W CID A-A-55057A, (ALL-VENEER) grade:  CDX / rated  sheathing-exposure
  1.  Size:  1/2 "(15/32" ) X 48 "X 96".  Full and  open competition
  apply 2,046 -SH Del to Okinawa Ryukyu Island Japan Del  by
  19 Feb 97.  RFQ due date:  96DEC27 specs:  (CID) A-A-55057
  primary  qty:  2064 delivery schedule:  14 days size standard:
   500 NOTE 1  applies this solicitation also contains YPI96327000599.
   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-340 SN009075)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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  (CID) A-A-55057, TYPE A (PS1-95).
SOL SP0500-97-Q-F319
DUE 122396
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Tyrone R. Lyles/WAA19/X6352 buyer:
   T.  Lyles/WAA19/X6352
DESC: PR-NO:  YPI96330001013 NSN 5530-00-618-6956, plywood, Const;
   I/A/W CID A-A-55057A, (ALL-VENEER) grade:  CDX/rated sheathing-exp
  1.   Size:  3/8 "X 48" X 96 ".  Full and open competition apply
  3,074 -SH  Del to Okinawa Ryukyu Island Japan Del by 19 Feb
  97.  RFQ due date 96 Dec  21 days NOTE 1 applies size standard:
   500 other NOTES:  also contain  PR# YPI96330001005 other NOTES:
   to obtain a copy of this solicitation  please send FAX request
  to (215) 697-6333ORX1462ORX2978.  Specs/Dwgs are  not required.
CITE: (I-340 SN009076)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: U S BUREAU OF RECLAMATION, CODE 7810, P O BOX 620, GRAND
  COULEE, WA 99133
SUBJECT: 55--BOOM LOGS, COMPLETE WITH WEAR PLATES AND BOOM CHAINS
SOL 142597SQ1704090 1425-97-SQ-17-
DUE 010397
POC CONTRACTING OFFICER, DEETS AYLING, 509-633-9516
DESC: Boom Log, 33 ft long x 14 diameter complete with wear plates
  and boom chains installed. For debris collection log booms
  located on Franklin D. Roosevelt Lake, delivered to Kettle
  Falls facility upstream of Grand Coulee Dam Washington. Fax
  requests fo specifications and drawing to 509 633-9175.
CITE: (I-340 SN009274)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--COOLER, CRYOGENIC
SOL SP0970-97-R-A004
DUE 012397
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:  YPE96071000708 NSN 5855-12-334-5972, CAGE D1597
  Part No  021.451 679 other than full and open competition:
   part numbered item.   Products offered clause applies.  Various
  increments solicited from:   25-49 EA; 100-249 EA; 250-749
  EA; 750-1000 EA.  PR quantity:  50 EA.   Delivery to:  FY2020-HILL
  AFB UT; 50 EA FY2060 Robins AFB GA.  Delivery  schedule:  5
  EA within 120 days AEDC, the balance at the rate of 5 EA  every
  30 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-340 SN009243)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--COUPLER, AMPLIFIER
SOL SP0970-97-Q-A082
DUE 011597
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96171000310 NSN 5820-01-332-6153, CAGE 05869
  Part No  755002A0550 CAGE 53711 Part No AM6874/PRC-104 1 -EA
  Del to Patuxent River  MD 20670-5304 delivery schedule:  1-4
  each within 30 days balance at a  rate of 3 each, each 30 days.
   Various increments solicited:  1--4,  5--10.  Threshold PR
  quantity:  1 each.  Standard size:  750.   Unrestricted (sole
  source/single) (no preference).  Other than full and  open
  competition:  part numbered item. products offered clause applies.
    Issue date:  27 Dec 96; closing date:  15 Jan 97.  All responsible
   sources may submit offer which DESC shall consider.
CITE: (I-340 SN009245)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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, RADIO SET
SOL SP0970-97-R-A028
DUE 013197
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:  YPE96255000375 NSN 5826-01-239-6808, CAGE 13499
  Part No  622-7490-002 CAGE 80058 Part No C-11680(V)2/ARN-147(V)
  CAGE 85374 Part No  277900-020 power source:  external.  CASE
  material:  aluminum.   Inclosure type:  encased.  Maximum overall
  length:  5.750 inches.   Maximum overall width:  3.000 inches.
   Maximum overall height:  2.630  inches.  Mounting method:
   panel.  Features provided:  power on-off  switch.  Special
  features:  vor/ILS frequency range - 108.00 117.95 MHZ,  arinc
  2 out of 5 of MIL-STD-1553B; vor CHANNELS160, LOC channels
  - 40;  glideslope freq. range - 329.15 to 335.00 MHZ, glidescope
  freq.  control - arinc 2 out of 5 and/or MIL-STD-1553B paired
  with localizer  channels; power requirements - approximately
  8 Watts of 28 VDC, control  J1 matingconnector - MS3476L-20-41S.
   Supplementary features:  designed  for airborne installation;
  passive remote control, except for lighting;  panel mtd by
  4 quarter-turn fasteners functional description:  provides
   power on/off and parallel tuning interface (primary or backup
  to  MIL-STD-15538) to USAF STD vor/ILS MB receiver.  56 -EA
  Del to  Mechanicsburg PA 17055-0789 other than full and open
  competition:  part  numbered item.  Products offered clause
  applies.  Various increments  solicited:  25-49, 50-74, 75-99,
  100-149.  PR quantity:  56 each.   Line 1 quantity 56 -SW3100
  Mechanicsburg PA 17055-0789.  Delivery  schedule:  deliver
  50 ea.within 150 days ADC 25 ea.every 30 days  thereafter.
   Set-aside:  unrestriced with preferential consideration for
   SDB.  Size standard:  750.  All responsible sources may submit
  offer which  DESC shall consider.
CITE: (I-340 SN009262)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria,
  VA 22310-3398
SUBJECT: 58 -- PORTABLE RADIO COMMUNICATION EQUIPMENT
SOL N/A
POC Susan Benik, Contract Specialist, (703) 325-6962, Edward
  Archer, Contracting Officer, (703) 325-5028.
DESC: The Defense Special Weapons Agency (DSWA) has a requirement
  for portable radio communication equipment. The radio communication
  equipment is being provided to Kazakstan to support Strategic
  Offensive Arms Elimination (SOAE) as authorized by the Nunn-Lugar
  Cooperative Threat Reduction (CTR) legislation. This is a total
  small business set-aside. See Note 1. All requests for the
  RFP must be in writing. Faxed requests are acceptable and shall
  be faxed to the attention of Susan Benik at (703) 325-9291.
  If the request is faxed, no hard copy is required. Information
  on DSWA solicitations, already released, can be obtained by
  calling the DSWA Hotline at (703) 325-1173. As of 31 May 96,
  Acquisition Management has added "Procurement Opportunities"
  to the DSWA Home Page available on the World Wide Web. Information
  will include this synopsis and more. Please check us out at
  www.dswa.mil. Reference Synopsis No. 97-19
CITE: (I-340 SN009356)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: United States Special Operations Command, Directorate
  of Procurement (SOAC-KB), 2418 Florida Keys Ave., MacDill AFB,
  FL 33621-5316
SUBJECT: 58-- MULTIBAND, MULTIMISSION RADIO (MBMMR)
SOL N/A
DUE 010997
POC E. J. More, contracting Officer  (813)8405453
DESC: The United States Special Operations Command (USSOCOM)
  is conducting a Market Investigation (MI) to identify on-going
  IR&D and/or Government sponsored initiatives in the area of
  multiband, multimission manpack radio systems.  This MI does
  not signify a request for proposal (RFP) or intention to enter
  into a contract.  Industry comments are solicited concerning
  the feasibility and availability of technology to achieve the
  MBMMR capabilities in the desired time frame (initial deliveries
  required in 4th Qtr CY 98).  The intent of the MBMMR program
  is to provide Special Operations Forces (SOF) with a state-of-the-art,
  tactical, multiband and multimission long range manpack radio
  that will enable SOF teams to communicate on user selected
  frequencies and waveforms from 30 to 512 megahertz (MHz). 
  The MBMMR will weigh less than 15 pounds, be smaller than 600
  cubic inches, include: embedded COMSEC (e.g., VINSON, FASCINATOR,
  ANDVT/KYV-5, KG 84-C); the SINCGARS and Have Quick II ECCM
  waveforms; both 5 kHz and 25 kHz DAMA for tactical satellite
  (TACSAT) operations; and possess full band capability from
  30 to 512 MHz.  The MBMMR will replace/augment several manpack
  radios currently used by SOF, such as the AN/PRC-117B-D, AN/PRC-119,
  AN/PRC-113, AN/PSC-5, AN/PSC-7, AN/PSC-3, HST-4, and the LST-5B/C.
   The MBMMR will enhance communications interoperability between
  SOF and conventional units and will reduce the types and quantities
  of manpack radios currently required to be deployed to support
  SOF missions.  Interested parties must submit written requests
  to Mr. E.J. More, USSOCOM Contracting Officer, c/o Booz-Allen
  & Hamilton, Attn:  Mr. Frank Mariello, 4890 West Kennedy Blvd,
  Suite 475, Tampa, FL 33609 to obtain a MBMMR information package.
   The package will include an Industry Questionnaire a copy
  of a DRAFT requirements Correlation Matrix from the MBMMR Operational
  Requirements Document.  The completed questionnaire, a respondent
  generated matrix, identifying those threshold and/or objective
  requirements in the correlation matrix, and any questions or
  comments must be returned by 9 January 97. 
EMAIL moreej@soac.hqsocom.mil
EMAILDESC: 
CITE: (W-340 SN009364)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Naval Air Warfare Center Training Systems Division, 12350
  Research Parkway, Orlando, FL  32826-3224
SUBJECT: 59 -- COMPUTER CARDS FOR DEVICE 02F87(F)
SOL N61339-97-Q-0249
DUE 012797
POC Contracting Officer, Jeanne Morrison, 407/380-4052
DESC: No known NSN Items, no specifications available.  The government
  intends to negotiate on a Sole Source basis with Hughes Training
  Inc., Link Division, Binghamton, NY.  Parts to be procured
  are various Hughes Training Inc, components to be used as spare
  parts. The components must interface with existing equipment
  and operate mechanically and electrically in the same manner
  as the part to be replaced.  Requested Del 90 days.  Only written
  requests for Quotation will be honored and should contain Contractor
  Establishment Code. Small Purchase procedures apply.  All responsible
  sources may submit a quotation which shall be considered by
  this agency.  See Note 22.
CITE: (I-339 SN009011)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 WHITTAKER CORP
SOL SP0451-96-Q-YZ87
DUE 010397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JBPA  Richmond VA 23297-5312 AC (804)279-3129. 
  For copies of RFQ solicitations,  contact the buyer. PO C:
   Lorraine Ricks/BB731/804-279-3129; KO:   Joyce M. COOP er/804-279-5279.
DESC: PR-NO:  YPG96127001918 NSN 5995-01-188-0088, cable assembly,
   radio frequency.  Whittaker Corp, CAGE 72152, P/N 14-00-01350,
  Kaman  instrumentation Corp, CAGE 7T028, P/N 853230-239 or
  McDonnell Douglas Corp,  CAGE 76301, P/N 75-878051-239.  Specifications,
  plans or drawings  relating to the procurement described are
  not available and cannot be  furnished by the government. 
  Unrestricted.  Other than full and open  comp (sole source)
  FAR 6.302-1.  52 -EA Del to Richmond VA 23297-5900  Del by
  100 days ARO.  All responsible sources may submit offer which
  DGSC  shall consider.
CITE: (I-340 SN009105)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59-CIRCUIT CARD ASSEMB
SOL N0010497QCA88
DUE 012397
POC Contact Point, Barbara A Mccarthy, 02111.13, (717)790-1201,
  Fax, (717)790-2284, Twx, Not-avail
DESC: NSN 7H-5998-01-375-8842, SPEC NR TDP VER 002, Ref Nr ESA
  56493CA, Qty 4 EA, Deliver to Defense Distrbution Depot San
  Diego San Diego CA, See Notes 9,22
CITE: (I-340 SN009129)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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, SPEC
SOL SP0451-97-Q-F300
DUE 012097
POC Contact:  for copies of RFQ solicitations, contact the buyer,
   rose M. Gordon/BB831/804-279-3306, FAX DSCR-JBPA/804 -279-6009.
   contracting officer, Kathleen Hicks.
DESC: PR-NO:  YPG96303000720 NSN 5995-01-271-1047, cable assembly,
   special, Grumman Aerospace Corp, CAGE 26512, P/N 1128AV42940-5.
   specifications, plans or drawings relating to the procurement
  described are  not available and cannot be furnished by the
  government.  Unrestricted.   Only one source. 100% option.
   Destination inspection required.  The  final contract award
  decision may be based upon a combination of price, past  performance
  and other evaluation factors as described in the solicitation.
    16 -EA Del to Bremerton WA 98314 Del by 287 days ARO.  5
  -EA Del to  Cherry Point N C 28533-5001 Del by 287 days ARO.
   All responsible sources  may submit offer which DGSC shall
  consider.
CITE: (I-340 SN009149)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Naval Air Warfare Center Training Systems Division, 12350
  Research Parkway, Orlando, FL  32826-3224
SUBJECT: 59 -- SPARE PARTS FOR DEVICE 02F87(F)
SOL N61339-97-Q-0248
DUE 012797
POC Contracting Officer, Jeanne Morrison, 407/380-4052
DESC: No known NSN items, no specifications available.  The government
  intends to negotiate on a Sole Source basis with Systran Corporation,
  Dayton, OH.  Parts to be procured are various Systran Corp.,
  components to be used as spare parts. The components must interface
  with existing equipment and operate mechanically and electrically
  in the same manner as part to be replaced.  Requested Del 90
  days.  Only written Requests for Quotation will be honored
  and should contain Contractor Establishment Code. Small Purchase
  procedures apply.  All responsible sources may submit a quotation
  which shall be considered by this agency.  See Note 22.
CITE: (I-340 SN009228)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--CIRCUIT CARD ASSEMB
SOL SP0960-97-Q-A044
DUE 123096
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:  YPE96116000037 NSN 5998-01-143-7333, CAGE 64547
  Part No  2106605-4 CAGE 64547 Part No 2113577-1 27 -EA Del
  to Jacksonville FL  32212-0097 Del by 19 Feb 97.  Other than
  full and open competition:   part numbered item products offered
  clause applies various increments:   1-30 31-60 61-90 size
  standard:  500 delivery schedule:  27 each within  90 days
  set-aside type:  g-unrestricted (sole source/single source)
  (no  preference) no drawings available all responsible sources
  may submit offer  which DESC shall consider.
CITE: (I-340 SN009244)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 SP0970-97-Q-0082
DUE 122096
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:  YPE96219000392 NSN 5985-00-757-8981, CAGE 81205
  Part No  5-88154-4 CAGE 81205 Part No 65-31355-4 @DESIGN type
  mast single antenna  element 9 -EA Del to Mechanicsburg PA
  17055-0789 other than full and open  competition:  part numbered
  item products offered clause applies.   Various increments
  solicited:  1-4, 5-9, 10-14, 15.  PR quantity:  9  EA.  Line
  1 quantity 9 -SW3100 Mechanicsburg PA 17055-0789.  Delivery
   schedule:  requested 60 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-340 SN009246)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 SP0970-97-Q-A097
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:  YPE96323000595 NSN 5985-00-414-0393, CAGE 0HHN4
  Part No  cp-03003 CAGE 04597 Part No 69D34382-5 CAGE 84027
  Part No 69D34832-5 CAGE  98750 Part No 69D34832-5 other than
  full and open competition:  part  numbered item.  Products
  offered clause applies.  Various increments  solicited from:
   500-749 EA; 750-999 EA; 1000-1499 EA; 1500-2499 EA.   PR quantity:
   631 EA.  Deliver to:  631 EA - W62G27 - Stockton CA.   Delivery
  schedule:  all quantities IN 90 days.  Set aside type:  total
   SDB set aside.  Size standard:  750.  Small business percent:
   100.   All responsible sources may submit offer which DESC
  shall consider.
CITE: (I-340 SN009247)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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, DYNAMIC DESC FORM 239 DTD 18 JAN 95
  APPLIES.
SOL SP0970-97-Q-A096
DUE 013197
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:  YPE96228000591 NSN 5965-01-277-8589, CAGE 18068
  Part No  10903B CAGE 59369 Part No 4600-CA CAGE 81134 Part
  No 81839 CAGE 81361 Part  No 5-1-1543 CAGE 81579 Part No CE133/150
  CAGE 82872 Part No  215-330-005-604 frequency response range
  in Hertz 200.0 to 6000.0 sound  pickup directional type:  unidirectional.
   Body style:  18 hand held.   3,834 -EA Del to Lathrop CA 95330
  Del by 07 Oct 96.  2,842 -EA Del to  Mechanicsburg PA 17055-0789
  full and open competition:  complete,  unrestricted data package
  available.  Various increments solicited:   2000-4999, 5000-7499,
  7500-9999.  PR quantity:  6676 EA.  Line 1  quantity 3834 -W62G2T
  Stockton CA 95296-0130.  Line 2 quantity 2842 - SW3100 Mechanicsburg
  PA 17055-0789 delivery schedule:  deliver entire  quantity
  within 90 days ADO.  Set-aside:  total small business set-aside.
    Size standard:  750.  All responsible sources may submit
  offer which DESC  shall consider.
CITE: (I-340 SN009261)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRONIC COMPONEN
SOL SP0960-97-R-A013
DUE 122396
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:  YPE96264000436 NSN 5998-01-109-7000, CAGE 28480
  Part No  08160-66528 64 -EA Del to Lathrop CA 95330 Del by
  18 Nov 96.  15 -EA  Del to Mechanicsburg PA 17055-0789 Del
  by 19 Nov 96.  Other than full and  open competition:  part
  numbered item products offered clause applies  various increments:
   1-49 50-99 100-149 150-199 200-249 250-300 delivery  schedule:
   86 each within 180 days, 25 each every 30 days thereafter
   set-aside type:  g-unrestricted (sole source/single source)
  (no  preference) no drawings available size standard:  500
  all responsible  sources may submit offer which DESC shall
  consider.
CITE: (I-340 SN009263)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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, THUMBWHEEL
SOL SP0930-97-R-A022
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:  YPE96302000851 NSN 5930-00-492-0590, CAGE 93322
  Part No  7902618 CAGE 99479 Part No DC3841-1 no data available
  for manufacturers  purposes.  10 -EA Del to Mechanicsburg PA
  17055-0789 Del by 07 Jan 97.   35 -EA Del to Lathrop CA 95330
  Del by 07 Jan 97.  See NOTES 9, 22,  other than full and open
  competition:  part numbered item products  offered clause applies
  solicited various increments from:  10 to 149 PR  qty:  45
  EA delivery schedule:  45 EA within 160 days with any balanc
  to  be Del at 45 EA every 30 days standard size:  3613 set-aside
  type:   total small business set-aside all responsible sources
  may submit offer which  DESC shall consider.
CITE: (I-340 SN009264)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Panama Canal Commission, Logistical Support Division,
  UNIT 2300, APO AA, FL  34011-5000
SUBJECT: 59-POWER CABLE # 8/3 SDT-TC+ GRD
SOL PAC 84309-JR-29
DUE 010397
POC JOSE R. ECHART, CONTRACT SPECIALIST, (507) 272-4658, GARY
  M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658
DESC: QUANTITY: 50000 FEET POWER CABLE WITH SALIENT CHARCTERSTICS:
  NO. V1501 AWG #8 V1501887, SHIP IN 50 REELS OF 1000 FT. EACH
  IN NON-RETURNABLE REEL. THIS CABLE SHALL BE ROYAL OR EQUAL.
  PC12376 3 CONDUCTORS WITH GROUND AWG # 8. CONDUCTOR SIZE: 8.
  CONDUCTOR STRAND: 19. INSULATION : .030. O.D: .70. JKT.: .060.
  AMPACITY NEC:59 ADJUSTED FOR COOPER AT TIME OF SHIPMENT. DELIVERY
  30 TO 45 DAYS FOB NEW ORLEANS, 90 TO 120 DAYS FOB/CIF GAMBOA,
  REPUBLIC OF PANAMA, AFTER RECEIPT OF NOTICE OF AWARD.  WHEN
  REQUESTING SOLICITATION, STATE NAME, ADDRESS AND SOLICITATION
  NUMBER. REQUESTS WILL BE ACCEPTED BY FACSIMILE AT 011-507-272-7661
  OR 1512. ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH
  SHALL BE CONSIDERED BY THE COMMISSION. BASIS OF AWARD MAY BE
  MADE ON "BEST VALUE" RATHER THAN THE LOWEST PRICE. IN DETERMINING
  "BEST VALUE" FACTORS SUCH AS DELIVERY TIME, QUALITY OF PRODUCT,
  EXPERIENCE, PAST PERFORMANCE AND RESPONSABILITY SHALL BE CONSIDERED
  TO ENSURE THAT THE PURCHASE IS ADVANTAGEOUS TO PCC.
CITE: (I-340 SN009312)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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-A032
DUE 011097
POC AMSMI-AC-CDDC, Patricia Butler Contract Specialist, 205-842-6524
  AMSMI-AC-CDDC, Denise L. Owens Contracting Officer, 205-842-6517.
DESC: Synopsis No. 5364-96 (MA) NSN 5999-01-214-0983, Army P/N
  13225385, Item description: Resistor 11; microcircuit 5; capacitor
  12; 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 50, known quantity of 126,
  and a maximum quantity of 177 each. In addition, this requirement
  will have option quantities for the base year FY 97, ranging
  from 50 - 100 each, and out years FY 98 through FY 00, ranging
  from 50 - 100 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. RFP will be issued to Hughes Georgia, Incorporated,
  1302 Orchard Hill Road, LaGrange, GA 30240. 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 5999-01-214-0983, Awd Date 013190,
  Qty 28, Unit Price $1,234.56. 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 for this procurement
  and will not be furnished. Potential offerors are encouraged
  to pursue qualification for future buys is accordance with
  MICOM Pamphlet 702-1 available through Internet. See Numbered
  Note(s): 22.
CITE: (I-340 SN009352)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Information Systems Agency, NCRCO, 701 South
  Court House Road, Arlington, VA 22204-2199
SUBJECT: 59--FIBERMUX CIRCUIT CARDS
SOL DCA100-95-R-0021
DUE 012197
POC William Blitgen, Contract Specialist (703) 607-4605, Facsimile
  (703) 607-4611 or Boyd Blevins, Contracting Officer (703) 607-4601
DESC:  The Defense Information Systems Agency has a requirement
  for the following Fibermux common logic module and interface
  module circuit cards:  CLIN 0001, Circuit Card, Common Logic,
  100 Mbps, 13mm, nmode, 12 db ST, P/N CC8814/L1300M/ST;CLIN
  0002,Circuit Card, control module, management/ switchover/intercom,
  P/N CC8833/NM/V;  CLIN 0003, Circuit Card, interface module,
  4-port RS-232 interface to user DTE, P/N CC8863R-DCE; CLIN
  0004,Circuit Card, interface module, 4-port RS-232 interface
  to user DCE, P/N CC8863R-DTE;  CLIN 0005,Circuit Card, interface
  module, 4-port RS-449/422 interface to user DTE, P/N CC8873C-DTE;
  CLIN 0006, Circuit Card, interface module, 4-port RS-449/422
  interface to user DCE, P/N CC8873C-DCE.  All interested parties
  must submit a written request for a copy of the solicitation
  within 15 calendar days of this notification. The request should
  be written on company letterhead, the title of the requirement,
  to include the solicitation number and contracting officer's
  name, address/code and point of contact. Facsimiles are acceptable.

CITE: (W-340 SN009366)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies,
  and Accessories
OFFADD: Department of Treasury (DY), Bureau of Engraving and
  Printing, Office of Procurement, 14th & C Sts., S. W., 708-A,
  Washington, D. C. 20228
SUBJECT: 60 -- FIBER OPTIC CABLE (APD OR SEICOR)
SOL RFQ-23-004
POC Contact Shirley Tucker, Purchasing Agent, 202/874-2614.
DESC: The Bureau of Engraving and Printing (BEP) intends to purchase
  36,750 feet of Fiber Optic Cable (APD or Seicor). Requests
  for RFQ 23-004 must be submitted in writing to the above address,
  or facsimile to 202/874-3135. All responsible sources may submit
  a quote which shall be considered. Quotes will be accepted
  fifteen (15) days after publication of this notice and a purchase
  order will be awarded based on price soon after receipt of
  quotes. No telephone requests will be accepted. All written
  requests shall include the firm's size status (i.e., Large,
  Small, Minority, or Women-Owned). This procurement is 100%
  set-aside for small business concerns. See Numbered Note(s)
  1.
CITE: (I-340 SN009377)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 61--RETAINER, BATTERY
SOL DAAE0797QT160
DUE 020497
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Jim Lewis (810)
  574-7138
DESC: NSN:  6160000094016, qty:  1003, FOB:  destination, opt:
    none item:  retainer, batt see NOTE:  01.  All responsible
  Sou rces  may submit an offer which will be considered.  The
  offer due date is on or  about 020497 (see soliciation for
  actual offer due date).
CITE: (I-339 SN009017)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--ROTOR, MOTOR
SOL SP0430-97-Q-P263
DUE 011697
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitations,
   contact the buyer:  Sara West/ZZ881/804279-4545. Judith H.
   Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96295000961 NSN 6105-01-282-4266, rotor motor.
   This  synopsis has been cancelled in its entirety.
CITE: (I-340 SN009098)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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
SOL SP0451-97-Q-H090
DUE 122497
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. SA ndra
  Archer/BG632/804-279-3602. contract officer  L. mc cormick.
DESC: PR-NO:  YPG96282001774 NSN 6150-00-144-1608, wiring harness,
   branched.  P/N 53-79262A236. specifications, plans or drawings
  relating  to the procurement described are not available and
  cannot be furnished by  the government. unrestricted.  The
  final contract award decision may be  based upon a combination
  of price, past performance and other evaluation  factors as
  described in the solicitation.  2 -EA Del to Holloman AFB NM
   88330-7706 Del by 60 DARO.  All responsible sources may submit
  offer which  DGSC shall consider.
CITE: (I-340 SN009144)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--LIGHT ASSEMBLY, INDICATOR - CAUTION
SOL SP0441-97-Q-S236
DUE 010697
POC Contact:  for copy of solicitation contact buyer:  Ruth gulle
   tte/BW201 from announcement, phone or write DGSC Attn: DGSC-JJAB
  Richmond  VA 23297-5312 AC (804)279-3350. for copies of RFQ
  solicitations, contact  the buyer.
DESC: PR-NO:  YPG96325000598 NSN 6220-01-248-0953, Lockheed Ft
  Worth Co  dwg.16ve038005, Rev. 'BG', P/N 16VE038005-17 or aerospace
  Avionics P/N  708360-17. specifications, plans or dwg.relating
  to the procurement  described are not available & cannot be
  furnished by the Gov't. (2  sources unrestricted. solicitatiion
  will be made in writing.  10 -EA Del  to Mechanicsburg PA 17055-0789
  Del 200 days ARO.  6 -EA Del to Tracy CA  95376-5000 Del 200
  days ARO.  All responsible sources may submit offer which 
  DGSC shall consider.
CITE: (I-340 SN009110)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--LIGHT ASSEMBLY, INDICATOR
SOL SP0441-97-Q-S239
DUE 010697
POC Contact:  for copies of solicitation contact buyer:  Ruth
  gul  lette/BW201 804-279-3068. contracting officer:  Carolyn
  D.  Altizer/804-279- 3527.
DESC: PR-NO:  YPG96327000595 NSN 6220-01-080-4057 light assembly,
   indicator Eaton Corp. P/N 351-10349-132 (source control item)
   technical/quality/test requirements for above P/N will be
  in conformance  with the listed Dwg.  Dwgs, interim procurement
  descriptions & deviation  lists may be examined or obtained
  from DSCR. unrestricted.  ABVM applies.  solicitation will
  bre made in writing.  10 -EA Del to Barstow CA  92311-5014
  Del 90 days ARO all responsible sources may submit offer which
   DGSC shall consider.
CITE: (I-340 SN009111)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--LAMP, INCANDESCENT
SOL SP0441-97-Q-R374
DUE 011097
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. ru th
  Stith/BZ114/804-279-4426. Alfreda  Reid/contracting officer/804-279-4518.
DESC: PR-NO:  YPG96332000693 NSN 6240-01-344-4811, lamp, incandescent
   General Electric Co. GE lighting CAGE 08805 P/N 60PAR/sp/hir/130V
  3,000 - EA Del to Phoenix AZ 85009-4729 Del by 30 days ARO.
   2,664 -EA Del to  Greensboro NC 27409-9710 Del by 30 days
  ARO.  Manufacturer:  General  Electric Co.  Unrestricted. 
  Other than full and open (10 U.S.C. 2304  (C)(1))(sole source)FAR
  6.302-1. anticipated award date is 01/02/97.   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-340 SN009113)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--BEZEL LIGHT ASSEMBLY FIRST ARTICLE/CONTRACTOR INSPECTION
   REQUIRED.
SOL SP0441-97-Q-GM83
DUE 123096
POC Contact:  for copies of solicitation contact buyer:  Ruth
  gul  lette/BW201 804/279-3068. contracting officer:  Carolyn
  D.  Altizer/804-279- 3527.
DESC: PR-NO:  YPG96137000595 NSN 6220-01-234-6675, bezel light
  assembly  IAW Dwg.  NR(81996) 1560-OH58-149 Rev K DTD. 90 Feb
  O5.  Unrestricted.  solicitations will be made orally.  Drawings,
  interim procurement  descriptions & deviation lists may be
  examined or obtained from Defense Supply  Center Richmond.
  ABVM applies. first article/contractor inspection  required.
   99 -EA Del to San Diego CA 92132-5044 Del 100 days ARO.  41
  - EA Del to Cherry Point NC 28533-5001 Del 100 days ARO.  All
  responsible  sources may submit offer which DGSC shall consider.
CITE: (I-340 SN009142)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--LIGHT ASSEMBLY, INDICATOR
SOL SP0441-97-Q-S240
DUE 010697
POC Contact:  for copy of solicitation contact buyer:  Ruth gulle
   tte/BW201 804/279-3068. contracting officer:  Carolyn a  ltizer/804-279-3527
DESC: PR-NO:  YPG96305000692 NSN 6220-01-060-9567, light assembly,
   indicator Eaton Corp. P/N 351-10349-126. this requirement
  is a "source  control item". requirement is being re-issued
  under new solicitation  number (previously solicited under
  SP0441-97-X-G103. unrestricted.  drawings, interim procurement
  descriptions & deviation lists may be examined  or obtained
  from dscr.solicitation will be made in writing.  10 -EA Del
  to  Kelly AFB TX 78241-5312 Del 180 days ARO.  All responsible
  sources may  submit offer which DGSC shall consider.
CITE: (I-340 SN009150)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--LENS, LIGHT
SOL SP0441-97-Q-S232
DUE 121496
POC Contact:  for copy of solicitation contact buyer:  Ruth gulle
   tte/BW201 804-279-3068. contracting officer:  Carolyn D Altizer/804-279-
   3527
DESC: PR-NO:  YPG96334000048 (12 NSNS/prs combined-all IAW Kearfott
   guidance & navigation Corp Dwg A370A089 rev.n DTD 2/28/90.
  each  requirement identified by different dash number. Dwgs.
   Interim  procurement descriptions & deviation lists may be
  examined or obtained from  DSCR. unrestricted.  ABVM applies.
   Del 60 days ARP all responsible  sources may submit offer
  which DGSC shall consider.
CITE: (I-340 SN009151)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--ANESTHESIA SET, SPINAL, 25 GA X 3-1/2 IN.  NEEDLE,
   LYOPHILIZED TETRACAINE HCL, STERILE,
SOL SPO200-96-Q-4081
DUE 011997
POC Contact:  POC:  Proc. Agnt, Marie Crescenzo, on (215)  737-216
  7
DESC: PR-NO:  YPM96303000001 NSN 6515-01-156-2494, @GENERAL 
  characteristics item description anesth esia set spinal DISP
  25GA X 3  1/2IN 10S sterile.  Consists of cup, antiseptic Sol,
  drape fenestra Ted,  1 EA, needle 20 G, 1-1/2 IN, 25 G, 3-1/2
  in W/19 gage 1-1/2 introducer  thinwall needle, 25 G, 5/8 IN.
  skin wheal, sponge, one piece, prep.   , Sponges, gauze, 3
  by 3 IN., syringes, 2-1/2 ML and 5 ML tetracaine  hcl, USP,
  ephedrine sulfate injection, USP, epinephrine injection,  USP,
  Dex trose injection, USP, 10%, procaine hcl inj USP, 1%.  potency
  36 months.  104 -PG Del to Mechanicsburg PA 17055-0789 Del
  by 22  Oct 96.  201 -PG Del to Tracy CA 95376-5000 Del by 22
  Oct 96.  See NOTE:   #9 total qty 305 PG, U/I PG, del.to DD
  Tracy, CA., and DD Mech, PA. , unrest. acq., spec. No. A-A-51530B,
  DTD 21 Dec 1989, 15 day  rfq-issued O/A 12/19/96, POC:  Proc.
  Agnt, Marie Crescenzo, on (215)  737-2167, approx. bid opening
  dte is 010397.  This is only an EST. dte.   All responsible
  sources may submit a quotation which shall be considered by
   the agency.  Solicitation requests may be transmitted via:
   facsimile #  (215)-737-2058, Attn: DPSC-MSCAB-PQG.  All responsible
  sources may submit  offer which DPSC shall consider.
CITE: (I-340 SN009028)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--TUBE, TRACHEOSTOMY, DISPOSABLE, DOUBLE CUFF, 7 MM
  ID,  9.7 MM OD, 83 MM LONG, JACKSON SIZE 6,
SOL SPO200-97-R-4002
DUE 011997
POC Contact:  receptionist 215-737-3100
DESC: PR-NO:  YPM96303000003 NSN 6515-01-299-5658, 1,311 -EA
  Del to  Mechanicsburg PA 17055-0789 Del by 14 May 97.  See
  NOTE:  # 9 total qty  2417 SE, U/I SE Del. to DD Mech, PA.,
  and DD Tracy, CA., spec.  No. CID A-A-54043A, DTD on 7-29-91,
  sched Del per ending 60 days ADA,  unrest.  Acq., 30 day rfp-issued
  O/A 12/19/96, all materials used in  fabrication are to be
  furnished by the successful bidder(S).  POC:  Proc.  Agnt,
  is Kathy Scavillo, on (215) 737-7729, or KO, who is Michael
   McKeown, on (215) 737-7230, approx.  Bid opening dte is 011997.
   This  is only an EST.  Dte.  Solicitation requests may be
  transmitted via:   facsimile # (215) 737-4450, Attn: (Kathy
  Scavillo).  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-340 SN009029)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--TUBES, TRACHEAL, RADIOPAQUE, MURPHY, DISPOSABLE,
  10S
SOL SPO200-97-Q-4078
DUE 010597
POC Contact:  POC:  proc.agnt, Kathy Scavillo, only/ on (215)
  737 - 7729
DESC: PR-NO:  YPM96303000007 NSN 6515-01-036-9035, @DESIGN designation
   Murphy @MATERIAL and location plastic overall @STERILITY sterile
  @X-RAY  opacity included 1,064 -PG Del to Mechanicsburg PA
  17055-0789 Del by 21  May 97.  355 -PG Del to Tracy CA 95376-5000
  Del by 21 May 97.  703 -PG  Del to Ogden UT 84407-5701 Del
  by 21 May 97.  See NOTE:  #9 total qty  2122 PG, U/I PG, Del.
  to DD Mech, PA., and DD Tracy, CA., and DD  Ogden, Utah, unrest.
  acq., 15 day rfq-issued O/A 121996, sched Del  per ending on
  5-21-97, POC:  Proc. Agnt, Kathy Scavillo, on (215)  737-7729,
  or KO, Michael McKeown, on 215-737-7230, all materials used
  in  fabrication are to be furnished by the successful bidder(S).
   Approx.  bid opening dte is 010597.  This is only an EST.
  dte.  Solicitation  requests may be transmitted via:  facsimile
  # (215) 737-8144, Attn:  DPSCMSCBB-PRB, (Kathy Scavillo). all
  responsible sources may submit a  quotation which shall be
  considered by the agency.  All responsible  sources may submit
  offer which DPSC shall consider.
CITE: (I-340 SN009030)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--TUBES, TRACHEAL, RADIOPAQUE, MURPHY, DISPOSABLE,
  10S
SOL SPO200-97-Q-4077
DUE 010397
POC Contact:  Attn: Proc. Agnt, Kathy Scavillo, on (215) 737-772
   9
DESC: PR-NO:  YPM96304000005 NSN 6515-00-105-0759, @DESIGN designation
   Murphy @MATERIAL and location plastic overall @STERILITY sterile
  @X-RAY  opacity included 1,186 -PG Del to Mechanicsburg PA
  17055-0789 Del by 22  Feb 97.  537 -PG Del to Tracy CA 95376-5000
  Del by 22 Feb 97.  1,557 - PG Del to Ogden UT 84407-5701 Del
  by 22 Feb 97.  See NOTE:  # 9 total  qty 3280 PG, U/I PG, Del
  to DD Mech, PA., DD Tracy, CA., and DD  Ogden, Utah, spec CID
  A-A- 51509B, DTD 2-12-93, sched Del ending  3-22-97, unrest.
  acq., 15 day rfq-issued O/A 12/19/96, POC:  Proc.  Agnt, Kathy
  Scavillo, on (215) 7377729, or KO, Michael McKeown, on  (215)
  737-7230, all materials used in fabrication are to be furnished
  by  the successful biddeer(S).  Approx. bid opening dte is
  010397.  This is  only an EST. dte.  Solicitation requests
  may be transmitted via:   facsimile # (215) 737-8144, Attn:
  DPSC-MSCBB-PRB (K. Scavillo), all  responsible sources may
  submit a quotation which shall be considered by the  agency.
   All responsible sources may submit offer which DPSC shall
  consider.
CITE: (I-340 SN009040)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Chief AMMS (90C), James A. Haley Veterans Hospital, 13000
  Bruce B. Downs Blvd., Tampa, Fl. 33612
SUBJECT: 65 -- MULTIPROBE/REAGENTS
SOL 673-45-97
DUE 122696
POC Eric Guidash 813-972-7588
DESC: 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 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
  proposal. This solicitation document and incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular 90-42. The Standard Industrial Classification Code
  is 5047. Pricing shall be submitted for Reagents/Multiprobe
  as follows: (1)Sigma brand name or equal, Cat. # 353-A, "LDL"
  Reagents. Pricing shall be base on a quantity of 90 cases(each
  case includes 100 units) to be delivered over the contract
  period from time of contract award to September 30, 1997. Pricing
  shall also be submitted for option years I(10/1/97 thru 9/30/98)
  and option year II(10/1/98 thru 9/30/99) base on a total of
  120 cases to be delivered for each option year. (2) Pricing
  shall be submitted for a Packard(mfg.) Multiprobe 101 brand
  name or equal. Vendors are encourage to submit proposals on
  the multiprobe in the form of a purchase, rental or loaner.
  The Multiprobe is manufactured by Packard Instruments 708-969-6000.
  Proposals shall also include pricing for Option Year I(10/1/97
  thru 9/30/98) and Option Year II(10/1/98 thru 9/30/99). All
  proposals will be evaluated. Offerors shall provide a completed
  set of provisions with proposal found at 52.212-3, Offeror
  Representations and Certifications - Commercial Items. Provisions
  and clauses found at 52.212-1, 52.212-4, 52.212-5 and 852.210-77
  also apply. Proposals shall be submitted to the address listed
  above or faxed to 813-972-7572 and directed to the attention
  of Eric Guidash (90C). The solicitation number: RFP-673-45-97
  shall be listed on the outside of proposal envelopes. Proposals
  are due in by Close of Business December 2, 1996.
CITE: (I-340 SN009374)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 66--THERMOSTAT, FLOW CON
SOL DAAE0797QT163
DUE 020497
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Marlene Scheele
  (810) 574-7161
DESC: NSN:  6685001598954, qty:  300, FOB:  destination, opt:
   none  item:  thermostat, flow. PN:  11662519. NOTE:  TDP will
  on Ly be  available on C see NOTE:  01.  All responsible Sou
  rces may submit an offer  which will be considered.  The offer
  due date is on or about 020497 (see  soliciation for actual
  offer due date).
CITE: (I-339 SN009015)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 66--TACHOMETER, MECHANIC
SOL DAAE0797QT172
DUE 020497
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Wendy Jacques (810)
  574-7234
DESC: NSN:  6680011488875, qty:  1554, FOB:  destination, opt:
    100% item name:  tachometer, mechanical, fixed mounting unit
  type  magnetic mounting type panel mounting feature type flush
  operating range  25.0 to 2500.0 revolutions per MI nute scale
  quantity 1 scale measurement  unit revolution S per minute
  scale measurement range 0.0 to 2500.0 poin  ter movement direction
  left to right dial quantity 1. P N:  12258931-2.  see NOTE:
   none.  All responsible sources may submit an offer which will
  be  considered.  The off er due date is on or about 020497
  (see soliciation for  actual offer due date).
CITE: (I-339 SN009018)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--THERMOCOUPLE, HARNESS ASSY
SOL SP0440-97-Q-T452
DUE 010897
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)279-3649. 
  For copies of RFQ solicitations,  contact:  Yolanda moor E/AX505/804-279-3649.
  contracting officer:   Florine B.  Bell/804-279-3692.
DESC: PR-NO:  FPG96330001346 NSN 6685-00-764-6311, part number:
    General Electric Co., P/N 4002T71P01.  Specifications, plans
  or drawings  relating to the procurement described are not
  available and cannot be  furnished by the government.  40 -EA
  Del to Mechanicsburg PA 17055-0789  Del by 90 DARO.  45 -EA
  Del to Tracy CA 95376-5000 Del by 90 DARO.   Unrestricted intended
  source(S):  General Electric Co.  Set-aside type:   competitive
  8(A) (attached prepared notice.  Ref:  FAR 5.205(F))  solicitation
  between $25,000 - $100,000 anticipated award date is:   01/24/97
  all responsible sources may submit offer which DGSC shall consider.
CITE: (I-340 SN009103)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--BAROMETER, ANEROID NORMALAIR-GARRETT LTD
SOL SP0440-97-Q-T211
DUE 010897
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)279-3649. 
  For copies of RFQ solicitations,  contact:  Yolanda moor E/AX505/804-279-3649.
  contracting officer:   Florine B.  Bell/804-279-3692.
DESC: PR-NO:  NPG96298000901 NSN 6685-99-477-4965, part number:
    normalair-garrett LTD., P/N 2900W710.  Specifications, plans
  or drawings  relating to the procurement described are not
  available and cannot be  furnished by the government.  80 -EA
  Del to Tracy CA 95376-5000 Del by  90 DARO.  Unrestricted set-aside
  type:  competitive 8(A) (attached  prepared notice.  Ref: 
  FAR 6.205(F)) solicitations between $25,000 -  $100,000 anticipated
  award date is:  01/20/97 all responsible sources may  submit
  offer which DGSC shall consider.
CITE: (I-340 SN009104)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--COVER ASSEMBLY
SOL SP0440-97-Q-U392
DUE 012797
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:  Mrs. J.P. BO wman/AY802/804-279-3927,
  contracting officer:   Karen mc kinney/804-279-4780.
DESC: PR-NO:  YPG96312000966 NSN 6620-00-463-7495, cover assembly,
   Ametek Aerospace Products Inc., CAGE 97424, Dwg 9850327, Rev
  J, P/N  98503 27G007, MOD-A-CAN Inc., CAGE 54709. P/N 9850327G007
  49@ EA Del  to Tinker AFB OK 73145-9013 Del by 90 days.  Unrestricted.
    Specifications, plans or drwings 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-340 SN009106)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--TRANSMITTER, PRESSURE
SOL SP0440-97-Q-U391
DUE 012797
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:  Mrs. J.P. BO wman/AY802/804-279-3927,
  contracting officer:   Karen mc kinney/804-279-4780.
DESC: PR-NO:  YPG96323001029 NSN 6620-01-373-5894, transmitter,
   pressure, IAW Dwg NR U.S. Army Dwg #12258932 Rev D basic DTD
  81 Dec 23 12  volts DC, 20.0 to 160.0 PSI NHA:  2815-01-248-7644
  Tech data package  availability:  91 -EA Del to Mechanicsburg
  PA 17055-0789 Del by 60 days.   43 -EA Del to Tracy CA 95376-5000
  Del by 60 days.  Unrestricted.   Drawings, interim procurement
  descriptions and deviation lists may be  examined or obtained
  from DSCR.  All responsible sources may submit offer  which
  DGSC shall consider.
CITE: (I-340 SN009108)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSDUCER, MOTIONAL PICKUP
SOL SP0440-96-R-2007
DUE 010997
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:  Florine B. B ell/AX500/804-279-3692.
  contracting officer:   Kreylon V Crewe/804-279-4105.
DESC: PR-NO:  YPG96081000914 NSN 6695-01-184-7253, transducer,
  motional  pick 1.  Solicitation SP0440-96-R-2007 is hereby
  amended to extend the  date set for closing of RFPS to 09 Jan
  97, 2:00 P.M., local time.  2.   The assumption date is changed
  to read 09 Feb 97.  3.  The delivery  schedule is changed to
  15 Jul 97 FOB origin, 30 Jul 97 FOB destination.   4.  The
  firm quantities remain as stated in the original RFP; line
  item  0001 quantity is 46 each, line item 0002 quantity is
  47 each.  5.  The  new item description with an additional
  source of supply is added to this  amendment.  Transducer,
  motional pickup E/I f-18 hornet aircraft, Crane  Co Hydro-Aire
  Div., CAGE 81982, P/N 40-97550-1.  McDonnell Douglas  Corp
  Aerospace Group, CAGE 76301, P/N 74-410054-217.  Plastic  reductrion:
   whenever possible and when permitted by the terms of the 
  contract, avoid the use of Plastics as wrapping, cushioning,
  or dunnage  materials.  Tech data:  DSCR does not currently
  have an approved  technical data package available for this
  NSN.  Please do not submit  request to DSCR-VABA.  6.  All
  other terms and conditions remain  unchanged.
CITE: (I-340 SN009141)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--SYNCHRO AND MAGNET
SOL SP0440-97-Q-U390
DUE 012797
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:  Mrs. J.P. BO wman/AY802/804-279-3927,
  contracting officer:   Karen mc kinney/804-279-4780.
DESC: PR-NO:  YPG96302001931 NSN 6620-00-711-2483, synchro and
  magnet,  Ametek Inc., aerospace products Inc., CAGE 97424,
  P/N 5483113G001 - descriptive data unavailable action started
  Comp Code F 83335 action  started Comp Code G 85001 146 -EA
  Del to Tinker AFB OK 73145-9013 Del by  90 days.  Unrestricted.
   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-340 SN009147)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS- AL-PC, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197
SUBJECT: 66 -- ONE MILLION POUND COMPRESSION LOAD FRAME
SOL DAAL01-96-R-9496
DUE 012797
POC Patricia States, Contract Specialist, (301) 394-4348, Carolyn
  S. Gonser, Contracting Officer, (301) 394-1604.
DESC: This requirement is for the contractor to provide and install
  a One Million Pound Compression Load Frame with tension and
  cyclic capabilities. The load frame shall require a crosshead
  mounted actuator height adjustment capability through hydraulics.
  The actuator shall have a 10 inch stroke and capable of velocities
  up to 12 inches per minute using a minimum 20 GPM hydraulic
  power supply. The contractor shall be responsible for interfacing
  with the existing MTS hydraulic power supply units. The load
  frame shall not weigh more than 41,800 pounds. The load frame
  also shall not require a pit for installation. The load frame
  shall accomodate a 6'x 6' isolation pad. The height of the
  load frame shall not exceed 16 feet. The acceptable frame stiffness
  must be a minimum of 50,000,000 lb/in. The power requirement
  of the system shall be a standard 120 volt, 20 amp, three-prong
  outlet. Other load frame requirements shall consist of 30"
  diameter compression platens and hinged front and back safety
  shield. The control system shall be provided with stand alone
  and computer control capabilities. This requirement also includes
  documentation, training and a warranty in connection with the
  load frame. A draft copy of the Statement of Work for this
  requirement is available for review and comment prior to the
  release of the solicitation. All responsible sources may submit
  a bid or proposal which will be considered by the Agency. No
  telephone requests will be honored.
CITE: (I-340 SN009198)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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, 47253 Whalen Road, Patuxent River, MD 20670-5304
SUBJECT: 66 -- GAGE BLOCK SETS
SOL N00421-97-R-1041
DUE 011397
POC Angie LeJeune, Contracts Specialist, (301) 342-1825, ext.
  117 Becky Wathen, Contracting Officer, (301) 342-1825, ext.
  133.
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordnace 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. Solicitation Number N00421-97-R-1041 is issued
  as a Request for Proposal (RFP). The incorporated document
  and provisions and clauses are those in effect through Federal
  Acquisition Circular 90-42 and Defense Acquisition Circular
  91-11. THE APPLICABLE SIC CODE IS 3826. The contract line item
  number and item is: CLIN 0001 - Thirty-six (36) each Gage Block
  Sets. The contractor shall meet all of the specific requirements
  of the Gage Block Sets as follows: 1) ACCURACY: All grade 2
  + .000004" - 000002"; 2) BLOCKS PER SET: 88 A) BLOCKS INCLUDE
  IN SET: 1) 9 blocks .1001" thru .1009" (steps of .0001"), 2)
  49 blocks .101" thru .149" (steps of .001"), 3) 19 blocks .050"
  thru .950" (steps of.050"), 4) 4 blocks 1.000" thru 4.000"
  (steps of 1 inch), 5) 3 blocks .100025, .10005 and .100075,
  6) 4 blocks 1/16", 5/64", 3/32" & 7/64"; 3) RANGE: A) .100"
  to 12.000" in steps of .001", B) .200" to 12.000" in steps
  of .0001", C) .300" to 12.000" in steps of .000025"; 4) ACCESSORIES:
  A) 1 pair half round jaws .125 radius, B) 1 pair half round
  jaws .250 radius, C) 1 pair straight jaws .500 thick, D) 1
  scriber point, E) 1 center point, F) 1 block base, G) 2 studs,
  2 flat head screws (long), 2 flat head screws (short), 2 slotted
  nuts, 2 knurled screws, H) 1 each tie rods in following lengths:
  3/4", 1 1/2", 2 1/4", 3", 4 1/2 " (adjustable), and 6" (adjustable);
  5) CASE REQUIREMENTS: A) A wooden storage and transport case
  shall be provided that will house the GAGE BLOCK SET. The manufacturer
  shall affix calibration and warranty stickers to each set.
  The calibration stickers shall have both calibration and calibration
  expiration dates. The contractor shall deliver Clin 0001 within
  60 days after contract award to: QUANTITY OF 12 EACH, NAVAIR
  ISS Facility, Bldg. 612, Bay 12, Calibration Standards Warehouse,
  MCAS Beaufort, SC 29004-5010, ATTN: John Hall, MARK FOR: BUC
  STAT'S 96001017 - 96001532 - 1542; QUANTITY OF 24 EACH, COMNAVAIRPAC,
  CODE: 7441W, Bldg. 652, Bay 6, NAS North Island, San Diego,
  CA 92135-5100, MARK FOR: BUC STAT'S 96001259-1282 FCA STANDARDS
  WAREHOUSE. Inspection and Acceptance shall be made at destination.
  FAR 52.212-1 Instructions to offerors -- Commercial Items (OCT
  1995) is incorporated by reference and applies to this acquisition.
  212-301 Solicitation provisions and contract clauses for the
  acquisition of commercial items. The provision at 52.212-2
  Evaluation -- Commercial Items (OCT 1995) does not apply to
  this acquisition. Instead, the following information will be
  used for evaluation of offerors: an award shall be made to
  that responsible offeror submitting a technically acceptable
  proposal and offering the lowest evaluated price. Price shall
  be the deciding factor among the technically acceptable proposals.
  To be technically acceptable, the offeror's technical proposal
  must be evaluated as technically acceptable for the requirement
  listed above. Technical acceptability will be determined solely
  on the content and merit of the information submitted in response
  to this provision. Therefore, it is incumbent on the offeror
  to provide sufficient technical literature, documentation,
  etc. in order for the Government to make an adequate technical
  assessment of the proposal. The price proposal shall be evaluated
  on the overall lowest price to the government. A written notice
  of award or acceptance of an offer, mailed or otherwise furnished
  to the successful offeror within the time for acceptance specified
  in the offer, shall result in a binding contract without further
  action by either part. Before the offer's specified expiration
  time, the government may accept an offer (or part of an offer),
  whether or not there are negotiations after its receipt, unless
  a written notice of withdrawal is received before award. Each
  offeror shall include a completed copy of the provision at
  FAR 52.212-3, Offeror Representations and Certifications --
  Commercial (OCT 1995) with its proposal. FAR 52.212-4 Contract
  Terms And Conditions -- Commercial Items (OCT 1995) is incorporated
  by reference and applies to this acquisition. The clause at
  52.212-5 Contract Terms And Conditions Required To Implement
  Executive Orders - -- Commercial Items (JAN 1996) is incorporated
  by reference, however, for paragraph (b) only the following
  clauses apply to this acquisition. 52.212-5(b): 52.203-6 Restrictions
  on Subcontractor Sales to the Government, with Alternate I
  (OCT 1995), 52.203-10 Price or Fee Adjustment for Illegal Or
  Improper Activity (SEP 1990), 52.219-8 Utilization Of Small
  Business Concerns And Small Disadvantage Business Concerns
  (OCT 1995),252.219-7006 Notice of Evaluation Preference for
  Small Disadvantage Business Concerns (May 1995), 52.222-26
  Equal Opportunity (APR 1984), 52.222-35 Affirmative Action
  for Special Disabled And Vietnam Era Veterans (APR 1994), 52.222-36
  Affirmative Action For Handicapped Workers (APR 1994), 52.222-37
  Employment Reports On Special Disabled Veterans And Veterans
  Of The Vietnam Era (JAN 1988), 252.225-7001 Buy American Act
  And Balance of Payment Program (Jan 1994). Additionally, each
  offeror shall include a completed copy of Defense FAR Supplement
  (DFARS) provision 252.212-7000, offeror Representations and
  Certifications - Commercial Items (NOV 1995). DFARS clause
  252.212-7001, Contract Terms and Conditions Required to Implement
  Statutes or Exectuive Orders Applicable to Defense Acquisitions
  of Commercial Items (NOV 1995) is incorporated by reference,
  however, for paragraph (b) only the following clauses apply,
  252.225-7001 Buy American Act and Balance of Payment Program,
  252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015
  Preference for Domestic Hand or Measuring Tools, 252.225-7036
  North American Free Trade Agreement Implementation Act,252.227-7015
  Technical Data--Commercial Items (Nov 1995), 252.233-7000 Certification
  of Claims and Requests for Adjustment of Relief 252.247-7024
  Notification of Transportation of Supplies by Sea. CONTRACT
  DATA REQUIREMENTS LIST WARRANTY -- The contractor shall extend
  to the Government full coverage of any Standard Commercial
  Warranty normally offered to a similar commercial sale. Acceptance
  of the Warranty does not waive the Government's rights under
  the Inspection Clause, nor does it limit the Government's rights
  with regard to the other terms and conditions of this contract.
  In the event of a conflict, the terms and conditions of this
  contract shall take precedence over the warranty. The warranty
  period shall begin upon final acceptance of the applicable
  deliverable listed in the schedule. This is a DO rated order.
  Offers are due to Angie LeJeune, Contract Specialist, Contracts
  Competency, Bldg. 588, M/S-32, Naval Air Warfare Center Aircraft
  Division, 47253 Whalen Road, Patuxent River, MD 20670-5304,
  by 2:30 Eastern Standard Time 13 January 1997. All responsible
  sources may submit a proposal which shall be considered by
  the agency. Information may be faxed to (301) 342-1847/1864
  to the attention of Mrs. Angie LeJeune. For information regarding
  this solicitation contact Angie LeJeune, Code 25521D, telephone
  (301) 342-1825, EXT 117. For copies of FAR provision 52.212-3
  or DFARS Provision 252.212-7000, fax your request to Angie
  LeJeune, (301) 342-1847/1864.
CITE: (I-340 SN009200)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: 81 CONS/LGCS, 200 FIFTH STREET, ROOM 104, KEESLER AFB,
  MS 39534-2102 Attn:/Margarette Trone
SUBJECT: 66-FTESTER, DATA NETWORK
SOL F2260097T0310
DUE 121996
POC Margarette Trone tel: 601/377-1841/Joy K. Bissonnette, Phone
  601-377-3130
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 provided in
  this notice.  This announcement constitutes the only solicitation.
   A quote is being requested and a written solicitation will
  not be issued.  Solicitation number F22600-97-T0310 is issued
  as a Request for Quotation (RFQ).  The standard classification
  code is 3825, small business size standard is 500 employees.
   The incorporated document and provisions and clauses are those
  in effect through Federal Acquisition Circular 90-42. Contract
  Line item 0001 is for 4 each, Testers, Data Network, small
  battery powered network tester with Optional RS-449 and Optional
  LNX-704 for framed and unframed 2.048 MBPS.  It also has built
  in breakout box.  Its size makes it ideal for the suitcase
  size instrument package being developed for field testing.
   Request certificate of calibration traceable to NIST.  Size
  130MM X 200MM X 83MM. Consultronics Part No. LYNX.  If quoting
  on an equal product, submit specifications, drawing, brochures,
  etc on the equal item.  Delivery terms shall be FOB Destination,
  with delivery to be made to Chief of Supply, Bldg 4002, Dock
  #1, Z Street, Keesler AFB, MS  39534.  Delivery shall be made
  within 60 days after award of contract.  Inspection and acceptance
  shall be made at destination.  The following clauses and provisions
  are incorporated and will remain in full force in any resultant
  contract:  FAR 52.212-1, Instructions to Offerors-Commercial
  Items (Oct 1995), is incorporated by reference and applies
  to this acquisition and is amended to read, submit signed and
  dated offers to 81 CONS/LGCS, 200 Fifth St., Room 104, Keesler
  AFB, MS  39534-2102, at or before 3:30 p.m. CST, 19 Dec 96.
   Offers must be signed and may be submitted on your company
  letterhead or stationary, or your standard company quotation
  forms.  Clause 52.212-2, Evaluation-Commercial Items (Oct 1995)--Evaluation
  Factors are past performance and price.  The evaluation factors
  will be evaluated as being substantially equal.  The Government
  reserves the right to make award on the initial offer received
  without discussions.  Each offeror shall include a completed
  copy of the provisions at FAR 52.212-3 Offeror Representations
  and Certifications-Commercial Items (Jun 1996) with its quote.
   FAR 52.212-4 Contract Terms and Conditions-Commercial Items
  (Aug 1996) is incorporated by reference and applies to this
  acquisition.  The clause at 52.212-5 Contract Terms and Conditions
  Required to Implement Statutes or Executive Orders-Commercial
  Items (Aug 1996) is incorporated by reference, however for
  paragraph (b) only the following clauses apply: 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; 52.225-3
  Buy American Act and 52.232-32 Electronic Funds Transfer Payment
  Methods.  The contractor shall extend to the Government full
  coverage of any standard commercial warranty normally offered
  in a similar commercial sale.  Acceptance of the warranty does
  not waive the Government's right with regard to the other terms
  and conditions of the contract.  In the event of a conflict,
  the terms and conditions shall take precedence over the warranty.
   The warranty period shall begin upon final acceptance of the
  items listed in the schedule.  This is a DO rated order with
  a program identification symbol of A70.  A firm-fixed price
  purchase order will be issued under the Simplified Acquisition
  Procedures.  All questions concerning this RFQ must be submitted
  in writing, no telephonic responses will be processed. Questions
  should be faxed to Miss Margarette Trone, 601-377-3298 to arrive
  not later than 13 Dec 96.
CITE: (I-340 SN009313)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O.
  Box 225, Stoneville, MS  38776-0225
SUBJECT: 66-DYNAMIC MECHANICAL ANALYZER
SOL 97-4431-007
DUE 020897
POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361
DESC: The U. S. Department of Agriculture, Agricultural Research
  Service, intends to procure a Dynamic Mechanical Analyzer.
   The system is to be delivered to the USDA, ARS, Southern Regional
  Research Center, New Orleans, Louisiana within 30 days of award.
   An IFB will be issued on or about December 26, 1996.  All
  requests must be submitted in writing or faxed to (601) 686-5373
  or (601) 686-9406.  No calls will be accepted.
CITE: (I-340 SN009330)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 66 -- INSTRUMENT CONTROLLER
SOL DAAH01-96-R-0252
DUE 121996
POC Contact Jennifer Davis, Contract Specialist, (205) 842-8283,
  Shirley Hill, Contracting Officer, (205) 842-7436. (PCF).
DESC: Synopsis No. 0488-96. This action originally published
  in the CBD dated 08/21/96. The minimum quantity is one each.
  A first article is required for an instrument controller, chassis
  slides, and rack mounted keyboard tray. After acceptance of
  the first article, an additional 264 instrument controllers
  will be procured in the first year. There will be an option
  for an indefinite quantity for a maximum of 1391 each for the
  instrument controller; a maximum of 1655 each for the chassis
  slides; and a maximum of 1655 each for the rack mounted keyboard.
  The Government will not be obligated to purchase more than
  the minimum quantity established in the resultant contract.
  This procurement is set aside for small businesses using Two-Step
  Sealed Bidding procedures. Step-One will be issued as a Letter
  Request for Technical Proposals (LRTP). Only offerors that
  submit technically acceptable proposals and required data in
  Step-one will be allowed to participate in Step-Two. The solicitation
  number has changed to DAAH01-97-B-0003.
CITE: (I-340 SN009347)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Naval Air Warfare Center Training Systems Division, 12350
  Research Parkway, Orlando, FL  32826-3224
SUBJECT: 70 -- SINGLE BOARD COMPUTER FOR DEVICE 02F87(F)
SOL N61339-97-Q-0247
DUE 012797
POC Contracting Officer, Jeanne Morrison, 407/380-4052
DESC: No known NSN items, no specifications available.  The government
  intends to negotiate on a Sole Source basis with HEURIKON Corporation,
  Madison, WI. Parts to be procured are various Heurikon Corp.,
  components to be used as spare parts.  The components must
  interface with existing equipment and operate mechanically
  and electrically in the same manner as the part to be replaced.
   Requested delivery 90 days.  Only written requests for Quotation
  will be honored and should contain Contractor Establishment
  Code.  Small Purchase procedures apply.  All responsible sources
  may submit a quotation which shall be considered by this agency.
   See Note 22.
CITE: (I-339 SN009006)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NASA, John F. Kennedy Space Center, FL 32899
SUBJECT: 70 -- ATM SWITCHES FOR METROPOLITAN AREA NETWORK
SOL N/A
POC David Miller or Chris Kerios, (407) 867-4847, (407) 867-6761.
DESC: I, Net, Inc., in support of theNational Aeronautics andSpace
  Administration (NASA at the John F. Kennedy Space Center (KSC)
  is seeking specific product information from potential sources
  for Asynchronous Transfer Mode (ATM) switches suitable for
  construction of a metrololitan area network at KSC. This RFI
  requests responses from vendors on a detailed list of questions
  regarding their product. The list of questions may be downloaded
  from http://esc.ksc.nasa.gov/ESC/atmrfi.html. For further questions
  regarding this RFI please contact David Miller or Chris Kerios
  at (407) 867-4847 or (407) 867-6761. No formal procurement
  exists at this time, and an additional advertisement would
  be issued in theevent of a formal procurement.
CITE: (I-340 SN009167)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Federal Computer Acquisition Center (FEDCAC), 83 Hartwell
  Avenue, Lexington, MA 02173-3115
SUBJECT: 70 -- FEDSIM'S VIRTUAL DATA CENTER SERVICES, FEDCAC
  PROJECT 111
SOL TFF-96-011
POC D. Jeanne Davis, Contracting Officer, 617/860/7138 - jeanne.davis@gsa.gov
  or Lorraine M. Gomes, Contract Specialist, 617/860/7123 - lorraine.gomes@gsa.gov.
DESC: The Request for Proposal Offer Due Dates located on SF1449
  Block 8, are extended as follows: Volume 1 Executive Summary,
  Volume 2 Technical Proposal, Technical Literature, and Volume
  3 Contract Information (except for the Small, Small Disadvantaged
  and Women-Owned Business Subcontracting Plan and the Compensation
  Plan) are due on 12/16/96. Volume 4 Cost Proposal, the Subcontracting
  Plan and the Compensation plan, are due on 12/23/96. Time for
  Proposal receipt remains unchanged. The Government is not distributing
  printed copies of Amendments. All interested parties are advised
  to check the GSA/FEDCAC Home Page at: http://www.gsa.gov/fedcac.
  Help for the FEDCAC Home Page is available by contacting Kathleen
  Russo at 617/860-7142.
CITE: (I-340 SN009170)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: On-Site Inspection Agency, Washington, DC 20041-0498
SUBJECT: 70-MICROSOFT PREMIER SUPPORT
SOL OSIA01-97-Q-0001
DUE 121896
POC Contact Sherrell Wilkins, Purchasing Agent, (703)810-4604,
  or David Miller, Contracting Officer, (703)810-4796
DESC: The On-Site Inspection Agency plans to negotiate a fixed
  price purchase order with Microsoft Corporation to purchase
  Microsoft Premier support services. Anticipated award date
  is 18 Dec 96. Synopsis Number 97-0001.
CITE: (I-340 SN009188)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: 70 -- (P)Y CODE GPS RECEIVER, TRIMBLE PN: 25120-00(SM);
  CUSTOM L1/L2 FREQUENCY ANTENNA; AND COMPLETE SOFTWARE/HARDWARE
  DOCUMENTATION NUALS
SOL N61331-97-Q-4512
DUE 123196
POC Sherry Hatfield, Purchasing Agent, (904)235-5106 Mark Ross,
  Contracting Officer, (904)235-5624.
DESC: The Coastal Systems Station, Dahlgren Division, NSWC intends
  to procure under a sole source procurement from Science Applications
  International Corporation (SAIC) the following service: A suit
  of computer programs that perform temporal Large Eddy Simulation
  (LES) of ship wakes at high Reynolds number using a set of
  user defined initial conditions. The computer codes develped
  under separate contract by SAIC must be assembled, made portable
  and a benchmark test case constructed. It is anticipated that
  this will be a firm fixed price award. Required delivery date
  is 29 Apr 97. Delivery shall be made to Coastal Systems Station,
  Panama City, FL, FOB destination. Note 22 applies.
CITE: (I-340 SN009204)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Naval Reserve Information Systems Office (DBOF), 4400
  Dauphine Street, New Orleans, LA
SUBJECT: 70 -- LABOR AND MATERIALS TO PERFORM ON SITE, PER CALL,
  LAN DROPS, CABLE PLANTS AND MAINTENANCE IN NEW ORLEANS
SOL 0004
DUE 122096
POC Contracting Officer, Code N232, Naval Reserve Information
  Systems Office (DBOF)
DESC: This corrects the CBD announcement dated 1 NOV 96, from
  Naval Computer and Telecommunications Station New Orleans,
  which is now named Naval Reserve Information Systems Office
  (DBOF), RFQ N68608-97-Q-G008. Note 1 is being removed, abolishing
  the Small Business Set-Aside.  Firms who have previously responded
  need not respond again.
CITE: (I-340 SN009320)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70 -- EXTERNAL DISK STORAGE VAULT
SOL N68936-97-Q-0460
DUE 120796
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The Naval Air Warfare Center, Weapons Division, China Lake,
  CA intends to procure, on a competitive basis the following:
  External Disk Storage Vault capable of holding up to 20 3-12"
  SCSI-2 Fast/Wide and Ultra SCSI-2 disks with capability of
  being driven by 6 different Ultra SCSI-2 controllers, includes
  4 SCSI-2 15FT cables with molded connectors seal to shielded
  cable, includes 15 Seagate ST19171WD 9 GB Fast/Wide SCSI-2
  drives with Ultra SCSI-2 capability, mounting hardware for
  twenty drives, 3 each 300 watt power supplies, 4 each internal
  SCSI-2 cables, each capable of connecting to 10 drives, 1 each;
  two foot SCSI-2 Fast/Wide cable with molded connectors sealed
  to a shielded cable, 4 each. The solicitation number is N68936-97-Q-0460
  and is a Request for Quotation (RFQ). This solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-42. The SIC Code is
  3572 and the small business size standard is 1,000 employees.
  Delivery is required on or before February 01, 1997. The FOB
  point is Destination, Receiving Officer, China Lake, CA. The
  provision at 52-212-1, Instructions to Offerors-Commercial
  Items, does apply to this acquisition and there are no addendums
  to this provision. The provision 52-212-3, Offeror Representations
  and Certifications Commercial Items applies to this acquisition.
  NOTE: All offerors are being advised that they must include
  a completed copy of this provision with their offer. The provision
  at 52-212-4, Contract Terms and Conditions-Commercial Items
  applies to this acquisition and there are no addendums to this
  provision. This synopsis serves as both the publication and
  the solicitation for this requirement. All responsible sources
  may submit an offer which will be considered . Award will be
  made on or before December 22, 1996. This procurement will
  be awarded under FAR Part 12 procedures.
CITE: (I-340 SN009333)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70 -- OPTICAL DRIVE UPGRADES
SOL N68936-97-Q-0462
DUE 120796
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The Naval Air Warfare Center, Weapons Division, China Lake,
  CA intends to procure on a competitive basis the following:
  DISC-255 Optical Drive Upgrade to include 2.6 GB HP Optical
  drives, 2 each; HP DISC Optical Firmware upgrades, 2 each;
  DISC Control Software Upgrades (AMASS), on-site software and
  hardware installation, 1 each, 2.6GB Optical platters, 30 each
  and Upgrade EXB-60 to EXB-120 to include MC Card Upgrade, Exabyte
  8500C tape drives and all associated hardware and internal
  cables necessary, 2 each, EX812-C 10 cartridge holders, 6 each,
  8 mm date tapes, 60 each, 8 mm cleaning tapes, 2 each, internal
  EXB-120 cable, 1 each, 60 to 120 Upgrade kit, 1 each, any SMarch
  upgrade required and on-site installation, 1 each. The solicitation
  number is N68936-97-Q-0462 and is a Request for Quotation (RFQ).
  This solicitation document and incorporated provision and clauses
  are those in effect through Federal Acquisition Circular 90-42.
  The SIC Code is 3572, and the small business size standard
  is 1,000 employees. Delivery is required on or before February
  01, 1997. The FOB Point is Destination, Receiving Officer,
  China Lake, CA. The provision at 52-212-1, Instructions to
  Offerors-Commercial Items, does apply to this acquisition and
  there are no addendums to this provision. The provision 52-212-3,
  Offeror Representations and Certifications Commercial Items
  applies to this acquisition. NOTE: All offerors are being advised
  that they must include a completed copy of this provision with
  their offer. The provision at 52-212-4, Contract Terms and
  Conditions-Commercial Items applies to this acquisition and
  there are no addendums to this provision. This synopsis serves
  as both the publication and the solicitation for this requirement.
  All responsible sources may submit an offer which will be considered.
  Award will be made on or before December 22, 1996. This procurement
  will be awarded under FAR Part 12 procedures.
CITE: (I-340 SN009334)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70 -- 256 MB SIMM SUPER HIGH DENSITY MEMORY
SOL N68936-97-Q-0461
DUE 120796
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The Naval Air Warfare Center, Weapons Division, China Lake,
  CA intends to procure on a competitive basis, 256 MB SIMM set
  for Super High Density Memory for Silicon Graphics Power Challenge
  System, 4 each. The solicitation number is N68936-97-Q-0461
  and is a Request for Quotation (RFQ). This soliciation document
  and incorporated provision and clauses are those in effect
  through Federal Acquisition Circular 90-42. The SIC Code is
  3572, and the small business size standard is 1,000 employees.
  Delivery is required on or before February 01, 1997. The FOB
  Point is Destination, Receiving Officer, China Lake, CA. The
  provision at 52-212-1, Instructions to Offerors-Commercial
  Items, does apply to this acquisition and there are no addendums
  to this provision. The provision 52-212-3, Offeror Representations
  and Certifications Commercial Items applies to this acquisition.
  NOTE: All offerors are being advised that they must include
  a completed copy of this provision with their offer. The provision
  at 52-212-4, Contract Terms and Conditions-Commercial Items
  applies to this acquisition and there are no addendums to this
  provision. This synopsis serves as both the publication and
  the solicitation for this requirement. All responsible sources
  may submit an offer which will be considered. Award will be
  made on or before December 22, 1996. This procurement will
  be awarded under FAR Part 12 procedures.
CITE: (I-340 SN009335)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box
  25047, Denver, CO 80225-0047
SUBJECT: 70 -- SOLE SOURCE PURCHASE FOR CONTINUATION OF OPER.
  TEST AND EVAL. AND IND. VERIF. & VALID. (IV&V) SERVICES FOR
  THE AUTOMATED LAND & MINERAL RECORD SYSTEM (ALMRS) PROJECT
SOL N/A
POC Shannon Wondra, 303-236-6582, Contracting Officer.
DESC: The Bureau of Land Management intends to negotiate on a
  sole source basis to Mitertek Corporation for continuation
  of its Operational Test and Evaluation (OAT&E) requirements
  and its Independent Verification and Validation (IV&V) Services
  for the ongoing Automated Land and Mineral Records System Project.
  Anticipated duration of the contract is eight months for the
  initial period with one year option. This synopsis is published
  for information purposes only. Solicitation documents are not
  available. No telephone inquiries will be accepted. See Numbered
  Notes(s) 22.
CITE: (I-340 SN009354)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Purchasing And Materials Service Center, U.S. Postal
  Service, 395 Oyster Point Blvd., Suite 205,  South San Francisco,
  CA 94099-6261
SUBJECT: 71--FURNITURE, PSIN 21A, 21B, 21C, AND 21L, CASE AND
  TABLE
SOL 052684-97-A-0048
DUE 011797
POC Susan J. Lum, Purchasing Specialist/Contracting Officer (415)
  794-6239
DESC:  The Postal Service plans to issue Solicitation No. 052684-97-A-0048
  for PSIN 21A, 21B, 21C, and 21L, Case and Table.  The above
  items are manufactured in accordance with postal specifications
  and are used to distibute flats in the outgoing mail section.
   We plan on awarding one FOB origin Direct Vendor Delivery
  requirement type contract for 10 years (including options)
  with an economic price adjustment.  A minimum guaranteed quantity
  will be given for each item.  The successful supplier shall
  be required to receive electronically transmitted orders from
  the Inventory Control Center in Topeka, KS and ship orders
  to all postal locations throughout the United States within
  a specified time frame.  The supplier's facility may require
  necessary space to store items to support the ordering demand.
   A nonrefundable $25 charge will be required for a copy of
  the solicitation.  If you would like a copy, prepare a check
  or money order payable to USPS, Disbursing Officer, and mail
  to Susan J. Lum, 395 Oyster Point Blvd., Suite 205, South San
  Francisco, CA  94099-6260.  A limited number of copies are
  available.    
CITE: (W-340 SN009294)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Purchasing And Materials Service Center, U.S. Postal
  Service, 395 Oyster Point Blvd., Suite 205,  South San Francisco,
  CA 94099-6261
SUBJECT: 71--FURNITURE, PSIN 21A, 21B, 21C, AND 21L, CASE AND
  TABLE
SOL 052684-97-A-0048
DUE 011797
POC Susan J. Lum, Purchasing Specialist/Contracting Officer (415)
  794-6239
DESC:  The Postal Service plans to issue Solicitation No. 052684-97-A-0048
  for PSIN 21A, 21B, 21C, and 21L, Case and Table.  The above
  items are manufactured in accordance with postal specifications
  and are used to distibute flats in the outgoing mail section.
   We plan on awarding one FOB origin Direct Vendor Delivery
  requirement type contract for 10 years (including options)
  with an economic price adjustment.  A minimum guaranteed quantity
  will be given for each item.  The successful supplier shall
  be required to receive electronically transmitted orders from
  the Inventory Control Center in Topeka, KS and ship orders
  to all postal locations throughout the United States within
  a specified time frame.  The supplier's facility may require
  necessary space to store items to support the ordering demand.
   A nonrefundable $25 charge will be required for a copy of
  the solicitation.  If you would like a copy, prepare a check
  or money order payable to USPS, Disbursing Officer, and mail
  to Susan J. Lum, 395 Oyster Point Blvd., Suite 205, South San
  Francisco, CA  94099-6260.  A limited number of copies are
  available.    
CITE: (W-340 SN009295)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 74--Office Machines, Text Processing Systems and Visible
  Record Equipment
OFFADD: NTT Shikoku Distribution Center Attn.: Mr. Yamamoto:
  +81-89-936-2410
SUBJECT: 74--NOTEBOOK TYPE PERSONAL COMPUTER (A4 SIZE)
SOL KANPO 08-159(SDs 234)
DUE 012797
POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810
  also NTT America, Inc., Pacific and Western Division , 415/940-6565:
  Contracting Office   NTT Shikoku Distribution Center Attn.:
  Mr. Yamamoto: +81-89-936-2410
DESC: Products outline; The Personal Computer you can run Japanese
  Windows for multimedia purposes.  Quantity; about 1,300.  Delivery
  date; The appointed date from February 20, 1997 to March 6,
  1997.  Delivery site; The branch offices of NTT Shikoku district.
   Type of tender; Open.  THIS NOTICE IS FOR INFORMATION ONLY.
   TENDERDOCUMENTATION IDENTIFIES THE ADDITIONAL INFORMATION
  CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION FOR
  PROCUREMENT.TENDER DOCUMENTATION is available for $30(Excluding
  sales tax. Please check sales/use tax at your nearest local
  office.) at NTT America, Inc.NTT only accepts proposals that
  follow the direction of  TENDER DOCUMENTATION, which includes
  APPLICATION FORMS.The language used for application shall be
  Japanese or English.*****
LINKURL: http://wwwipo.nttinfo.ntt.co.jp
LINKDESC: 
CITE: (D-340 SN009061)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: General Services administration/business service center/2FYP
  26  Federal Plaza, room 18-130 New York, New York 10278
SUBJECT: 75--PAPERSETS, MANIFOLD CARBON
SOL 2FYP-DE-97-0007S
DUE 021997
POC Nancy Glover - 212-264-2689
DESC: Pre-invitation notice for, solicitation No. 2FYP-DE-97-0007S,
   papersets, manifold carbon, will be issued on or about 1/18/97,
  for  delivery to various gsadepots.  This SFO contains a requirement
  for 50%  recovered, and 20% post consumer material.  If anyone
  is interested  please contact Nancy Glover, at 212-264-2689
  on or before  1/10/97.INTERESTED parties are also invited to
  submit comments/suggestions  on CID/specs regarding customary
  commercial practice related to the  commodities in this solicitation.
CITE: (I-339 SN008994)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives
OFFADD: General Services Administration - Proc. Div. (10FTP)
  400 15TH  SW Street Auburn, WA 98001-6599
SUBJECT: 80--RECYCLED LATEX PAINT
SOL TFTP-97-DJ-8048
DUE 020597
POC Janice Douglas (206) 931-7081
DESC: Paint latex, recycled, with past cunsumer waste in accordance
  with  federal specification TT-P-2846 dated 11/23/93 and interim
  amendment I  dated 1/6/94. an indifinate quantity, firm fixed
  price type contract.   FOB origin to various locations within
  the contigous United States.   Acquisition will be for one
  year, with one year option to extend. not to  exceed 2 years.
   All responsible sources may request a copy of the  solicitation.
   Requests must be submitted in writing to the address above.
    NOTE code 9 will apply.
CITE: (I-339 SN008997)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives
OFFADD: Panama Canal Commission, Logistical Support Division,
  Unit 2300, APO, AA 34011-2300
SUBJECT: 80-SIKADUR 42 GROUT PAK
SOL PAP-82019-BD-28
DUE 122396
POC Jose R. Echart, Contract specialist, (507) 272-4658, Gary
  M. Anderson, Contracting Officer, (507) 272-4658
DESC: Quantity: 506 PKG, pre-proportioned, epoxy- plate grouting
  system. Is a 100 % solids, moisture- insensitive, 3 component
  expoxy grouting to seat base plates. Brand name, same as or
  equal is accepteble. PROVIDE WITH YOUR RFQ. A CLEAR COPY OF
  PRODUCT YOU ARE OFFER FOR EVALUATION PURPOSES, PLUS MSDS.Delivery
  30 days FOB New Orleans, or 60 days CIF /FOB Gatun Locks, Panama,
  Rep. of Panama after receipt of notice of award. When requesting
  solicitation, state name, address and solicitation number.
   Requests will be accepted by facsimile at 011-507-272-7661
  or 1512. All responsible sources may submit an offer which
  shall be considered by the commission. Basis of award may be
  made on "BEST VALUE" rather than the lowest price. In determining
  "BEST VALUE" factors such as delivery time. Quality of product,
  experience,past performance and responsability shall be consired
  to ensure that the purchase is advantageous to pcc.
CITE: (I-340 SN009300)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 81-SHIPPING AND STORAG
SOL N0038397RN050
DUE 011497
POC Contact Point, Kathleen M Logan, 0233.05, (215)697-2124,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 6K-8145-01-061-1788-MH, SPEC NR TDP VER 002, Ref Nr
  388E001, Qty 30 EA, Deliver to Receiving Officer Bldg 147 Cherry
  Point NC , Contract 100 Percent Small Business Set Aside
CITE: (I-340 SN009119)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--CLOTH, PILE
SOL 1PI-B-1928-97
DUE 123097
POC Contract Specialist, CLARK, MILLIE, 202/508-3970
DESC: UNICOR, Federal Prison Industries, Inc., intends to enter
  into a one year Indefinite Delivery Indefinite Quantity contract
  with one option year for delivery to Federal Prison Industries,
  FCI Raybrook, NY. UNICOR APECS No. FAB-6901, estimated Maximum
  2,018.240 Yds of Cloth, Pile, 59" Wide X 100 yards in Length,
  Acrylic feber pile lining with knitted acrylic or polyester
  backing nitted from undyed spun acrylic or polyester yarn.
  Class I, Tan 380, Roll #3496. In preference to MIL-C- U3251.
  Delivery is 30days after each delivery order. Delivery order
  limitations are Maximum 5,000 yards and Minimum 2400 yards.
  Please note that textile in this solicitation must be manufactured
  in its entirety in the United States of America. Telephone
  requests will not be honored. All requests for solicitation
  must be written on your company letterhead. Please indicate
  your business size (Large or Small, Women-Owned or Small Disadvataged)
  on all requests. All responsible sources may submit a bid,
  which shall be considered by the Agency. Facsimile request
  will be honored at number 202-508-8498.
CITE: (I-340 SN009286)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--GLOVE INSERTS, COLD WEATHER
SOL SPO100-96-R-0151
DUE 011997
POC Contact:  DPSC-FOEC-1 buyerphyllis Reaves, 215/7373194
DESC: Subject synopsis is hereby amended to change to total buy
  quantity  from 78,960 PR to 386,520 pair by 307,560 pair. 
  Please NOTE that the  increase in the acquisition qty applies
  to the first and second mandatory  option portions also.  The
  closing date is hereby extended until January  6, 1997.  All
  other terms and conditions remain unchanged.
CITE: (I-340 SN009024)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--DECORATION FOURRAGERE; FRANCE; WORLD WAR II
SOL SP0100-96-R-0220
DUE 120596
POC Contact:  DPSC-FOTM-2 buyer-loretta Cicirello 215/737-3294
DESC: PR-NO:  YPT96251000004 NSN 8455-01-388-9536, 98,328 -PR
  Del to  Mechanicsburg PA 17055-0789 Del by 16 Oct 97.  See
  NOTES 1, 9, item  description:  decoration fourragere unit:
   decoration, fourragere;  France; world war II; 2ND award;
  green and red rayon or nylon cord  polished brass ferrule and
  ring; type II quantity:  5,000 unit of issue:   EA prod leadtime:
   165 days # of deliveries:  1 above requirement will  be procured
  utilizing simplified acquisition procedures if under $100,000.
CITE: (I-340 SN009025)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--DECORATION FOURRAGERE; FRANCE; WORLD WAR II
SOL SPO100-97-Q-4052
DUE 011997
POC Contact:  DPSC-FOTM-2 buyer-loretta Cicirello 215/737-3294
DESC: PR-NO:  YPT96267000016 NSN 8455-00-257-3874, 5,000 -EA
  Del to  Mechanicsburg PA 17055-0789 Del by 22 Jun 97.  See
  NOTES 1, 9, item  description:  decoration fourragere unit:
   decoration, fourragere;  France; world war II; 2ND award;
  green and red rayon or nylon cord;  polished brass ferrule
  and ring; type II quantity:  5,000 unit of issue:   EA prod
  leadtime:  165 days # of deliveries:  1 above requirement will
   be procured utilizing simplified acquisition procedures if
  under $100,000  all responsible sources may submit offer which
  DPSC shall consider.
CITE: (I-340 SN009026)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: GSA, PBS, PS, 18th & F Sts., NW, Rm 7316, Washington,
  DC  20405
SUBJECT: 84 --  FEDERAL PROTECTIVE POLICE OFFICER UNIFORMS
SOL GS-00P-97-PXM-0401
DUE 011797
POC John P. Dyer, Contracting Officer, (202) 501-0160
DESC: The General Services Administration (GSA), Public Buildings
  Service, Office of Federal Protective Service (FPS) intends
  to award a fixed price contract for FPS Police Uniforms.  The
  contractor will be required to furnish and deliver requirements
  for new recruit classes and police officers on board.  A FIRST
  ARTICLE may be required.  FOB: Destination. All requests for
  solicitation packages must be in writing.  Send request to
  John P. Dyer, General Services Administration, PBS, Federal
  Protective Service (PS), 18th & F Sts., NW, Room 7316, Washington,
  DC  20405 or FAX request to (202) 208-5866 within 15 days of
  the date of this synopsis.  All responsible sources solicited
  may submit a bid which shall be considered. This acquisition
  is unrestricted.  NO TELEPHONE REQUESTS WILL BE HONORED.
CITE: (I-340 SN009322)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 84 -- BODY ARMOR VEST
SOL DAAA03-97-T-0024
DUE 012297
POC Lorrie Meggs, Purchasing Agent, 501/540-3019.
DESC: Body Armor Vest, No Caliber Level IIIA that meet MIL-STD-552C.
  V-50 Ballistic test for Armor. Ballistic warrently to be 10
  years. Garmet must provide quick and easy slip on construction.
  Over the shoulder ballistic protection. Complete side protection
  with front ballistic insert overlapping rear ballistic insert.
  Cut so as not to restrict wearer from establishing effective
  firing position utilizing handguns, rifles, or shotguns. Large
  vest size will be 42"-44" chest size, with 38"-42" waist size.
  Twenty each of size large. X-Laarge will be 46"-48" chest,
  with 42"-48" waist. Eleven each of size X-Large. XX-Large will
  50"X52" chest, with 46"-50" waist. Ten each of XX-large. XXX-Large
  will be 54"-56" chest, with 54"-58" waist. Four each of XXX-Large.
  Will have black nylon removable cover, front plate pocket included
  without plate. To be delivered FOB destination to Pine Bluff
  Arsenal, Pine Bluff, AR. A written quotation will be issued
  on or about 8 Jan 1997 with anticipated award date of 4 Feb
  1997. Request for quotation packages may requested as follows:
  Fascimile request: 501/540-4090 or in writing. All responsible
  sources may submit a quotation which shall be considered by
  Pine Bluff Arsenal. See Numbered Note(s): 1.
CITE: (I-340 SN009383)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 88--Live Animals
OFFADD: National Institutes of Health, OPM, 6120 Executive Blvd.,
  Room 868, Rockville, MD 20872
SUBJECT: 88 -- PRODUCTION OF INFECTIVE LARVAE AND ADULT WORMS
  OF THE FILARIAL PARASITE BRUGIA MALAYI
SOL 263-97-P(BC)-0004
POC Sheri Lawson, Contracting Officer on 301/402-3065 or Edward
  Wilgus, Chief, Acquisitions Branch B on 301/402-3070.
DESC: Under authority of U.S.C. 253-(c)(1), FAR 6.302-1 the National
  Institutes of Health (NIH), National Institute of Allergy and
  Infectious Diseases (NIAID) intends to negotiate a contract
  with the University of Georgia, Research Foundation, Inc.,
  621 Graduate Studies Research Center, Athens, Georgia 30602,
  to provide infective larvae and adult worms of the filarial
  parasite Brugia Malayi. Any response must be received in writing
  within forty-five (45) business days from the published date
  of this notice. The intended procurement will be classified
  under SIC 0279, Animal Specialties, N.E.C. with a size standard
  of $0.5M. The Contractor shall furnish the specific strain
  and quantities of these parasitic worms according to the required
  procedures. The primary objective for the use of these parasites
  is for studying human immunity to filariasis, a disease which
  causes elephantiasis in humans, and to develop an appropriate
  vaccine for the infection. The high quality and well standardized
  parasite materials required under this contract are necessary
  to maintain the progress of on-going carefully controlled research
  studies being conducted at the NIH. In addition to the above,
  colonies of the mosquito Aedes Aequpti (Liverpool strain) are
  required to be maintained for the production of the infective
  larvae. The parasitic materials derived from the mosquitoes
  must be collected, counted, stored, maintained and further
  processed in a manner required for this research study. The
  larvae, and the adult worms which are required to be produced
  from the larvae, has to be stored until needed in a freezer
  (stored at -80 degree centigrade), and injected intraperitoneally
  into jirds or suspended in media 199 and shipped immediately
  by air express. Sixty to ninety days later, adult worms will
  be collected from the peritoneal cavity of jirds and stored
  at 80 degree centigrade until needed. Approximately two hundred
  twenty-one thousand two hundred infective larvae shall be produced.
  The Contractor is required to develop the specific protocols
  with all the required technical support of the specialized
  facilities capable of adequately meeting the requirements of
  large production of Brugia Malayi infective larvae and adult
  worms in addition to other related parasites. These special
  requirements include large walk-in facilities with tightly
  controlled conditions of humidity (70-90%) and temperature
  26 to 28 degrees centigrade). These facilities must be continuously
  monitored for any fluctuation of temperature and humidity which
  would result in uncalculated metamorphosis of the infected
  larvae. The period of performance shall be for twelve (12)
  months from date of award with four (4) successive twelve (12)
  month option periods. Page 2 CBD Worms This is not a formal
  solicitation. Concerns that respond to this notice must furnish
  concise responses directed specifically to the requirements
  mentioned above. Sources possessing the experience and demonstrated
  capability to furnish the above without jeopardizing the previous
  efforts shall supply pertinent information in sufficient detail
  to demonstrate their ability to supply the required items.
  Information shall include evidence of previous similar projects,
  general and specific facilities and other available literature
  for the NIH to perform a proper evaluation. Concerns that respond
  to this synopsis shall furnish concise responses directed specifically
  to the requirements mentioned above and are invited to submit
  capability statements in an Original plus two (2) copies no
  later than forty-five (45) business days from the date of this
  announcement. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) NOR
  IS AN RFP CURRENTLY AVAILABLE. Capability Statements: (a) If
  mailing your capabilities through the U.S. Postal Service use
  the following address: National Institutes of Health, Office
  of Procurement Management, 6120 Executive Blvd., Room 868,
  ATTN: Sheri Lawson, Bethesda, MD 20892. (b) If hand delivering,
  or using a courier service such as: UPS, Federal Express, etc.,
  use the following City, State, and Zip Code: Rockville, MD
  20852. Responses by Facsimile (FAX) will not be accepted. NOTE:
  22
CITE: (I-340 SN009211)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: 3 CONS/LGCS, Bldg. 6920 12th St. Elmendorf AFB, AK 99506
SUBJECT: 91 -- DIESEL FUEL
SOL F65501-96T1460
DUE 120996
POC Marge Schnell, Contracting Officer, 907-552-5494, Yvette
  Wilkins, Contracting Specialist, 907-552-5494.
DESC: EAFB requires 100,000 gallons of arctic diesel fuel for
  delivery to Oliktok LRRS. Oliktok is 50 miles by land from
  Prudhoe Bay/Deadhorse, Alaska. This is a sole source request.
  There is only one source capable of delivering fuel to this
  location. This is a priority buy. See Numbered Note(s): 22.
CITE: (I-340 SN009345)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Department of Treasury (DY), Bureau of Engraving and
  Printing, Office of Procurement, 14th & C Sts., S. W., 708-A,
  Washington, D. C. 20228
SUBJECT: 93 -- DISTINCTIVE CURRENCY PAPER
SOL BEP-97-13(TN)
POC Contact Cindy Duncan, Contract Specialist, 202/874-2539.
DESC: The Bureau of Engraving and Printing (BEP) intends to issue
  a full and open solicitation to procure all types of Distinctive
  Currency Paper for the printing of U.S. currency at the Washington,
  D. C. and Fort Worth, TX facilities. The solicitation provides
  for multiple and split awards by paper type and denomination.
  Resulting contracts will be multiyear contracts with fixed
  price indefinite delivery/indefinite quantity and requirement
  type line items. The anticipated period of performance is June
  1998 through May 2004. The solicitation will provide up to
  24 months for start-up time. Contracts will be limited to 4
  years of actual paper production upon award or at the completion
  of the start-up period. Alternate substrates and alternate
  security features will be considered. The solicitation will
  allow the BEP to consider the feasibility of providing Contractor
  Acquired Government Property (CAP) and contract financing.
  Any interested parties should send a request for a copy of
  the solicitation to: BEP, Office of Procurement, Attn: Cindy
  Duncan, 14th & C Sts., S. W., Washington, D. C. 20228. Requests
  may be faxed to (202) 874-3135. All requests shall include
  the firm's size status (i.e., Large, Small, Minority, or Women-Owned.
  A draft solicitation and specification are available for review
  on the Internet @ http://www.ustreas.gov/treasury/bureaus/bep/proc
  under Materials & FIP Contracts Division Procurement Opportunities.
CITE: (I-340 SN009163)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 96--GRAPHITE, DRY US ARMY ARMAMENT RESEARCH AND
SOL SP0500-97-Q-D998
DUE 122896
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Harry cosgrove/YAB18/215-697-570 7
  buyer:  H.  cosgrove/YAB18/215-697-5707
DESC: PR-NO:  YPI96331000888 NSN 9620-01-422-4368, @ITEM namegraphite,
   dry @COMPOSITION and PERCENTAGE99.00 minimum by volu ME carbon
   @DERIVATIONNATURAL sources 995 -BG Del to Mechanicsburg PA
  17055-0789 Del  by 15 Jan 97.  RFQ due date:  96DEC30 specs:
   EA-G-1825 and amendment 1  primary qty:  995 deliveries to
  CONUS (excluding Alaska) delivery  schedule:  45 days offers
  will be evaluated with a 10% preference for  small disadvantaged
  business concerns.  While price will be a significant  factor
  in the evaluation of offers, the final contract award price
  will be  based upon a combination of price and delivery as
  described in section M of  this solicitation.  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-340 SN009039)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 99-BOLT INLET
SOL N00FMS97Y4022
DUE 012497
POC Contact Point, K. Hall, 0223.03, (215)697-6548, Fax, (215)697-3161,
  Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 0A-0000-00-000-0000, Ref Nr NAS148-44, Qty 300 EA, Delivery
  FOB Origin--NO NATIONAL STOCK NUMBER, NO DRAWINGS AVAILABLE
  ---, See Note 22
CITE: (I-340 SN009120)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management,
  400 7TH ST, SW, Room 4410, Washington, DC 20590
SUBJECT: 99 -- CO-SPONSOR THE PROBABILISTIC SITE CHARACTERIZATION
  MANUAL
SOL DTFH61-97-Q-00036
DUE 122396
POC Viola Compton, Contract Specialist, HAM-40G, (202) 366-4239.
DESC: The Federal Highway Administration plans to negotiate a
  Purchase Order with the American Society of Civil Engeneers
  (ASCE) to jointly co-sponsor the development of a State-of-the-Art
  manual on Probabilistic Site Characterization, utilizing the
  laboratory and field data available through the National Geotechnical
  Experimentation Sites Data Repository System. This is a Simplified
  Acquisition.
CITE: (I-340 SN009192)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U. S. DOE, Morgantown Energy Technology Center, P.O.
  Box 880, Morgantown, WV 26507-0880
SUBJECT: A --"RECOVERY OF MERCURY FROM CONTAMINATED LIQUID WASTES
POC Contact:  R. Diane Manilla, Internet address, [rmanil@metc.doe.gov],
  telephone 304/285-4086, Contracting Officer:  Randolph R. Cooper
CNT DE-AC21-97MC32195
AMT $697,366 (Base), $473,616 (Option 1), $311,146 (Option 2)
DTD 112796
TO ADA Technologies, Inc., 304 Inverness Way South, Suite 365,
  Englewood, CO  80112
CITE: (I-340 SN009130)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria,
  VA 22310-3398
SUBJECT: A -- EXERCISE OF OPTION I
POC Sandy Bednoski, Negotiator, (703) 325-6762, Edward Archer,
  Contracting Officer, (703) 325-5028.
CNT DNA001-96-C-0006-P00003
AMT $367,154.00
LINE N/A
DTD 112596
TO Synergy, Inc., 1763 Columbia Road, NW, Washington, DC 20009-1997
CITE: (I-340 SN009202)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria,
  VA 22310-3398
SUBJECT: A -- EXERCISE OF OPTION I
POC Jennifer Bertuna, Negotiator, (703) 325-9368, Edward Archer,
  Contracting Officer, (703) 325-5028.
CNT DNA001-95-C-0133-P00005
AMT $1,215,362.00
LINE N/A
DTD 112296
TO Jaycor, 9775 Towne Centre Drive, San Diego, CA 92121
CITE: (I-340 SN009203)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: A--CONTRACT AWARD N66604-97-D-0071
POC Contact Leslie Murphy at(401)841-2442/x276 or Nick Palmisciano,
  Contracting Officer at(401)841-2442/x289. Fax number (401)841-4820.
CNT N66604-97-D-0071
AMT $7,228,051
LINE 0001/00021
DTD 103196
TO Logicon Syscon,8110 Gatehouse  Road, Falls Church, VA  22042
CITE: (I-340 SN009267)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Contracts Management Branch, NICHD, National Institutes
  of Health, Executive Building, Suite 7A07, 6100 Executive Blvd.
  MSC 7510, Bethesda, Maryland 20892-7510
SUBJECT: A--A REPOSITORY OF MOUSE MODELS FOR CYTOGENETIC DISORDERS
POC Contact Dorothy McKelvin, Contract Specialist, 301/496-4611
CNT N01-HD-7-3265
AMT $1,693,552.00
DTD 120196
TO The Jackson Laboratory, 600 Main Street, Bar Harbor, ME 04609
CITE: (I-340 SN009289)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria,
  VA 22310-3398
SUBJECT: A -- EXERCISE OF OPTION VII
POC Herbert A. Thompson, Negotiator, (703) 325-1182, Edward Archer,
  Contracting Officer, (703) 325-5028.
CNT DNA001-94-C-0191-P00016
AMT $366,237.00
LINE N/A
DTD 120296
TO Morrison Knudsen Corporation, 1500 West 3rd Street, Cleveland,
  OH 44113-1406
CITE: (I-340 SN009355)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514
SUBJECT: A -- 100 GHZ PHOTONIC SYNTHESIZER TRANSMITTER
POC Renee F Arcuri, Contract Specialist, Rome Laboratory/PKRZ,
  (315)330- 4777; James Nichter, Laboratory Program Manager,
  Rome Laboratory/OCPC, (315)330-7423.
CNT F30602-96-C-0272
AMT $1,549,916.00
LINE N/A
DTD 112796
TO Uniphase Telecommunications Products, Inc, Transmission System
  Division, 500 Horizon Drive, Ste 502, Chalfont PA 18914
CITE: (I-340 SN009369)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Everglades National Park, Attn: Contracting Office, 40001
  State Road 9336, Homestead, FL  33034
SUBJECT: B--WETLAND RESTORATION AND MITIGATION PROGRAM, EVERGLADES
  NATIONAL PARK, HOMESTEAD, DADE COUNTY, FLORIDA
POC Sherry Dague, (305) 242-7791
CNT 1443CX5280-96-003
AMT $1513895
DTD 091896
TO Westwind Contracting, Inc., for year 1; 3201 W. Hallandale
  Bch. Blvd., Pembroke Park, FL  33023
CITE: (W-340 SN009293)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Everglades National Park, Attn: Contracting Office, 40001
  State Road 9336, Homestead, FL  33034
SUBJECT: B--WETLAND RESTORATION AND MITIGATION PROGRAM, EVERGLADES
  NATIONAL PARK, HOMESTEAD, DADE COUNTY, FLORIDA
POC Sherry Dague, (305) 242-7791
CNT 1443CX5280-96-004
AMT $329035
DTD 091896
TO Resource Management International, Inc., for year 1; 3100
  Zinfandel Drive, Suite 600, Sacramento, CA  95670
CITE: (W-340 SN009301)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Bureau of Reclamation, Lower Colorado Dam Facilities
  Office, 400 Railroadave, Boulder City, NV 89005-2422
SUBJECT: F--SITE DEMOLITION AND ENVIRONMENTAL RESTORATION, GOLDEN
  FALCON MILL SITE, YUMA, ARIZONA
POC Sonja Poindexter, Procurement Technician, 702-293-8569
CNT 1425-7-CS-30-12200
AMT $154,321.10
DTD 120396
TO George Bryant Construction, Inc., 9333 Golden Street, Alta
  Loma CA  91737
CITE: (W-340 SN009288)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: 750 CONF/LGC, Onizuka Air Station, 1080 Lockheed Way,
  Box 039, Sunnyvale, CA 94089-1234
SUBJECT: J-ANNUAL INSPECTION, PREVENTIVE MAINTENANCE & EMERGENCY
  SERVICES OF AIR COMPRESSORS
POC Leonard Tampkins, Contract Specialist (408)752-3956; Contracting
  Officer: LaVerne G. Staden
CNT F0468997C0001
AMT $305,875.00
LINE 0001
DTD 120296
TO Power Machine Co, 5768 Shellmound St., Emeryville CA  94608
CITE: (W-339 SN009005)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Post Office Box 280158, Mayport Naval Station, Jacksonville
  FL 32228-0158
SUBJECT: J -- YRBM(L)-45, RAV
CNT N00024-92-H-8522/JOB ORDER KS-97-05
AMT $64,130.00
LINE Item 0001
DTD 112796
TO Kerney Ship Repair, Inc., 1700 East Church Street, Jacksonville
  FL  32202
CITE: (I-340 SN009321)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: DOD/Support Services Contract Section, USCG Aircraft
  Repair & Supply Center, Elizabeth City, NC 27909-5001
SUBJECT: J - REPAIR AND CALIBRATION OF TEST EQUIPMENT
POC N/A
CNT DTCG38-97-D-30002
AMT N/A
DTD 112796
TO ETA, 1395 SOUTH MARIETTA PARKWAY, BUILDING 200, SUITE 206,
  MARIETTA, GA  30067-7869
CITE: (I-340 SN009329)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: R -- SYSTEM ENGINEERING AND TECHNICAL ASSISTANCE SUPPORT
  TO THE MULTIPLE LAUNCH ROCKET SYSTEM PROJECT OFFICE
POC (PCF) Maria Vencill, Contract Specialist, AMSMI-AC-CFHA,
  (205) 876- 2566, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA,
  (205) 876-7321.
CNT DAAH01-97-C-0042/P00001
AMT $33,965.00
LINE N/A
DTD 120496
TO Madison Research Corporation 401 Wynn Drive, Huntsville, AL,
  35805
CITE: (I-340 SN009201)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 1725
  Jefferson Davis Hwy, Suite 1200, Arlington, VA 22202
SUBJECT: R -- JOINT THEATER MISSILE DEFENSE COMMANDERS-IN-CHIEF
  ASSESSMENT PROGRAM, REQUEST FOR INFORMATION
POC POC: LTC Arthur Gottlieb, (703) 604-4246, CBD Reference Number:
  BMDO 96-12.
CNT HQ0006-97-C-0005
AMT $9,164,460.00
LINE 0001, 0002, 0003, 00
DTD 112796
TO SRS Technologies, 1811 Quail Street, Newport Beach, CA 92660
CITE: (I-340 SN009205)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 -- FY 97-99 AVENGER ENGINEERING SERVICES
POC Connie Goodwin, Contract Specialist,AMSMI-AC-CAD,(205)876-2838,
  John R. Bailey, Contracting Officer,AMSMI-AC-CAD,(205)876-2682
  PCA.
CNT DAAH01-97-C-0076
AMT $13,324,835.95
LINE N/A
DTD 112996
TO Boeing Defense and Space Group, Missile and Space Division,
  499 Boeing Blvd, P.O. Box 240002, Huntsville AL 35829-6402.
CITE: (I-340 SN009358)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 1001, 761ST TANK
  BATTALION AVE, FORT HOOD TX 76544-5059
SUBJECT: S--OPERATE AND MANAGE CENTRAL ISSUE FACILITIES AT FT
  HOOD, TX, FT CARSON, CO, AND FT RILEY, KANSAS
POC Contracting Officer DREXIE T. JENNINGS (817) 287-5454 (Site
  Code DAKF48)
CNT DAKF48-97-C-0002
AMT $1,882,063
DTD 120396
TO LOCKHEED MARTIN LOGISTICS MGMT, 1600 E PIONEER PARKWAY, ARLINGTON,
  TX 76010-6594
CITE: (I-340 SN009284)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: AOT Branch, Division A, Office of Procurement, Room 1535,
  SA-14, USAID, Washington, D.C. 20523-1425
SUBJECT: U -- DISASTER PREVENTION, MITIGATION, AND PREPAREDNESS
  VIDEO (PMP) TO PRODUCE A VIDEO THAT DOCUMENTS THE HIGH SOCIO-ECONOMIC
  COSTS OF DISASTERS AND OUTLINES PMP STRATEGIES
POC Contact Person: Patricia Stewart, 703-875-1061 (email: PStewart@USAID.gov)
  Contracting Officer, Dennis Dorsey, 703-875-1029.
CNT Contract No. AOT-C-00-97-00018-00 per OP/A/AOT/P-9
AMT $96,045.00
LINE N/A
DTD 120596
TO Issembert Productions, Inc. 5454 Wisconsin Avenue, Suite 850,
  Chevy Chase, MD 20815
CITE: (I-340 SN009216)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: General Services Administration, PBS,Property Development-6PMT,1500
  E Bannist er, Rm 2135,Kansas City,MO 64131-3088
SUBJECT: Y--DEMOLITION & SITE CLEARING
POC Contact,Susan Kading,816/926-5316,Contracting Officer,Linda
  E. Hale,816/926 - -5316
CNT GS-06P-96-GZC-0509
AMT $752328
DTD 101596
TO Anderson Excavating Co.,1824 South 20th Street,Omaha,NE 68108
CITE: (I-340 SN009155)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Department of Treasury (2024), Federal Law Enforcement
  Training Center, Procurement Division, Bldg. 28, Glynco, GA
  31524
SUBJECT: Y -- CONSTRUCT COMPUTER CLASSROOM BUILDING 212
CNT Tftc 97-1
AMT $1,793,600.00
DTD 110896
TO L. C. Gaskins Construction Company, Inc., 7016 Davis Creek
  Road, Jacksonville, FL  32256-3026
CITE: (I-340 SN009226)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P. O. Box 1715,
  Baltimore, MD 21201
SUBJECT: Z -- ROOF REPAIR, BUILDING 400, FT. MYER, ARLINGTON,
  VIRGINIA
CNT DACA31-97-C-0010
AMT $333,333.00
DTD 120496
TO MIC/CO, Inc., 6177 Grovedale Court, Suite 100, Alexandria,
  VA  22310
CITE: (I-340 SN009152)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration,Property Mgmt. Div. (1PM),10
  Causeway St, 9t h floor,Boston,MA 02222-1077
SUBJECT: Z-REPAIRS TO EXTERIOR FACADE OF FEDERAL
POC Contact,Sally Robinson,617/565-6013,Contracting Officer,Donna
  M. Maffeo,617 /565-6012
CNT GS-01P-96-BZC-0028
AMT $79650
DTD 110196
TO Schneider Restorations In,Otto Schneider,Newtown,PA 18940
CITE: (I-340 SN009292)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P. O. Box 1715,
  Baltimore, MD 21201
SUBJECT: Z -- REPLACE STEAM AND CONDENSATE LINES, BUILDINGS 251
  TO 412 AND 416C, FORT MYER, ARLINGTON, VA
CNT DACA31-97-C-0009
AMT $278,296.00
DTD 120496
TO American Combustion Industries, Inc., 3520 Bladensburg Road,
  Brentwood, MD  20722
CITE: (I-340 SN009310)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--ELEMENT ASSY.
SOL 96TR15-22-P-0700
CNT F09603-92-G-0005-UBKA
AMT $90,240.00
LINE 0001
DTD 120596
TO Lockheed Martin Corp Lockheed Martin Armament Systems Lakeside
   Ave Burlington VT 05401-4985
CITE: (I-340 SN009052)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box
  215,Portsmouth,VA,23705-0215
SUBJECT: 10 -- USS CARON (DD-970), SSP 059-97, RAV
CNT JOB ORDER 7033
AMT $248,640.00
LINE 0001, 0002, 0003
DTD 120396
TO Dreadnought Marine, Inc., 3200 E. Princess Anne Road, Norfolk,
  VA  23504
CITE: (I-340 SN009227)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 13-M509 CARTRIDGE, IMPULSE MK 9 MOD 0
POC Contact Point, R. L. Cleaver, 0242.3, (717)790-2706, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, T. S. Bower,
  0242.1, (717)790-6464
CNT N0010497CKA04, Sol Nr N00104-96-R-K081, NIIN 00731
AMT $72,768
DTD 102396
TO Woerner Engineering Inc , Elbert ,CO 80106-0000
CITE: (I-340 SN009115)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 13-M185 MK 8 MOD 0 IMPULSE CARTRIDGE
POC Contact Point, R. L. Cleaver, 0242.3, (717)790-2706, Fax,
  (717)790-2284, Twx, Not-avail
CNT N0010497CKA13, Sol Nr N00104-96-R-K114, NIIN 00075
AMT $58,980
DTD 110896
TO Woerner Engineering Inc , Elbert ,CO 80106-0000
CITE: (I-340 SN009121)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (HTR), Rock Island , IL
  61299-7630
SUBJECT: 13 -- HOOK & LINE SET
POC Contract Specialist: Donna Webb (309) 782-6369, PCO: Robert
  C. Tedell (309) 782-3811
CNT DAAE20-97P0204
AMT $58,860
LINE N/A
DTD 120496
TO Canadian Commerical Corporation, Ottawa, Ontario, Canada K1A0S6
CITE: (I-340 SN009161)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
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--PUMP, MISSILE LOADER.
SOL SP0750-97-Q-0130
CNT SP0750-97-M-4258
AMT $58,776.50
LINE 0001 THROUGH 0002
DTD 120596
TO Aiw-Alton Inc 1475 Palisado Ave P O Box 713 Windsor CT 06095-0713
CITE: (I-340 SN009049)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 14-PISTON ASSEMBLY
POC Contact Point, Mark P Kendall, 02132.4, (717)790-6474, Fax,
  (717)790-2284, Twx, Not-avail
CNT N0010497PLB27, NIIN 011182113
AMT $53,799
DTD 121496
TO Pacific Scientific Co , Santa Barbara ,CA 93101-0000
CITE: (I-340 SN009122)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--PANEL, STRUCTURAL, AIRFRAME
SOL SP0920-97-Q-A011
CNT SP0920-97-M-1246
AMT $56,485.00
LINE 0001 THROUGH 0002
DTD 120496
TO Ellcott Mfg Co Vernon Industrial Pk Bldg 2 P O Box 2415 Vernon
  CT  06066
CITE: (I-340 SN009255)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--WINDSHIELD PANEL, AIRCRAFT
SOL SP0460-96-Q-MS43
CNT SP0460-97-M-6268
AMT $34,397.00
LINE 0001
DTD 120496
TO Control logistics Florida 2633 lantana Rd Suite 6 Lake worth
  FL  33462
CITE: (I-340 SN009088)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--FITTING, RESCUE HOIS
CNT SP0460-97-M-6279
AMT $29,682.00
LINE 0002
DTD 120596
TO Aero Components P. O. Box 120157 419 West Fork Dr.  Arlington,
   TX 76012
CITE: (I-340 SN009092)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--TRACK, WING FLAP
SOL SP0460-96-Q-X649
CNT SP0460-97-M-4555
AMT $64,285.00
LINE 0001
DTD 120596
TO Aero Components P. O. Box 120157 419 West Fork Dr.  Arlington,
   TX 76012
CITE: (I-340 SN009096)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--WINDSHIELD PANEL, AIRCRAFT
SOL SP0460-97-Q-D093
CNT SP0460-97-M-6277
AMT $25,443.75
LINE 0001
DTD 120596
TO Raytheon aircraft Co 9709 E central P.O.Box 85 Wichita KS
   67207-0085
CITE: (I-340 SN009132)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--KIT, FUEL CELL
SOL SP0460-96-X-4128
CNT SP0460-97-M-2136
AMT $64,500.00
LINE 0001 THROUGH 0002
DTD 120596
TO Kit Pack Co 410 Thorpe Rd Las Cruces NM 88005-5830
CITE: (I-340 SN009135)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation & Troop Command-ATTN:AMSAT-A-PLBB,
  4300 Goodfellow, St. Louis, MO
SUBJECT: 15 -- AWARD OF 28 AIRCRAFT FAIRINGS
POC Phil Eatherton, Contract Specialist, 314-263-0733 or MS Rita
  Surgeon, Contracting Officer, 314-263-0742.
CNT DAAJ09 94-G-0005, DELIVERY ORDER 0072
AMT $ 445,060.00
LINE 0001AA
DTD 120496
TO McDonnell Douglas Helicopter Systems, McDonnell Douglas Aerospace,
  5000 McDowell Road, Mesa, AZ 85215-9797
CITE: (I-340 SN009184)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--LEG ASSEMBLY, SEAT
SOL SP0460-97-Q-C012
CNT SP0460-97-M-4536
AMT $75,660.00
LINE 0001
DTD 120596
TO Weber Aircraft Inc Passenger Seat Div 2000 Weber Dr Gainesville
   TX 76240
CITE: (I-340 SN009089)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--CONNECTOR, FILTER, HO
SOL SP0920-96-Q-A008
CNT SP0920-97-C-0004
AMT $224,584.00
LINE 0001AA THROUGH 0001A
DTD 120596
TO ILC Industries Inc ILC Dover Div one moonwalker Rd Frederica
  DE  19946-2080
CITE: (I-340 SN009260)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box
  215,Portsmouth,VA,23705-0215
SUBJECT: 19 -- APL-50, SSP 011-97, RAV
CNT JOB ORDER 7037
AMT $354,759.00
LINE 0001, 0002, 0003
DTD 120496
TO Lyon Shipyard, Inc., P.O. Box 2180, Norfolk, VA  23501
CITE: (I-340 SN009297)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: 23 -- TRUCK TRAILER
POC For Copy, ASC/PKWO, ATTN: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309, POC: T. Hayes/PKWOCA/937-257-5851,
  FAX No (937) 257-3926.
CNT F33601-97-C-0003, F33601-96-R-0184
AMT $186,581.00
LINE 0001 - 0002AH
DTD 120296
TO Nelson Manufacturing Co., 6448 US Route 224, Ottawa OH 45875
CITE: (I-340 SN009191)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 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--SYS TECH SUPPOR
CNT DAAE0796CX195P00002
AMT $555,000
DTD 112296
TO General Dynamics Land Systems, 38500 Mound Rd Sterling heigh,
   MI483103260
CITE: (I-339 SN009014)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--BRAKE LINING KIT (NON-ASBESTOS). KIT CONSISTS OF
SOL SP0750-96-Q-1598
CNT SP0750-97-M-1215
AMT $73,087.02
LINE 0001 THROUGH 0002
DTD 120596
TO Exton Corp 128 N Lively Blvd Elk Grove Village IL 60007
CITE: (I-340 SN009048)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--VALVE, POPPET, ENGINE. FOR USE ON
SOL SP0760-96-Q-5946
CNT SP0750-97-M-4246
AMT $28,295.55
LINE 0001
DTD 120596
TO US motor wks LLC 2425 S Garfield Ave Los Angeles CA 90040-1811
CITE: (I-340 SN009045)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--FERRULE, FUEL NOZZLE
SOL SP0480-96-R-2678
CNT SP0480-97-C-5101
AMT $170,568.00
LINE 0001AA THROUGH 0002A
DTD 120496
TO Lewis machine Co 22 John St East Hartford CT 06128-0205
CITE: (I-340 SN009087)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--MANIFOLD, AFTERBURNER
SOL SP0480-96-Q-W387
CNT SP0480-97-M-F246
AMT $71,190.00
LINE 0001
DTD 120596
TO Kreisler industrial Corp 180 Van Riper Ave Elmwood Park NJ
   07407-2622
CITE: (I-340 SN009090)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--TURBINE ROTOR, TURBINE ENGINE
SOL SP0480-96-X-2001
CNT N00383-95-G-M120-TYS2
AMT $29,115.50
LINE 0001
DTD 120596
TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300
  W  Warner Rd Tempe AZ 85285-2200
CITE: (I-340 SN009091)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 29-PUMP,FUEL,METERING
POC Contact Point, Richard S Fry, 02112.17, (717)790-2828, Fax,
  (717)790-2284, Twx, Not-avail
CNT N0010497PDB69, Sol Nr N00104-97-Q-DB39, NIIN 15117
AMT $32,475
DTD 121496
TO Fdgm Inc , Chesapeake ,VA 23320-0000
CITE: (I-340 SN009123)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--SHAFT, DRIVE
SOL SP0480-97-Q-J291
CNT N00383-93-G-M111-TYZ4
AMT $46,136.80
LINE 0001 THROUGH 0002
DTD 120496
TO Sundstrand Aerospace 4747 Harrison Ave Rockford IL 61125-7002
CITE: (I-340 SN009133)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--SHAFT, SHOULDERED
SOL SP0740-96-R-1721
CNT SP0740-97-C-0405
AMT $58,710.00
LINE 0001AA THROUGH 0002
DTD 120596
TO Precision Gear Inc 48-09 108TH St Flushing NY 11368-2911
CITE: (I-340 SN009041)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEAR BOX, INPUT
SOL SP0770-96-Q-UD86
CNT SP0770-97-M-GN32
AMT $28,766.70
LINE 0001 THROUGH 0002
DTD 120596
TO Kaiser Aerospace and Electronics Corp Kaiser Fluid Technologies
   Div 530 Sugar Creek Rd E P O Box 5270 Charlotte NC 28225
CITE: (I-340 SN009046)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: U.S. ATCOM, 4300 Goodfellow Blvd., St. Louis, MO 63120-1798
SUBJECT: 30 -- CONNECTING LINK, RIG, NSN: 3040-01-085-4284, P/N:
  70400-02264- 064 (0001AA) AND PUSH ROD ASSEMBLY, A, NSN: 1680-01-159-4618,
  N: 70400-02264-059 (0003AA)
POC Mary Deutschmann, Contract Specialist, AMSAT-A-PLBA, 314-263-0515,
  or June P. Tharp, Contracting Officer, 314-263-0800, FAX No.
  x9012.
CNT DAAJ09-97-D-0033, Sol. DAAJ09-96-R-0610, 5 year In
AMT $406,359.00
LINE 0001AA AND 0003AA
DTD 120496
TO TEK Precision Co. Ltd., 205 W. Industry Ct., P. O. Box 9020,
  Deer Park, NY 11729-9020
CITE: (I-340 SN009340)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR
CNT SP0500-97-M-K552
AMT $29,785.00
LINE 0001 THROUGH 0002
DTD 120596
TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New
  York  14701
CITE: (I-340 SN009065)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL
CNT SP0500-97-M-P242
AMT $62,500.00
LINE 0002
DTD 120596
TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New
  York  14701
CITE: (I-340 SN009068)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, PLAIN, ROD END
SOL SP0500-96-Q-PC32
CNT SP0500-97-M-J545
AMT $29,881.30
LINE 0001
DTD 120596
TO Capy machine shop Inc 79 OTIS St West babylon NY 11704
CITE: (I-340 SN009069)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 38--CYLINDER ASSEMBLY, HYDRAULIC, VERTICAL OUTRIGGER..
SOL SP0750-97-Q-0028
CNT SP0750-97-M-4245
AMT $66,750.00
LINE 0001 THROUGH 0002
DTD 120596
TO Howco distributing Co 11809 N E Sumner St Portland Oregon
  97220
CITE: (I-340 SN009051)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 38--SCREED, CONCRETE.
SOL SP0770-96-Q-MD07
CNT SP0770-97-M-HN06
AMT $25,500.00
LINE 0001
DTD 120596
TO Triden construction supply Inc 1111 stimmel Rd Columbus OH
   43223-2994
CITE: (I-340 SN009077)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--CELL, FLOATATION, LEFT HAND.
SOL SP0760-96-R-3387
CNT SP0760-97-C-4648
AMT $75,227.18
LINE 0001AA THROUGH 0003A
DTD 120396
TO Wirt inflatable specialists Inc Pike St P.O.Box 1325 Elizabeth
  WV  26143-9369
CITE: (I-340 SN009042)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--GOVERNOR, PUMP, PRESSURE REGULATING.
SOL SP0770-96-Q-YE04
CNT SP0770-97-M-GA86
AMT $62,643.00
LINE 0001 THROUGH 0002
DTD 120596
TO Leslie Controls Inc 12501 Telecom Dr Tampa FL 33637-0906
CITE: (I-340 SN009047)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PUMP, ROTARY.
SOL SP0760-97-Q-0012
CNT SP0760-97-M-3922
AMT $46,336.99
LINE 0001
DTD 120596
TO Environmental systems Inc 1197 Baltimore-Annapolis Blvd P.O.Box
   9751 Bldg 3 unit 6 Arnold MD 21012-2308
CITE: (I-340 SN009050)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--VALVE, SERVO
SOL SP0760-96-R-2062
CNT F09603-95-G-0017-UB74
AMT $159,393.00
LINE 0001AA THROUGH 0001A
DTD 120596
TO MOOG Inc Aircraft Group Seneca St at Jamison Rd East Aurora
  NY  14052
CITE: (I-340 SN009053)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE, METALLIC.
SOL SP0760-96-Q-W229
CNT SP0760-97-M-2701
AMT $59,820.00
LINE 0001
DTD 120596
TO A Z E Supply Co Inc 822 Montgomery Ave Suite 312 Narberth
  PA  19072
CITE: (I-340 SN009043)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE, FINNED.
SOL SP0760-97-Q-0175
CNT SP0760-97-M-7888
AMT $94,677.66
LINE 0001AA THROUGH 0002
DTD 120496
TO Combustion Engineering Inc Marine Power Systems Dept 7023
  1000  prospect Hill Rd Windsor CT 06095-1521
CITE: (I-340 SN009044)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 48-DISK,VALVE
POC Contact Point, Kathy   Wright, 0243.19, (717)790-6458, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, Brian C
  Garrett, 0243, (717)790-3918
CNT N0010497PFB44, NIIN 014212168
AMT $21,600
DTD 120396
TO Vacco Industries , So El Monte ,CA 91733-3399
CITE: (I-340 SN009124)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--PANEL
SOL SP0500-97-Q-9650
CNT SP0500-97-M-L531
AMT $49,776.76
LINE 0001
DTD 120596
TO Hi-temp insulation Inc 4700 Calle Alto Camarillo CA 93010-8509
CITE: (I-340 SN009064)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--RING, COUPLING
SOL SP0500-97-Q-3372
CNT SP0500-97-C-F027
AMT $48,720.00
LINE 0001
DTD 120596
TO Cliffdale Mfg Co 10055 Canoga Ave Chatsworth CA 91311-3004
CITE: (I-340 SN009067)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Naval Undersea Warfare Center, Division Keyport, 610
  Dowell Street, Keyport, WA
SUBJECT: 53 -- BEARING RETAINER ASSEMBLIES
CNT N00253-97-C-0007
AMT $74,119
LINE ALL
DTD 112796
TO Tri-Technologies Incorporated, 1 Lawton Street, Yonkers, New
  York, 10705
CITE: (I-340 SN009158)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: FISC Norfolk Kings Bay Det, 930 USS Hunley Ave Rm 211,
  NAVSUBASE Kings Bay GA 31547-
SUBJECT: 53 -- MODIFICATION KITS
POC Contact Sue Soto, Contract Specialist, 912/673-2001, extension
  9331, Facsimile machine number 912/673-2131.
CNT N46450-97-M-3131
AMT $76,740.00
LINE 0001
DTD 120596
TO Warren Pumps Inc, P O Box 969, 82 Bridges Avenue, Warren MA
  01083- 0969
CITE: (I-340 SN009375)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: 53 -- ROLLING SERVICE DOORS
POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent,
  Robert S. Kay, Contracting Officer
CNT N00604-96-M-F566
AMT $66,500
LINE 0001
DTD 092696
TO Industrial Door and Wall Co., 95-515 Ukee St., Suite 310,
  Waipahu, HI 96797(S)
CITE: (I-340 SN009378)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: 53 -- PORTABLE BOILER
POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent,
  Robert S. Kay, Contracting Officer
CNT N00604-97-M-B050
AMT $33,350
LINE 0001
DTD 112996
TO Foster Equipment Co., 719 Ahua St., Honolulu, HI 96819(S)
CITE: (I-340 SN009387)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE
  STREET, ST LOUIS MO 63103-2833
SUBJECT: 56--SAND TO BE DELIVERED TO MELVIN PRICE SUPPORT CENTER,
  GRANITE CITY, IL
POC Contracting Officer T. M. LAWS (314) 331-8500 (Site Code
  DACW43)
CNT DACW43-97-C-0403 DACW43-97-B-0210
AMT $220,500
DTD 120296
TO C GRANTHAM COMPANY *B, PO BOX 326, COLUMBIA, IL 62236
CITE: (I-340 SN009279)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
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--MECHANISM ASSY, AMBI
SOL SP0970-96-Q-4894
CNT SP0970-97-M-1340
AMT $25,875.00
LINE 0001 THROUGH 0002
DTD 120496
TO Aeronautical instrument and radio Co 234 garibaldi Ave P.O.Box
   340 Lodi NJ 07644-0340
CITE: (I-340 SN009249)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
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 SP0970-96-Q-A280
CNT SP0970-97-M-1316
AMT $32,607.23
LINE 0001
DTD 120596
TO Pioneer Valve & Fitting Co Inc.  93 Seigel Street Brooklyn,
  NY  11206-3200
CITE: (I-340 SN009252)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--SPLICE, CONNECTOR
SOL SP0450-96-R-2493
CNT SP0450-97-C-0132
AMT $91,480.00
LINE 0001 THROUGH 0002
DTD 120496
TO Advanced Defense Technologies Inc 1940 Greenspring Dr Timonium
  MD  21093
CITE: (I-340 SN009086)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59-ELECTRONIC MODULE,S
POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax,
  (717)790-2284, Twx, Not-avail
CNT N0010497PJA42, Sol Nr N00104-96-Q-JA44, NIIN 01434
AMT $42,330
DTD 121496
TO Ore International Inc , Falmouth ,MA 02541-0000
CITE: (I-340 SN009125)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--RELAY, ELECTROMAGNETIC
SOL SP0930-97-Q-A012
CNT SP0930-97-M-1930
AMT $26,006.00
LINE 0001 THROUGH 0002
DTD 120496
TO Deutsch Co the Deutsch relays Inc Div 65 daly Rd East northport
   NY 11731-6304
CITE: (I-340 SN009237)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--DIPLEXER
SOL SP0970-96-R-X070
CNT SP0970-97-C-0005
AMT $157,469.75
LINE 0001 THROUGH 0002
DTD 120596
TO Lockheed Martin Tactical Systems Inc Lockheed Martin Tactical
   Defense Systems Div 365 Lakeville Rd great neck NY 11020-1696
CITE: (I-340 SN009238)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT CARD ASSEMB
SOL SP0960-96-Q-A083
CNT SP0960-96-C-0153
AMT $56,412.00
LINE 0001
DTD 120596
TO Efw Inc 4700 marine creek pky P.O.Box 136969 Fort Worth TX
   76136-6969
CITE: (I-340 SN009240)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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, RECEPTACL
SOL 96TR94-02-P-0900
CNT SP0935-97-M-1358
AMT $43,172.00
LINE 0001 THROUGH 0002
DTD 120496
TO General connector Corp a Wire-Pro Co 23 Front St Salem NJ
   08079-1047
CITE: (I-340 SN009241)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--ANTENNA
SOL SP0970-96-Q-A257
CNT SP0970-97-M-1306
AMT $46,422.00
LINE 0001
DTD 120596
TO D and M/Chu technology Inc 2950 veterans Memorial Hwy Bohemia
  NY  11716-1023
CITE: (I-340 SN009242)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--LINE SECTION, RADIO
CNT SP0970-97-M-1314
AMT $28,120.00
LINE 7001
DTD 120596
TO Randtron systems Inc Lockheed Martin Randtron 130 Constitution
  Dr  Menlo Park CA 94025-1166
CITE: (I-340 SN009248)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--RELAY, THERMAL
SOL SP0900-96-T-V651
CNT SP0930-97-M-1898
AMT $44,631.30
LINE 0001 THROUGH 0002
DTD 120496
TO Revere Electric Supply Co 2501 W Washington Blvd Chicago IL
   60612-2388
CITE: (I-340 SN009250)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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 F09603-95-G-0020-UB03
AMT $25,564.00
LINE 0001 THROUGH 0003
DTD 120596
TO Westinghouse Electric Corp defense and electronic systems
  center  ms-1252 baltimore-washington airport site## P.O.Box
  1693 Baltimore MD  21203-1693
CITE: (I-340 SN009251)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRON TUBE
SOL SP0960-96-Q-6977
CNT SP0960-97-M-1150
AMT $57,435.00
LINE 0001 THROUGH 0002
DTD 120496
TO Hewlett-Packard Co. Federal Business Center 2101 Gaither Rd
   P.O.Box 1487 Rockville MD 20849-1487
CITE: (I-340 SN009253)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRON TUBE
SOL SP0960-97-Q-A017
CNT SP0960-97-M-1038
AMT $79,800.00
LINE 0001AA THROUGH 0001A
DTD 120496
TO Burle Industries Inc 1000 New Holland Ave Lancaster PA 17601
CITE: (I-340 SN009254)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--CONTACT ASSEMBLY, ELECTRICAL
SOL SP0920-96-Q-A062
CNT SP0920-97-M-1232
AMT $33,063.00
LINE 0001
DTD 120596
TO Electro-tec Corp sub of Kaydon Corp 1501 N Main St Blacksburg
  VA  24060-2527
CITE: (I-340 SN009256)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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
SOL SP0960-96-R-A091
CNT SP0960-97-C-0014
AMT $88,533.00
LINE 0001
DTD 120496
TO Lockheed Martin federal systems Inc Lockheed Martin federal
   systems manassas 9500 godwin Dr manassas VA 22110-4104
CITE: (I-340 SN009257)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
CNT SP0960-97-C-0010
AMT $101,723.96
LINE 0002
DTD 120596
TO Cortelco Intl Inc 1703 Sawyer Rd Corinth MS 38834
CITE: (I-340 SN009258)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--CONTACT, ELECTRICAL
CNT SP0920-97-M-1240
AMT $32,895.00
LINE 0001 THROUGH 0002
DTD 120496
TO Amp Inc 2800 Fulling Mill Rd. P.O.Box 3608 Harrisburg PA 
  17105-3608
CITE: (I-340 SN009259)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
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 -- 2 ASYNCHRONOUS REAL-TIME MULTIPLEXER AND OUTPUT
  RECONSTRUCTOR SYSTEMS
POC Donna L. Voithoffer, Contract Specialist, (301) 342-1825
  X213.
CNT N00421-97-C-1040
AMT $207,176.00
LINE 0001, 0002
DTD 112696
TO Calculex, Inc., P.O. Box 339, Las Cruces, NM 88004
CITE: (I-340 SN009349)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 61--CABLE, TELEPHONE
SOL SP0500-96-Q-SP93
CNT SP0500-97-M-R009
AMT $41,400.00
LINE 0001 THROUGH 0002
DTD 120596
TO Imperial wire and cable Co Inc 444 S State St P O Box 277
  Newtown  PA 18940-0277
CITE: (I-340 SN009066)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 61--CABLE, TELEPHONE
CNT SP0500-97-M-P306
AMT $30,930.00
LINE 0001 THROUGH 0002
DTD 120596
TO Superior cable Corp 150 Interstate N pky Suite 300 Atlanta
  GA  30339
CITE: (I-340 SN009070)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--MOTOR, DIRECT CURRENT
SOL SP0430-96-Q-B453
CNT SP0430-97-M-P340
AMT $54,168.00
LINE 0001
DTD 120496
TO Vickers Inc electromechanical Div 3675 Patterson Ave SE Grand
   Rapids MI 49512
CITE: (I-340 SN009134)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FMD), Rock Island , IL
  61299-7630
SUBJECT: 61 -- CABLE ASSEMBLY
POC Contract Specialist: Ann Hamerlinck (309) 782-3946, PCO:
  Allen J. Hale (309) 782-6736
CNT DAAJ09-95G0014
AMT $122,422
LINE N/A
DTD 112796
TO Bell Helicopter Textron, P. O. Box 482, Ft Worth, TX 76101
CITE: (I-340 SN009160)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (HRF), Rock Island , IL
  61299-7630
SUBJECT: 61 -- BUS CONDUCTOR
POC Contract Specialist: Margie Tuftee (309) 782-7163, PCO: Robert
  C. Tedell (309) 782-3811
CNT DAAE20-97C0073
AMT $70,650
LINE N/A
DTD 120396
TO Napco International, 1600 S. 2nd St., Hopkins, MN 55343-7464
CITE: (I-340 SN009162)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 62 -- PANEL, INDICATING,LI
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 DAAJ09-94-G-0006, D.O. 0034
AMT $144,618.44
LINE N/A
DTD 120496
TO Caanadian Commercial Corp., 50 O'Connor St, 11th Floor, Ottawa
  Ont Can K1A 0S6
CITE: (I-340 SN009181)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Chief, Acquisition & Materiel Management 90C, VA Medical
  Center, 400 Veterans Blvd., Biloxi, MS 39531
SUBJECT: 65 -- WHOLE BLOOD AND BLOOD PRODUCTS
POC Lila C. Byrd 601-385-5792
CNT V520P-6097
AMT $149,825
LINE N/A
DTD 120396
TO American Red Cross, Gulf Coast Regional Office, P. O. 1764,
  Mobile, AL 36633
CITE: (I-340 SN009171)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--INDICATOR, FUEL FLOW
SOL SP0440-96-R-1925
CNT F34601-94-G-0010-TYG4
AMT $67,060.00
LINE 0001AA THROUGH 0001A
DTD 120496
TO Ametek Aerospace Products Inc a Div of Ametek Inc 50 Fordham
  Rd  Wilmington MA 01887
CITE: (I-340 SN009085)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--TRANSDUCER, MOTIONAL PICKUP
SOL SP0440-97-Q-T205
CNT SP0440-97-M-X437
AMT $26,234.00
LINE 0001
DTD 120496
TO Kavlico Corp 14501 Los Angeles Ave Moorpark CA 93021
CITE: (I-340 SN009094)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--GYROMOTOR
SOL SP0440-96-Q-JY91
CNT SP0440-97-M-Z309
AMT $32,879.00
LINE 0001
DTD 120596
TO Flight support Corp 35 pinecroft Rd Anniston AL 36207
CITE: (I-340 SN009095)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--MOUNT, RACK ASSEMBLY
CNT F34601-94-G-0010-TYG2
AMT $28,064.00
LINE 0001
DTD 120596
TO Ametek Aerospace Products Inc a Div of Ametek Inc 50 Fordham
  Rd  Wilmington MA 01887
CITE: (I-340 SN009138)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--ITEM NAME VOLTMETER
SOL SP0920-97-Q-A023
CNT SP0920-97-M-1237
AMT $60,723.00
LINE 0001
DTD 120496
TO Rogerson Aircraft Corp 2201 Alton Ave Irvine CA 92606-5033
CITE: (I-340 SN009239)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
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--CHLORINATION KIT
SOL SP0450-96-R-0154
CNT SP0450-97-C-5007
AMT $462,987.45
LINE 0001AA THROUGH 0001A
DTD 120596
TO Truetech Inc 680 Elton Ave Riverhead NY 11901-2555
CITE: (I-340 SN009136)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Naval Undersea Warfare Center, Division Keyport, Code
  1842, 610 Dowell Street, Keyport, WA
SUBJECT: 70 -- FLAT PANEL DISPLAYS
CNT N00253-97-C-0005
AMT $361,560
LINE ALL
DTD 112296
TO Eaton Corporation, 15 Durant Avenue, Bethel, CT 06801
CITE: (I-339 SN009002)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: 70 -- HIGH SPEED ADP PRINTER AND MAINTENANCE
POC Lori Irish, (808) 474-2397 Ext. 233, Contract Specialist,
  Robert S. Kay, Contracting Officer
CNT N00604-97-C-0011
AMT $357,139
LINE N/A
DTD 112996
TO Fuji Xerox Company, Ltd, 6-1-20, Akasaka, Minato-ku, Tokyo,
  Japan
CITE: (I-340 SN009353)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: 71 -- SIPBOARD FURNITURE
POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent,
  Robert S. Kay, Contracting Officer
CNT N00604-96-M-F667
AMT $30,605
LINE 0001-0004
DTD 093096
TO Turnbull Enterprises, Inc., 3501 Marmenco Court, Baltimore,
  MD 21230(S)
CITE: (I-340 SN009381)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 72--BLANKET, CASUALTY, LIGHTWEIGHT, WATERPROOF,
SOL SPO200-96-Q-5289
CNT SP0200-97-M-FA33
AMT $28,508.00
LINE 0001AA THROUGH 0001A
DTD 120496
TO A T S Mfg 3637 Fort St Wyandotte MI 48192
CITE: (I-340 SN009027)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 73--FOOD SERVICE EQUIPMENT
SOL 7FXG-Y8-95-7354-B
POC Jo Ann Stanley 817 978-2505
CNT GS07F9385G
AMT $411,000.00
DTD 112296
TO Caddy Corp. of America 509 sharptown Rd. Bridgeport, NJ 08014
CITE: (I-339 SN008995)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 73--FOOD SERVICE EQUIPMENT
SOL 7FXG-Y8-95-7354-B
POC Donna Curphey 817 978-8662
CNT GS07F9384G
AMT $125,000.00
DTD 112696
TO Spartan showcase, Inc. P.O. Box 470 union, Mo 63084
CITE: (I-339 SN008996)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: General Services Administration, FSS Office Supplies
  & Packaging  Procurement Division (2FYS) 26 Federal Plaza,
  New York, NY 10278-0004
SUBJECT: 75--STAPLER, PAPER FASTENING
SOL 2FYS-AD-96-0012-N
CNT GS-14F-64042
AMT $309,355.00
LINE LINES ITEMS 4
DTD 112196
TO Peace Industries, LTD 1100 Hicks Rd. Rolling Meadows, IL 60008
CITE: (I-340 SN009234)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: General Services Administration, FSS Office Supplies
  & Packaging  Procurement Division (2FYS) 26 Federal Plaza,
  New York, NY 10278-0004
SUBJECT: 75--MAPTACKS, PUSHPINS, THUMBTACKS
SOL 2FYS-BR-96-0007-S
CNT GS-14F-6402A
AMT $5,520.00
LINE 1NSN/1LI
DTD 110896
TO A & W products Co. Inc. Gardner Street, drawer B port jervis,
   NY 12771
CITE: (I-340 SN009235)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: General Services Administration, FSS Office Supplies
  & Packaging  Procurement Division (2FYS) 26 Federal Plaza,
  New York, NY 10278-0004
SUBJECT: 75--MAPTACKS, PUSHPINS, THUMBTACKS
SOL 2FYS-BR-96-0007-S
CNT GS-14F-64025
AMT $28,028.00
LINE 1NSN/4LI
DTD 110896
TO A & W products Co. Inc. Gardner Street, drawer B port jervis,
   NY 12771
CITE: (I-340 SN009236)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
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--SKIRT, WOMEN'S (WITH WELT POCKETS)
CNT SP0100-97-M-CA53
AMT $46,503.68
LINE 0001AA THROUGH 0005A
DTD 120496
TO Apparel Mfg Corp 29 Industrial Park Rd N Sterling CT 06377-0216
CITE: (I-340 SN009022)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
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--SHIRT, MAN'S, POLYESTER/WOOL, KHAKI, SHADE
CNT SP0100-97-M-CA49
AMT $36,220.32
LINE 0001AA
DTD 120496
TO California state polytechnic University office of research
  and  sponsored programs 3801 W temple ave## Pomona CA 91768
CITE: (I-340 SN009023)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 91--GREASE, PLUG VALVE
SOL SP0450-97-Q-N036
CNT SP0450-97-M-M341
AMT $68,355.84
LINE 0001 THROUGH 0002
DTD 120496
TO Salathe oil Co Inc 2226 Peters Rd Harvey LA 70058
CITE: (I-340 SN009131)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 91--DAMPING FLUID
SOL SP0451-96-Q-UE96
CNT SP0450-97-M-M352
AMT $29,749.50
LINE 0001
DTD 120596
TO Federal contract services Div of freelander consulting services
   Corp 9716 Old Katy Rd Suite 114 Houston TX 77055-6209
CITE: (I-340 SN009137)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 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--BELLOWS, PROTECTION
SOL SP0440-96-Q-JH89
CNT SP0441-97-M-T388
AMT $97,920.45
LINE 0001 THROUGH 0002
DTD 120596
TO Transdigm Inc controlex Div Aerocontrolex Group 26380 Curtiss
   Wright Pky dest Bldg P.O.Box 43210## Cleveland OH 44143-0210
CITE: (I-340 SN009093)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 9, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 95--METAL PLATE
CNT SP0500-97-W-0823
AMT $32,400.00
LINE 0001 THROUGH 0002
DTD 120596
TO Pierce Aluminum Co Inc 136 will Dr Canton MA 02021-0100
CITE: (I-340 SN009063)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 9, 1996]

PART: SPECIAL NOTICES
SUBJECT: KISS-KIKUCHI INDEXING AND SIMULATION SOFTWARE
DESC:  Sandia Corporation (Sandia), managing and operating contractor
  of Sandia National Laboratories for the U.S. Department of
  Energy, is pleased to announce a new software package --  KISS
  -- Kikuchi Indexing and Simulation Software.  This software
  was developed within Defense Programs at Sandia National Laboratories.
    This software package:   aids in the interpretation of
  Kikuchi electron diffraction patterns collected in a scanning
  electron microscope.   includes code to automatically extract
  the line positions from a Kikuchi pattern using a Sandia developed
  algorithm   obtained crystallographic parameters are measured
  to calculate crystallographic parameters used to match with
  an existing crystal structure database.    suite also includes
  code to simulate the Kikuchi or Kossel pattern from a specific
  crystal structure.    program also allows the appropriate
  crystallographic indices to be automatically determined for
  the pattern of interest.  We are now in the process of developing
  a strategy for licensing this Sandia-developed technology.
   Currently, Sandia is seeking expressions of interest from
  microanalysis manufacturers who have both the interest and
  the ability to take this microanalysis technology to market.
   Depending upon any prior commitments, a 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.
     Among other considerations, Sandia Corporation will consider
  the following factors in evaluating each respondent's qualifications.
   A.  Has an established market share in SIC codes 38260100,
  38260202 (other SIC may be considered) B.  Has an established
  international marketing and product distribution system C.
   Has the ability to pay a significant upfront License fee and
  royalties based upon sales  D.  The ability to satisfy strict
  performance and/or diligence provisions to commercialize the
  software  Sandia will evaluate each respondent's qualifications,
  based on a Sandia format commercialization plan to be submitted
  by the respondent, against Sandia Corporation's business interests
  and practices.  Sandia intends to offer exclusivity to only
  one respondent following an evaluation of the respondents'
  qualifications and their alignment with the ability to successfully
  commercialize the Sandia software.  To obtain a Sandia commercialization
  form, which must be returned to Sandia by December 13, 1996,
  please contact Joanne Trujillo at:   Joanne Trujillo  Sandia
  National Laboratories  Technology Partnerships and Commercialization
  Center  1155 University Blvd. SE  Albuquerque, NM 87106
    (FAX) 505/843-4175  Jmtruji@sandia.gov    (This is the
  preferred method of contact)  NO RESPONDENT'S COMMERCIALIZATION
  PLAN WILL BE CONSIDERED IF RECEIVED BY SANDIA AFTER 4PM MST,
  DECEMBER 13, 1996.  
EMAIL jmtruji@sandia.gov
EMAILDESC: 
CITE: (W-340 SN009221)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: International Sales Office, 2163 Airways Blvd., Memphis,
  TN 38114-5211
SUBJECT: SALE OF MISCELLANEOUS RECYCLABLE PROPERTY 31-7613
POC Point of Contact - William C. Lovejoy, Chief, Recyclable
  Branch, 901-775-6898
DESC: All bids for property offered must be received by 10 Dec
  96, 3:00 P.M. C.S.T. at the International Sales Office in Memphis,
  Tennessee.  Includes portal cranes. TYPE SALE: Sealed Bid 
   IFB NO: 31-7613 INSPECTION BEGINNING: 4 Dec 96   BID OPENING:
  11 Dec 96 PROPERTY LOCATIONS: Philadelphia, Pennsylvania.
EMAILADD: sw00008@ddmtg2.ddmt.dla.mil
EMAILDESC: 
CITE: (D-339 SN009009)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 9, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: International Sales Office, 2163 Airways Blvd., Memphis,
  TN 38114-5211
SUBJECT: SALE OF MISCELLANEOUS RECYCLABLE PROPERTY - 31-7614
POC Point of Contact - William C. Lovejoy, Chief, Recyclable
  Branch, 901-775-6898
DESC: All bids for property offered must be received by 23 Dec
  96, 3:00 P.M. C.S.T. at the International Sales Office in Memphis,
  Tennessee.  Includes Mixed Metals from tanks at Anniston, Alabama
  TYPE SALE: Sealed Bid   IFB NO: 31-7614 INSPECTION BEGINNING:
  10 Dec 96  BID OPENING: 24 Dec 96 PROPERTY LOCATIONS: Anniston,
  Alabama.
EMAILADD: sw00008@ddmtg2.ddmt.dla.mil
EMAILDESC: 
CITE: (D-339 SN009010)