[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement Office, Redstone Arsenal, AL 35898-5275 SUBJECT: A--FUNCTIONAL ENGINEERING SUPPORT MISSILE GUIDANCE AND CONTROL MISSION TECHNOLOGY AND ENGINEERING SUPPORT SENSORS AND PROCESSING TECHNOLOGY SOL DAAH01-97-R-R005 DUE 020597 POC (RDPC) Becky Shockley, Contract Specialist, AMSMI-AC-CRBB, (205) 876- 4070, or Barbara K. Dobbins, Contracting Officer, (205) 876-1470. Synopsis No. R116-96. DESC: This modification to Synopsis Number R116-96 is issued to change the estimated release date of the RFP to on or after 10 Jan 97 and the pre-proposal conference to 29 Jan 97. All other information publicized in the original synopsis remains unchanged. CITE: (I-352 SN012986) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute of Allergy & Infectious Diseases, Contract Management Branch, Solar Building, Room 3C07, 6003 Executive Blvd., MSC 7610, Bethesda, MD 20892 SUBJECT: A--PRECLINICAL EVALUATION OF THERAPIES FOR MICROSPORIDIAL INFECTION SOL NIAID-DAIDS-97-02 POC Mr. Phil Hastings, Contract Specialist 301-496-0194 DESC: The National Institute of Allergy and Infectious Diseases (NIAID), NIH intends to negotiate with Tulane University for a five-year contract with the Regional Primate Research Center to develop and validate therapies for the treatment of AIDS and associated opportunistic infections using in vitro and in vivo models of microsporidial infection. There currently exists no culture system or animal model of the most common microsporidial pathogen, Enterocytozoon bieneusi, to support pathogenesis and drug discovery research. The in vitro and in vivo models established and validated through this contract will serve to test candidate antibiotics and to provide a standard system to assist pathogenesis, parasite biology, drug resistance and diagnostics research. The Contractor will be responsible for: i) improving, standardizing and validating a proposed model of E. BIENEUSI infection in mice that is suitable for evaluation of potential new therapies for treatment of microsporidial infections; ii) evaluating single agents and/or combination therapies for efficacy in a mouse model of E. BIENEUSI infection using a standardized, reproducible, validated therapeutic protocol defined above; iii) standardizing and validating a proposed IN VITRO system to test new therapies against E. BIENEUSI; iv) screening single agents and/or combinations for efficacy against E. BIENEUSI using a standardized, reproducible, and validated IN VITRO system defined and developed in Item iii above; v) continued improvement and validation of models and protocols for microsporidial infection IN VITRO and IN VIVO for evaluating therapies against E. BIENEUSI; vi) utilizing these models, for specialized studies such as testing therapies with alternative protocols, e.g., using other microsporidial species, alternate routes of infection, prophylaxis protocols, or alternate host cell lines. The Tulane University Regional Primate Research Center is the only known source capable of meeting the requirements of this work; therefore seeking full and open competition would only result in unacceptable delays in fulfilling the requirements of the NIAID. See Numbered Note 22. CITE: (I-352 SN012997) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--MHZ POWER SWITCHING DEVICES FOR MODULAR AVIONICS SYSTEMS SOL BAA-97-01-AAK DUE 021897 POC Contact Edward J. Caulfield, Contract Negotiator, (937) 255-3379 or Nancy F.I. Stormer, Contracting Officer, (937) 255-5311 DESC: A--INTRODUCTION: Wright Laboratory (WL) is interested in receiving proposals (technical and cost) on the research effort described in Section B. Proposals in response to this Broad Agency Announcement (BAA) shall be submitted by Feb 18, 1997, 1500 hours Eastern Daylight Time, addressed to (Attn: Edward J. Caulfield), WL/AAKE, Building 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607. Proposals shall not be submitted via facsimile transmission. This is an unrestricted solicitation except as specified by the International Trade in Arms Regulation (ITAR) requirements. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposals received after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10; copy of this provision may be obtained from the contracting point of contact cited in Section F. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any amendments to this solicitation that may be published. This BAA may be amended to allow subsequent submission of proposal dates. Offerors may obtain a copy of the WL Guide entitled, "PRDA and BAA Guide for Industry". This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from the contracting point of contact or obtained via the world wide web site: www.wl.wpafb.af.mil/contract. B--REQUIREMENTS: (1) Technical Description: The emergence of new high speed, low voltage device technologies has resulted in more stringent performance requirements on the associated power supply functions. Of prime importance is the need to move the low voltage power conversion function closer to the point of load creating a highly distributed power architecture, To accomplish a size/weight and form factor suitable for surface mounting the power module on an electronic card, it is necessary to increase the power conversion switching frequency. At very high MHz switching frequencies magnetic core materials can be minimized or perhaps even eliminated making it easier to design a low profile light weight power module. Also, a major power loss contributor can be significantly reduced or eliminated. However, the switching loss mechanisms of silicon power devices have limited the efficiency obtainable at these high MHz frequencies and it is necessary to develop a new class of power switching components based on advanced semiconductor materials. For example, structures made from GaAs based materials have conduction and switching loss dynamics that are 10 to 12 times better than silicon. The object of this effort is to develop a medium voltage primary side power switch and a low voltage secondary power rectifier that are capable of efficient power switching at very high MHz frequencies. Of primary interest are switching frequencies in a range from 50 to 100 MHz. The primary side switch must operate from a 50 Vdc backplane power source, and the secondary side power rectifier must support a 3.3 Vdc, 100 watt output. These devices must be demonstrated in a high frequency power topology that is implemented in a high density packaging technology. Successful development of such power devices will make it possible to demonstrate a surface mountable power module with a very high power density and an overall conversion efficiency of 85% making them suitable for use in military modular avionics systems. (2) Deliverable Items: (a) The following deliverable data items shall be proposed: (i) Status Report, DI-MGMT-80368A/T, monthly; (ii) Funds and Man-hour Expenditure Report, DI-FNCL-80331/T, monthly; (iii) Project Planning Chart, DI-MGMT-80507A/T, monthly; (iv) Contract Funds Status Report (CFSR), DI-MGMT-81468, quarterly; (v) Presentation Material, DI-ADMN-81373/T, as required; (vi) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly; and (vii) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final). (b) The following additional deliverable items shall be proposed: A working prototype of packaged power devices in a high power density test circuit. (3) Security Requirements: None. (4) Other Special Requirements: International Trade in Arms Restrictions apply. Public Law 98-94 applies to this acquisition. Offerors must submit approved DD Form 2345, "Militarily Critical Technical Data Agreement" with their proposal. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 36 months. The contractor shall also provide for an additional 4 months for processing/completion of the final report. (2) Expected Award Date: September 1997. (3) Air Force Estimate: The Air Force anticipates a funding profile of: FY97 $5K, FY98 $500K, FY99 $500K, FY00 $422K resulting in a total funding of $1427 K. This funding level is an estimate only and is not a promise for funding as all funding is subject to change due to Air Force discretion and availability. (4) Type of Instrument: Contract - Cost Plus Fixed Fee (CPFF) or Cost (no fee); or Assistance Instruments - grant or cooperative agreement. (5) Government Furnished Property: None. (6) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the contracting point of contact upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions apply which preclude their participation in this acquisition. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed below. Offerors should refer to the instructions contained in the WL "PRDA and BAA Guide for Industry" referenced in Section A of this announcement. Separate technical and cost proposal volumes are required and must be valid for 180 days. Proposals must reference the above BAA number. Proposals shall be submitted in an original and three (3) copies. All responsible sources may submit a proposal which shall be evaluated against the criteria set forth below in the Section E - Basis of Award. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the Air Force. (2) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal and are not included in the page limit discussed below. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks / phases proposed to be accomplished under the proposed effort and be suitable for instrument incorporation. Offerors should refer to the WL Guide to assist in SOW preparation. Any questions concerning the technical proposal or SOW preparation should be referred to the technical point of contact. (3) Cost Proposal: Adequate price competition is anticipated. The accompanying cost proposal / price breakdown shall be furnished with supporting schedules and shall contain a person-hour breakdown per task. (4) Page Limitations: The technical proposal shall be limited to 50 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation includes all information, i.e., indexes, photographs, fold-outs, appendices, attachments, etc.. Pages in excess of this limitation will be removed from the proposal and will not be evaluated by the Air Force. Cost proposals have no page limitation, however, offerors are requested to limit cost proposals to 75 pages as a goal. (5) Preparation Cost: This announcement does not commit the Air Force to pay for any proposal preparation cost. The cost of preparing proposals in response to this BAA is not an allowable direct charge to any resulting award, or any other procurement instrument. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E--BASIS FOR AWARD: The selection of one or more sources for award will be based on an evaluation of an offeror's proposal (both technical and cost) to determine the overall merit of the proposal in response to the announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria of equal importance: (1) Understanding of the problem; (2) Soundness of technical approach; (3) Technical innovativeness; (4) Offeror's capabilities, plan of execution, experience, and facilities. Cost and / or price, which includes consideration of proposed budgets and funding profiles is a substantial factor, but, ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost proposals will be evaluated at the same time. The Air Force reserves the right to select for award any, all, part, or none of the proposal(s) received. F--POINTS OF CONTACT: (1) An Ombudsman has been appointed to hear concerns from offerors and potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the contracting officer, but to communicate contractor concerns , issues, disagreements and recommendations to the appropriate Air Force personnel. All potential offerors should use established channels to voice concerns before resorting to use the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. These serious concerns only may be directed to the Ombudsman, Mr. Daniel L. Kugel, ASC/SY, Bldg. 52, 2475 K St., Suite 1, Wright-Patterson AFB, OH 45433-7642, E-Mail: kugeldl@sy.wpafb.af.mil, phone (513) 255-3855. (2) Technical Point of Contact: George A. High, WL/AADI, 2241 Avionics Circle, Ste 20, Wright-Patterson Air Force Base OH 45433-7322, (937) 255-4557 x 3441. (3) Contracting/Cost Point of Contact: Edward J. Caulfield, WL/AAKE, Bldg 7, 2530 C Street, Wright-Patterson Air Force Base, OH 45433-7607, (937) 255-2976. ?? CITE: (W-353 SN013301) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--MHZ POWER SWITCHING DEVICES FOR MODULAR AVIONICS SYSTEMS SOL BAA-97-01-AAK DUE 021897 POC Contact Edward J. Caulfield, Contract Negotiator, (937) 255-3379 or Nancy F.I. Stormer, Contracting Officer, (937) 255-5311 DESC: A--INTRODUCTION: Wright Laboratory (WL) is interested in receiving proposals (technical and cost) on the research effort described in Section B. Proposals in response to this Broad Agency Announcement (BAA) shall be submitted by Feb 18, 1997, 1500 hours Eastern Daylight Time, addressed to (Attn: Edward J. Caulfield), WL/AAKE, Building 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607. Proposals shall not be submitted via facsimile transmission. This is an unrestricted solicitation except as specified by the International Trade in Arms Regulation (ITAR) requirements. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposals received after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10; copy of this provision may be obtained from the contracting point of contact cited in Section F. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any amendments to this solicitation that may be published. This BAA may be amended to allow subsequent submission of proposal dates. Offerors may obtain a copy of the WL Guide entitled, "PRDA and BAA Guide for Industry". This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from the contracting point of contact or obtained via the world wide web site: www.wl.wpafb.af.mil/contract. B--REQUIREMENTS: (1) Technical Description: The emergence of new high speed, low voltage device technologies has resulted in more stringent performance requirements on the associated power supply functions. Of prime importance is the need to move the low voltage power conversion function closer to the point of load creating a highly distributed power architecture, To accomplish a size/weight and form factor suitable for surface mounting the power module on an electronic card, it is necessary to increase the power conversion switching frequency. At very high MHz switching frequencies magnetic core materials can be minimized or perhaps even eliminated making it easier to design a low profile light weight power module. Also, a major power loss contributor can be significantly reduced or eliminated. However, the switching loss mechanisms of silicon power devices have limited the efficiency obtainable at these high MHz frequencies and it is necessary to develop a new class of power switching components based on advanced semiconductor materials. For example, structures made from GaAs based materials have conduction and switching loss dynamics that are 10 to 12 times better than silicon. The object of this effort is to develop a medium voltage primary side power switch and a low voltage secondary power rectifier that are capable of efficient power switching at very high MHz frequencies. Of primary interest are switching frequencies in a range from 50 to 100 MHz. The primary side switch must operate from a 50 Vdc backplane power source, and the secondary side power rectifier must support a 3.3 Vdc, 100 watt output. These devices must be demonstrated in a high frequency power topology that is implemented in a high density packaging technology. Successful development of such power devices will make it possible to demonstrate a surface mountable power module with a very high power density and an overall conversion efficiency of 85% making them suitable for use in military modular avionics systems. (2) Deliverable Items: (a) The following deliverable data items shall be proposed: (i) Status Report, DI-MGMT-80368A/T, monthly; (ii) Funds and Man-hour Expenditure Report, DI-FNCL-80331/T, monthly; (iii) Project Planning Chart, DI-MGMT-80507A/T, monthly; (iv) Contract Funds Status Report (CFSR), DI-MGMT-81468, quarterly; (v) Presentation Material, DI-ADMN-81373/T, as required; (vi) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly; and (vii) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final). (b) The following additional deliverable items shall be proposed: A working prototype of packaged power devices in a high power density test circuit. (3) Security Requirements: None. (4) Other Special Requirements: International Trade in Arms Restrictions apply. Public Law 98-94 applies to this acquisition. Offerors must submit approved DD Form 2345, "Militarily Critical Technical Data Agreement" with their proposal. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 36 months. The contractor shall also provide for an additional 4 months for processing/completion of the final report. (2) Expected Award Date: September 1997. (3) Air Force Estimate: The Air Force anticipates a funding profile of: FY97 $5K, FY98 $500K, FY99 $500K, FY00 $422K resulting in a total funding of $1427 K. This funding level is an estimate only and is not a promise for funding as all funding is subject to change due to Air Force discretion and availability. (4) Type of Instrument: Contract - Cost Plus Fixed Fee (CPFF) or Cost (no fee); or Assistance Instruments - grant or cooperative agreement. (5) Government Furnished Property: None. (6) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the contracting point of contact upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions apply which preclude their participation in this acquisition. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed below. Offerors should refer to the instructions contained in the WL "PRDA and BAA Guide for Industry" referenced in Section A of this announcement. Separate technical and cost proposal volumes are required and must be valid for 180 days. Proposals must reference the above BAA number. Proposals shall be submitted in an original and three (3) copies. All responsible sources may submit a proposal which shall be evaluated against the criteria set forth below in the Section E - Basis of Award. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the Air Force. (2) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal and are not included in the page limit discussed below. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks / phases proposed to be accomplished under the proposed effort and be suitable for instrument incorporation. Offerors should refer to the WL Guide to assist in SOW preparation. Any questions concerning the technical proposal or SOW preparation should be referred to the technical point of contact. (3) Cost Proposal: Adequate price competition is anticipated. The accompanying cost proposal / price breakdown shall be furnished with supporting schedules and shall contain a person-hour breakdown per task. (4) Page Limitations: The technical proposal shall be limited to 50 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation includes all information, i.e., indexes, photographs, fold-outs, appendices, attachments, etc.. Pages in excess of this limitation will be removed from the proposal and will not be evaluated by the Air Force. Cost proposals have no page limitation, however, offerors are requested to limit cost proposals to 75 pages as a goal. (5) Preparation Cost: This announcement does not commit the Air Force to pay for any proposal preparation cost. The cost of preparing proposals in response to this BAA is not an allowable direct charge to any resulting award, or any other procurement instrument. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E--BASIS FOR AWARD: The selection of one or more sources for award will be based on an evaluation of an offeror's proposal (both technical and cost) to determine the overall merit of the proposal in response to the announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria of equal importance: (1) Understanding of the problem; (2) Soundness of technical approach; (3) Technical innovativeness; (4) Offeror's capabilities, plan of execution, experience, and facilities. Cost and / or price, which includes consideration of proposed budgets and funding profiles is a substantial factor, but, ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost proposals will be evaluated at the same time. The Air Force reserves the right to select for award any, all, part, or none of the proposal(s) received. F--POINTS OF CONTACT: (1) An Ombudsman has been appointed to hear concerns from offerors and potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the contracting officer, but to communicate contractor concerns , issues, disagreements and recommendations to the appropriate Air Force personnel. All potential offerors should use established channels to voice concerns before resorting to use the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. These serious concerns only may be directed to the Ombudsman, Mr. Daniel L. Kugel, ASC/SY, Bldg. 52, 2475 K St., Suite 1, Wright-Patterson AFB, OH 45433-7642, E-Mail: kugeldl@sy.wpafb.af.mil, phone (513) 255-3855. (2) Technical Point of Contact: George A. High, WL/AADI, 2241 Avionics Circle, Ste 20, Wright-Patterson Air Force Base OH 45433-7322, (937) 255-4557 x 3441. (3) Contracting/Cost Point of Contact: Edward J. Caulfield, WL/AAKE, Bldg 7, 2530 C Street, Wright-Patterson Air Force Base, OH 45433-7607, (937) 255-2976. ?? CITE: (W-353 SN013302) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--FILTERS AND MULTIPLEXERS FOR MULTIFUNCTION RV SENSORS SOL BAA-97-02-AAK DUE 022597 POC Contact Edward J. Caulfield, Contract Negotiator, (937) 255-3379 or Nancy F.I. Stormer, Contracting Officer, (937) 255-5311 DESC: A--INTRODUCTION: Wright Laboratory (WL) is interested in receiving proposals (technical and cost) on the exploratory development effort described in Section B. Proposals in response to this Broad Agency Announcement (BAA) shall be submitted by Feb 25, 1997, 1500 hours Eastern Daylight Time, addressed to (Attn: Edward J. Caulfield), WL/AAKE, Building 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607. Proposals shall not be submitted via facsimile transmission. This is an unrestricted solicitation, except as specified by the International Trade in Arms Regulation (ITAR) requirements. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposal receipt after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10; copy of this provision may be obtained from the contracting point of contact cited in Section F. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any amendments to this solicitation that may be published. This BAA may be amended to allow subsequent submission of proposal dates. Offerors should request a copy of the WL Guide entitled, "PRDA and BAA Guide for Industry". This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from the contracting point of contact or obtained via the world wide web site: www.wl.wpafb.af.mil/contract. B REQUIREMENTS: (1) Technical Description: Advanced phased array multifunction systems need some form of filtering or multiplexing for the T/R module in order to achieve a high degree of noise immunity and anti-jam characteristics for operations in modern hostile environments. The capability is needed for Multifunction Radar, Electronic Protection, and Communications RF. Recent programs at Wright Laboratory have resulted in the availability of small, light weight, low loss, passive filter and filter/multiplexer structures. Research is needed to efficiently and cost effectively incorporate these circuits into either "brick" or "tile" T/R module configurations. Insertion loss on the order of 1 dB, return loss better than 15 dB, and adjacent channel rejection of 80 dB at 25% from center of adjacent channels have been achieved in a laboratory environment. It is now time to achieve these performance levels in an actual T/R module configuration, and in operational conditions. This effort will involve a mechanical design of the package and interconnects, and will include analysis and verification of shock and vibration, and thermal cycling. (2) Deliverable Items: (a) The following deliverable data items shall be proposed: (i) Status Report, DI-MGMT-80368A/T, monthly; (ii) Funds and Man-hour Expenditure Report, DI-FNCL-80331/T, monthly; (iii) Project Planning Chart, DI-MGMT-80507A/T, monthly; (iv) Contract Funds Status Report (CFSR), DI-MGMT-81468, quarterly; (v) Presentation Material, DI-ADMN-81373/T, as required; (vi) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly; and (vii) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final). (b) The following additional deliverable items shall be proposed: Working prototype of packaged filter system. This must be sized to X-Band radiator spacing and include essential T/R components sufficient for system evaluation. (3) Security Requirements: None. (4) Other Special Requirements: International Trade in Arms Restrictions apply. Public Law 98-94 applies to this acquisition. Offerors must submit approved DD Form 2345, Export-Controlled DOD Technical Data Agreement with their proposal. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 36 months. The contractor shall also provide for an additional 4 months for processing/completion of the final report. (2) Expected Award Date: July 1997. (3) Air Force Estimate: The Air Force anticipates a total funding (in $1000) as follows: FY97, 5; FY98, 400; FY99, 300; FY00, 420. This funding level is an estimate only and is not a promise for funding as all funding is subject to change due to Air Force discretion and availability. (4) Type of Instrument: Contract - Cost Plus Fixed Fee (CPFF) or Cost (no fee); or Assistance Instruments - grant or cooperative agreement. (5) Government Furnished Property: None contemplated. (6) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the contracting point of contact upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions apply which preclude their participation in this acquisition. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed below. Offerors should refer to the instructions contained in the WL "PRDA and BAA Guide for Industry" referenced in Section A of this announcement. Separate technical and cost proposal volumes are required and must be valid for 180 days. Proposals must reference the above BAA number. Proposals shall be submitted in an original and three (3) copies. All responsible sources may submit a proposal which shall be evaluated against the criteria set forth below in the Section E - Basis of Award. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the Air Force. (2) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal and are included in the page limit discussed below. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks/phases proposed to be accomplished under the proposed effort and be suitable for instrument incorporation. Offerors should refer to the WL Guide to assist in SOW preparation. Any questions concerning the technical proposal or SOW preparation should be referred to the technical point of contact. (3) Cost Proposal: Adequate price competition is anticipated. The accompanying cost proposal/price breakdown shall be furnished with supporting schedules and shall contain a person-hour breakdown per task. (4) Page Limitations: The technical proposal shall be limited to 75 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation includes all information, i.e., indexes, photographs, fold-outs, appendices, attachments, etc.. Pages in excess of this limitation will be removed from the proposal and will not be evaluated by the Air Force. Cost proposals have no page limitation, however, offerors are requested to limit cost proposals to 75 pages as a goal. (5) Preparation Cost: This announcement does not commit the Air Force to pay for any proposal preparation cost. The cost of preparing proposals in response to this BAA is not an allowable direct charge to any resulting award, or any other procurement instrument. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E--BASIS FOR AWARD: The selection of one or more sources for award will be based on an evaluation of an offeror's proposal (both technical and cost) to determine the overall merit of the proposal in response to the announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria of equal importance: (1) Understanding of the problem; (2) Soundness of technical approach; (3) Technical innovativeness; (4) Offeror's capabilities, plan of execution, experience, and facilities. Cost and/or price, which includes consideration of proposed budgets and funding profiles is a substantial factor, but, ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost proposals will be evaluated at the same time. The Air Force reserves the right to select for award any, all, part, or none of the proposal(s) received. F--POINTS OF CONTACT: (1) An Ombudsman has been appointed to hear concerns from offerors and potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Air Force personnel. All potential offerors should use established channels to voice concerns before resorting to use the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. These serious concerns only may be directed to the Ombudsman, Mr. Daniel L. Kugel, ASC/SY, Bldg. 52, 2475 K St., Suite 1, Wright-Patterson Air Force Base, OH 45433-7642, E-Mail: kugeldl@sy.wpafb.af.mil, phone (937) 255-3855. (2) Technical Point of Contact: Dr. Thomas J. Jones, WL/AADI, 2241 Avionics Circle, Wright-Patterson Air Force Base, OH 45433-7322, (937) 255-4557 EXT 3448. (3) Contracting/Cost Point of Contact: Mr. Edward J. Caulfield, WL/AAKE, Bldg 7, 2530 C Street, Wright-Patterson Air Force Base, OH 45433-7607, (937) 255-2976. ?? CITE: (W-353 SN013313) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: AFOSR, 110 Duncan Avenue, Room B115, Bolling AFB DC 20332-8080 SUBJECT: B--JAST TECHNICAL ENGINEERING ANALYTICAL MODELING DATABASE AND SECURITY SUPPORT SOL N/A POC Contracting Officer, Kristen Huff Numrych, (202) 404-7468 DESC: AFOSR intends to solicit on an Other Than Full and Open Competition basis pursuant to FAR 6.302-1, Only One Responsible Source for continued technical, engineering, analytical, modeling, database, and security services of the existing contract F49620-94-C-0028. This is a notice of intent and shall not be considered a Request for Offers. See Numbered Note 22. CITE: (I-352 SN012976) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: AFOSR, 110 Duncan Avenue, Room B115, Bolling AFB DC 20332-8080 SUBJECT: B--RESEARCH AND ANALYSIS OF TECHNICAL PROBLEMS ASSOCIATED WITH: TRANSACTING USAF OPERATIONAL REQUIREMENTS INTO ACQUISITION PROGRAM; AND OTHER ACTIVITIES NECESSARY TO ACCOMPLISH RELATED TASKS SOL N/A POC Contracting Officer, Kristen Huff Numrych, (202) 404-7468 DESC: AFOSR intends to solicit on an Other Than Full and Open Competition basis pursuant to FAR 6.302-1, Only One Responsible Source for technical, engineering, analytical, modeling, database, and security services. This is a notice of intent and shall not be considered a Request for Offers. See Numbered Note 22. CITE: (I-352 SN012977) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Fleet and Industrial Supply Center Norfolk Detachment Washington DC, Washington Navy Yard, Bldg. 200, 4TH Floor, 901 M Street, SE, Washington, DC SUBJECT: B--ELECTROMAGNETIC TECHNICAL SUPPORT SERVICE SOL N00600-97-R-0372 POC The Bid Room at (202) 433-2920. Fax responses to (202) 433-9568. For additional information contact Carla Backus, Code 201.4H, Contract Specialist, (202) 433-7148. Contracting Officer: Roscoe W. Crawford, (202) 433-5387. DESC: Correction: This action was orignally published in the CBD dated 21` June 1996 and modified on 11 July 1996 Issue numbers PSA-1621 and PSA-1634 respectively. CORRECTION: Change the previously published solicitation number from N00600-96-R-3245 to the number relected above N00600-97-R-0372. The SIC Code for the synopsis modification published 11 July 1996 is changed from 8731 to 4899. The requirement is changed from 100% Small Business Set-Aside as published in the original synopis to Unrestricted. The estimated closing dae of the solicitation is changed from 09 August 1996 to 06 January 1997. CITE: (I-353 SN013146) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Contracting Division, Tooele Army Depot, P.O. Box 839--Bldg. 9 Tooele, Utah 84074-5020 SUBJECT: B--ERGONOMIC STUDY SOL DAAC89-97-T-0051 DUE 011697 POC Frances E. Arbon, (801) 833-3171 Contracting Officer Diane Mahmood, (801) 833-3208. DESC: Provide ergonomic study, human factors expertise, training and consultation to Tooele Army Depot, Tooele, UT--This procurement is 100% Small Business Set Aside--Requests for Request for Quotation must be received in writing and sent to Contracting Office, Tooele Army Depot, P.O. Box 839, Tooele UT 84074-5020. CITE: (M-353 SN013263) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: U.S. Department of the Interior, Bureau of Reclamation, Arizona Projects Office, P.O. Box 9980, Phoenix, Arizona 85068-0980 SUBJECT: B--SOUTHWESTERN WILLOW FLYCATCHER HABITAT MONITORING, ROOSEVELT LAKE, ARIZONA SOL 1425-97-SP-32-02860 DUE 021497 POC Deborah Talbert, Contract Specialist, (602) 870-2421; Ruth Martin, Contracting Officer, (602) 870-2457. All questions should be referred to the Contract Specialist. DESC: The Bureau of Reclamation anticipates awarding a four-year, cost reimbursement type contract for Monitoring of the Southwestern Willow Flycatcher Habitat at Roosevelt Lake in Arizona. The overall objective of the monitoring shall be to collect data which quantifies any spatial, temporal, structural, or botanical changes in existing and potential Willow Flycatcher habitat (riparian) as a result of the operation of modified Roosevelt Dam and Roosevelt Lake. The contractor will be required to (1) collect low-level aerial photography of the monitoring area to quantify baseline and future riparian habitat conditions; (2) analyze and ground-truth aerial photography to develop riparian habitat coverage maps on a Geographic Information System; (3) Monitor and analyze changes in the aerial extent and dimensions of riparian habitat types and habitat patches; (4) monitor and analyze changes in riparian habitat structure at the Tonto Creek and Salt River inflow; and (5) prepare report summarizing the data collected to meet the above objectives. This acquisition is set-aside for small business. The small business size standard is 500 employees. The industrial classification code (SIC) is 8731. CITE: (M-353 SN013275) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Environmental Protection Agency, 726 Minnesota Avenue, Kansas City, KS 66101 SUBJECT: B--REMEDIAL SERVICES POC Anthony LaMaster, (913) 551-7228, Contract Specialist. DESC: Provide support for the design of a soil vapor extraction (SVE) and treatment system to clean up contaminated subsurface soils at the Cleburn Street Well Superfund site on Grand Island, Nebraska. In addition, the remedy calls for the use of an existing SVE unit, owned by EPA. The solicitation will be issued as a request for quotation (RFQ) and will be set-aside for small business only. Requests for Quotations will be issued after 1/7/97 and will be due 30 days thereafter, 2/10/97. All responsible sources may submit a quotation which shall be considered by the agency. Request to receive request for quotation (RFQ) must be in writing, send to address above or FAX to (913) 551-7579. Award will be made on price and other factors. CITE: (M-353 SN013291) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: National Cancer Institute, Research Contracts Branch, PSCS 6120 Executive Blvd., EPS/634 Bethesda, Maryland 20892-7227 SUBJECT: B--MODULATION OF DRUG RESISTANCE: EFFLUX PHENOTYPES IN CHILDHOOD LEUKEMIA SOL RFQ-70021-NS DUE 020597 POC Trish Haun, Contracting Officer, 301/402-4509. DESC: The National Cancer Institute (NCI) intends to enter into a three (3) year contract with the Children's National Medical Center (CNMC), Washington, DC, to provide services associated with a project entitled: "Modulation of Drug Resistance: Efflux Phenotypes in Childhood Leukemia." This study will provide insight into the biological mechanisms related to treatment failure. The incidence and prevalence of resistance proteins that pump chemotherapy out of leukemia cells will be evaluated by flow cytometry. This project will study how common these drug resistance proteins are in childhood leukemia, evaluate if their effect can be reversed and relate these findings to initial response to treatment, relapse, long-term relapse-free survival, and survival. The proposed work results from a grant which was awarded by the American Cancer Society (ACS) to Dr. S. Percy Ivy, formerly an Assistant Professor/Attending Physician, at CNMC. Dr. Ivy has recently accepted a full time position with the NCI and this acquisition will provide a mechanism for conduct of the work proposed. Dr Ivy's participation and technical direction of this project is considered critical to the successful completion of the work, as she is the Principal Investigator for the ACS grant. In addition, the team and resources at CNMC, such as the Childrens Cancer Group (CCG) Reference Laboratory, specified in the grant application were also key factors in the peer review approval. This is not a request for competitive solicitation. Organizations who wish to respond to this notice must have their documentation at the following address no later than 2:30 PM EST on 02/05/97 to Trish Haun, 6120 Executive Boulevard, Room 634, Rockville, MD 20892-7227. No collect calls will be accepted. CITE: (I-353 SN013349) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889 SUBJECT: B--CULTURAL RESOURCES PLANNING STUDIES IN THE CONTIGUOUS UNITED STATES SOL DACW21-97-R-0017 DUE 021597 POC Anna L. Mustard, Contract Specialist, (912)652-5292, or Alice N. Hicks, Contracting Officer DESC: Modification: This action was originally publicized in the CBD on 3/8/96. Solicitation number for this action has been changed from DACW21-96-R-0033 to DACW21-97-R-0017. Minimum amount of the contract has been changed to $40,000 for the base year and $20,000 for each of the two option years. Contracting officer has been changed to Alice N. Hicks. Proposed procurement is for services to perform cultural resources planning studies in the contiguous United States. Some of the areas that the contractor must have access to or expertise in are as follows: historic surveys; standing structure; historic architectural/historical engineering surveys; archaeological surveys; landscape inventories; and other subdiscipline specializations, such as zooarchaeological and paleoethnobotanical analysis. This procurement will result in an indefinite quantity type of contract with a base period and two one-year options. The proposed procurement is 100% set aside for small business. Standard Industrial Code is 8748; size standard is $5 Million. This is a Civil Works Program procurement and is not funded by the Department of Defense. Names of contractors who requested copies of the solicitation under the initial CBD announcement will be placed on the Bidders' Mailing List for solicitation number DACW21-97-R-0017. All other information publicized in the original synopsis is correct. Contractors not responding initially who wish to receive a copy of the solicitation should submit their request in writing to the above address or by FAX to (912) 652-5828. All requests must include RFP number DACW21-97-R-0017, and they must be marked to the attention of Anna L. Mustard, CT-P. CITE: (W-353 SN013375) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential Sources Sought OFFADD: Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB, Columbus, OH 43216-6595 SUBJECT: B--REQUEST FOR INFORMATION--INSTALLATION SUPPORT, STORAGE & WAREHOUSING SERVICES SOL N/A DUE 013197 POC Dena Hartman, Contracting Officer, 614-692-3449 DESC: THE DEFENSE SUPPLY CENTER COLUMBUS (DSCC) AND THE DEFENSE DEPOT COLUMBUS OHIO (DDCO) ARE ASSESSING THE AVAILABILITY OF PRIVATE SECTOR SOURCES THAT HAVE THE CAPABILITY TO PERFORM ALL OR PART OF THE INSTALLATION SUPPORT SERVICES AND STORAGE AND WAREHOUSING FUNCTIONS. OPTIONS BEING STUDIED ARE: THE COMBINING OF ALL SERVICES INTO A SINGLE PACKAGE; THE BUNDLING OF SERVICES INTO LOGICAL SETS; OR THE CONTRACTING OF INDIVIDUAL SERVICES. NO DECISION HAS BEEN MADE AS TO WHETHER THESE FUNCTIONS WILL BE COMPLETED THROUGH THE FEDERAL PROCUREMENT PROCESS. WE ARE SEEKING INFORMATION FROM CONTRACTORS EXPERIENCED IN FACILITY MANAGEMENT, WAREHOUSING, AND OTHER SUPPORT SERVICES. FUNCTIONS UNDER CONSIDERATION INCLUDE BUT ARE NOT LIMITED TO THE FOLLOWING: * REAL PROPERTY MAINTENANCE * MINOR CONSTRUCTION * GROUNDS MAINTENANCE * EQUIPMENT & MOTOR VEHICLE MAINTENANCE * FLEET MANAGEMENT (GOVT OWNED & OPERATED VEHICLES) * ENGINEERING AND ARCHITECT SERVICES * OFFICE SUPPLIES (PURCHASE & DELIVER) * STORAGE & WAREHOUSING * MAIL DISTRIBUTION (INTEROFFICE AND OUTBOUND US. MAIL & UPS, ETC. * BUS/TAXI SERVICE * RECREATION SERVICES (MANAGE PROGRAMS & OPERATE FACILITIES) * CUSTODIAL SERVICES * FOOD SERVICES * OPERATION AND MAINTENANCE OF UTILITIES * REFUSE COLLECTION & DISPOSAL (INCLUDING RECYCLING PROGRAM) * ENVIRONMENTAL SERVICES * FIRE PROTECTION SYSTEMS * PEST MANAGEMENT SERVICES * FURNITURE & OFFICE EQUIPMENT MAINTENANCE AND REPAIR * PHOTOGRAPHIC SERVICES * AUDIO-VISUAL SERVICES * ADMINISTRATIVE SUPPORT SERVICES CONTRACTORS WITH SIGNIFICANT EXPERIENCE IN ANY OR ALL OF THE AREAS LISTED ABOVE ARE INVITED TO RESPOND. YOUR RESPONSE (25 PAGES OR LESS) SHOULD INCLUDE: * STATEMENT OF CORPORATE/TEAM CAPABILITIES IN EACH SERVICE AREA. * SUMMARY OF EXPERIENCE (INCLUDE TEAM MEMBERS) * BRIEF DESCRIPTION OF SYSTEMS USED TO ENSURE INTEGRATION OF MULTIPLE SERVICES * OTHER RELEVANT DATA INTERESTED PARTIES SHOULD VISIT OUR WEB SITE AT http://www.dscc.dla.mil FOR INFORMATION OR CONTACT MS. DENA HARTMAN AT (614) 692-3449. A FACT SHEET IS AVAILABLE WHICH PROVIDES MORE DETAILED INFORMATION ABOUT THE BASE AND ITS MISSION. RESPONSES SHOULD BE ADDRESS TO: DSCC, ATTN: PSBB, P.O. BOX 16704, COLUMBUS, OH 43216-5010, AND RECEIVED NO LATER THAN JANUARY 31, 1997. LINKURL: http://www.dscc.dla.mil LINKDESC: CITE: (W-353 SN013282) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn. Code 02AE), Washington Navy Yard, Bldg 212, 901 M Street, SE, Washington, DC 20374-5018 SUBJECT: C--TWO INDEFINITE QUANTITY CONTRACTS FOR FACILITY PLANNING AND MASTER PLANNING COMPONENTS, VARIOUS LOCATIONS, EFA CHESNAVFACENGCOM SOL N62477-97-D-0024 AND N62477-97-D-0025 DUE 012297 POC Contact Randolph Jones, 202-685-3152/Wanda McQueen, KO, 202-685-3188 DESC: The overall work requires planning, architectural and engineering services, knowledge of the Naval Facilities Engineering Command's shore facility planning system. Two firms will be selected, each to perform one contract. The selected firm(s) must have proven competency in the electronic integration of graphic, narrative, pictorial and tabular data. The demonstrated ability in electronic integration is necessary for support of the electronic planning applications that have been developed for Navy Shore Facility planning and master planning components of all Major Claimant Activities, including Headquarters, Marine Corps. The primary work requires the application of sound planning principles and processes in the development of all the various planning components required under this contract, but are not limited to the following: Basic Facilities Requirements (BFR); Assets Evaluations (AE) of existing facilities; MILCON (Military Construction) Project Planning Documentation (Facility Studies, Environmental Assessments, Economic Analysis, etc.); Master Plans; Other Navy Electronic Planning Applications, such as: On the Shore, the E-1, (Installation Planning, Design and Management Guide), etc.; Landscape Studies and Special Studies in support of various plans; Cultural Resource Studies; Graphic production of presentation materials; Land surveys and provision of cadastral maps, Real Estate Summary maps (RESMs); General Development maps (GDMs); and Block Plan Development for building occupancy. The contractor may be required to integrate these Navy Shore Facility planning and master planning components with NAVFAC's electronic planning and management applications: Activity Land Facility Assets (ALFA) and Activity Planning Management Model (APMM) which utilize graphic, narrative, pictorial and tabular data. Digitizing efforts for the production of maps and building plans shall be in accordance with the Spatial Data Standards promulgated by the Tri-Service CAD Center, Vicksburg, Mississippi. Provide services, such as technical reports and studies, site investigations, programming, concepts, and provide Architectural engineering consultation for housing and community facilities projects. The general intention is to provide for such design and engineering services as necessary to support development of facility concepts in the procurement process of the various projects. The SIC Code is 8711. The selected firm(s) for this (these) contract(s) will be required to provide overhead, profit, and discipline hourly rates to the Contracting Officer within 7 days after receiving notification. The selected firm(s) for this(these) contract(s) will also be required to participate in the first project's orientation and site visit meeting within seven days of notification and provide a fee proposal within ten days after receiving the Request for Proposal. This will be a firm fixed price A/E contract. The total contract amount for each contract will not exceed $1,000,000 for each year. The duration of the contract will be for one year with the possibility of four one-year options. The estimated start date is March 1997. Selection evaluation criteria, in relative order of importance are: 1. Specialized experience and professional qualifications of the firm (including subcontractors), and the proposed project team in providing complete planning services and Architectural & Engineering support services as described above; 2. Demonstrated capabilities in the development and technical support of integrated graphic, pictorial, narrative and tabular data applications, both in electronic and non-electronic format; 3. Demonstrated capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous delivery orders; 4. Past experience with Department of the Navy (NAVFAC) Shore Facilities Planning and with the NAVFAC Instructions; 5. Past performance and process of the prime A-E firm (and their subcontractors) in their quality control/quality assurance program to assure coordinated technically accurate master plans, technical reports, and studies. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Form (SF) 254 and SF 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Should the due date fall on a weekend or an official Government holiday, the SF 255 is due on the first workday thereafter. Firms having a current SF 254 on file with this office may also be considered. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC) and Taxpayer Identification Number (TIN) on the SF 254 and SF 255 in block 3a and 1, respectively. In block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use block 10 to provide additional information desired by your firm. Only the SF 254 and SF 255 will be reviewed. Experiences identified in block 8 should not be more than 5 years old. The primary person proposed to be the direct contact with EFA CHES for the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments will not be ncluded in the official selection process. Submit the SF 254 and 255 to the mail room in EFA CHES building, Building 212, by 3:30pm on the due date. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. Selected firms may be subject to an advisory audit performed by the Defense Contract Audit Agency. EEO compliance is required. Because this contract acquisition could eventually result in an award over $500,000.00, a subcontracting plan is required by large business concerns. The small disadvantaged set-aside goals in that subcontracting plan shall not be less than 5%. The women-owned, small business set-aside goals in that subcontracting plan shall also not be less than 5%. This does not apply if the prime firm is a small business concern. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, Building 212, 901 M Street SE, Washington, DC 20374-5018. CITE: (I-353 SN013129) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Chief, A&MMS, VA Medical Center, 2360 East Pershing Blvd. Cheyenne, Wy 82001-5356 SUBJECT: C--A/E SERVICES SOL 442-11-97 DUE 011797 POC Fran Friehauf, Contract Specialist 307-778-7329. DESC: A/E services are required for design and preparation of plans and specifications for the renovation of a portion of 2nd floor, C-Wing, at VA Medical Center, Cheyenne, Wyoming. Work will involve conversion of old nursing home care unit space into outpatient psychiatry administration and treatment areas. Area of consideration is limited to firms located within 50 mile radius of Cheyenne, Wyoming and those firms desiring consideration should submit current SF254 and SF255 before close of business January 17, 1997. A/E selection criteria will include: (1) professional qualifications necessary for performance of required services; (2) specialized experience and technical competence of the A/E firm with similar type projects; (3) past performance on contracts with Government agencies; (4) geographical location of A/E firm; (5) experience and roles of key design personnel, specifically on related projects; (6) cost control and estimating effectiveness; and(7) CAD capability. Procurement is an Emerging Small Business set-aside (SIC Code 8712). An emerging small business under this SIC is defined as a business whose average annual sales for the past 3 years did not exceed $1.25 million. See Numbered Note(s): 1. CITE: (I-353 SN013159) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Chief, A&MMS, VA Medical Center, 2360 East Pershing Blvd. Cheyenne, Wy 82001-5356 SUBJECT: C--A/E SERVICES SOL 442-11-97 DUE 011797 POC Fran Friehauf, Contract Specialist 307-778-7329. DESC: Numbered Note(s): 1 is deleted from this synopsis. All remaining information is applicable. CITE: (I-353 SN013162) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 SUBJECT: C--INDEFINITE QUANTITY TASK ORDER CONTRACTS FOR MISCELLANEOUS URBAN DRAINAGE DESIGN PROJECT WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT SOL DACW29-97-R-0011 POC Contract Specialist, Betty Knight at (504) 862-1099 Contracing Officer, Martha P. Sloan at (504) 862-1161 DESC: 1. CONTRACT INFORMATION: A-E services are required for Five Separate Indefinite Quantity Task Order Contracts NTE $500,000 each for the base period with two option periods NTE $500,000 (per period). The base period and each option period shall not exceed one year each. The first IDC is scheduled for award on or about July, 1997 with subsequent contracts being awarded approximately every two months. Work assignments will be via fixed price task orders issued on an intermittent basis during the contract period. Criteria used in allocating orders among the contracts include performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, and equitable distribution of work among the contractors. This announcement is open to all businesses regardless of size. 2. PROJECT INFORMATION: Each Architect--Engineer shall furnish all services, materials, supplies, plant, labor, equipment, studies, investigations (including soil borings, geotechnical designs and surveys), supervision, and travel required to prepare alternative design reports, to include soil sample retrieval of up to 5 inch diameter undisturbed soil samples as well as classification and triaxial testing of samples, stability analysis and cost comparisons; prepare rights-of-way drawings; prepare the plans and specifications for such features as roads, drainage structures and canals, bulkheads, etc.; perform stability analysis and topographic surveys for channels and excavations; and develop pile capacity curves, sheetpile, and bulkhead analyses. CADD programs must be fully compatible with the Intergraph/Bentley Microstation CADD software (version 4.0 or later). 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in order of precedence (first by major criterion and then by each sub-criterion). Criteria (a)-(g) are primary. Criteria (h)-(j) are secondary and will be used only as "tie-breakers" among technically equal firms. (a) Specialized work experience and technical competence of the firm and its key personnel to perform the services listed above. (b) Capacity (personnel and equipment) to accomplish work in the required time. Provide the following minimum design personnel to perform work: 2 civil engineers, 1 geotechnical engineer, 1 structural engineer, 1 hydraulic engineer, 1 registered land surveyor, one 4-person survey crew, one 3-person boring crew, one soils laboratory technician, one cost engineer, and 3 CADD technicians. Demonstrate capacity to produce CADD drawings utilizing CADD programs fully compatible with the Intergraph/Bentley Microstation CADD software, Version 4.0 or later. Provide a list of survey and soil boring equipment that may be utilized for the project. (c) Professional qualifications of the key design personnel available to work on these contracts in the following disciplines: civil engineering, structural engineering, hydraulic engineering, geotechnical engineering, cost engineering, surveying (one registered land surveyor), and CADD technicians. (d) Past performance on contracts with Government agencies and private industry. (e) Knowledge of geographic area within the limit of the New Orleans District, specifically Orleans, Jefferson, and St. Tammany Parishes. (f) Safety plan and past performance (manhours lost to accidents in the last 100,000 manhours of work by firm). (g) Quality control plan. (h) Location of the design firm in the general geographic area of the project and to the New Orleans District Headquarters. (i) Extent of participation (measured as a percentage of total contract) by Small Business, Small Disadvantaged Business, Historically Black Colleges and Universities, and Minority Institutions. (j) Volume of DOD work. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms which meet the requirements described in this announcement are invited to submit 5 copies of SF 254s and SF 255s (11/92 edition) for the prime contractor as well as all subcontractors and consultants to the address below not later than 30 days after the date of this publication. Address the minimum personnel and equipment reguirements and each of the Selection Criteria in Block 10 of the SF 255. For criteria (f) and (g), comprehensive outlines of safety and quality control plans will be satisfactory. Complete plans will be required after contract award. Safety performance data (manhours lost) must be submitted including data for any subcontractors. If the 30th day is a Saturday, Sunday or a Federal holiday, the deadline is the close of buisness of the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call (503) 326-3459. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Engineers, New Orleans District, CELMN-CT-T, Attn: Betty Knight, Foot of Prytania Street, New Orleans, LA 70118-1030. Solicitation packages are not provided. This is not a request for proposal. Refer to Solicitation No. DACW29-97-R-0011. CITE: (I-353 SN013254) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Sacramento Air Logistics Center, Directorate of Contracting, McClellan Air Force Base, California 95652-1314 SUBJECT: C--A/E MULTIDISCIPLINE DESIGN SERVICES AND INSPECTION (TITLE II) SERVICES USING INDEFINITE-DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACTS POC Contracting Officer, Delvin E. Ressel (916) 643-4262 CONTACT: Delvin E. Ressel (Buyer) (916) 643-4262. DESC: Multidiscipline Design Services (Title I) and Inspection Services (Title II) utilizing Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. The designs and inspections will involve some or all elements of design and construction, including, but not limited to architectural, structural, civil, mechanical and electrical. Design services shall consist of preparation of construction documents including design analysis, drawings, cost estimates, specifications and possible development of programming documents. Also work may include the conducting of fact-finding studies, site surveys, site investigations, and as-built drawings. Title II Inspection Services shall consist of inspection, reviewing contractor's submittals for compliance with contract specifications, technical observations, and surveillance of projects under construction. The preparation of construction documents for certain projects may be required to utilize the Simplified Acquisition of Base Engineering Requirements (SABER) and other inplace IDIQ Construction Contracts. The Design Scopes of Work will require meeting the specific formats of these means of project procurement. The IDIQ contract will have a maximum monetary limit of $500,000.00 with a minimum of $5,000.00 guaranteed, against which individual work orders of up to $299,000.00 may be written. The contract starting date will be approximately 15 May 1997 for a period of one year, with an option to extend the contract for one additional year. It is anticipated that multiple IDIQ contracts will be awarded. The criteria which will be the basis for selecting firms are: specialized experience in each of the fields of architectural, structural, civil, mechanical and electrical design; availability of experienced key personnel; capacity of the firm to accomplish the work in a timely manner; past experience of the firm with respect to similar type work; location of the firm in the general geographic area of the work, provided that there is an appropriate number of qualified firms therein for consideration; volume of work previously awarded by the Department of Defense to the firm within the last three years, with the object of effecting an equitable distribution of contracts among qualified A/E firms; and performance of previous work at McClellan Air Force Base as applicable. Experience in development of studies, construction working drawings and miscellaneous deliverables utilizing Computer Aided Design and drafting (CADD) systems is required. All construction designs, plans and drawings shall be delivered in Microstation Format (Version 4.0) on 8mm cartridge tape or high-density floppy. Acceptable formats will be DGN or DXF in Unix or DOS. The Government will provide CADD Standards on floppy and hard copy format. Specifications are to be in Microsoft Word 6.0 for Windows on 3-1/2 inch high density floppies. List all in-house CADD equipment and software in item 10 of the Standard Form (SF) 255, ``Architect/Engineer and Related Services Questionnaire for a Specific Project''. It is anticipated that more than one A/E firms will be selected. Firms desiring consideration must submit appropriate data as described in CBD Numbered Note (24). This is not a Request for Proposed (RFP). Those firms qualified to provide the services described in this announcement and submitting a copy of SF 255, and the latest SF 254, ``Architect/Engineer and Related Services Questionnaire'' for the firm and each of its anticipated consultants, will be considered for selection. Standard Forms are to reach this location by close of business, on the 30th day after the date of this publication. Submit SF 254 and 255 to 77 CEG/CECC/Bldg 21, Attn: James McAlister, 5112 Arnold Ave., McClellan AFB, CA 95652-1314. Personal visits for the purpose of discussing this contract during the selection process will not be scheduled. Point of contact for general information is James McAlister (916) 643-4875. CITE: (M-353 SN013270) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA SUBJECT: C--FIRE SAFETY IMPROVEMENTS, VARIOUS BUILDINGS SOL 542-8-97 DUE 010397 POC Joseph Buckley, Contracting Officer, 610-383-0203 DESC: This VA Medical Center is seeking a professional Architect/Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No. 542-97-104, Fire & Safety Improvements in various buildings. This project will include the adding of sprinklers in a total of 15 buildings telephone closets, seal all wall penetrations in smoke and fire barriers, replace existing 1/2 hour rated fire doors and frames with 2 hour rated doors in 12 different buildings and replace fusible links in air conditioning ducts at fire barriers in 10 buildings. The project will include all necessary demolition, clean-up, painting, caulking and meet all applicable VA criteria and codes. The contract will include weekly site visits, provision of contract prints and as-builts on autocadd, version R12 or R13. This advertisement for A/E Services is set-aside for small businesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested small businesses that are qualified, and meet this criteria must submit a Standard Form 254 and 255 to the Contracting Officer listed above by close of business on January 3, 1997. This request for Standard Form 254's and 255's is restricted to small business A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the restricted area will be returned without consideration. This is not a solicitation for construction bids. This project must be designed to Metric and English measurements. Any submittals regarding this announcement that are received after 4:30 PM on January 3, 1997, will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $250,000 to $500,000. CITE: (I-353 SN013334) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA SUBJECT: C--REPLACE ROOF, BUILDINGS 18 AND 57 SOL 542-11-97 DUE 010397 POC Joseph Buckley, Contracting Officer, 610-383-0203 DESC: This VA Medical Center is seeking a professional Architect/Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No. 542-97-102, Replace Roof on Buildings 18 and 57. The contract will include , provision of contract prints and as-builts on Autocadd, Version R13. This project will replace all existing slate roof and metal flashing on Buildings 18 and 57. The area of roof involved in this project is approximately 31,000 square feet. The project includes demolition and installation of new metal flashing and fiberglass reinforced asphalt roof shingles which resemble slate. The construction also includes gutter repair, tuckpointing, coping repair, sheathing replacement, reinstallation of lightning protection and eyebolt flashing. This advertisement for A/E Services is set-aside for small businesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested small businesses that are qualified, and meet this criteria must submit a Standard Form 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for Standard Form 254's and 255's is restricted to small business A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the restricted area will be returned without consideration. This is not a solicitation for construction bids. This project must be designed to Metric and English measurements. Any submittals regarding this announcement that are received after 4:30 PM on January 3, 1997, will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $250,000 to $500,000. CITE: (I-353 SN013347) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA SUBJECT: C--FOOD DELIVERY SITE PREP SOL 542-10-97 DUE 010397 POC Joseph Buckley, Contracting Officer, 610-383-0226 DESC: This VA Medical Center is seeking a professional Architect/Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No. 542-97-105, Food Delivery Site Prep. This project will include the site preparation and utility services to support the installation of an advanced food preparation and tray delivery system for use by Dietic Service to replace the motorized tray delivery system. The new advanced prep and tray delivery system will consist of a central blast refrigerator in Building 138, tray line relocation from Building 8 to Building 58, tray line holding refrigerator in Building 58 and rethermalization refrigeration units on 12 selected Nursing units located throughout the medical center. All utility services, ventilation requirements and architectural onsiderations will be provided to serve all system components. Electrical utility connections will be from an emergency power source. Contract prints and as-builts must be on Autocadd, Version 13. This advertisement for A/E Services is set-aside for small businesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested small businesses that are qualified, and meet this criteria must submit a Standard Form 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for Standard Form 254's and 255's is restricted to small business A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the restricted area will be returned without consideration. This is not a solicitation for construction bids. This project must be designed to Metric and English measurements. Any submittals regarding this announcement that are received after 4:30 PM on January 3, 1997, will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $250,000 to $500,000. CITE: (I-353 SN013353) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: C--A-E SERVICES & PLANS & SPECIFICATIONS FOR FY95 MCON PROJECT P-605, PULGAS GYMNASIUM, AT THE MARINE CORPS BASE CAMP PENDLETON, CALIFORNIA SOL N68711-97-C-8306 DUE 012197 POC Contract Specialist, Katherine G Luhmann, (619) 532-2796/Contracting Officer, Dennis Wilkins, (619) 532-3454. DESC: C -- A-E SERVICES & PLANS & SPECIFICATIONS FOR FY95 MCON PROJECT P-605, PULGAS GYMNASIUM, AT THE MARINE CORPS BASE CAMP PENDLETON, CALIFORNIA SOL N68711-97-C-8306 DUE 012197 POC Kathy Luhmann/Contract Specialist, (619) 532-2796, Dennis Wilkins/Contracting Officer, (619) 532-3454. Firm Fixed Price Contract. Architectural - Engineering services are required for the design, preparation of designs and specifications for the purpose of bidding and construction of a gymnasium at MCB Camp Pendleton to include gymnasium, electrical utilities, mechanical utilities, paving, site improvement, parking, lighting, irrigation, landscaping, sidewalks and site drainage. Facilities within the building include racquetball and basketball courts, exercise/weight rooms, cardiovascular aerobics room, restrooms with lockers, administrative spaces, storage/issue rooms, and all necessary fire protection systems and life safety considerations. Site improvements include asphalt concrete paved parking, access road, landscaping, all site utilities, and playing field. The estimated start date is February 1997. The estimated completion date is May 1997. The contract will be negotiated and awarded on the basis of both engineering documentation and design services, with an option for post construction services. The estimated cost of construction is between $1,000,000 and $3,000,000. The A-E selection criteria will include (in order of importance): (1) Recent specialized experience of the firm (including consultants) in the design of gymnasiums (including all site improvements and necessary fire protection systems) approximately 21,000 SF to include: concrete masonry exterior walls, insulated metal roofing, wood floor, heating, air conditioning and ventilation system, racquetball and basketball courts, exercise/weight rooms, cardiovascular aerobics room, restrooms with lockers, administrative spaces, storage/issue rooms, and bleachers, and preparation of complete design plans and specifications for the purpose of bidding for construction. Do not list more than a total of 10 projects in block 8. Indicate which consultants from the proposed team, in any, participated in the design of each project. (2) Professional qualifications of the staff, including consultants, to be assigned to this project in the design of gymnasiums (including all site improvements and necessary fire protection systems) approximately 21,000 SF to include: concrete masonry exterior walls, insulated metal roofing, wood floor, heating, air conditioning and ventilation system, racquetball and basketball courts, exercise/weight rooms, cardiovascular aerobics room, restrooms with lockers, administrative spaces, storage/issue rooms, and bleachers, and preparation of complete design plans and specifications for the purpose of bidding for construction. List only the team members who actually will perform major tasks under this project. Qualifications should reflect the individuals' potential contributions to this project. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurances and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies). (4) Location in the general geographic area of the project and knowledge of the locality of the project, provided that the application of this criteria leaves an appropriate number of firms given the nature and size of this project. (5) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) List the small or disadvantaged or women-owned business firms used as primary consultants or subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Disadvantaged Business of the amount to be subcontracted out. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of an SF 254 and an SF 255 for the firm and an SF 254 for each consultant listed in Block 6 of the firm's SF 255. One copy of the submittal package is to be received in this office no later than 3:00 p.m. Pacific Time on the due date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in Block 2b, CEC (Contractor Establishment Code) and/or Duns number (for the address listed in Block 3) and TIN number in Block 3, telefax number (if any) in Block 3a, and discuss why the firm is especially qualified based on the selection criteria in Block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in Block 8 and list which office is under contract for any contracts listed in Block 9. Use Block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is two pages/ organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format directed (i.e. listing more than a total of 10 projects in Block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in Block 8, etc.) by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries or affiliates, which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. See Numbered Note(s): 24. CITE: (I-353 SN013355) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA SUBJECT: C--REPLACE SEWER LINES, B/16 & B/138 SOL 542-9-97 DUE 010397 POC Joseph Buckley, Contracting Officer, 610-383-0226 DESC: This VA Medical Center is seeking a professional Architect/Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No. 542-97-106, Replace Sewer Lines, Buildings 16 and 138. This project includes excavation and removal of approximately 1600 feet of sanitary sewer line and replacement with new plastic pipe, along with T's, elbows and fittings as needed. A small lift station will be required along with backfilling, landscaping and electrical work. The new work shall meet all VA Criteria Codes and Life Safety Codes. Contract prints and as-builts must be on Autocadd, Version 13. This advertisement for A/E Services is set-aside for small businesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested small businesses that are qualified, and meet this criteria must submit a Standard Form 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for Standard Form 254's and 255's is restricted to small business A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the restricted area will be returned without consideration. This is not a solicitation for construction bids. This project must be designed to Metric and English measurements. Any submittals regarding this announcement that are received after 4:30 PM on January 3, 1997, will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $250,000 to $500,000. CITE: (I-353 SN013361) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Department of State, Office of Foreign Buildings Operations, A/FBO/AP/AD, Room L-600, P.O. Box 12248 Rosslyn Station, Arlington, Virginia 22219 SUBJECT: C--QUALIFICATION FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR NEW CONSTRUCTION PROJECTS FACILITY REHABILITATION AND SYSTEM REPLACEMENT PROJECTS, PHYSICAL SECURITY UPGRADES, AND THE RENOVATION OF COMMUNICATIONS SYSTEMS AT VARIOUS FOREIGN SERVICE POSTS WORLDWIDE SOL S--FBOAD-97-R0026 POC John M. Hite (703) 875-6278 or FAX 875-6292. DESC: The Department of State, Office of Foreign Buildings Operations, anticipates awarding up to five indefinite quantity/indefinite delivery contracts to qualified firms or teams to provide architectural and engineering services for non-residential and residential new construction projects, facility rehabilitation and system replacement projects, physical security upgrades, and the renovation of communications systems at various foreign service posts worldwide. Two of the contracts will be set aside for small business. The small business size standard is $2.5 million or less based on the annual average gross revenue of a firm which has been in business for 3 or more complete fiscal years. Each contract will be for a one-year period from the date of the contract award with four one-year option periods. The Government guarantees a minimum of $100,000.00 in task orders for only the base year of the contract. The total amount of orders issued under the contract shall not exceed $2,000,000.00 per year. The contract will be for professional services to include, but not be limited to, existing condition surveys; architectural, facility rehabilitation/renovation, adaptive reuse, and space utilization, and engineering studies; master planning; preliminary and concept designs; design development; working drawings, specifications; construction estimates; and services during construction. Services shall (1) include the following disciplines: architectural, including historic preservation; both non-residential and residential design; landscape architecture; space planning and interior design; electrical; communication; mechanical; structural, blast, seismic, and civil/geotechnical engineering; security design; cost estimating and planning; value engineering; other specialties when needed; (2) include administrative and technical coordination of the various disciplines involved; and working within the U.S. Government's requirements and the applicable laws, codes and standards at the overseas project sites. Projects shall be designed in metric units. Construction documents shall be submitted with Autocad R 12 files in DOS format for each submission. The successful offerors, including entities which comprise joint ventures, must possess or be capable of obtaining Secret facility security clearances issued in accordance with the National Industrial Security program Operational Manual, DOD 5220.22-M, prior to contract award. Safeguarding capability for Secret classified information will also be required. Personnel performing on this contract will be required to possess Secret personnel security clearances issued by the Defense Industrial Security Clearance Office. Firms/teams responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria--(100 points maximum): (a) Specialized experience, professional qualifications, and technical competence in facility rehabilitation and system replacement projects involving multiple disciplines, e.g., architectural, mechanical, civil/geotechnical, structural, and electrical, in office buildings, single and multifamily residences, warehouses, and other support facilities. Provide back-up data for a maximum of five recent projects which would demonstrate examples of creative solutions in facility rehabilitation, including such things as adaptive reuse, sustainable design, and accommodating organizational and technical change--30 pts; (b) Demonstrated design excellence by the A/E team. Provide examples of five recent projects showing high quality design performed by proposed key design personnel--15 pts; (c) Demonstrated experience in providing and coordinating a multi-discipline effort either in house or with consultants. If using consultants, must demonstrate that they have worked successfully as a team in providing similar services by providing information on a maximum of five recent projects performed by the team. Submit a management plan. Explain how you propose to manage or coordinate Department of State projects--20 pts. (d) Previous records of performing work on schedule and of effective cost and quality control. Briefly describe internal quality assurance and cost control procedures and indicate effectiveness by listing the planned and actual design duration, client's construction budget, design construction estimate, construction award amount, and construction change order rate in tabular form for five recent projects Although previous or ongoing performance of a similar U.S. Government contract is not a requirement for firms responding to this solicitation, if such contracts have been performed, the offeror must have performed at a satisfactory level at a minimum. For each project identified in the responses to evaluation criteria, provide the name, address, and current telephone number of a client representative and identify which members of the proposed design team participated in the project--15 pts. (e) Specialized experience and technical competence in physical security design of communications facilities and their associated power systems--10 pts; (f) Specialized experience and technical competence in the renovation and restoration of historically significant buildings. Application of Secretary of the Interior's Standards for Rehabilitation and Guidelines for rehabilitating historic buildings--5 pts; (g) Previous experience with overseas projects and knowledge of foreign building codes and standards and construction practices--5 pts; A/E Firms which meet the requirements of this solicitation are invited to submit two copies of Standard Form 254, Architectural/Engineer and Related Services questionnaire and two copies of Standard Form 255, Architect/Engineer and Related Services questionnaire for specific projects. All submittals must be received by 4:00 p.m. local time on January 31, 1997. Postal Mailing address: Dept. of State, Attn: Sherry Coniglio, A/FBO/AP/AD, Room L-600, P.O.Box 12248 Rosslyn Station, Arlington, Virginia 22219. Courier address: Dept. of State, Attn: Sherry Coniglio, A/FBO/AP/AD, Room L-600, 1700 North Lynn Street, Arlington, Virginia 22209. CITE: (M-353 SN013372) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: C--INDUSTRIAL OPERATIONS FACILITY O & M PLAN AND START-UP, TOBYHANNA ARMY DEPOT, TOBYHANNA, PA SOL DACA31-93-C-0097 POC Mary Riche, 410-962-4880 DESC: The Government intends to negotiate a modification to the incumbent design firm, Burns and McDonnell, who have provided studies, design (477 drawings, 2 volumes of specifications, and 11 volumes of design analyses), and construction services during the last four years for the new Industrial Operations Facility at Tobyhanna Army Depot, Tobyhanna, PA, which includes sandblasting shop, painting shop, plating shop (paint strip, aluminum chromate, zinc phosphate, cadmium plate, cad chromate, copper plate, tin plate, metal strip, silver plate, zincate, etch stainless steel passivation, nickel plate, electro nickel lines), industrial pre-treatment plant, and other support operations. Burns and McDonnell, under contract DACA31-93-C-0097, will be tasked to provide operation and maintenance, start-up, permit approval, and other engineering support services to Tobyhanna Army Depot that are required to bring the facility to an operational level. Specifically, the work will involve providing personnel with specific engineering knowledge of this facility to operate the facility during start-up testing of all operations making adjustments as necessary to meet quality and permit requirements and the preparation of biddable documents for a competitive contract for equipment preventive/emergency maintenance. The work may also include other engineering services necessary to bring the facility into a fully functional and operational mode. The firm will retain full responsibility for the design of the facility and will use existing knowledge ofthe facility and its operations to minimize Government expense. This work is considered to be a highly specialized service and substantial duplication of cost will not be recovered through additional competition. This is not a request for proposal. See Numbered note 22. CITE: (I-353 SN013376) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: C--FIRM-FIXED PRICE MODIFICATION FOR OPERATION & MAINTENANCE, FITUP & ANY OTHER ENGINEERING & SUPPORT SERVICES TO THE ARMY RESEARCH LABORATORY AT ADELPHI, MD SOL DACA31-92-C-0114 DUE 012297 POC Allen Brown, 410-962-4412 DESC: 17. The Government intends to negotiate a modification to the incumbent design joint venture firm ADP/RTKL, who has provided studies, design (over 1000 drawings), and construction services (over 2700 submitals) during the last four years for the new Army Research Laboratory at Adelphi, MD, which includes dionized water process and distribution system; chemical wastewater treatment; gas storage and distribution system (toxic, flammables, corrosives); toxic/flammable gas monitoring life safety systems; clean room heating, venilating, and air conditioning systems; HVAC direct digital temperature and humidity controls systems; HVAC special (scrubbed) laboratory exhaust systems; laboratory exhaust systems; laboratory process vacuum and process cooling watersystems; electrical emergency power distribution system; and clean room "cleaning" protocol (on-going ultra cleanliness). ADP/RTKL, under contract # DACA31-92-C-0114 will be tasked to provide for Operation & maintenance, fitup and any other engineering and support services to the Army Research Laboratory at Adelphi, Maryland required to bring the laboratory to an operational level. Specifically the work will involve the preparation of biddable drawings and specifications for a competitive contract for operations and maintenance of the current facility that is under construction. The work may also include other engineer services necessary to bring the facility into a fully functional and operational mode. The firm will retain full responsibility for the design of the facility, will use existing knowledge of the facility and its operations to minimize Government expense. This work is considered to be of a highly specialized service and substantial duplication of cost will not be recovered through additional competition. See Note 22. This is not a request for proposal. CITE: (I-353 SN013377) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: SOUTHWESTNAVFACENGCOM, North Bay AFT (Code 521), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: C--A-E SERVICES FOR FY99 DOD MEDICAL PROJECTS P-507, BRANCH MEDICAL/ DENTAL CLINIC, 33 AREA, MARGARITA AND P-508, BRANCH MEDICAL/ DENTAL CLINIC, 62 AREA, SAN MATEO, NAVHOSP, CAMP PENDLETON, CA SOL N68711-97-C-8215 DUE 012397 POC Anne Garrett/Contract Specialist, (619) 532-3708, Dorothy LeStage/Contracting Officer, (619) 532-1301. DESC: Firm Fixed Price. Architect-Engineer services are required for the preparation of plans and specifications for the purpose of bidding and construction for two 1,237 gross square meter medical/dental clinics with fire protection, physical security, energy monitoring systems, air conditioning, interior design, water, gas and electrical utilities, parking and landscaping, for the Marine Corps Base (MCB), Naval Hospital, Camp Pendleton, California. Involved in the design is the preparation of Operation Maintenance Support Information (OMSI) manuals during construction. The estimated start date is January 1997. The estimated completion date is January 2000. The estimated construction cost is between $1,000,000 and $5,000,000 for each project. A-E Selection criteria will include (in order of importance): (1) Recent specialized experience of the firm and proposed consultants in the preparation of engineering studies and designs of hospitals, major medical/dental clinics and other health care facilities which include NAVFAC universal room design. Include Government and private experience. Experience shall include medical projects involving the design procedures established by the Department of Defense Medical Facilities Office. Do not list more than a total of 10 projects in block 8. Include point of contact name and telephone number in block 8c for each project listed. Indicate which consultants from the proposed team, if any, participated in the design and construction document preparation for each project listed. (2) Professional qualifications of the staff to be assigned to this project in the design and production of construction documents for hospitals, major medical/dental clinics and other health care facilities which include universal room design. List only the team members who actually will perform major tasks during the design and production of construction documents for this project. Qualifications should reflect the individual's potential contributions to this project. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies). (4) Location in the general geographic area of the project and knowledge of the locality of the project. (5) Capacity to accomplish the work in the required time. Indicate the firms present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) List the small or disadvantaged or woman-owned business firms used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Disadvantaged Business of the amount to be subcontracted out. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms SF 255. One copy of the submittal package is to be received in this office no later than 3:00 P.M. Pacific Time on the due date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for the address listed in block 3) and TIN number in block 3, telefax number (if any) in block 3a and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is two pages/organizational charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries or affiliates, which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. See Numbered Note(s): 24. CITE: (I-353 SN013161) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS CITY MO 64106-2896 SUBJECT: C--IDT CONTRACT FOR PLANNING, ENGINEERING AND ENVIRONMENTAL (NEPA) PROGRAMS WITHIN THE KANSAS CITY DISTRICT SOL EPXXXX-6324-0101 POC Contract Specialist Georgann Butler (816) 426-5542 (Site Code DACW41) DESC: 1. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Type Contract for the preparation of flood damage reduction studies, hydrologic and hydraulic studies, reconnaissance and feasibility reports, plan formulation studies and eports, economic surveys and reports, design and plans and specifications, estimating, geographic information systems (GIS), environmental assessments and studies, cultural resources surveys and reports, with limited HTRW work. This contract will include cntinuing funding clauses. The contract will be accomplished by separate delivery orders not to exceed $1,000,000.00 with the cumulative amount of the contract limited to $1,000,000.00 for a base period not to exceed 12 months, with two optional base periods each not to exceed 12 months or $1,000,000.00. The method used to allocate task orders among contracts will include consideration of experience, work load, prformance, proximity of the firm to the project, and user needs. The contract is anticipated to be awarded February 1997. 2. PROJECT INFORMATION: This project includes the possible preparation of any of the aforementioned studies, designs, reports, assessmnts or other documents. 3. SELECTION will be based on the following criteria in priority as listed. Items a. through d. are the primary selection criteria. The criteria in e. through g. will only be applied as a tie-breaker. a. Professional capabilities. (1) Responding firms shall demonstrate capability in these disciplines: civil engineering, hydraulic engineering, hydrology, geotechnical engineering, structral engineering, economics, cost engineering, CADD and GIS operation, archaeology, biology, and sociology. (2) Professional registration of lead designers. b. Specialized experience and technical competence. In Block 8 cite whether the experience is that o the prime (or joint venture), consultant or an individual. In addition to the 10 relevant project allowed in Block 8, an additional five projects for vertical type construction may be listed. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Block 3.b. shall be so labeled. Specific specialized experience includes: (1) Engineering and planning expeience in levee and channel modification design; roadway and drainage structure design, Corps flood damage reduction reconnaissance and feasibility studies, hydrologic studies to include rainfall runoff analysis and reservoir yield computations, hydraulic sudies of open channel flow (steady and unsteady state conditions utilizing HEC programs), river mechanics, stream bank stabilization, and sediment transport; environmental restoration, economic analysis, and risk analysis will be ranked higher than NEPA work. Preparation of NEPA documents and related socioeconomic studies, wetland inventories, and cultural resource planning effort described above will be used a secondary experience. Repair, maintenance, and design of vertical type construction will be used as a tie-breaker. (2) Expertise and capability in developing civil and hydraulic designs with geotechnical and structural support for plans, specifications, ad construction cost estimates for similar projects. (3) Experience similar to the above projects primarily within geographical boundaries of the Kansas City District. (4) In Block 10 of the SF 255 cite the following: (a) Quality Management procedures. Include a proposed organizational chart and a narrative description of how the quality management procedures will function. (A detailed quality contrl plan will be submitted by the A-E as part of the negotiations process.) (b) Experience in preparing drawings compatible with Intergraph Microstation 5.0 or higher. (c) Experience in the use of either MCACES Gold of Composer Plus should be indicated. (d) xperience with specific analytical tools and criteria. c. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capacity to accomplish the work. e. Location of firm in general geographical area of the Kansas City District. f. Large business will be expected to place subcontracts the maximum extent with Small and Small Disadvntaged firms in accordance with Public Law 95-507. The plan is not required with the submittal, but changes to the design team may require reconsideration by the Selection Board and must be approved prior to award to any large business. Of the subcontract mount, goals assigned the KCD are 35% percent for small business, 6% percent for small disadvantaged business and 3% percent for women-owned small business concerns. Small Disadvantaged Business Goals for less than 5 percent must be approved two levels above the Contracting Officer, pursuant to DOD FAR Supplement 219.705-4. For informational purposes, the Small business size for this solicitation is one wherethe average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years does not exceed $2.5 million, the Standard Industrial Classification Code (SIC) is 8712. g. Volume of DOD contracts awarded in the last 12 months to the rime A-E firm. In Block 10 of the SF 255, responding firms should cite all contract numbers, award dates and total negotiated fees for any DOD contracts awarded within the last 12 months to the office expected to perform this work. Please indicate all delivery orders awarded your firm by DOD agencies within the last 12 months under and indefinite delivery type contract, regardless of the award date of the ontract itself. Indicate date of delivery orders and fee for each. Modifications to contracts or task orders which were awarded prior to the last 12 months need not be listed. 4. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform tis work must submit an SF 255 to the address listed below no later than the close of business (January 16, 1997, 4 p.m. Kansas City Time). Each firm/consultant listed within the SF 255 must have a current SF 254 (submitted with the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. Solicitation packages are not provided. This is not a request for propoal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CEMRK-CT- M/Murray 757 Federal Building, 601 E. 12th Street, Kansas City, Missouri 64106-2896. 5. QUESTIONS: Questions of a technical nature should be addressed to James Goering at 816426-5069 and those of an administrative nature to Vera Murray, Procurement Assistant, at 816-426-5343. CITE: (I-353 SN013319) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: BIA, Div. of Contracts & Grants, 505 Marquette NW, STE 1010, Albuquerque, NM SUBJECT: D--FIP LEASE AND MAINTENANCE SOL N/A POC Shirley Rae Vanderburg, Contract Specialist, 505/248-5778 or Carl Hotubbee, Contracting Officer, 505/248-5777, Fax No. 505/248-5786. DESC: Acquisition to renew the lease and maintenance of proprietary software for the following equipment: ADABASE ESA, PREDICT ESA, NATURAL ESA, NATURAL Security ESA, NATURAL SUPERNATURAL ESA, NATURAL VSAM ESA, REVIEW database comp., REVIEW NATURAL Monitor, ENTIRE Connection Windows (per user), NATURAL Development Windows (per user), ENTIRE Network Windows (per user) SAGNET, for The Bureau of Indian Affairs, Operations Service Center, 500 Gold Ave., SW 6th Floor, Albuquerque, New Mexico. Due to the proprietary nature of this procurement, negotiations will be conducted with, Software AG, 11130 Sunrise Valley Dr., STE 200, Reston, VA 22091. All responsible sources may submit an offer which will be considered. See numbered Note: 22. CITE: (I-352 SN012984) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: D--STRATEGIC MILITARY ADVANTAGE FROM REPOSITORY TECHNOLOGIES/JOINT ENGINEERING DATA MGMT INFO AND CONTROL SYSTEMS (SMART/JEDMICS) REQUESTS INFORMATION IN THE AREAS OF DEMONSTRATED TECHNOLOGY SOL N/A POC (PCF)Judy Benson, Contract Specialist, (205)876-1233; Kathy B. Ray, Contracting Officer, AMSMI-AC-CFEA, (205)842-7441. DESC: Extension: This action originally published in the CBD dated 10/31/96, is extended to allow receipt of responses through 30 Jan 97. All other information published in the original synopsis is as stated. CITE: (I-353 SN013205) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: U.S. Office Of Personnel Management, 1900 E Street, NW., Room SB-247, Washington, DC 20415 SUBJECT: D--RIO CALL CENTER STUDY SOL RFQ-97-0001GDC DUE 012997 POC Contracting Oficer, Gerald D. Curry, 202-606-4433 DESC: Conduct a study of the existing Rockwell Spectrum Automated Call Distributor installed in the Retirement Information Office, Retirement and Insurance Service, Office of Personnel Management, 1900 E Street, NW, Washington, D.C., 20415 to (A) determine if time and resources should be invested to improve customer service (1) by enhancing the system to permit overflow call to be directed to reserve Customer Service Representatives and (2) by incorporating Computer Telephone Integration technology to pop records to agent work stations as calls are connected, (B) assess the impact of implementation in these 2 areas on affected organizations, and (C) develop a recommended six (6) month implementation plan. OPM anticipates award using simplified acquisition procedures. The final study will be due within 60 calender days after award of the order. Award will be made on a best value basis. Offerors' written quotations will be evaluated on the basis of the understanding of the requirement, ability to meet the requested delivery date, relevant prior experience, past performance, and price. The Contractor conducting this study will be precluded from receiving any future orders for hardware or software resultant from this study. All responsible sources may submit a quotation which shall be considered by OPM. Requests for RFQ-97-001GDC may be in writing or by FAX at 202-606-0910. They must be addressed to the Contracting Officer listed above, cite the RFQ number, and be received within 15 calender days from the date of this synopsis. Quotations will be due approximately three weeks after the closing date of this synopsis. Award will follow within 2 weeks. See note 1. CITE: (W-353 SN013261) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting, Building 24, Fort Missoula, Missoula, MT 59804 SUBJECT: F--CALL WHEN NEEDED EQUIPMENT RENTAL SOL R1-16-97-365Q DUE 020597 POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer, Joan A. McNab, 406/329-3766 DESC: The Forest Service requires the furnishing of equipment for rental on a fully operated, call-when-needed (CWN) basis with no minimum guarantee on the Seeley Lake Ranger District, Lolo National Forest, Missoula County, Montana. This project will be advertised as a written quotation and will be solicited under the new Simplified Acquisition Procurement (SAP) rules. Quotes are due February 5, 1997. The estimated start work date is April 15, 1997. The performance period is 260 calendar days. All responsible sources may submit a quote which will be considered. The proposed project listed here is a 100 percent small business set-aside. CITE: (I-353 SN013165) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting, Building 24, Fort Missoula, Missoula, MT 59804 SUBJECT: F--CALL WHEN NEEDED EQUIPMENT RENTAL SOL R1-16-97-366Q DUE 020597 POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer, Joan A. McNab, 406/329-3766 DESC: The Forest Service requires the furnishing of equipment for rental on a fully operated, call-when-needed (CWN) basis with no minimum guarantee on the Ninemile Ranger District, Lolo National Forest, Missoula County, Montana. This project will be advertised as a written quotation and will be solicited under the new Simplified Acquisition Procurement (SAP) rules. Quotes are due February 5, 1997. The estimated start work date is April 15, 1997. The performance period is 260 calendar days. All responsible sources may submit a quote which will be considered. The proposed project listed here is a 100 percent small business set-aside. CITE: (I-353 SN013174) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting, Building 24, Fort Missoula, Missoula, MT 59804 SUBJECT: F--CALL WHEN NEEDED EQUIPMENT RENTAL SOL R1-16-97-364Q DUE 020597 POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer, Joan A. McNab, 406/329-3766 DESC: The Forest Service requires the furnishing of equipment for rental on a fully operated, call-when-needed (CWN) basis with no minimum guarantee on the Missoula Ranger District, Lolo National Forest, Missoula County, Montana. This project will be advertised as a written quotation and will be solicited under the new Simplified Acquisition Procurement (SAP) rules. Quotes are due February 5, 1997. The estimated start work date is April 15, 1997. The performance period is 260 calendar days. All responsible sources may submit a quote which will be considered. The proposed project listed here is a 100 percent small business set-aside. CITE: (I-353 SN013175) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: 204 siginaka way sitka, ak 99835 SUBJECT: F--FY97 FALSE ISLAND PRECOMMERCIAL TREE THINNING SOL R10-03-97-02 DUE 021497 POC poc: linda spitzler 907-747-4277. DESC: An estimated 509 AC to be thinned in the False Island Area. Item 1 will have 344 AC and Item 2 will have 165 AC. The False Island work area is located on Southeast Chichagof Island, approximately 33 air miles north of Sitka, AK. Issue date is expected to be 01/14/97, request for IFB via FAX (907) 747-4289. This is a 100% set-aside for small business concerns. CITE: (I-353 SN013178) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Willamette National Forest, 211 E. 7th, Eugene, Oregon, 97401 SUBJECT: F--TREE PLANTING--SWEET HOME RANGER DISTRICT SOL R6-18-97-327 DUE 030697 POC Contract Specialist. Telephone No. (541) 465-6506 DESC: A project to plant tree seedlings on 707 acres on the Sweet Home Ranger District, Lane County Oregon. There will be 3 items, Item 1, 127 acres; Item 2, 283 acres; Item 3, 297 acres. Estimated start work date is April 1, 1997. Contract performance time is Item 1, 8 calendar days; Item 2, 11 calendar days; Item 3, 17 calendar days. See Note 1. The proposed procurement is totally set-aside for Small Business Area Concerns. CITE: (M-353 SN013232) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Allegheny NF, P.O. Box 847, Warren, PA 16365 SUBJECT: F--SITE PREPARATION BY CHAINSAW FOR BRADFORD RANGER DISTRICT, ALLEGHENY NATIONAL FOREST, WARREN AND MCKEAN COUNTIES, PA SOL R9-19-97-04 DUE 020597 POC Sandy Font, Procurement Asst. or John McHenry, CO at (814) 723-5150. DESC: Site Preparation by Chainsaw. This project consists of tree felling work, generally up to 6" diameter breast height, and any resulting required slash disposal work on 17 areas totaling 447 acres on the Bradford Ranger District, Allegheny National Forest, Warren and McKean Counties, PA. For solicitation package, contact: Sandy Font, Procurement Asst., Allegheny National Forest, 222 Liberty Street, Warren, PA 16365. CITE: (M-353 SN013271) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA--Forest Service, Modoc National Forest, 800 West 12th Street, Alturas, CA 96101 SUBJECT: F--TREE PLANTING SOL RFQ 09-96-02 DUE 022497 POC Loren W. Ambers, Contracting Officer at (916) 233-5811. DESC: Contractor is to furnish the necessary labor, tools, transportation, supervision, supplies and incidentals to plant approximately 315 acres of Government furnished tree seedlings and install Government furnished vexar tubes on approximately 131 acres of the planted seedlings on the Big Valley Ranger District, Modoc National Forest. Contract time is 28 days with an estimated start date of March 24, 1997. This procurement is totally set-aside for small business area concerns. The SIC code for the procurement is 0851. CITE: (M-353 SN013277) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Flathead National Forest, Attn: Contracting, 1935 Third Avenue East, Kalispell, MT 59901 SUBJECT: F--HAND TREE PLANTING SOL RFP R1-10-97-8 DUE 021397 POC Nola Rice/Barb Venturini, (406) 758-5310/(406) 758-5318. DESC: The Flathead National Forest will be advertising a Request for Proposal for Hand Tree Planting with two items totaling approximately 450 acres on the Swan Lake, Hungry Horse, and Glacier View Ranger Districts, Flathead County, Montana. Issue date, January 14, 1997. Contract time, 30-calendar days. Notice to Proceed is estimated to be issued May 1 for Item No. 1 and May 15 for Item No. 2. See Numbered Note(s): 1. CITE: (I-353 SN013342) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Colville National Forest, Acquisition Management, 765 South Main, Colville, WA 99114 SUBJECT: F--PRECOMMERCIAL THINNING SOL RFQ R6-21-97-013 DUE 021397 POC Acquisition Management, 509-684-7114 DESC: Precommercial thinning of approximately 188 acres on the Colville Ranger District of the Colville National Forest. An option item of 22 additional thinning acres may also be awarded. Estimated solicitation issue date is 1/16/97. Estimated start work date is 7/15/97. This solicitation is 100% set-aside for small business concerns. CITE: (I-353 SN013343) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Colville National Forest, Acquisition Management, 765 South Main, Colville, WA 99114 SUBJECT: F--PRECOMMERCIAL THINNING SOL RFQ R6-21-97-012 DUE 021297 POC Acquisition Management, 509-684-7114 DESC: Precommercial thinning of approximately 278 acres on the Sullivan Lake Ranger District of the Colville National Forest. Estimated solicitation issue date is 1/15/97. Estimated start work date is 6/16/97. This solicitation is 100% set-aside for small business concerns. CITE: (I-353 SN013344) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA, Forest Service, Southern Sierra Province, 1600 Tollhouse Road, Clovis, CA 93611-0532 SUBJECT: F--TREE PLANTING SOL RFQ -R5-16-97-10 DUE 040197 POC Stanislaus National Forest, Contracting, (209) 532-3671 Ext. 352 DESC: Tree Planting approx. 390,000 trees on the Calavaras Ranger District, Stanislaus National Forest, See Note(s): 1, 3. CITE: (I-353 SN013356) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA, Forest Service, Southern Sierra Province, 1600 Tollhouse Road, Clovis, CA 93611-0532 SUBJECT: F--THINNING AND SLASH TREATMENT SOL RFQ-15-97-10 DUE 013097 POC Sierra National Forest, Contracting, (209) 297-0706 Ext. 4831 DESC: Bear precommercial mechanical thinning and slash shredding on the Hot Springs Ranger District of the Sequoia National Forest. See Note(s): 1, 3. CITE: (I-353 SN013357) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: G--Social Services OFFADD: U.S. Public Health Service, Indian Health Service, 505 Marquette, NW., Suite 1502, Albuquerque, New Mexico 87102 SUBJECT: G--PROVIDE RESIDENTIAL SERVICES AT THE NEW SUNRISE REGIONAL TREATMENT CENTER, ACOMITA, NEW MEXICO SOL IFB97-03/JC DUE 012497 POC Joseph Carter, Contract Specialist (505) 248-5663, Diego Lujan, Contracting Officer, (505) 248-5649. DESC: The Albuquerque Area Indian Health Service intends to issue an Invitation for Bid (IFB) on or about December 16, 1996. The proposed contract is to provide Residential Services to adolescents with health problems twenty-four (24) hours per week at the New Sunrise Regional Treatment Center, Acomita, New Mexico. This is a Buy Indian Set-Aside under the Buy Indian Act. Bids will be sought from businesses that are at least 51% Indian owned, operated and controlled sources only. The proposed contract will be for a base year with four (4) one year options. The bid due date shall be 30 calendar days from date the IFB is released. Any inquiries regarding this procurement should be directed to Joseph Carter at (505) 248-5663 CITE: (M-353 SN013294) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: Federal Highway Administration, 610 East Fifth Street, Vancouver, WA 98661-3893 SUBJECT: H--CONSTRUCTION INSPECTION SOL DTFH70-97-B-00004 DUE 020497 POC Julee McTaggart, (360) 696-7520 DESC: Bids sought for 4 Indefinite-Delivery Indefinite-Quantity contracts designated CONST-97, Construction Inspection Services, for the Federal Highway Administration, Western Federal Lands Highway Division. Contractors will provide highway construction inspectors with vehicles. The majority of the work will be in or near National Forests. On contract will be awarded in each of 4 AREAs. The 4 AREAs are: AREA A - The following Counties in the State of Oregon - Benton, Coos, Crook, Curry, Deschutes, Douglas, Jackson, Jefferson, Josephine, Klamath, Lake, Lane, Lincoln, and Linn; AREA B - the following Counties in the State of Oregon - Clackamas, Clatsop, Columbia, Gilliam, Hood River, Marion, Multnomah, Polk, Sherman, Tillamook, Wasco, Washington, and Yamhill. And the following Counties in the State of Washington - Clark, Cowlitz, Klickitat, Pacific, Skamania, and Wahkiakum; AREA C - States of Idaho and Montana; and AREA D - The following Counties in the State of Oregon - Baker, Grant, Harney, Malheur, Morrow, Umatilla, Union, Wallowa, & Wheeler. And the following Counties in the State of Washington - Adams, Asotin, Benton, Chelan, Columbia, Douglas, Ferry, Franklin, Garfield, Grant, Kittitas, Lincoln, Okanogan, Pend O'Reille, Spokane, Stevens, Walla Walla, Whitman, and Yakima. The actual places of performance are unknown. The Government has wage determinations for all locations within these 4 AREAs. Each contract will have a guaranteed annual minimum of $10,000 and a maximum of $500,000 (AREA A), $1,000,000 (AREA B), $600,000 (AREA C), or $600,000 (AREA D). Each contract will be in effect for one year. All work will be ordered by individual Task Order. This solicitation is a total small business set-aside under SIC Code 8999. For a firm to be considered a small business the annual average gross revenue of the firm for the last 3 fiscal years must not exceed $5 million. Contract clause 52.219-14, Limitation on Subcontracting, requires that at least 50% of the cost of the contract performance incurred for personnel shall be expended for employees of the contractor. The following statements apply only to MINORITY, WOMEN-OWNED AND DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilitization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. CITE: (I-352 SN012991) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy Space Center, FL 32899 SUBJECT: J--REFURBISH LC-39 ITE K LINE CIRCUIT BREAKERS SOL RFO 10-97-0009 DUE 012497 POC Jck Massey, Contract Specialist, OP-ESO-A, 407-867-7230 DESC: The successful contractor will be required to inspect, repair and refurbish to original equipment manufacturer's specifications a minimum of 51 ITE K DON 600 circuit breakers. Bidders are required to submit a bid for either (1) refurbishing the 51 NASA breakers, (2) providing separate refurbished breakers and accepting the NASA breakers as trade in units, or (3) providing new breakers in lieu of refurbishment, including accepting NASA breakers as trade in units. Bidders are allowed to bid on any or all of the above three approaches. Bidders are also required to include as a part of their bid, prices for three fixed price options for the refurbishment of 6 ITE K DON 1600 breakers, 17 ITE K 1600 breakers, and 3 ITE K 4000 breakers. For these options, bidders are required to submit a bid on either refurbishing the NASA breakers or providing separate refurbished breakers and accepting the NASA breakers as trade in units, except that bidders are also allowed to bid on providing new units in lieu of refurbishment for one of the options. Bidders are allowed to bid on any or all of the above approaches to fulfilling the option requirements. The successful bidder will also be required to provide incidental items consisting of a Test Kit and various data items in support of the refurbishment effort. Bidders are also required to submit their bid price for monthly rental rates for temporary replacement breakers when temporary replacement breakers are required as a part of the approach being bid; temporary replacement breaker rental rates shall be bid as fixed price options. Based upon anticipated work window opportunities, NASA expects to require the contractor to provide temporary replacement breakers and accomplish the required refurbishment, including optional work, within four (4) thirty day performance periods, referred to as work windows, driven by four anticipated outage periods occurring at some point during the overall contract performance period of 540 calendar days. Accordingly, the contractor's maximum liability will be to refurbish no more than 21 breakers during any one thirty (30) day performance period. If operational constraints dictate that work must be accomplished during a greater number of outages of shorter durations, the contractor would subsequently be required to refurbish fewer breakers during each of an increased number of thirty (30) day performance periods; however, the Contractor will not be required to refurbish less than (10) breakers during any one thirty (30) day performance period. This scenario, and other potential scenarios such as possible work windows of such a long duration that no temporary replacement breakers are required, could result in the use of fewer and possibly no temporary breakers being required by NASA. Plan to issue soliciation package on or before 12/20/96. All responsible sources may submit a bid/proposal which shall be considered by the agency. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition -- The purpose of the ombudsman is not to diminish the authority of the contracting officer or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them -- When requested, the ombudsman will maintain strict confidentiality as to the source of the concern -- The ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of formal contract disputes -- Interested parties are invited to call the installation ombudsman, Mr. J. A. Thomas at 407-867-2355. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, Mr. Thomas S. Luedtke at 202-358-2090. CITE: (W-353 SN013100) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: J--MAINTENANCE, REPAIR, AND REBUILDING OF EQUIPMENT SOL DTCG38-97-Q-100014 DUE 011597 POC Contact Linda Hutzler, Contracting Officer, (919)335-6143 DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends to issue a purchase order to AlliedSignal Engines of Phoenix AZ for the repair/modification of 4 EA NSN 2840-01-HR2-2396, P/N: 3007078-1, ROTOR ASSY, HP. used on the U.S. Coast Guard HU25 aircraft. These parts are determined to be "Flight Critical" and will require airworthiness certification. Delivery to ARSC, Elizabeth City, NC is required within 60 days after receipt of order/material. The Coast Guard does not own, nor can it provide the proprietary specifications for these items. The standard industrial classification (SIC) code for this acquisition is 3724 Facismile requests for the RFQ may be submitted to (919) 335-6496 n6t later than 1500 on 01 Jan 1997 and should include evaluation/inspection charges, delivery data, and technical data to sufficiently determine capability. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at Prime interest rates to provide accounts receivable financing. The maximum line of credit is $500.000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169.. See Notes 22 and 26. CITE: (I-353 SN013156) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: J--REPAIR/OVERHAUL EDGE ASSY OUT SL RH SOL DTCG38-97-Q-100015 DUE 011597 POC Contact Linda Hutzler, Contracting Officer, (919) 335-6143 DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends to solicit and negotiate a firm fixed price purchase order on a sole source basis with Metal Air Service of Seymore IN for the repair of two (2) EA Edge Assy Out SL RH, 1560-01-074-1253, P/N MY2014750G01 used on the U.S. Coast Guard HU25 aircraft. Delivery to ARSC, Elizabeth City, NC is required within 60 days after receipt of material. The Coast Guard does not own, nor can it provide the proprietary specifications for this item. The standard industrial classification (SIC) code for this acquisition is 3728. This item to be delivered to ARSC, Elizabeth City, NC. Facismile requests for the RFQ may be submitted to (919) 335-6496 not later than 1500 on 01 Jan 1997 and should include evaluation/inspection charges, delivery data, and technical data to sufficiently determine capability. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at Prime interest rates to provide accounts receivable financing. The maximum line of credit is $500.000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169.. See Notes 22 and 26. CITE: (I-353 SN013157) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: AMC Contracting Flight, AMC CONF/LGCFA, 102 E. Martin St, Rm 216, Scott AFB IL 62225-5015 SUBJECT: J--MAINTENANCE AND ENHANCEMENT OF SAFEWARE SOFTWARE SOL FA4452-97-QA071 DUE 010897 POC Mary Andich, Contract Specialist, 618-256-1900 ext 237, or Barbara Steinmann, Contracting Officer, 618-256-1900 ext 261. DESC: The Government intends to solicit and negotiate with Safeware, 3633 136th Place SE, Suite 200, Bellevue WA 98006, for the annual maintenance and enhancement for SAFEWARE software, Air Force-wide. Maintenance and enhancement is required through 30 Sep 97. Interested persons may identify their interest and capability to respond to the requirement and submit proposals. All responses, including proposals, must be received by 8 Jan 97. Reference RFQ number FA4452-97-QA071. All responsible sources will be considered CITE: (I-353 SN013198) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box 2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788 SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA SOL N00104-90-G-A009 POC Specialist, D.S. Monko, (717) 790-4068. Contracting Officer, J.B. Dieter, (717) 790-4446. For expedited requests use FAX number (717) 790-2284. DESC: The scope of work, which may include the acquisition of piece parts, is for the restoration of depot level repairables of AN/BSY SYSTEMS/SATNAV Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is AN/BSY-1 (v) Systems. NSN 7G 5895-01-044-0516. P/N 008122-1. Technical data is not available and cannot be furnished. Contact the firm of ASllied Singal Aerospace/Bendix Oceanics, 215 Bingham Drive, San Marcos, CA 82069, for subcontracting opportunities. All responsible sources may submit an offer which, if received in a timely manner, will be considered. See Note 22. CITE: (M-353 SN013218) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box 2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788 SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA SOL N00104-93-G-A001 POC Specialist, Diane Coffman, (717) 790-2199. Contracting Officer, Diane Coffman, (717) 790-2199. For expedited requests use FAX number (717) 790-2284. DESC: The scope of work, which may include the acquisition of piece parts, is for the restoration of depot level repairables of Aegis Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Module, Electronic, G. NSN 7H 1285-01-255-1964. P/N 5616340. Technical data is not available and cannot be furnished. Contact the firm of Lockheed Martin, 199 Boston Landing Road, Box 1027, Moorestown, NJ 08057, for subcontracting opportunities. All responsible sources may submit an offer which, if received in a timely manner, will be considered. See Note 22. CITE: (M-353 SN013219) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box 2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788 SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA SOL N00104-91-G-A047 POC Specialist, K.B. Acox, (717) 790-4050. Contracting Officer, J.B. Dieter, (717) 790-4446. For expedited requests use FAX number (717) 790-2284. DESC: The scope of work, which may include the acquisition of piece parts, is for the restoration of depot level repairables of AN/USH-31(v) Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Motor Assy. NSN 7G 6105-00-126-9446. P/N 16765341-001. Technical data is not available and cannot be furnished. Contact the firm of Metrum Information Storage, 4800 E Dry Creek Road, Littleton, CO 80122-3796, for subcontracting opportunities. All responsible sources may submit an offer which, if received in a timely manner, will be considered. See Note 22. CITE: (M-353 SN013220) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commanding Officer (Code 047), Procurement Branch, USCG Engineering Logistics Center, 2401 Hawkins Point Rd., Baltimore, MD 21226 SUBJECT: J--REQUIREMENT TYPE CONTRACT FOR REPAIR OF THE 270' MAIN PROPULSION CONSOLE SYSTEM (50 ITEMS) FOR A PERIOD OF ONE YEAR WITH OPTIONS FOR TWO ADDITIONAL YEARS SOL DTCG40-97-B-70016 DUE 020697 POC Catherine Baskin, Contract Specialist, (410) 636-7993 James McGuirk, Contracting Officer, (410) 636-7993. Please fax request to Telefax Number (410) 636-7896. DESC: Change Solicitation No. DTCG36-96-B-BER016 to DTCG40-97-B-70016 and Bid opening date to 27 February 1997. CITE: (M-353 SN013231) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box 2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788 SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA SOL N00104-93-G-A041 POC Specialist, Sue Getz (717) 790-3080. Contracting Officer, J. Komaromy (717) 790-2854. For expedited requests use fax number (717) 790-2284. DESC: The scope of work, which may include the acquisition of piece parts, is for the restoration of depot level repairables of Turbine Steam MN LP Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Rotor Assy. NSN 7H 2825-00-943-7933. P/N 715J121. Technical data is not available and cannot be furnished. Contact the firm of Westinghouse Electric Corporation, Electronics Systems Group, Marine Division, Hendy Avenue, Sunnyvale, CA 94088-3499, for subcontracting opportunities. All responsible sources may submit an offer which, if received in a timely manner, will be considered. See Note 22. CITE: (M-353 SN013297) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212 SUBJECT: J--XRAY PROCESSOR MAINTENANCE SOL N00244-97-R-5065 DUE 021097 POC Fax Solicitation Request to Bid Officer (619) 532-2575, or call (619) 532-2690; Contract Specialist Ben S. Stowman (619)532-2663; Contracting Officer, S. K. Wasson DESC: This procurement is unrestricted; all responsible sources may submit an offer. Contractor shall provide all necessary material and labor to maintain and repair Kodak, Fuji, and Konica X-ray processing equipment for the Naval Hospital Camp Pendleton, CA. Equipment is physically located at the following locations: Camp Pendleton CA, Barstow CA, Santa Ana CA, Yuma AZ. The proposed contract will be a firm fixed price for a base period of approximately seven months plus two option years. Estimated due date is 02/10/97. CITE: (I-353 SN013311) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road, Ann Arbor, MI 48105 SUBJECT: J--PM/REPAIR OF SIEMENS ORBITORS, SIEMENS MUGA LEM-MOBILE, DEC VAXSERVER, ADAC VERTEX EPIC CAMERA, PEGASYS COMPUTER, AND COMPONENTS SOL 506-46-97 DUE 012897 POC Mary B. Jones, (313) 930-5588 DESC: This facility intends to solicit for preventive maintenance and emergency repair service on Government owned Siemens Orbitor with Whole Body, 75 Tube, 2 each; Siemens Muga Lem-Mobile; Digital Equipment Vaxserver; ADAC Vertex Epic Camera System; Pegasys Basic Computer; and all components for the period February 1, 1997 thru September 30, 1997. Services shall include providing and installing software updates; all parts, labor, supervision, test equipment, technical manuals, and transportation necessary to perform preventive maintenance and unlimited emergency repairs. Equipment located in VA Medical Center, Ann Arbor, MI and VA Outpatient Clinic, Toledo, OH. All requests for solicitation documents must be in writing and cite solicitation 506-46-97. Requests may be faxed to (313)930-5648. Projected issue date is 1-6-96 with a projected proposal due date of close of business 1-28-96. All responsible sources may submit a bid which shall be considered by the Agency. SIC 7629 applies. CITE: (I-353 SN013346) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C. 20375 SUBJECT: J--ANECHOIC CHAMBER TILE REPLACEMENT SOL N00173-97-Q-0016 POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202) 404-8158. DESC: Naval Research Laboratory has ,a requirement for the replacement of anechoic tiles in a anechoic chamber. C-Ram SFC-24 or equal tiles 24"xx24"x24" 100 ea, C-RAM SFC-8 or equal tiles 8.0"x24"x24" 321 ea, C-RAM SFC-8 or equal tiles 8"x48"x24" 31 ea and C-Bond 287 or equal adhesive 36 gallons. Oral request will not be accepted. See Numbered Note(s): 1. CITE: (I-353 SN013363) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supply Officer, Attn: NAVMEDCTR, Contracting Branch, 54 Lewis Minors Street, Portsmouth, VA 23708-2297 SUBJECT: J--REPAIR AND UPGRADE OF AEQUITRON MEDICAL SLEEPLAB 2000 SOL N00183-97-Q-0014 DUE 011797 POC Peggy K. Martin, Contract Specialist, (757) 398-7547. Contracting Officer--Janice M. Fitzpatrick, (757) 398-7276. DESC: Repair and Upgrade of Aequitron Medical Sleeplab 2000 to include hardware upgrade, omniview graphics option, replacement of existing maxtor optical for a magneto optical drive, optical drive hardware upgrade and matrix sleep analysis software for windows. No telephone requests for the solicitation package will be accepted. See note 22. CITE: (M-353 SN013371) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: USDA Forest Service, 2222 West 2300 South, Salt Lake City, UT 84119 SUBJECT: J--SOLE SOURCE ACQUISITION FOR MANAGEMENT AND OVERSIGHT OF THE REMOVAL AND REMEDIAL ACTION AT THE BLACKBIRD MINE SITE POC Carolyn J. Lippire, (801) 975-3444. DESC: The USDA Forest Service, intends to award a follow-on contract to Rocky Mtn. Consultants, Inc. for technical services to assist the Forest Service in the management and oversight of the removal and remedial actions at the Blackbird Mine Site in Lemhi County, Idaho. Anticipated award date is February 10, 1997. See numbered note 22. CITE: (M-353 SN013310) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: L--CETS SOL N00140-97-Q-0313 POC Gerald Furey, Contract Negotiator, (215)697-9621. DESC: FISC Norfolk Detachment Philadelphia intends to acquire contractor engineering technical services and maintenance services for the Naval Aviation Engineering Technical Services Unit. This effort is for 709 man months for the period 1 Oct 97 through 30 Sep 98, with two option years each for 624 man months, beginning 1 Oct 98 and 1 Oct 99 respectively. The total effort under this procurement is 1,957 man months. This effort represents the minimum needs of the Government for this period. The services to be provided are to inform, instruct, and train Government personnel in the installation, operation and maintenance, of F18 and AV8 aircraft and associated equipment manufactured by the OEM, McDonnell Douglas Aerospace. These services will be provided via a new contract or a provisional extension to the existing contract. The eventual contract action is for services that the Government intends to solicit and negotiate with McDonnell Douglas Aerospace under the authority of FAR 6.302-1. McDonnell Douglas Aerospace is the OEM and only known source with the required technical and engineering expertise to perform these required services. Interested parties who contend that they are technically qualified should submit, within 45 days from publication of this announcement, specific factual data, including but not limited to technical resumes, management experience, and other pertinent information as desired to be used as an evaluation basis to determine competence to successfully perform the required services. All technical proposals received within this time frame will be considered by the Government. The Government reserves the right not to open this requirement for competition based upon technical notices received in response to this announcement. Technical responses received as a result of this announcement will normally be considered solely for the purpose of whether to conduct a competitive procurement. The Government will not pay for any information received. All responses should be addressed to Gerald Furey at telephone (215)697-9621, facsimile (215)697-9569. SYS 052. CITE: (I-353 SN013351) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889 SUBJECT: M--CULTURAL RESOURCES PLANNING STUDIES IN THE CONTIGUOUS UNITED STATES SOL DACW21-97-R-0017 DUE 021597 POC Anna Mustard, Contract Specialist, (912) 652-5292, or Alice N. Hicks, Contracting Officer DESC: Modification: This action was originally publicized in the CBD on 3/8/96. Solicitation number for this action has been changed from DACW21-96-R-0033 to DACW21-97-R-0017. Minimum amount of the contract has been changed to $40,000 for the base year and $20,000 for each of the two option years. Contracting Officer has been changed to Alice N. Hicks. Names of contractors who requested copies of the solicitation under the initial CBD announcement will be placed on the Bidders' Mailing List for solicitation number DACW21-97-R-0017. All other information publicized in the original synopsis is correct. Contractors not responding initially who wish to receive a copy of the solicitation should submit their request in writing to othe above address or by FAX to (912) 652-5828. All requests must include RFP number DACW21-97-R-0017, and they must be marked to the attention of Anna L. Mustard, CT-P. CITE: (W-353 SN013262) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities--Potential Sources Sought OFFADD: 90th Contracting Squadron, 7505 Marne Loop, Francis E. Warren AFB, WY 82005-2860 SUBJECT: M--BASE SUPPLY AND MATERIAL CONTROL SERVICES POC SSgt Richard R. Jiron, (307) 775-2844, Contract Specialist. DESC: Potential sources are being sought for Base Supply and Material Control Services to include operation and management of Government owned facilities at F.E. Warren AFB, Wyoming. Operation of Base Supply consists of performing tasks to include requisitioning and reporting of Mission Capable (MICAP) requirements, research, records maintenance, repair cycle support, demand processing functions, customer services and training functions, individual equipment issue functions, general supply issue, and storage and distribution of aviation and ground fuel. Supply manages and controls over $156 million in material assets and provides quality control of more than 67,000 item records/stock numbers. They manage UNISYS Remote Processing Station and the Standard Base Supply System (SBSS). Supply is responsible for the processing of incoming and outgoing shipments and distribution of assets to base customers. There are currently two material control sections on F.E. Warren AFB, which provide material support through using similar processes as supply. One Material Control function is separately located in the Civil Engineering Squadron. They provide materials for operations and maintenance of all facilities at F.E. Warren and its geographically separated Missile Alert Facilities. The other Material Control function is separately located in the Logistics Support Squadron. They provide materials in support of the 90th Maintenance Squadron which maintains all Minuteman and Peacekeeper Missiles at F.E. Warren AFB. Services shall be provided for F.E. Warren AFB including tenants and other off-base activities receiving support. Sources interested are requested to submit their request no later than 20 Dec 96. In their request they must indicate their business status, large or small and their experience, if any, in providing supply and/or material control services. This synopsis is an advance notice for information and planning only and is not a solicitation. CITE: (M-353 SN013240) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities--Potential Sources Sought OFFADD: 90th Contracting Squadron, 7505 Marne Loop, Francis E. Warren AFB, WY 82005-2860 SUBJECT: M--MAINTENANCE DATA WORK CENTER POC SSgt Richard R. Jiron, (307) 775-2844, Contract Specialist. DESC: Potential sources are being sought for the operation and management of the Logistics Support Squadron Maintenance Data Work Center at F.E. Warren AFB, Wyoming. Maintenance Data is responsible for the tracking of missile maintenance history, missile maintenance teams, and equipment and vehicle status availability. Maintenance Data troubleshoots computers for base activities that use the Improved Maintenance Program (IMMP). The center is responsible for the Expanded Minuteman Data Analysis System (EMDAS) and performs data transfers, file dumps, and prepares Partial Mission Capable (PMC) Reports and Non-Mission Capable (NMC) Reports. The center provides EMDAS maintenance data products or special requested data and maintains the EMDAS Location Inventory Listing and the Maintenance Data Collection (MDC) Master ID Listing. It is responsible for the Core Automated Management System (CAMS) providing CAMS training, maintaining CAMS computer listings, preparing difficulty reports, and processing System Advisory Notices (SAN). Additionally, the center performs data analysis by retrieving and analyzing data and controls the Maintenance Analysis Referral (MAR) Program. Services shall be provided for F.E. Warren AFB including tenants and other off-base activities receiving support. Sources interested are requested to submit their request no later than 20 Dec 96. In their request they must indicate their business status, large or small and their experience, if any, maintaining and retrieving data. This synopsis is an advance notice for information and planning only and is not a solicitation. CITE: (M-353 SN013241) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities--Potential Sources Sought OFFADD: 90th Contracting Squadron, 7505 Marne Loop, Francis E. Warren AFB, WY 82005-2860 SUBJECT: M--HEAT PLANT OPERATION POC SSgt Richard R. Jiron, (307) 775-2844, Contract Specialist. DESC: Potential sources are being sought for the operation and management of the Heat Plant at F.E. Warren AFB, Wyoming. The plant is responsible for the operation inspection, and maintenance of three high temperature hot water generators and 17 miles of distribution and return piping. Note: the two coal fired high temperature hot water generators currently in the central heat plant are programmed for conversion to gas fired generators. The estimated completion date for the conversion is Fiscal Year 1998. The heat plant is also responsible for the operation and maintenance of a 369,000 gallon propane gas air plant and the seasonal operation and maintenance of two gas fired steam boilers which support the F.E. Warren AFB Hospital. Services shall be provided for F.E. Warren AFB including tenants and other off-base activities receiving support. Sources interested are requested to submit their request no later than 20 Dec 96. In their request they must indicate their business status, large or small and their experience, if any, in operating central heat plants. This synopsis is an advance notice for information and planning only and is not a solicitation. CITE: (M-353 SN013242) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Department of Veterans Affairs Medical Center, Contracting Office (90C), 4801 Linwood Blvd., Kansas City, MO 64128 SUBJECT: Q--AGENCY NURSES SOL RFP 589d-01-97 DUE 020797 POC Contracting Officer, Adam Dearing, (816) 922-2065 DESC: Request for Proposals from the Kansas City VA Medical Center to provide agency nurses to the VA Medical Center in Kansas City, MO; Leavenworth and Wichita, KS. Contractor(s) shall provide the services of Registered Nurses, Licensed Practical Nurses, Nursing Assistants, and Mental Health Technicians on an as-needed basis. Nurses will be assigned to critical care areas, medical/surgical areas, and psychiatric areas as the need arises. Agency nurses will be placed to supplement VA Medical Center staff and will be responsible for all nursing duties associated with daily patient care. Solicitation will be available o/a January 9, 1997. Telephone and fax requests will not be honored. All requests for the solicitation must be submitted in writing and sent to the above noted address. CITE: (I-353 SN013177) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Dept. of Veterans Affairs Medical Center (90C), 4801 Linwood Blvd., Kansas City, MO 64128 SUBJECT: Q--RADIATION THERAPY SOL RFP 589-07-97 DUE 022197 POC Kathleen Campbell, Contracting Officer (90C), (816) 922-2061 DESC: Heartland Consolidated Contracting Activity wishes to announce availability of solicitation RFP 589-07-97 for Radiation Therapy. Purpose of the proposed is to provide curative and/or palliative radiation therapy for veteran beneficiaries. Interested parties must be capable of providing all labor, space, supplies, and equipment necessary to perform this service. Successful offeror will be required to attend a monthly Surgical/Oncology/Pathology Conference held at the VAMC, Kansas City. Contractor's personnel shall be required to become a member of this facilities Cancer Committee. This committee meets quarterly at the VAMC Kansas City. Interested parties are invited to request a solicitation package in writing from the contracting officer. CITE: (I-353 SN013196) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: VA Medical Center (90C), ATTN: Contracting Officer, Mountain Home, TN 37684 SUBJECT: Q--PHYCHIATRIST SERVICES SOL 621-30-97 DUE 011797 POC Jimmy W. Smiley, Contracting Officer, (423) 461-7986 DESC: Provide Board Certified Psychiatrist services for 90 working days at the Veterans Affairs Medical Center Mountain Home, Tennessee in accordance with the contract specifications. All requests for solicitation documents must be submitted writing to the Contracting Officer. Requests maybe tele-faxed to the Contracting Officer at (423) 461-7944. The estimated issue date for solicitation documents is January 6, 1997. CITE: (I-353 SN013204) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: DHHS, Indian Health Service, 309 Federal Building, Aberdeen, South Dakota 57401 SUBJECT: Q--NON PERSONAL SERVICE CONTRACT WITH A TEMPORARY TECH AGENCY TO PROVIDE TEMPORARY TECHS TO PHS INDIAN HOSPITAL LOCATED ON THE ROSEBUD RESERVATION, TODD COUNTY, SOUTH DAKOTA SOL RFQ-97-004 DUE 122796 POC Richard Tiger, Purchasing Agent, (605) 226-7571. DESC: The Aberdeen Area Indian Health Service proposes to award a fixed-price, Nonpersonal service contract for a Temporary Tech Agency for the Radiology Department at the PHS Indian Hospital, Rosebud, SD 57570 for eligible Native American Patients as congressionally mandated. Request for RFQ-97-004 shall be in writing or telefax Richard Tiger at (605) 226-7669 and will be available approximately 15 days after publication of this announcement. CITE: (M-353 SN013226) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: US Department of Commerce/National Oceanic and Atmospheric Administration (NOAA), Acquisition Management Division, 1325 East West Highway, Station 4301, Silver Spring, MD 20910-3283 SUBJECT: R--ENGINEERING SUPPORT SERVICES FOR THE NOAA/NESDIS SARSAT PROGRAM SOL 52-DGNE-7-90039 POC Donald L. Moses, Contract Specialist (301) 713-0823, Edward F. Tennant, Jr., Contracting Officer. DESC: Provide systems engineering and program management support services for the Search-and-Rescue Satellite-Aided Tracking (SARSAT) program. Areas to be supported shall include the space segment, ground segment receiving stations, data handling and dissemination, technical documents management, and configuration control. A Cost-Plus-Fixed-Fee term form contract, inclusive of one base year and four (4) one-year option periods, is contemplated for this requirement. It is anticipated that the solicitation will be issued in January, 1997. The closing date will be approximately 30 calendar days after solicitation issuance. See solicitation for actual closing date. Requests for the solicitation must be submitted in writing to the above address as telephone requests will not be honored. CITE: (I-353 SN013046) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attention: CMB-A, Research Triangle Park, NC 27711 SUBJECT: R--SUPPORT TO EPA QUALITY ASSURANCE DIVISION TRAINING PROGRAM SOL D700004M1 DUE 013197 POC Jeffrey Simmons, Contract Specialist, (919)-541-3570/Christopher Baker, Contracting Officer, (919)-541-3570 DESC: Amendment to synopsis previously published on 10/30/96 and amendment to a previous amendment dated 12/17/96. The solicitation will be issued on a diskette in Wordperfect 6.1 format. Only one copy of the solicitation on diskette will be issued to a corporate entity (regardless of geographic location). All other terms and conditions set forth in the previosuly published synopsis dated 10/30/96 and amendment dated 12/17/96 reamin in effect. EMAIL simmons.jeffrey@epamail.epa.gov EMAILDESC: e-mail CITE: (W-353 SN013095) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: US Env. Protection Agency, CMD-RTP MD-33 (NCCM-JS, Research Triangle Park, NC 27711 SUBJECT: R--SUPPORT TO EPA QUALITY ASSURANCE DIVISION TRAINING PROGRAM SOL D700004M1 POC Jeffrey Simmons, Contract Specialist, (919)-541-3570/Christopher Baker, Contracting Officer, (919)-541-3570. DESC: Amendment to synopsis previously published on 10/30/96 (Potential Sources Sought). The estimated issuance date of the solicitation is 01/31/97 and that proposals will be due approximately 30 days thereafter. EPA has decided to set this action aside for small businesses. The applicable SIC Code is 8748 with a size standard of $5 million in average annual receipts over the preceding three years. All other terms and conditions set forth in the previously published synopsis dated 10/30/96 remain in effect. No telephonic or faxed requests will be honored CITE: (I-353 SN013160) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: ASC/SCSK (Attn: LTC Scott Lang), Bldg 11A, 1970 Monahan Way, Rm 136, Wright-Patterson AFB OH 45433-7208 SUBJECT: R--TECHNICAL/MANAGEMENT SUPPORT FOR AERONAUTICAL SYSTEMS CENTER, WRIGHT-PATTERSON AFB OH SOL N/A POC Contact LTC Scott Long, (937) 255-7003; Contracting Officer, Frieda Thornton, (937) 255-7003. DESC: The Contracted Services Management Office (ASC/CDS) has scheduled a townhall meeting in order to discuss the anticipated Manpower Support Omnibus Acquisition for ASC. These Indefinite Delivery, Indefinite Quantity (IDIQ), Time & Materials, small and8(a) business set-aside contracts will augment engineering, logistics, program management, acquisition security, configuration/data management and financial management support at ASC. The meeting will be held in the AFIT Auditorium (Kenney Hall), Area B, Bldg 642, Wright-Patterson AFB Ohio on Tuesday, 28 Jan 97 from 8:30 am up to 2:00 pm. All prospective contractors are encouraged to attend. Topics to be discussed will center around general information concerning this procurement. Following the prepared portion of the meeting, an open forum will take place to discuss any issues related to this effort. CDS encourages industry to provide suggestions for agenda topics or questions about the procurement. This extends the previously announced request for industry comments NLT date of 20 Dec 96. Please send comments NLT 15 Jan 97 via e-mail (langsm@asc.wpafb.af.mil, please copy thorntfm@asc.wpafb.af.mil) or send diskette (MS Word 6.0) to ASC/CDS Attn: LTC Scott Lang, Bldg 11A, 1970 Monahan Way, Room 136, Wright-Patterson AFB Ohio 45433-7208. In order for CDS to arrange base entry, please notify Lt Col Lang via e-mail if you plan on attending the townhall meeting. CITE: (I-353 SN013186) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Agency for International Development, USAID/Guatemala-Central American Programs/Executive Office, Unit 3323, APO AA 34024 SUBJECT: R--U.S. PERSONAL SERVICES CONTRACTOR SOL N/A DUE 010697 POC Contact Person: Neil Meriwether, Tel. (011-502-332-0202, Ext. 40401, Fax: (011-502) 331-1505, Internet: shernandez@usaid.gov. DESC: This request for applications is being issued in anticipation of funding being made available to USAID/G-CAP for this purpose. While USAID/G-CAP expects such funding to become available, there can be no assurance that this will be the case. Applicants will be solely and fully responsible for sending resumes should it turn out that the activities cannot be funded for any reason. USAID/Guatemala is seeking the services of a senior highly qualified U.S. citizen for a period of up to three years to act as Peace Program Manager with overall day to day responsibility for design, coordination and management of all program activities under the USAID/Guatemala's Special Objective of "Support to Guatemala's Transition to Peace and Development". This is expected to be funded at $18-25 million a year for the period of this contract. The contractor should have extensive general development experience and specific experience in crisis management or program development and execution in democratic transitions. Fluency in Spanish is absolutely required. In addition, s/he should have significant experience in program design, management, monitoring and evaluation, and experience in relation to large donor organizations. S/he should also have a managed a small to medium sized technical team (of at least 4 to 5 professionals and associated staff). This position will require significant leadership, creativity, negotiating skills, and strong teamwork skills. The incumbent will report to the Mission Deputy Director, Embassy, Senior Guatemalan authorities and civil leaders. The incumbent will be required to balance external negotiating efforts with internal coordination of the Special Objective Team and its implememting "A-Teams". The contractor should have strong writing skills and be able to independently supervise the implementation of USAID activities related to the transition to peace and development in Guatemala. The selected candidate will be evaluated based on the following qualifications: Please not that the following evaluation criteria are of relatively equal importance. 1. Strong general development expeerience including transition situations. Ability to understand basics in each technical field. A strong sense of political priorities and good judgement are required. 2. Knowledge of recent Guatemala political history (armed conflict and peace process) ethnic relations and development trends. 3. Strong management skills, problem solving skills, analytical ability and experience working with complex cross-cutting programs within a highly sensitive policy environment. 4. Strong written and oral communication skills, both in English and Spanish. Demonstrated ability to work effectively at a senior level with partners, including other donors, and clients in a sensitive cross-cultural setting. Ability to balance strong management techniques with sensitivity to political and cultural nuances. Ability to motivate and guide program partners, evaluate progress honestly and thoroughly. Strong team leadership/personnel management and interpersonal skills. 7. Prior experience in and knowledge of USAID management systems and regulations. Because of the urgency of this procurement action, USAID/G-CAP is requesting all interested parties to submit their resume with any additional supporting documentation no later than Januay 6, 1997 to the following address or fax number: Executive Officer, USAID/G-CAP, Unit 3323, APO AA 34024, Fax No. 502-331-1505. CITE: (I-353 SN013203) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Pension Benefit Guaranty Corporation, Procurement Department (PD), 1200 K Street, NW, Suite 1090, Washington, DC 20005-4026 SUBJECT: R--INVESTMENT MANAGEMENT SERVICES--DOMESTIC SMALL- CAPITALIZATION EQUITY MANAGERS SOL RFP-97-0003 DUE 011797 POC Contact Contract Specialist Marilyn Silverman, 202/326-4160 ext. 3322/Contracting Officer, Robert W. Herting, 202/326-4160 DESC: The Pension Benefit Guaranty Corporation (PBGC) has a requirement for the management of a domestic small-capitalization equity investment portfolio which is a portion of trust fund assets for which PBGC serves as trustee. PBGC seeks proposals from firms that manage at least $350 million dollars of tax-exempt assets in a small-capitalization style product. The period of performance for the base contract will be from date of award to September 30, 1997, with seven one-year options for renewal at PBGC's discretion. Requests for copies of the solicitation must be made in writing to the above address and must reference RFP 97-0003. No telephone requests will be honored. The closing date for receipt of requests is 15 days from the date of publications. CITE: (I-353 SN013210) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550 SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR THE ENLISTED CLUB SUPERBOWL EXTRAVAGANZA SOL SVS-SCS-103-96 DUE 011397 POC Shani Johnson, (907) 552-5900, FAX (907) 552-9750. DESC: We are soliciting in-kind donations or sponsorship for the Enlisted Club Superbowl Extravaganza to be held at the Enlisted Club on January 26, 1997. In Superbowl Extravaganza is open to all active duty club members and their families. We are looking for T-shirts, hats, helmets, footballs, and any sporting goods or equipment associated with football and other sports. We are asking for sponsorship/in-kind donations of $500.00 to cover the expenses for this event. We would accept part or all of the items requested, depending on the sponsor and what they can provide. The sponsor will be allowed to display banners and information at the event. Advertising in all areas on the base will be done. Representation from the sponsor for the event drawings will also be accepted and encouraged. All offers will be considered. More than one sponsor/donation may be accepted and additives will be considered. Requests for copies of this solicitation must be received not later than 13 January 1997. This is a solicitation for commercial sponsorship/donation by a nonappropriated fund instrumentality of the United States Government. It does not obligate appropriated funds of the Government. CITE: (M-353 SN013221) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Postal Service, Minneapolis Purchasing & Material Service Center, Attn: Manager, Suite 610, 2051 Killebrew Dr., Minneapolis, MN 55425-1880 SUBJECT: R--TECHNICAL DATA AND ACQUISITION SUPPORT PERSONAL SERVICES SOL 266351-97-A-0246 DUE 022597 POC Gladys Radermacher, Procurement Specialist Staff, (612) 851-1157--Contracting Officer, Gladys Radermacher, Purchasing Specialist, (612) 851-1188. DESC: The U.S. Postal Service intends to award a three-year contract for support service personnel that includes an acquisition support coordinator, 3 technical data specialist, 2 acquisition quality specialist, a technical librarian & a technical support specialist. One acquisition quality specialist will work in the South River, NJ Material Distribution Center. The other personnel will work primarily at the Topeka, KS Inventory Support Center. Solicitation will be issued @ 1/8/97. Services must begin 3/29/97. All requests for the solicitation must be in writing and received within ten days of the date of this notice or until supplies are exhausted. No telephone requests will be accepted. CITE: (M-353 SN013289) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: CECOM ACQUISITION CENTER, ATTN: AMSEL-AC-CC-E-CA, BUILDING 61801 ROOM 2604, FT HUACHUCA AZ 85613-6000 SUBJECT: R--RESEARCH & DEVELOPMENT, TRAINING, AND TECHNICAL SUPPORT SERVICES SOL DAAB07-97-R-0002 DUE 020796 POC Contact Jack LaChance,520/533-0360. Contracting Officer, Hildegard Choate 520/538-7456 (Site Code DAAB07) DESC: USAISEC CECOM is soliciting offers for the nonpersonal research and development, training support and technical support services now being provided under Contract Number DAEA32-93-D-0004. The resultant contract shall be for a period of one year with our option years. Draft Request for Proposal (DRFP) DAAB07-97-R-0002 is anticipated to be released on or about January 10, 1997. Your comments and recommendations are urgently requested and should be provided within the period specified in the DRFP. Respones shall be written. Telephonic responses shall not be honored. Access to this DRFP shall be by Electronic Bulletin Board as follows: World Wide Web-CECOM Acquisition Center Home Page-http://138.27.160.249; TELNET/ FTP-138.27.160.159; and dial-up modem (520) 533-0132/3/4/5/6/7/8/9. Hard copies will not be available. The final RFP, incorporating comments and recommendations received as a result of this notice, shall be isued on or about 7 April 1997. A pre-proposal conference shall be held on or about 21 April, 1997. This requirement was previously published 24 October, 1996. Note 5: The proposed contract is a 100% Histroically Black Colleges and Universities (HBCUs) and inority Institutions (MIs). Offers from other than HBCUs and MIs will not be considered.**** CITE: (I-353 SN013328) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Library of Congress, Contracts & Logistics Services, 1701 Brightseat Road, Landover, MD 20785-3799 SUBJECT: R--FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDER SOL AMPC/UR POC Tony Lembo, Contract Specialist. DESC: The Library of Congress intends to issue a delivery order against an existing Basic Ordering Agreement to renew a subscription with University Microfilms International for the continued use and access of their databases by Air Force Library and Information System, San Antonio, TX. UMI offers their ProQuest databases which provide fast and easy access to literally thousands of information sources from business and management to doctoral dissertations, general-interest periodicals, scientific material, and newspapers. Products offered include: ABI/INFORM ondisc, Dissertation Abstracts ondisc, INSPEC ondisc, Newspaper Abstracts ondisc, Periodical Abstracts ondisc, PRODIRECT, ProQuest Full-Text Newspapers ondisc, ProQuest Full-Image Periodicals ondisc, Resource/One, and Business Dateline. UMI also offers Document Delivery Services which provides a wide variety of published and unpublished documents including dissertations and thesis products, serials and newspapers, speeches, and government reports. Service will be continued through September 30, 1997. WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE CAPABILITY. No telephone calls will be accepted. No award will be based on any offer or proposal received in response to this notice. NO SOLICITATION DOCUMENT EXISTS. (See Note 22). REF: AMPC/UR. CITE: (I-353 SN013358) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Library of Congress, Contracts & Logistics Services, 1701 Brightseat Road, Landover, MD 20785-3799 SUBJECT: R--FEDLINK MICROFORM MATERIALS DELIVERY ORDER SOL AMPC/UM POC Tony Lembo, Contract Specialist. DESC: The Library of Congress intends to issue a delivery order against an existing Basic Ordering Agreement to renew a subscription with University Microfilms International for the continued use of their services by Air Force Library and Information System, San Antonio, TX. This subscription is for their Microform Materials Service which provides a wide variety of published and unpublished documents including dissertations and thesis products, serials and newspapers, and phonefiche. Service will be continued through September 30, 1997. WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE CAPABILITY. No telephone calls will be accepted. No award will be based on any offer or proposal received in response to this notice. NO SOLICITATION DOCUMENT EXISTS. (See Note 22). REF: AMPC/UM. CITE: (I-353 SN013359) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: R--DEVELOPMENT AND MANAGEMENT OF MILITARY FAMILY HOUSING AT FORT CARSON, COLORADO SOL DACA45-96-R-0033 POC Contact Loreen Blume at 402-221-4265 (e-mail at loreen.k.blume@mro01.usace.army.mil). Other info available on the Omaha District Homepage. See http://wwwcemro.mro.usace.army.mil. DESC: Previous announcement indicated the request for proposal documents would be available on or about 24 October 1996, with proposals due on or about 7 February 1997. The request for proposal will be issued on or about 30 December 1996. Proposals will be due on or about 29 April 1997. Orders for solicitation documents can be placed through the Omaha District homepage, address included above. Parties without access to the internet can fax a written request for solicitation documents to (402)221-4265, Attn: Loreen K. Blume or Leigh Ann Lucas. A pre-proposal conference will be held on 11 and 12 February 1997, 1775 E. Cheyenne Mountain Blvd., Colorado Springs, Colorado. Hotel/Motel reservations are the attendees responsibility. Reservations for the conference are required and must be received by 7 February 1997. For reservations, please contact Loreen Blume, (402)221-4265, or Leigh Ann Lucas, (402)221-4854, or telefax to (402)221-4530. CITE: (I-353 SN013362) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue, Chambersburg, PA 17201-4152 SUBJECT: S--FUELING AND OTHER PETROLEUM SERVICES (LIQUID NITROGEN) SOL DAAC67-97-R-0007 DUE 022797 POC Point of Contact - Carol Heckman, Contract Specialist, 717-267-9811 x265. Contracting Officer, Richard Rector, 717-267-5395 x202 DESC: Liquid Nitrogen Lettekenny Army Depot intends to solicit for the delivery and the refilling of the Nitrogen tank located at the Nitrogen Suppy Facility, Bldg 370, Chambersburg, Pennsylvania 17201. All nitrogen delivered must conform to the Purity Requirements portion of MIL-G85127(AS). This is a Requirements type contract with a base year and four option years. The estimated issue date of the Solicitation is 22 January 1997. All responsible sources may submit a proposal. No telephone requests will be accepted. There is a $25.00 charge for this solicitation package and only money orders or cashier checks will be acceptable. Any check collection vouchers submitted with any form of personal check (be it from a personal account or a business account) will be rejected. Payment should accompany the request and shall be made payable to the US Department of Treasury. Requests should be sent to: Directorate of Contracting, SIOLE-KOM, 1 Overcash Avenue, Letterkenny Army Depot, Chambersburg, Pennsylvania 17201. EMAILADD: tkeller@letterkenn-emhl.army.mil EMAILDESC: CITE: (D-353 SN013127) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: S--FIRE WATCH SERVICES SOL N00406-97-R-4023 DUE 123096 POC M. Klose DESC: due to the changing needs of the government, the requirement is hereby cancelled in its entirety. procurement for a requirements, delivery order type contract for firewatch services to the trident refit facility. services entail the establishment and maintenance of firewatches in and around the vessel. watch may entail traversing areas in and around the ship which will require travel both up and down ladders and through restricted size hatches. firewatch personnel shall monitor the work site and alert the proper authorities should a fire be detected. personnel must be able to obtain a confidential security clearance be a united states citizen and possess a confidential security clearance in accordance with dd form 254. duration of contract period shall be from date of award through 30 september 1997. FOB destination trident refit facility, bangor silverdale wa 98315-6499 this is a 100% small business set-aside notes 1,9, and 26 apply all responsible sources may submit (offer/bid/quotation) which shall be considered by fleet & industrial supply center puget sound. telephone requests will not be honored. fax requests will be honored at (360) 476-2931 CITE: (I-353 SN013173) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: S--FIRE WATCH SERVICES SOL N00406-97-R-4023 DUE 123096 POC M. Klose DESC: due to the changing needs of the government, the requirement is hereby cancelled in its entirety. procurement for a requirements, delivery order type contract for firewatch services to the trident refit facility. services entail the establishment and maintenance of firewatches in and around the vessel. watch may entail traversing areas in and around the ship which will require travel both up and down ladders and through restricted size hatches. firewatch personnel shall monitor the work site and alert the proper authorities should a fire be detected. personnel must be able to obtain a confidential security clearance be a united states citizen and possess a confidential security clearance in accordance with dd form 254. duration of contract period shall be from date of award through 30 september 1997. FOB destination trident refit facility, bangor silverdale wa 98315-6499 this is a 100% small business set-aside notes 1,9, and 26 apply all responsible sources may submit (offer/bid/quotation) which shall be considered by fleet & industrial supply center puget sound. telephone requests will not be honored. fax requests will be honored at (360) 476-2931 CITE: (I-353 SN013176) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer in Charge of Construction, Coastal Systems Station, Dahlgren Division, 6703 West Highway 98, Suite 126, Panama City, Florida 32407-7001 SUBJECT: S--SERVICING OF OIL/WATER SEPARATORS AND ACCUMULATION POINTS, AND OILY WASTE AND OTHER WASTE PRODUCTS MANAGEMENT SERVICES SOL N62467-94-R-3008 DUE 011097 POC Jenette Eastman; Lenora McKinney, Contract Specialist, at (904) 234-4761. No telephone orders for solicitations will be accepted. To order solicitation package, request in writing to the above address or FAX to (904) 234-4760. DESC: The requirements are changed to make this a Unrestricted Procurement and to change the SIC Code from 8744 to 4953 with dollar value of $6,000,000.00 million. REQUESTS SUBMITTED PRIOR TO THIS CHANGE NEED NOT BE RESUBMITTED. CITE: (M-353 SN013264) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Contracting Officer, Naval Facilities Engineering Contracts, Bldg. 289, Indian Head Division, Naval Surface Warfare Center, Indian Head, Maryland 20640-5035 SUBJECT: S--GROUNDS MAINTENANCE AREA 3, INDIAN HEAD DIVISION, NAVAL SURFACE WARFARE CENTER, INDIAN HEAD, MARYLAND SOL N62477-97-B-3525 DUE 020797 POC Diane Ryan (Contracting Officer), (301) 743-4147, Sheila Lundstrom (Contracting Officer), (301) 743-4748. DESC: The work includes but is not limited to, providing all labor, materials, supplies, equipment, transportation, and supervision necessary for the performance of grounds maintenance services. Grounds maintenance shall include pruning, edging, soil improvement, seeding, sodding, mulching, weeding, weed and grass control, tree shrubbery replacement, planting, fertilizing, brush removal, leaf and debris cleanup and liming at the Indian Head Division, Naval Surface Warfare Center, Indian Head, Maryland. This project is 100% set aside for small business concerns. This is a Firm Fixed Price/Indefinite Quantity contract. SIC Code for this procurement is 0782: Lawn and Garden Services. This contract is for a period of one (1) year with four (4) one (1) year renewal options. Request for bid package will be made in writing and include company name, mailing address with zip code, telephone number and solicitation number (N62477-97-B-3525) and title. Telephone requests will not be honored. Written requests may be faxed to (301) 743-4949. CITE: (M-353 SN013267) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 509th Contracting Squadron, 850 Arnold Ave., Site 2, Whiteman AFB, MO 65305-5054 SUBJECT: S--PUMP AND CLEAN AFFF AND PRETREATMENT EQUALIZATION TANK TO INCLUDE OFF BASE DISPOSAL OF SLUDGE AND RESIDUE SOL F23606 97 Q0224 DUE 011797 POC Kristie Keney, (816) 687-5395/Contracting Officer, George A. Cromer, (816) 687-5399. DESC: Contractor shall provide services to pump and clean AFFF and pretreatment equalization tank to include off base disposal of sludge and residue. Contact Kristie L. Keney at (816) 687-5426 for a complete Statement of Work. Delivery by 01 Feb 96. When calling, be prepared to state name, address, and solicitation number. All responsible sources may submit an offer which will be considered. Simplified Acquisition Procedures shall be utilized. This acquisition is 100% set aside for small business concerns only. The SIC Code is 4953. Only written requests will be accepted. Facsimile machine requests are authorized. Facsimile number is (816) 687-5412/5418. CITE: (M-353 SN013276) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DIRECTORATE OF CONTRACTING, ATTN AFRC-FM-DC, 2103 S 8TH AVENUE, FORT MCCOY WI 54656-5153 SUBJECT: S--CUSTODIAL, USARC, LIVONIA, MI SOL DAKF61-97-Q-0033 DUE 013097 POC Purchasing Agent Sherry L. Middleton (608) 388-4517 Contracting Officer, Sandra J. Drecktrah (Site Code WPC0NT) DESC: NPS: Provide all labor, materials, tools, equipment, and perform all work required for Custodial Services at USARC, Livonia, MI. Performance period is 1 Mar 97 - 28 Feb 98 with a one-year option period for 1 Mar 98 thru 28 Feb 99. Anticipated issue dte of 9 Jan 97 and due date of 30 Jan 97. Magnitude of project is betwee $25,000 and $100,000. Requests for this Request for Quotation (RFQ) must be in writing referencing the RFQ # and the City, State of the USARC. Request must be accompanied by a non-refndable certified check, cashier's check, or money order payable to the US Treasury in the the amount of $8.00 per package. NO company, personal, registered checks or cash accepted. All responsible sources may submit a quotation which if timely received, shall be considered. Small CITE: (I-353 SN013321) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: ESC/PKOP, 104 Barksdale Street, Hanscom AFB, MA 01731-1806 SUBJECT: S--CUSTODIAL SERVICES NEW BOSTON AFS, NH SOL F19650-97-T1579 DUE 011797 POC Tanya Jaracz, Contract Specialist, (617) 377-6779; Rhonda Chavez, Contracting Officer, (617) 377-2236. DESC: This procurement consists of custodial services at New Boston Air Station, New Boston, New Hampshire. Service will include but will not be limited to vacuuming carpets, sweep mopping floors, cleaning furniture, removing trash (including recyclable trash), cleaning smoking areas, low dusting, cleaning glass, spot cleaning and metal polishing, cleaning break and kitchen areas, cleaning supply rooms, and periodic cleaning such as high dusting, maintaining floors, cleaning light fixtures, cleaning exterior doors and window glass and cleaning crawl spaces. The period of performance will be from 97FEB01 through 97SEP30. The procurement will be a firm-fixed price simplified acquisition procedure. A site visit is scheduled for 10:00 AM local time, on 10 January 1997. Bids will be due by 17 January 1997. If you are interested in receiving a package and attending a site visit please send a written request to Tanya Jaracz, ESC/PKOP, 104 Barksdale Street, Hanscom AFB, MA 01731-1806. (Phone: (617) 377-6779 Fax: (617) 377-4324). All firms responding must indicate whether they are or are not a small business concern. See Numbered Note(s): 1. CITE: (I-353 SN013367) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Seattle Regional Printing Procurement Office, U.S. Government Printing Office, 4735 East Marginal Way South, Seattle, Washington 98134 SUBJECT: T--DATA PROCESSING PAPER SOL Program 1066-S DUE 011097 POC Michael J. Atkins, (206) 764-3726. DESC: Single award term contract for the period February 1, 1997, to January 31, 1998, for the Department of Energy. Approximately five orders per year. Size: 14-7/8 x 11". One-part, approximately 480,000 sheets per order. Government to furnish: Reprint sample. Operations include: Printing, packing, and delivery. Schedule: From five to 10 workdays. Quality level: IV. Bid request on your firm's letterhead. CITE: (M-353 SN013224) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Philadelphia Regional Printing Procurement Office, U.S. Government Printing Office, Southampton Office Park, Suite A-190, 928 Jaymore Road, Southampton, PA 18966 SUBJECT: T--OFFSET PRINTING SOL Jacket Number--504-872 DUE 122396 POC Debbie Rozdzielski, (215) 364-6465; Contracting Officer--James T. Reingruber, (215) 364-6465. DESC: One time procurement for the Department of the Navy--nationwide production area. Requirements are for 300,000 flat sheet forms. Trim size 20 x 24". Print face only in 4 color process on 60 lb. white Litho Coated Cover Stock. F.O.B. Contractor's City. Quality level II. Copy pickup at GPO Southampton, PA, December 26, 1996. Ship January 31, 1997. Request Invitation for bid on firm's letterhead, attn: Bid Request, FAX Request, (215) 364-6479 or call (215) 364-6465. CITE: (M-353 SN013225) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Philadelphia Regional Printing Procurement Office, U.S. Government Printing Office, Southampton Office Park, Suite A 09190, 928 Jaymore Road, Southampton, PA 18966 SUBJECT: T--OFFSET PRINTING SOL Jacket 504-881 DUE 010897 POC Marilyn Stone (215) 364-6465; Contracting Officer--James T. Reingruber (215) 364-6465. DESC: One time procurement for the Dept. of the Navy (DAPS NEA) nationwide productions. Requirement is for 2,155,006 tags. Finished size is 6-1/4 x 3-1/8". Print in black ink only, head to foot. Clip corners and with one reinforced hole and hard fiber patch, and twine. Quality Level III. Copy pickup at GPO Southampton, PA on January 13, 1997. Delivery complete by February 19, 1997. Request Invitation for Bid on Firm's letterhead or call (215) 364-6465, or FAX request on Company letterhead to (215) 364-6465. CITE: (M-353 SN013243) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Los Angeles Regional Printing Procurement Office, U.S. Government Printing Office, 3950 Paramount Boulevard, Room 220, Lakewood, CA 90712-4144 SUBJECT: T--OFFSET PRINTING SOL Program 1934-S DUE 122696 POC Diane Abeyta, (310) 982-1130. DESC: Single award term contract for period DOA to 12-31-97, for the Department of Energy. Production area assumed to be within a 20-mile radius of Bakersfield, CA. Printing and Copying Services, approx. 1 order for three of the items, and 3 to 5 orders per month for one of the items for Category I--Duplicating/Copying. One order for one item, and 12 orders for the other item for Category II--Printing Services. Up to 600 copies for Category I, and up to 1000 copies for Category II, of up to 1,500 pages for Category I and 2 pages for Category II, up to 48 x 105" for Category I, and up to 11 x 23" for Category II. Operations include copy pickup, films, proofs, printing, binding, packing, labeling and marking, and distribution. Up to 5 workday production schedule. Product Quality Level III and IV attributes. Requirements for bidding are available by request on your firm's letterhead. CITE: (M-353 SN013266) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Columbus Regional Printing Procurement, 1335 Dublin Road, Suite 112-B, Columbus, OH 43215 SUBJECT: T--CATEGORY I: WHITE WOVE/WRITING/BOND ENVELOPES; CATEGORY II: KRAFT AND SPUNDBOUND OLEFIN ("TYVEK") ENVELOPES SOL Program 3584-S DUE 011097 POC Dotti Griffith or Steven A. Boortz (Contracting Officer) on (614) 488-4616 for information of a technical nature and contact Joan Long, (614) 488-4491 for any other assistance required. DESC: Single award term contract for the period February 1, 1997 and ending January 31, 1998 for Department of Energy, Oak Ridge, TN. These specifications cover the production of various envelopes requiring such operations as manufacture, printing, drilling, packing and delivery. Trim Sizes: Various. Category I: White Wove/Writing/Bond Envelopes. Category II: Kraft and Spundbound Olefin ("Tyvek") Envelopes. Approximately 119 orders. Approximately 500 to 70,000 envelopes per order. Government to furnish: Film negatives. Material to be mailed/delivered f.o.b. contractor's plant by "Airborne". Deliver f.o.b. destination to Oak Ridge, TN. Production time: 6 to over 30 workdays. Bid request on firm's letterhead while supplies last. Telephone/Telegraph requests are not acceptable. CITE: (M-353 SN013305) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: 89th Contracting Office/LGCV, 1419 Menoher Drive, Andrews AFB, MD 20762-6500 SUBJECT: U--AEROBICS TRAINING SOL FA4416-97-T0964 DUE 011596 POC Point of Contact, Jennifer A. LaChance, All responses to this synopsis must be in writing. Telefax responses welcome at 301/9811910 DESC: Simplified acquisition procedures are being used in this procurement. All quotes are due by the close of business, 15 days from the issue date of this request for quotation. Contractor to provide full aerobic service for Andrews AFB West and East Fitness Centers. Estimated period of performance is 9 months for thirty (30) classes per week Monday-Saturday. Classes will consist of one (1) hour of instruction. Contractor shall have at least three years experience with a minimum of one year teaching aerobics and BS or BA degree in physical education may be substituted for three years of the total experience. All inquiries and concerns must be addressed in writing. Facsimile request and proposals will be accepted. No collect calls will be accepted. CITE: (I-353 SN013083) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526 SUBJECT: U--EDUCATIONAL TEST DEVELOPMENT AND TRAINING SOL F08637 97 QX071 DUE 011397 POC Contact A1C Pearlman, Contract Specialist, 904-283-8630; Capt James Calnan, Contracting Officer, 904-283-8638 DESC: Requirements: This synopsys constitutes a combines synopsis/soliciation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; faxed or written quotations are being requested and a written solicitation will not be issued. The solicitation number F08637 97QX071 is a request for quotation. the requirement is solicited on an open-market basis for potential set-aside to small business firms. The Standard Industrial Classification is 8748 and the Size Standard is $3.5M. Tyndall AFB has a requirement to acquire services to develop test questions for input into the Certification and Testing Program (CerTest). The requirements of this project include: the development of valid and reliable certification tests to operate on the CerTest system; software modifications, as required, to meet the needs of increased test pools; workshops at various Air Force locations to ensure the validity of the certification tests and establish management procedures for the administration of CerTest training program. The contractor will convert the new Environmental Protection Agency's (EPS) Chloroflourocarbon exam to operate on the CerTest system. The contractor will develop tests to operate on the CerTest system. The deliverable for this effort could be tests distributed on floppy disk or on CD-ROM as requested by user. Further deliverables may include: training workshops, evaluation and item analysis reports based on the test data currently being collected by the CerTest program, and the development of computer-based training materials that could be tied into the CerTest program. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-36. Delivery will be from date of award through 30 Sep 97. The following Far Part 12 clauses apply: 1) FAR 52.212-1, Instructions to Offerors-Commercial (no additional instructions other than as noted above), 2) FAR 52.212-2, Evaluation-Commercial Items. Award will be made to the lowest price responsible quoter who can provide the services during the period specified. Evaluation of quote is based on best value, cost, ability to meet requirements and past performance. Award will be made on an "all or none" basis. 3) A completed copy of FAR 52.212-3, Offeror Representation and Certification-Commercial Items, must be submitted with quote, 4) FAR 42.212-4, Contract Terms and Conditions applies. Additional Terms: quotations must be in writing and submitted on or before the due date: Quotations are due on January 10, 1997, 4:30 PM, Central Standard Time, 325th Contracting Squadron/LGCV, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. Facsimile acceptable. Quotations may be faxed: Attn: A1C Pearlman 904-283-1222, 5) FAR 52.212-5 Contract Terms and Conditions Required to Implement States or Executive Orders - Commercial Items, and FAR 52.212-6, Subcontracts for Commercial Items and Commercial Components, apply to this acquisition (All listed Statues/order are exempted). Other terms are as follows: Payment will be made by the Defense Finance and Accounting Service (DFAS-OR-FVP), 2500 Leahy Ave., P.O. Box 934400, Orlando FL 32893-4400. CITE: (W-353 SN013215) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: U.S. Department of the Interior, Interior Service Center, 1849 C Street, NW., Room 1314 Washington, DC SUBJECT: U--BUILDING MAINTENANCE TRAINING PROGRAM SOL 14-01-0001-97-C-08 DUE 013197 POC Tammie V. Crank, Contracting Officer, (202) 208-3815. DESC: The U.S. Department of the Interior anticipates negotiating with American Institute of Occupational Trades, in Chicago, Illinois, to conduct and administer a Building Maintenance Training program at the Harpers Ferry Job Corps Civilian Conservation Center in Harpers Ferry, West Virginia. Services shall be provided from February 1, 1997 through June 30, 1997, with an option to extend services for additional four (4) one-year periods. No solicitation document exists. No telephone inquiries will be accepted. A request for solicitation will not be considered an affirmative response, however, if issuance of a solicitation is determined appropriate requesting firms will be included on the mailing list. Reference Synopsis Number 13. See Numbered Note 22. CITE: (M-353 SN013300) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth, KS 66048 SUBJECT: U--AWARD OF ADVANCED OCCUPATIONAL EDUCATION FOR THE FMC, ROCHESTER, MN SOL N/A POC Contact Supervisor Contract Specialist/ Barb Von Wold (507)287-0674, ext. 318. DESC: Point of Contact (#11) on award sysnopsis was incorrect. Correct contact person is Supervisor Contract Specialist/Barb Von Wold, (507)287-0674, ext. 318 CITE: (I-353 SN013345) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL 62225-5302 SUBJECT: V--AIR TERMINAL SERVICES SOL F11626-97-R0002 DUE 030797 POC Rodney D. Gilbert, (618)256-6454 DESC: Passenger and baggage processing and related services at Los Angeles International Airport,Airport, Charleston International Airport, and Phadelphia International Airport. Performance will be from 1 October 1997 through 30 September 1998. The Government may, at its option, extend performance for three additional one year periods. All responsible sources may submit a proposal which will be considered by the Air Force. Set aside for small businesses. CITE: (W-352 SN012993) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL 62225-5302 SUBJECT: V--AIR TERMINAL SERVICES SOL F11626-97-R0002 DUE 030797 POC Rodney D. Gilbert, (618)256-6454 DESC: Passenger and baggage processing and related services at Los Angeles International Airport,Airport, Charleston International Airport, and Phadelphia International Airport. Performance will be from 1 October 1997 through 30 September 1998. The Government may, at its option, extend performance for three additional one year periods. All responsible sources may submit a proposal which will be considered by the Air Force. Set aside for small businesses. CITE: (W-352 SN012994) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: National Park Service, Contract Operations Branch (233), P.O. Box 37127, Washington, DC 20013-7127 SUBJECT: V--PROVIDE SHUTTLE BUS SERVICE FOR THE NATIONAL PARK SERVICE SOL 1443IB0001-97-001 DUE 122096 POC Demetria Brown (202) 523-0064, Contracting Officer. DESC: The notice previously published to provide Shuttle Service for the Government Employees between National Park Service Offices located at 800 N. Capitol Street, N.W. and the Department of the Interior Building at 18th & C Streets, N.W. is canceled. The requirement will be filled under the procedures for the 8(a) program. CITE: (M-353 SN013307) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 SUBJECT: V--RELOCATION SERVICES SOL W813LP6227NP32 DUE 123196 POC Karen Chapman, Purchasing Agent, (301) 394-1945, Beth Smith, Contracting Officer, (301) 394-3371. DESC: Contractor shall provide all labor, equipment, materials, tools, chemical supervision, inspection, etc., necessary to relocate the PSD High Voltage Ion Accelerator, General Ionex Tandetron Model 5117, from Room 2D139, Myer Center, Fort Monmouth, NJ to ALC, Adelphi, MD. This includes disassembly and packing in preparation for shipment, and the post-shipment and storage, unpacking, factory refurbishment of selected components, reassembly and re-installation to operating condition in accordance with statement of work. It is intended to award this contract to DeFaoite Systems Group, Derry, NH on a sole source basis. It is imperative that the disassembly and packing of the General Ionex Model 5117 Tandetron Accelerator for shipment and storage be done by the contractor with the best possible knowledge of the machine's design and operation, and that the subsequent unpacking, setup and calibration be done by the same contractor in preparation for acceptance testing. This is to ensure that the accelerator is promptly restored to its former working condition when set up in the new ALC facility. If this is not done, the system will not then, and may not ever, function properly again. DeFaoite Systems Group's principle field service engineer is uniquely qualified to perform this service. As a member of the General Ionex Corporation team that originated the Tandetron Accelerator as well as a veteran field engineer, he is recognized throughout the world as a leading expert in its design, maintenance and repair. Interested persons, responsible businesses only may identify their interest and capability to respond to the requirement by submitting a request in writing for a copy of the solicitation. No telephone requests will be honored. See Numbered Note(s): 22. CITE: (I-353 SN013331) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: U. S. Postal Service, Facilities Service Office, PO Box 800, Winthrop ME 04364-0800 SUBJECT: X--SOLICITATION FOR PROPOSALS - BROOKSVILLE, ME 04617-9998 SOL 082530-97-A-0023 DUE 013196 POC Terry Brooks, Real Estate Specialist, 207-377-2381. DESC: The United States Postal Service seeks proposals to lease existing space, space to be modified, or facilities to be constructed in Brooksville, ME. The preferred area is within the general vicinity of the Town Office Complex. The space requirements are 2,000 sf Net Interior Space, 23 Parking spaces, 564 sf Platform, and 39,035 sf Minimum Site Size. The lease term is for 20 years with three 5-year renewal options. Proposals will be received through January 31, 1997, and must be submitted by principals only (along with a photograph of the property) on specified forms and in accordance with the official advertisement for space. Solicitation packages may be purchased by sending a non-refundable cashier's check or money orde rmade payable to "USPS Disbursing Officer" in the amount of $25.00. Interested parties are encouraged to submit their packages by one of the methods offered by the U.S. Postal Service (First Class, Priority, or Express Mail) CITE: (I-353 SN013330) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31401 SUBJECT: Y--DINING HALL/TROOP ISSUE WAREHOUSE - SEYMOUR JOHNSON AFB, NC SOL DACA21-97-B-0020 DUE 011797 POC Craig Harrell (Technical Questions) 912/652-5150 Randy Largeman (Contractual Questions) 912/652-5293. DESC: Description of Work: Project includes construction of a new dining facility of concrete masonry exterior and standing seam metal roof. Facility consists of dining area, kitchen, dishwashing area, bakery, refrigerated and nonperishable storage, offices, latrines, and receiving dock. The facility also includes a troop issue area consisting of chilled and nonperishable storage, a linen exchange area, a postal service center, and all required support, as well as demolition and renovation of specified existing facilities. The new dining facility, including the supporting space mentioned above, totals approximately 27,000 square feet. The project includes supporting utilities, pavements and site improvements. The demolition and renovation includes asbestos abatement and totals approximately 28,000 square feet. Network Analysis System will be required. Estimated cost range of project is from $1,000,000 to $5,000,000. Charge for solicitation documents is $55. Make check payable to F&A Officer. Solicitation documents will be available January 27, 1997 (approx.). In order to receive documents in a timely manner, requests should be received by January 17, 1997. This solicitation is issued on an unrestricted basis pursuant to the "Business Opportunity Development Reform Act of 1988" (Public Law 100-656). Only written requests for plans and specifications will be accepted. State area code, telephone number, street address and nine-digit zip code. Plans and specifications are available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia 31401-3640. CITE: (I-352 SN012980) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of Agriculture, Agricultural Research Service, 6303 Ivy Lane, Room 616, Greenbelt, Maryland 20770 SUBJECT: Y--RENOVATE GREENHOUSES 222 AND 223, CONSTRUCT GREENHOUSES N-03A AND N-03B, AT THE SUBTROPICAL AGRICULTURAL RESEARCH LABORATORY, WESLACO, TEXAS SOL 8241-3K15-97 DUE 012997 POC Contracting Officer, Mike Thompson, 301-344-0298 DESC: Solicitation Notice - It is the intent of the U.S. Department of Agriculture, Agricultural Research Service, to have the successful contractor perform demolition, site work, construction of greenhouse structures; and installing related electrical, plumbing, heating, ventilation, and air conditioning systems for research greenhouses at the Subtropical Agricultural Research Laboratory, Weslaco, Texas. Work for Greenhouse 223 shall include a new structure, glazing, and related electrical, plumbing, heating , ventilation, and air conditioning systems for a 1,200 square foot greenhouse to be installed on an existing concrete floor and knee wall system. Work for Greenhouse 222 shall include reusing the existing structure, floor and knee wall; installing a new glazing system; and installing related electrical, plumbing, heating, ventilation, and air conditioning systems for the 1,600 square foot greenhouse. Greenhouses N-03A and N-03B shall be new 1,600 square foot units, including related site work, concrete floors, knee walls, structures and required utility systems. The estimated cost of construction is between $650,000 and $750,000. Solicitation packages will be available for distribution on or about December 31, 1996. The bid documents will be provided, at no cost to prospective bidders, by Marmon Mok, One Riverwalk Place, Suite 1600, 700 North St. Mary's, San Antonio, Texas 78205. The point of contact is German Valdes, he can be reached on 210-223-9492. A pre-bid conference will be scheduled on or about January 14, 1997. Bids will be opened on or about January 29, 1997. All responsible sources may submit an offer which shall be considered by the Agency. CITE: (I-353 SN013154) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code 540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198 SUBJECT: Y--P-707 BACHELOR ENLISTED QUARTERS AND DINING FACILITY AT NAVAL AUXILIARY LANDING FIELD (NALF), SAN CLEMENTE ISLAND, CALIFORNIA SOL N68711-95-R-7560 DUE 030497 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Rose Hussak/Contracting Officer, Janet Buyson. DESC: DESCRIPTION OF WORK--This is a design/build procurement. Sources sought to provide the design, engineering, and construction of a Bachelor Enlisted Quarters and Dining Facility at Naval Auxiliary Landing Field (NALF), San Clemente Island, California, complete and ready for use. Work includes off-site demolition of an existing two-story Dining Hall of Type V construction (approximately 1,700 SM), including hazardous materials abatement; on-site demolition of a deteriorating concrete slab (approximately 30,000 SM); and the design, engineering construction of a new, complete and fully operational Bachelor Enlisted Quarters (BEQ) and Dining Facility. The BEQ portion of the facility will consist of approximately 75 one and two story Living Unit Modules (approximately 54 SM each total) and a Common Building for the BEQ (approximately 900 SM total). The Dining Facility will be a one-story structure (approximately 830 SM total). Included in the work is soils investigation, site grading, development of the entire site (including sports courts, walkways, and recreation amenities), utilities systems, equipment, fixtures, and finishes. The site is located on an island approximately 75 miles northwest of San Diego, California. Contract duration is 420 calendar days, except that all work related to the Dining Facility and supporting facilities (including access roads, parking lot, and utilities) shall be completed within 270 calendar days. Demolition of the existing Dining Facility shall not commence until the new Dining Facility is complete and operational. The contract is to be awarded to the responsible offeror who submits the proposal considered most advantageous to the Government considering "Price" and "Technical" evaluation factors. The following evaluation criteria has been established: Factor 1 (Price) and Factor 2 (Technical) which are weighted equally. Within the "Technical" factor, the following subfactors are listed in order of importance: Subfactor (1) Design and Construction, Subfactor "2" Experience and Qualifications of Contractor/A-E/Subcontractor, Subfactor "3" Schedule, Subfactor "4" Subcontracting Effort. One project site visit (via air transport from Bldg. 700 air terminal NASNI) is scheduled for 14 January 1997. Limited seating on the plane requires that interested Offerors reserve space (maximum 3 seats per Offeror) with ENS Karsten Koch (619-545-2134) as early as possible. Reservation deadline is 7 January 1997. A non-refundable $150.00 round trip charge per seat will be assessed. A preproposal conference is scheduled 9:00 a.m., local time, on 15 January 1997, in the Training Room, second floor of the Military Housing Welcome Center, COMNAVBASE, 3544 Albacore Alley, San Diego, CA. Participants must reserve seating a minimum of two (2) days in advance of the conference date by contacting Rose Hussak at 619-556-9345. This is not a public bid opening.--The estimated cost is between $10,000,000 and $15,000,000.--Firm Fixed Price Construction Contract. Proposals will be considered from all responsible sources.--This project is unrestricted.--The Standard Industrial Code is 1522/1542 and the annual size standard is $17 million.--It is recommended the subcontracting goals reflect a minimum goal of 5% for Small Disadvantaged Business subcontracting effort.--NOTE: Plans and specs will not be mailed to firms within 20 mile radius of the issuing office.--Solicitation packages may be acquired in person from Plan Issue or by mail.--Telephone requests will not be accepted.--Requests for the solicitation package must be in writing stating RFP number N68711-95-R-7560, with complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier. There will be a charge for plans and specs. Please call Plan Issue at 619-532-2082 for price of this project.--When price is known, checks are to be made out to DEFENSE PRINTING SERVICE.--FEES ARE NOT REFUNDABLE.--Mail request to Southwest Division, Naval Facilities Engineering Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San Diego, CA 92132-5187.--Submit one (1) check per project.--Solicitation packages are limited to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans and specification will be available on or about 07 January 1997. Electronic data files of most of the RFP documents will also be available on 7 Jan 97 via SWDIV BBS (619-532-1779, Area 3: Design/Build RFP) and Internet FTP site (ftp.efdswest.navfac.navy.mil; Host Directory is C: d pub). CITE: (I-353 SN013180) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DHHS, Indian Health Service, 309 Federal Building, Aberdeen, South Dakota 57401 SUBJECT: Y--RENOVATION OF THE ALLEN WATER TREATMENT BUILDING AND INSTALLATION OF ONE (1) NEW COMMUNITY WELL IN ALLEN, SOUTH DAKOTA, PINE RIDGE INDIAN RESERVATION SOL IFB-3438 POC Robin Claymore or Beverly Moran, Contract Specialists, or Ronda M. Longbrake, Contracting Officer at (605) 226-7567. DESC: For the renovation of Allen Water Treatment Building and installation of one (1) community well in Allen, South Dakota, Pine Ridge Indian Reservation, Bennett County, South Dakota. Work is to be completed within seventy-five (75) days after Notice to Proceed. IFB 3438 will be available approximately 15 (15) days after publication. Project magnitude is $25,000.00 to $100,000.00. The proposed acquisition listed herein is totally set-aside for award to 100% or 51% Indian-owned firms pursuant to the Buy Indian Act. The Indian Preference Clause in employment and subcontracting is made a part of this solicitation and resultant contract. CITE: (M-353 SN013227) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DHHS, Indian Health Service, 2900 Fourth Avenue North, P.O. Box 2143, Billings, MT 59103 SUBJECT: Y--DRILL AND DEVELOP 15 WATER WELLS AT VARIOUS HOMES AT CROW INDIAN RESERVATION, CROW AGENCY, MONTANA SOL IFB-244-97-0009-REL DUE 022497 POC Rita E. Langager, Contract Specialist, or Jerry L. Black, Contracting Officer, at (406) 247-7293. DESC: The Billings Area Indian Health Service has a requirement which consists of the wells to be drilled and developed at homes of the participants receiving service on the Crow Indian Reservation, Montana. Resultant contract Will be a requirements type, with an estimated project magnitude of $25,000.00-$100,000.00. Prospective Contractors should submit their requests to this office in writing or by telefax at (406) 247-7108 no later than 1/23/97. Prospective contractors should be aware that this solicitation will be set-aside for award to 51% Indian Owned firms under authority of the Buy-Indian Act. Plans and specifications will be available at the above address for viewing, without charge, after the solicitation release date. Any questions concerning this action can be directed to Rita E. Langager, Contract Specialist, at (406) 247-7293. CITE: (M-353 SN013237) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DHHS, Indian Health Service, 2900 Fourth Avenue North, P.O. Box 2143, Billings, MT 59103 SUBJECT: Y--CONSTRUCT PRESSURE DOSE MOUND SYSTEMS FOR 15 HOMES ON CROW INDIAN RESERVATION, CROW AGENCY, MONTANA SOL IFB-244-97-0010-REL DUE 022497 POC Rita E. Langager, Contract Specialist, or Jerry L. Black, Contracting Officer, at (406) 247-7293. DESC: The Billings Area Indian Health Service has a requirement which consists of pressure dose mound systems to be constructed for the homes of the participants receiving service on the Crow Indian Reservation, Montana. Resultant contract Will be a requirements type, with an estimated project magnitude of $25,000.00-$100,000.00. Prospective Contractors should submit their requests to this office in writing or by telefax at (406) 247-7108 no later than 1/23/97. Prospective contractors should be aware that this solicitation will be set-aside for award to 51% Indian Owned firms under authority of the Buy-Indian Act. Plans and specifications will be available at the above address for viewing, without charge, after the solicitation release date. Any questions concerning this action can be directed to Rita E. Langager, Contract Specialist, at (406) 247-7293. CITE: (M-353 SN013238) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: United States Postal Service, Facilities Service Office, 6800 W 64th Street, Suite 100, Overland Park, KS 66202-4171 SUBJECT: Y--NEW CONSTRUCTION LEASED, DONAHUE, IOWA 52746-9998 SOL 193045-97-A-0016 DUE 011497 POC Technical Questions, Dennis Hawley (913) 831-1855 Extension 618, Contract questions, Candice L. Fuller, Real Estate Specialist, (913) 831-1855 Extension 435. DESC: The U.S. Postal Service is soliciting for proposals to construct and lease back a new 1,606 sq. ft. facility in Donahue, Iowa, on a controlled site of approximately 34,399 sq. ft. The site is at the Northeast Corner of Third Avenue and Main Street in the City of Donahue, Scott County, Iowa. After December 16, 1996, plans and specifications may be obtained for a NON-REFUNDABLE fee from "Jorji" at Kelly Blueprint, 8877 W 75th St, Overland Park, KS 66204-2275, telephone (913) 341-2333. Contact Kelly Blueprint in writing for list of planholders or fax your request to them at (913) 341-7143. No telephone requests will be accepted. DO NOT CONTACT THE POSTAL SERVICE FOR PLANS AND SPECIFICATIONS OR PLANHOLDER LISTS. CITE: (M-353 SN013272) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DHHS, Indian Health Service, 2900 Fourth Avenue North, P.O. Box 2143, Billings, MT 59103 SUBJECT: Y--CONSTRUCTION OF APPROXIMATELY 15 WATER SYSTEMS AT VARIOUS SITES ON THE CROW INDIAN RESERVATION, CROW AGENCY, MONTANA SOL IFB-244-97-0008-REL DUE 022497 POC Rita E. Langager, Contract Specialist, or Jerry L. Black, Contracting Officer, at (406) 247-7293. DESC: The Billings Area Indian Health Service has a requirement which consists of the construction of approximately 15 water systems at various scattered sites on the Crow Indian Reservation, Montana. Resultant contract will be a requirements type, with an estimated project magnitude of $25,000.00-$100,000.00. Prospective Contractors should submit their requests to this office in writing or by telefax at (406) 247-7108 no later than 1/23/97. Prospective contractors should be aware that this solicitation will be set-aside for award to 51% Indian Owned firms under authority of the Buy-Indian Act. Plans and specifications will be available at the above address for viewing, without charge, after the solicitation release date. Any questions concerning this action can be directed to Rita E. Langager, Contract Specialist, at (406) 247-7293. CITE: (M-353 SN013274) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Federal Highway Administration, Loudoun Tech Center, 21400 Ridgetop Circle, Sterling, Virginia 20166-6511 SUBJECT: Y--NORTH CAROLINA FOREST HIGHWAY PROJECT NC PFH 58-1(1) SOL DTFH71-97-B-00005 DUE 020697 POC Contact for verifying availibility of bidding documents: Contract Specialist Sue Stanton, 703-285-0006; Contact for technical information: Engineering Coordinator, Robert Sparrow, 703-285-0075; Contracting Officer, Mary W. Daigle. DESC: Sealed bids from all business concerns will be accepted for the North Carolina Forest Highway Project NC PFH 58-1(1), Nantahala National Forest, in Jackson County, North Carolina. The project consists of the replacement of the existing bridges over Sols Creek and Charley Creek, located along North Carolina Service Road 1756, and includes constructing a detour roadway; grading; paving; drainage improvements; and other miscellaneous work. Principal items of work and approximate quantities are as follows: Temporary culvert pipe, 1350 mm diameter, 30 m; Sandbags, 2,900 Each; Removal of bridge, Lump Sum; Placed riprap, class 1, 420 m3; Aggregate base, grading C or D, 620 metric tons; Structural concrete, class A(AE), 70 m3; Structural concrete, class D(AE), 135 m3; Epoxy coated reinforcing steel, 12,500 kg; Drilled shafts, 450 mm diameter, 30 m. The project is expected to fall within the price range of $250,000 to $500,000 and has a construction completion date of August 31, 1997. Invitation for Bids No. DTFH71-97-B-00005 to be issued on or about January 6, 1997. Plans, proposal and contract booklets, standard specifications, and other bid documents, will be available on or after the issuance date, from the Federal Highway Administration, Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, Virginia 20166-6511, telephone: 800-892-8776, at no charge to bidders, subcontractors, and suppliers. Please call to verify availability of the bid documents. All requests for bid documents and planholder's lists will be mailed first class. It is strongly recommended that all requests for bid documents and planholder's lists be received 7 calendar days before bid opening to ensure receipt of requested materials. Requests for 'faxing' or overnight mailing will not be accepted. Bid opening on or about February 6, 1997, at 2:00 pm, local time at the Office of the Division Engineer, Federal Highway Administration, Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, Virginia 20166-6511. The following applies to Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization has bonding programs to assist minority, women-owned and disadvantaged business enterprises in acquiring short-term capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $500,000 per contract. DOT provides an 80 percent guaranty on the bond amount to a surety against losses. For further information and applicable forms concerning the STLP and Bonding Assistance Program, please call (800) 532-1169. CITE: (I-353 SN013279) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Y--MCON (P-070), BACHELOR ENLISTED QUARTERS, SAN MATEO AREA, MARINE CORPS BASE, CAMP PENDLETON, CALIFORNIA SOL N68711-96-B-2126 DUE 021097 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Rowena Galendez/Contracting Officer, Katherine G Luhmann/For Bid Results call 619-532-2355. DESC: DESCRIPTION OF WORK - The work includes construction of 3 (three) story structures complete with concrete footings and floor slabs, masonry exterior and interior bearing walls, standing seam metal roofing over metal deck and steel trusses, elevator, plumbing, wet pipe fire sprinkler system, heating, ventilating, air conditioning, electrical lighting and power, intercommunications, master antenna TV, and fire alarm systems, and incidental related work. Exterior site work includes asphalt concrete paving, extension of existing sewer, water, underground electrical, and gas services, storm drainage system, landscaping, and irrigation system, and incidental related work complete and ready for use.--The estimated cost is over $10,000,000.--Firm Fixed Price Contract.-- Contract duration is approximately 420 calendar days. --Bids will be considered from all responsible sources.--This project is unrestricted.--The Standard Industrial Code is 1522 and the annual size standard is $17 million.--It is recommended the subcontracting plan goals reflect a minimum goal of 5% for Small Disadvantaged Business subcontracting effort.--NOTE: THIS PROJECT WILL ALSO BE DISTRIBUTED AS AN ELECTRONIC BID SET (EBS).--THIS PROJECT WILL BE PROVIDED ON CD-ROM WITH NO CHARGE TO REQUESTORS AT A LATER DATE.--NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office. A fee will be charged for all plans and specs. Each set will cost $98.00.--Solicitation packages may be acquired in person from Plan Issue or by mail.--Telephone requests will not be accepted.--Requests for the solicitation package must be in writing stating solicitation number N68711-96-B-2126, complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier.--Plan holders lists will not be faxed.--Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue), Building 132, 1220 Pacific Highway, San Diego, CA 92132-5187 with a check payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit one (1) check per project.--Solicitation packages are limited to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans and specifications will be available on or about 08 JAN 1997. CITE: (I-353 SN013350) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: Y--STORM DRAINAGE FACILITIES, GENERAL MITCHELL IAP-ARS, WISCONSIN SOL DACA45-97-B-0011 DUE 021297 POC Contracting Division at: (402) 221-4266 Plans and specifications can be ordered by fax at (402) 221-4530. DESC: The work will include the following: (Approx. quantities) Project consists of constructing and upgrading permanent storm drainage facilities to intercept, redirect, sample and test storm water throughout the Air Reserve Base. Work includes clearing and grubbing, remove/reinstall chain link fencing, demolition of paving (asphalt & concrete), installing new paving, trenching, excavation and hauling, installation of new RCP and PVC piping, jacking and boring, and upgrading electrical site utilities. Additional work includes the installation of flow sensor plates, 500 SY of 70 mil geotextile fabric, seeding, erosion control netting, new 8' x 8' prefabricated metal building complete with steel reinforced footings and lighting, installation of primary and secondary monitoring stations, and providing detention/retention cells and deicing pad. The estimated construction cost of this project is between $500,000 and $1,000,000. Contractor's Quality Control will be a requirement in this contract. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 300 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bid sets will be available on/a January 8, 1997. Half-size plans and specifications will be furnished upon request. All requests for solicitation packages should be made in writing no later than 14 days prior to bid opening. After such time, packages will be furnished if supply is available. It has been determined that the number of sets be limited to 1 (one) per firm (additional copies will be the responsibility of the requestor). Please list street address (for parcel del service) and mailing address. SPECIAL NOTES: All responders are advised that this requirement may be cancelled or revised at any time during the solicitation, selection, selection evaluation, negotiation and/or final award structure and disposition of US Armed Forces. Telephone calls regarding small business matters should be made to Mr. Hubert J. Carter Jr. at 402-221-4110. Telephone calls on contents of drawings and specifications should be made to Specification Section at (402) 221-4413. For contractual questions, contact Janice Cook at: (402) 221-4118. SIC NO. 1629. THIS SOLICITATION IS UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. CITE: (I-353 SN013365) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 23d Contracting Squadron, 1443 Reilly Road, Suite C, Pope Afb Nc 28308-2896 SUBJECT: Z--SIMPLIFIED ACQUISITION FOR BASE ENGINEERING REQUIREMENTS (SABER) SOL F31601-97-RA004 DUE 021897 POC Mr. Thomas W. Foster, Contractor Administrator, 910-394-6276, Contracting Officer, Mr. Martin M. Honan, Jr, 910-394-6599 DESC: Synopsis for subject solicitation is modified by adding: The total contract amount with all options exercised is $20,000,000.00 for 5 years, or $4,000,000.00 per year. CITE: (W-352 SN012987) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, Headquarters Customer Service Center,18th & F Streets, NW,Room B-140,Wash ington,DC 20405 SUBJECT: Z--EXPANSION OF TV STUDIO, GSA CENTRAL SOL GS-11P-97-YTC-0398-RFP DUE 010697 POC Contact Point,Meta E. Edwards,202/219-6567,Contracting Officer,Esther J. Green,202/501-2284 DESC: The General Services Administration has a need to procure services to expan d a TV Studio, located at GSA Centreal Office, 18th & F Streets, NW, Public Affa irs on the ground level of the building. This is a 100% set-aside for small busi ness SIC Code 1799 with a small business size standard of $7 million. The estim ated dollar range of this procurement is between $25,000 and $100,000. No bondi ng is required. Tentative issue date is on or about December 20, 1996 and tenta tive proposal due date is on or about January 6, 1997. Requests for this solici tation must be in writing or by fax to (2) 208-0580, Attn: Meta E. Edwards. Al l responsible souces will be considered by the agency. CITE: (I-352 SN012989) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, Roanoke Suboffice, 210 Franklin Road, Room 702, Roanoke, Virginia 24011 SUBJECT: Z--DESIGN AND INSTALLATION OF PERIMETER SECURITY BARRIERS TO PROVIDE STANDOFF PROTECTION AGAINST VEHICULAR BOMBS AT TWO FEDERAL BUILDINGS. SOL GS-03P-97-QNC-0329 DUE 022697 POC Phyllis Gray, Contracting Officer, 540-857-2174, fax 540-857-2034 DESC: General Services Administration is seeking technical proposals for the design and installation of perimeter security barriers to provide standoff protection against vehicular bombs at the Elizabeth Kee Federal Building in Bluefield, West Virginia, and the Abingdon Federal Building in Abingdon, Virginia. This synopsis represents the request for technical proposals. Two pre-proposal meetings will be held on January 15, 1997, as follows: 10:00 A.M. at the Elizabeth Kee Federal Building, 601 Federal Street, Bluefield, West Virginia; and at 2:00 P.M. at the Abingdon Federal Building, 180 West Main Street, Abingdon, Virginia. Please fax your intent to attend these meetings to Phyllis Gray at 540-857-2034. Building drawings of the exterior space for both buildings will be available January 15, 1997. 1. This project will require the design and installation of parking lot enclosures and access system and perimeter security barriers at the Elizabeth Kee Federal Building in Bluefield, WV, and design and installation of perimeter security barriers at the Abingdon Federal Building in Abingdon, VA. Separate designs must be submitted for each building. GSA is seeking design/build proposals not to exceed 475,000 for the Elizabeth Kee Federal Building and not to exceed $45,000 for the Abingdon Federal Building. 2. GSA intends to use the two-step sealed bidding method to obtain technical proposals and sealed bids for this project. Multiple awards may be made. 3. Requirements of the technical proposals: Offerors shall submit the following: (1) Resume, project listing, or other documentation of the experience of the firm on design/build projects of a similar size and nature. Include names, addresses, and phone numbers of references; (2) Before and after photographs of at least two, and no more than four, similar design/build security projects. Photos should be no larger than eight inches by ten inches and no smaller than four inches by four inches. The offeror shall describe its specific role in each project pictured (e.g. general contractor, design/build contractor, etc.). (3) Company profile including, (a) a financial statement; (b) a description of the experience of the key management personnel who will actually perform tasks associated with the project. Describe the role of each individual named. Discuss the percentage and type of work that will be accomplished with the offeror's own forces and the percentage and type of work that will be subcontracted. (4) A written narrative which shall include the following information shown separately for each building: proposed construction method, proposed finished appearance or configuration (including historic considerations for the Elizabeth Kee Building). Offerors must include a sketch of their proposed solution(s) and catalog pages(s) or cutsheet(s) with the full description of the proposed barriers, bollards, fences, gates, etc., as appropriate. Each narrative shall not exceed three (3) typed pages. Each must describe, at a minimum, the following: For the Elizabeth Kee Building: (i) proposed parking lot enclosure and access system; for the Elizabeth Kee Building and the Abingdon Federal Building (ii) proposed security perimeter barriers; (iii) proposed finishes which match or compliment existing building appearances; (iv) proposed method of attachment and installation for all equipment, enclosures, barriers, etc., (v) proposed construction schedule. 4. Evaluation Criteria: Selection of acceptable proposals will be based upon (1) the offeror's past experience with similar work; (2) the offeror's ability to design and construct the work; (3) the offeror's ability to deal with historic issues at the Elizabeth Kee Building; (4) management and organization; experience of management personnel; (5) proposed solution to design issues; and (6) duration of construction. 5. Technical proposals shall not include price or pricing information. Information on prices/pricing will be requested during the second step of this procurement process. Contractors should note that GSA is seeking technical proposals which will result in project costs not to exceed $75,000 in Bluefield, WV., and not to exceed $45,000 in Abingdon, VA. 6. Technical proposals must be received by 4:00 P.M. (local time), on February 26, 1997, by GSA, Poff Federal Building, Room 702, 210 Franklin Road, Roanoke, VA., 24011. 7. In the second step, only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions, will be considered for award. Each bid in the second step must be based on the bidder's own technical proposal(s). 8. Offerors should submit proposals that are acceptable without explanation or additional information. The Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonable susceptible of being made acceptable, and may discuss proposals with their offerors. 9. A notice of unacceptability will be forwarded to the offeror upon completion of the proposal evaluation and final determination of unacceptability. Debriefing of unsuccessful offerors, if requested, will take place after contract award. 10. Multiple technical proposals may be submitted. Mutltiple awards may be made. 11. The estimated award date for this project is early April 1997; the estimated Notice to Proceed date is mid May 1997. These dates are estimates and are not binding on the Government. Actual contract performance time will be contained the the invitation for bid. CITE: (W-352 SN012992) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Naval Facilities Engineering Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP 96540- 2200 SUBJECT: Z--GROUNDS MAINTENANCE SERVICES FOR U. S. NAVY FAMILY HOUSING, GUAM, M.I. SOL N62766-96-B-9014 DUE 010297 POC Contact Julia Taitano, Contract Specialist, Tel: (671) 339- 2252/3180 DESC: This procurement is a 100% set-aside for Small Business concerns. The contractor shall furnish all labor, management, supervision, tools, equipment, materials, supplies, and transportation necessary to perform grounds maintenance services for U. S. Navy Family Housing in Guam in accordance with the specified requirements. The services are to be performed under a combination Firm, Fixed-Price and Indefinite Quantity type contract. The contract term will be for a period of 12 months with 4 option periods. Estimated cost range is for base, plus options, is between $1,000,000 and $5,000,000. Approximate date of availability of plans and specs is on or about 02 January 1997. Availability of the solicitation is limited and will be furnished on a first-come, first-served basis. Bid opening is scheduled for 04 February 1997, at 2:00 P.M. Guam time. See note 1. SIC CODE--0782 CITE: (I-352 SN012999) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration (8PC),Public Buildings Service,P. O. Box 255 46,Denver,CO 80225-0546 SUBJECT: Z--REPAIR & ALTERATION, STATE OF COLORADO SOL GS-08P-97-JBD-0006 DUE 012397 POC Contact,Cindy Wahrle,303/844-4083,Contracting Officer,Cindy J. Wahrle,303/8 44-4083 DESC: Provide all labor, material, supervision, equipment and tools necessary for general repairs and alterations to Government-owned and leased facilities at va rious locations in the State of Colorado. This will be an Indefinite Quantity C onstruction Contract(s) with the ability to perform associated design services f or construction projects ranging from approximately $2,000 to $100,000. The est imated cost of construction for a given year under this contract is approximatel y $1,200,000. Offerors will be evaluated using the source selection procedures/ greatest value method outlined in the solicitation. The Government may make mul tiple awards and estimates to make four awards under the subject solicitation. Individual delivery orders exceeding $2,000 may be competed among the selected f irms under the contract unless the Government deems otherwise an individual task order basis. Individual orders will be placed with the contractor with the low est price when only price is a factor. The contracts will be for a one year bas e period with four (4) one year unilateral options on the part of the Government . The requirement is being solicited through full and open competition. SIC Co de 1542. Responses should be mailed or faxed to the attention of GSA Ofc of Bus iness Development (8PB), PO Box 25006, Denver, CO 80225; Fax (303) 236-7408. Th e specifications will be available on or about 12/30/96. There will be no public opening of offers. CITE: (I-353 SN013081) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration,Public Buildings Service,450 Golden Gate Ave nue,San Francisco,CA 94102-3434 SUBJECT: Z--REPAIR AND ALTERATION OF U.S. COURTHOUSE SOL GS-09P-97-KTC-0015 DUE 021997 POC Contact,Peggy DeLaTorre,415/522-3157,Contracting Officer,Peggy De La Torre, 415/522-3157 DESC: Repair and Alteration at the U.S. Courthouse, 312 N. Spring St. Los Angeles , CA. Cost Range: $5 million - $10 million. Sic Code 1711,$7.0mil Work includ es labor, materials, equipment and supervision required to complete the renovati on of the HVAC system of the entire building, lighting system retrofit from the 6th Floor through 17th floors. Improvements to the HVAC systems include but not limited to: installation of variable frequency motor devices and controls for th e penthouse air handlers, balancing of the air distribution systems, duct cleani ng from basement through 4th floors, replacement of existing chillers and coolin g towers, installation of smoke detectors in the air handling units, replacement of the exisitng heating and cooling coils, filtration systems improvements. Wo rk shall also include replacement of front entrance ramp to comply with current ADA requirements. As an option for award, work shall include duct cleaning from 5th through 17th floors. Incidental asbestos and lead base paint removal. Liqu idated Damages apply as stated in solicitation. Prime contractor shall perform 50% under its own workforce. Construction performance time is 460 calendar days after the receipt of the Notice to Proceed. A pre-bid conference and walk-thru are scheduled for January 23, 1997 @ 10:00AM local time at the U.S. Courthouse, 312 N. Spring St. Los Angeles, CA. Issue date is approximately January 2, 1997 . Bid opening date is approximately February 19, 1997 @ 2:00PM. 20% Bid Bond i s required. Performance and Payment Bonds are required. A payment in the amoun t of $100.00 (approx) non-refundable charge is required for all bid packages. P lease contact Ford Graphics, Attn: Mark Hernandez or Florencio Sanchez, 1225 We st 9th St Los Angeles, CA 90015 (310) 627-5667 FAX #310-683-1335. The non-refun dable fee shall not exceed the actual cost of duplication of the IFB documents, plus regular mailing costs. All requests should identify the project as the R & A Project located at 312 N. Spring St. Los Angeles, CA reference Solicitation N o. GS09P97KTC0015. Plan holders list are available upon request from Peggy De L a Torre, Contracting Officer, FAX#415-522-3316. No telephone requests for the p lan list will be accepted. Bid packages are available through Ford Graphics. R equest should be made no later than February 3, 1997. For further information, please call the Contracting Officer, Peggy De La Torre at (415) 522-3157. CITE: (I-353 SN013085) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Naval Facilities Engineering Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP 96540- 2200 SUBJECT: Z--PEST AND RODENT CONTROL SERVICES AT VARIOUS U. S. NAVAL ACTIVITIES, GUAM, M.I. SOL N62766-96-B-9024 DUE 102596 POC Contact Julia Taitano Contract Specialist, Tel: (671) 339- 2252/3180 DESC: This solicitation is 100% set-aside for small business concerns. The contractor shall furnish all management, labor, supervision, tools, equipment, materials, and transportation necessary to provide pest control services. Work includes the performance of nuisance; structural; stored products; mosquito and biting fly; ornamental and turf; weed; and other miscellaneous pest control services. The contract type will be a combination firm, fixed price and indefinite quantity. The contract will be for a base period of 12 months with unilateral government options to extend at firm, fixed prices established at the time of contract award. The contract duration, including the exercise of any option, is not to exceed 60 months. Estimated cost range for all years is between $1 - $5 million dollars. Approximate date of availability of plans and specs is on or about 25 October 1996. Proposals will be closed on or about 26 November 1996, at 2:00 P.M. Guam time. SIC CODE--7342 CITE: (I-353 SN013086) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Naval Facilities Engineering Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP 96540- 2200 SUBJECT: Z--PEST AND RODENT CONTROL SERVICES AT VARIOUS U. S. NAVAL ACTIVITIES, GUAM, M.I. SOL N62766-96-B-9024 DUE 010697 POC Contact Julia Taitano Contract Specialist, Tel: (671) 339- 2252/3180 DESC: This solicitation is 100% set-aside for small business concerns. The contractor shall furnish all management, labor, supervision, tools, equipment, materials, and transportation necessary to provide pest control services. Work includes the performance of nuisance; structural; stored products; mosquito and biting fly; ornamental and turf; weed; and other miscellaneous pest control services. The contract type will be a combination firm, fixed price and indefinite quantity. The contract will be for a base period of 12 months with unilateral government options to extend at firm, fixed prices established at the time of contract award. The contract duration, including the exercise of any option, is not to exceed 60 months. Estimated cost range for all years is between $1 - $5 million dollars. Approximate date of availability of plans and specs is on or about 06 January 1997. Proposals will be closed on or about 06 February 1997, at 2:00 P.M. Guam time. SIC CODE--7342 CITE: (I-353 SN013087) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of the Army, U.S. Army Engineer District, Buffalo, 1776 Niagara Street, Buffalo, New York 14207-3199 SUBJECT: Z--MAINTENANCE DREDGING, FAIRPORT HARBOR, FAIRPORT, LAKE COUNTY, OHIO SOL DACW49-97-B-0010 DUE 021897 POC Contact Point, Barbara Mansfield, Contract Specialist, 716-879-4256 DESC: Work consists of, but is not limited to, furnishing all plant, labor, material and equipment necessary to remove and dispose of approximately 150,000 cubic yards of dredged material, other than ledge rock, from Fairport Harbor, Fairport, Lake County, Ohio. Dredged material will be disposed of in Government designated open lake area and/or Contractor-furnished Government-approved disposal area. Estimated magnitude of construction in terms of physical characteristics is between 500,00.00 and 1,000,000.00. The performance period is 91 calendar days. Charge for solicitation documents is $15.00 per set of full size plans and specifications. Make check or money order payable to the "US Army Engineer District, Buffalo". NOTE: THE PROPOSED SOLICITATION IS 100% SET-ASIDE FOR SMALL BUSINESSES. SIC CODE 1629 CITE: (I-353 SN013110) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy Space Center, FL 32899 SUBJECT: Z--REPLACING VAB UTILITY ANNEX PUMPS AT LC-39 SOL RFO 10-97-0019 DUE 012497 POC Shelly Whittaker, Contract Specialist, OP-ESO-A, 407-867-7230 DESC: This project consists of replacing three fire pumps and the obsolete 125 VDC fire pump control system, refurbishing the three diesel engines which drive the fire pumps, and adding new return (test) piping from the fire pumps' discharge to an existing 1 million gallon water reservior. The three pumps are located in the VAB Utility Annex Pumps at LC-39. Other systems affected by this project include compressed air, fuel oil, cooling water and electrical power. All of these systems will require temporary or permanent modifications. However, these systems are being modified only to facilitate installation of the new fire pumps, control system, return (test) piping, and refurbished fire pump engines and not to otherwise change their function. Plan to issue solicitation package on or before 1/8/97. Magnitude of project is between $500,000 and $1,000,000. Period of performance: 540 calendar days after notice to proceed. Point of contact for solicitation package Mail Code: ATS-PRO, 407-867-2851 or FAX request 407-867-9187. All responsible sources may submit a bid/proposal which shall be considered by the agency. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition -- The purpose of the ombudsman is not to diminish the authority of the contracting officer or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them -- When requested, the ombudsman will maintain strict confidentiality as to the source of the concern -- The ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of formal contract disputes -- Interested parties are invited to call the installation ombudsman, Mr. J. A. Thomas at 407-867-2355. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, Mr. Thomas S. Luedtke at 202-358-2090. CITE: (W-353 SN013130) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Department of Labor, ETA, Division of Acquisition and Assistance, 200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 SUBJECT: Z--PY '93/94/95 - HVAC SYSTEMS UPGRADES FOR BUILDING A AND D AT THE TULSA JOB CORPS CENTER, TULSA, OKLAHOMA SOL IFB-97-DAA-20 DUE 021897 POC Mike Hughes, (918) 627-5500 or Olivia J. Thorpe, Contract Specialist, (202) 219-8698. DESC: The work to be performed under this project involves construction to upgrade the existing HVAC and hot water systems for Building A and D. The work also includes removal of asbestos containing materials, the installation of interior lighting fixtures, and miscellaneous architectural finishes at the Tulsa Job Corps Center. The estimated cost range is from $1,000,000 to $5,000,000. Plans and specifications will be available on January 10, 1997, ONLY from the office of Architect/Engineer, Mike Hughes Architects, 8301 E. 51st Street, Suite 203, Tulsa, Oklahoma 74145. Contact: Mike Hughes, (918) 627-5500 for additional information regarding this project. Collect calls will not be accepted. It is emphasized that requests for plans and specifications shall be directed to the A/E firm listed above to ensure proper handing of requests. All requests must be in writing. Requests will be on a first-come, first-serve basis until supplies are exhausted. For requests made after the supply is exhausted, the Contracting Officer may determine whether payment of a fee is warranted. The non-refundable fee shall not exceed the actual cost of duplication of the IFB documents, plus COD charges. A $100 bid deposit is required. A Pre-Bid walk-through is scheduled for January 27, 1997 at 2:00 p.m., local time. The Bid Opening date is February 18, 1997, at 2:00 p.m., local time. This is a 100% Small Business Set-Aside requisition. The Standard Classification (SIC) code is 1711. The size standard is $17.0 million. See Numbered Note(s): 1. CITE: (I-353 SN013167) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USDA, Forest Service, P. O. Box 2010, Cleveland, TN 37320 SUBJECT: Z--MAINTENANCE OF FOREST ROADS SOL RFQ NO. 04-97-08 DUE 020597 POC Nelia Rogers, 423/476-9713, Contracting Officer, James E. McDonald, 423/476-9711 DESC: Maintenance of forest roads on as as-needed basis on the Cherokee National Forest in Cocke, Greene, Unicoi, Washington, Carter,Johnson and Sullivan Counties, Tennessee. Contract Period:April 1, 1997 through March 31, 1998. The proposed contractlisted here is not set aside for small business. CITE: (I-353 SN013188) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USDA, ARS, Pacific West Area, 800 Buchanan Street, Albany, California 94710 SUBJECT: Z--INSTALLATION OF NEW WATER MAIN SOL RFQ No. 3-91H2-97 DUE 020397 POC Rita Abeyta, (510) 559-6019, FAX (510) 559-6023, Contract Specialist. DESC: Contractor shall provide labor, material, equipment and supervision for construction of a new water main at the USDA, Agricultural Research Service, Tropical Fruit and Vegetable Research Laboratory on Stainback Highway in Hilo, Hawaii. Work shall consist of, but not be limited to, excavation and backfill, new water main, valving and water meter, testing and chlorination. Request for Quotation No. 3-91H2-97 will be available on or about January 3, 1997. The estimated cost range for this project is between $25,000.00 and $100,000.00. Requests for a solicitation package should be faxed to the attention of Rita Abeyta at (510) 559-6023 or mailed to the address shown above. CITE: (M-353 SN013222) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Brookhaven National Laboratory, Division of Contracts and Procurement, Building 355, Upton, N.Y. 11973-5000 SUBJECT: Z--ELECTRON MICROSCOPE FACILITY RENOVATION POC David Dale, Sr. Contracts Specialist, (516) 344-3199 DESC: Brookhaven National Laboratory located approximately 60 miles East of New York City intends to solicit bids for the following: ELECTRON MICROSCOPE FACILITY. Note: this project is set aside for small businesses only. Work consists of, but not limited to, renovating, the existing lab space by gutting the interior and removing all related mechanical and electrical items. The project also includes the installation of new suspended ceiling, floor tiles, photographic equipment, work benches, wall-mounted cabinets, base cabinets, sound absorption panels, disconnect switches, and all related electrical works as required to provide a complete electron microscope facility and ready to use. All work will be awarded on a single contract. A 20% Bid Bond is required. Payment and Performance Bonds are required after contract award. Brookhaven National Laboratory is charging a non-refundable fee of $55.00 for bid documents. Personal checks made out to ``Brookhaven National Laboratory'' are acceptable. Checks may be sent immediately and bid packages will be mailed upon availability. Requests for bid packages received without proper payment will not be acknowledged. CITE: (M-353 SN013236) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Naval Hospital, Building 286, Portsmouth, Virginia 23708-5310 SUBJECT: Z--CENTRAL ENERGY PLANT ADDITION, NAVAL MEDICAL CENTER, PORTSMOUTH, VIRGINIA SOL N62470-96-B-6018 DUE 020697 POC Elizabeth Carmack or Jean Maxwell at (804) 398-7303. DESC: The work includes miscellaneous architectural work (door, painting, louver, installation, etc.) structural work (catwalk and platform modifications, etc.) mechanical work (temperature controls, pipe insulation, valve installation, boiler access door, installation of 3 Government furnished regulators, etc.) electrical work (switchgear heaters, communications system, etc.) and incidental related work. Plans and Specifications will be available on or about January 6, 1997. A limited number of bid packages will be available and issued on a first come first serve basis. There is no charge for plans and specifications. Bid opening date is February 6, 1997. Estimated Cost Range: $100,000.00 to $250,000.00. This project is NOT set-aside for small business concerns. All responsible sources may submit an offer which will be considered. CITE: (M-353 SN013250) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: National Park Service, Denver Service Center, P.O. Box 25287 DSC-CAC, Denver, CO 80225-0287 SUBJECT: Z--WASTEWATER TREATMENT SYSTEM IMPROVEMENTS, SEQUOIA AND KINGS CANYON NATIONAL PARKS, FRESNO COUNTY, CALIFORNIA, SEKI-621 SOL 1443IB800097902 DUE 021097 POC Branch of Construction Contracts, 303/987-6744 DESC: The work of this contract consists of the general construction of a recirculating sand wastewater treatment plant, wastewater disposal fields, demolition of existing lagoons, underground utilities, and associated work.--Estimated price range, $1,000,000 to $2,500,000.--Time for completion, 240 calendar days for Phase 1, 490 calendar days for Phase 2.--Bid opening date is approximate; actual date will be established at the time bidding documents are available.--All responsible sources may submit a bid which will be considered. EMAILADD: contracts_dsc@nps.gov EMAILDESC: CITE: (D-353 SN013253) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301 SUBJECT: Z--MAINTENANCE OF THE POWER DISTRIBUTION SYSTEM SOL N47408-97-Q-1349 DUE 011597 POC Purchasing Agent, Maggie Evangelista, 805-982-2142 DESC: The work includes providing all labor, materials, transportation, tools, equipment, management and supervision necessary for maintenance of the Power Distribution System located at various areas aboard the Naval Construction Battalion Center, Port Huneme,CA as required by means of a Fixed Price with Indefinite Quantity Contract. Estimated price range is under $100,000.00. SIC Code 1731, $5.0M. This requirement is unrestricted. All responsible sources may submit a quotation which, if timely received, sall be considered by the agency. Written quote will be solicited in writing. Request for a copy of the statement of work may be faxed to (805) 982-9121. Specifications are available on or about January 3, 1997 until supply is exhausted. Additional copies are available by contacting the Ventura County Contractor's Association Plan Room at (805) 981-8088. Please cite Request for Quotation Number, Company Name, Address, andPhone Number. Anticipated award date: January 20, 1997. CITE: (I-353 SN013283) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Squadron (CONS/LGC), 4380B Alabama Road, Moody AFB, GA 31699-1794 SUBJECT: Z--REPAIR BATHROOM FINISHES FOR MFH SOL F09607-97-B0006 DUE 011397 POC Dan Costello (912) 257-1498, Buyer; Dewayne G. Carson, (912) 257-3153, Contracting Officer. DESC: The proposed contract is for project MDY 93-0272, Repair Bathroom Finishes for MFH, Moody AFB, GA, which consists of, but is not limited to furnishing all plant, labor, equipment, materials, transportation, supervision, etc., to remove existing tub, flooring, water closet, and finishes and replace with new tub, flooring, water closet and finishes. All work shall be performed in strict compliance with specifications and drawings. This will be a firm-fixed price contract with 180 calendar days performance time. Magnitude of proposed construction is between $250,000.00 and $500,000.00. This solicitation was previously synopsized as F09607-96-B0038 but was never issued. This solicitation will be available for free download via the internet at URL Address http://www.moody.af.mil/lg/cons/cons.html. Any questions concerning access to this solicitation via the internet should be directed to Dan Costello at EMail costelld@sups347.mdy_lg.sups.moody.af.mil or by phone at (912) 257-1498. Contractors desiring a solicitation package by mail will be required to pay a fee of $7.64 per package. Requestors should submit a check payable to the U.S. Treasury with their written request to Contracting Squadron/LGCC, 4380B Alabama Road, Moody AFB GA 31699-1794. No contractors submitting written requests for mailed packages will be consider for the bidders mailing list without the payment of this fee. Include in your request size status, telephone number, and point of contact. A solication package will be available for review only by contractor free of charge at the contracting office. No telephone request will be accepted. Standard Industrial Classification Code is 1522 and $17.0 million size standard for determining size of concern only. This acquisition is unrestricted. CITE: (M-353 SN013286) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM Contracts, NAVSHIPYD Bldg 491, Portsmouth, Virginia 23709-5000 SUBJECT: Z--BUILDING 1500 LOBBY RENOVATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA SOL N62470-96-B-5098 DUE 021297 POC Bid Packages, Sandra Johnson, (757) 396-5121; Contract Specialist, Laura L. Lathrop; Contracting Officer, Rosalind D. Rogers. DESC: The work includes renovation of the 1300 square foot vestibule and lobby, consisting of the removal of the existing vinyl composite tile flooring; removal of the existing metal ceiling including light fixtures; and removal of the existing aluminum storefront; new aluminum storefront with automatic doors; new rubber flooring; and new gypsum ceiling with 2 x 2 fluorescent light fixtures; and incidental related work. Estimated cost range: $250,000.00 to $500,000.00. Plans and specifications will be available on or about 10 January 1997. A limited number of plans and specifications will be available on a first-come-first-served basis until the supply is exhausted. There is no charge for the first set of plans and specs (additional sets are $25.00 each); HOWEVER, EACH FIRM IS RESPONSIBLE FOR OBTAINING BID DATA. LOCAL FIRMS MAY PICK UP PACKAGES AT THE ISSUING OFFICE. OUT OF TOWN FIRMS MUST MAKE ALL ARRANGEMENTS FOR TYPE OF DELIVERY DESIRED AND NOTIFY ISSUING OFFICE. No plan holders lists will be faxed. All responsible sources may submit an offer which will be considered. CITE: (M-353 SN013304) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of the Navy, Southwest Division, Naval Facilities Engineering Command, Officer in Charge of Construction_Los Angeles Area, Naval Weapons Station, Building 230 (West Wing), Seal Beach, CA 90740-5000 SUBJECT: Z--PROCUREMENT NOTICE-REPAIR WHARF 311, PIER 314, PIER 309 AND NAVIGATION AIDS AT THE NAVAL WEAPONS STATION, SEAL BEACH, CA SOL N68711-95-B-8629 DUE 020697 POC Sandra Craft (310) 626-6110, Contract Officer Veneece McNeley. DESC: The work includes all necessary labor, materials, equipment, and supervision necessary to provide the perform repairs and replacement to Pier 309, Wharf 311, Pier 314, Dolphin 3 and an existing Buoy Line and incidental related work at the Naval Weapons Station, Seal Beach, CA by means of a firm fixed price type contract. The estimated cost is between $500,000.00 and $1,000,000.00. Performance time will be 210 days, commencing 15 calendar days after award. Bids will be considered from all responsible sources. The proposed contract is unrestricted. The Standard Industrial Classification Code is 1799. The related small business size standard is $7 million. NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office. Solicitation packages may be acquired in person from Plan Issue or by mail. Requests for the solicitation package must be in writing stating solicitation number N68711-95-B-8629, complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier/manufacturer. Mail requests to the Officer in Charge of Construction, Los Angeles Area, Naval Weapons Station, Building 230 (West Wing), Seal Beach, CA 90740-5000 or fax requests to plan issue at (310) 626-7961. Telephone requests will not be accepted. Plans and specifications will be available on 06 January 1997 until supply is exhausted. No deposit required. CITE: (M-353 SN013308) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: Z--REPAIR ELECTRICAL SWITCHBOARDS, PHASE I (R23-86), VAULT 4, WING 2, BLDG A-33, NAVAL COMMAND, CONTROL AND OCEAN SURVEILLANCE CENTER RDTE DIVISION, SAN DIEGO CA SOL N68711-96-B-4221 DUE 020697 POC POC Ms. Pat Hickok, Code D211, Contracting Officer, (619)553-3854, for technical/contractual questions. POC for copy, Mr. J.C. Norris, (619)553-4331. DESC: The work includes providing all labor, approved materials and equipment required for removal of existing switchboards and abandoned equipment, the installation of new switchboards with new circuit breakers with solid state trip units, voltmeters, ammeters and instrument phase selector switches, and incidental related work, complete and ready for use.--Estimated cost range is between $100,000.00 and $250,000.00.--Firm Fixed Price Contract--Estimated start date is 20 February 1997 with 150 days to complete the work.--This proposed contract will be unrestricted.--SIC Code is 1731--Potential bidders should request plans and specifications in writing or pick up stating IFB Number N68711-96-B-4221 and complete name, address, area code, phone number and whether bidding as prime contractor/ subcontractor/supplier.--Telephone requests will not be accepted.--Mail requests to Naval Command, Control and Ocean Surveillance Center RDTE Division, Bid Office Code D214B, 53570 Silvergate Avenue, San Diego, CA 92152-5113 or FAX to (619) 553-6976.--Incomplete requests will be returned to sender.--Bids will be considered from all responsible sources.--NOTE: Plans and specifications will not be mailed to firms within a 25 mile radius of the issuing office.--Plans and specifications will be available until supply is exhausted on a first come, first served basis.--Bid opening date is 6 February 1997.--No deposit required. CITE: (I-353 SN013329) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: C1(16) F010 OIC of NAVFAC Contracts, NAV Submarine Base New London, Box 26, Bldg 135, Groton CT 06349-5026 SUBJECT: Z--REPAIR FIRE DAMAGED GOVERNMENT HOUSING, NAVAL SUBMARINE BASE NEW LONDON, GROTON, CT SOL N62472-97-Q-5439 DUE 012497 POC Teresa Benavidez, Contract Specialist, LCDR J.T. Baker, Contracting Officer, (860) 449-3536, additional contact J. Bivins (860) 449-3955. DESC: The work includes repair and return to service two fire damaged housing units located at 31 Arrowood Avenue and 63 Elderberry Rd. in Nautilus Park at the Naval Submarine Base New London, Groton, CT. This solicitation will be issued unrestricted. The estimated cost range is from $25,000 to $100,000. The applicable SIC Code and Size Standard is 1799 (Special Trade Contractors, N.E.C.) and 17.0 million. All solicitation requests shall be submitted in writing or by FAX to (860) 449-4565. CITE: (I-353 SN013348) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH Ave NE, Poulsbo, WA 98370-75 SUBJECT: Z--NOTICE OF MODIFICATION TO THE CURRENT JOB ORDER CONTRACT FOR THE CONSTRUCTION, ALTERATION, CONSTRUCTION MAINTENANCE, AND REPAIR OF GOVERNMENT FACILITIES AT NAVAL AIR STATION WHIDBEY ISLAND SOL N44255-95-D-6041 POC Don Myers, Contract Specialist (360) 396-0236/John Reynolds, Contracting Officer (360) 396-0252. DESC: This is a notice of a proposed contract modification to increase the estimated maximum contract amount from $3,250,000 to $4,250,000 for the current option period of the subject contract. This is an Indefinite Quantity contract that was awarded under source selection procedures. All work is issued on an as-needed basis and negotiated based on fixed unit prices and coefficients. The anticipated modification date is 07 January 1997. The proposed modification is for services for which the Government intends to solicit only one source under the authority of FAR 6.302-1. This is a notice of intent only and is NOT to request proposals for this action. CITE: (I-353 SN013352) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Earle C. Clements Job Corps Center, 2302 Hwy 60, Morganfield, KY 42437 SUBJECT: Z--INSTALLATION OF ROOF SYSTEMS SOL PY 1994 Modification #1 DUE 030697 POC Derrick Watson, (502) 389-5325/Contracting Officer, Ron Hite, (502) 389-5314. DESC: Estimated cost between $100,000.00-$200,000.00. Request For Bid may be received December 23, 1996. When calling be prepared to state name, address, and solicitation number. CITE: (M-353 SN013370) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--TRAILING EDGE, AMMUNITION PAK. E/I 25MM GUN SYSTEM, AIRBORNE. SOL SP0740-97-Q-0627 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Kent morioka 614/69 2-3899 DESC: PR-NO: YPC96291000854 NSN 1005-01-284-4042, CAGE 76301 Part No 75A321122-1005 trailing edge, ammunition pak. McDonnell Douglas (76301) P/N 75A321122-1005. There is no additional technical data at DCSC for this solicitation. 5 -EA Del to San Diego CA 92136-0000 Del 220 days after award. PR-NO: YPC96291001113 1 -EA Del to Cherry Point NC 28533-0021 Del 220 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: McDonnell Douglas Corp. (76301). Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final contract award decision will be based upon a combination of price and past performance, as described in the solicitation. While price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-353 SN013065) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FMU), Rock Island, IL 61299-7630 SUBJECT: 10--BARREL ASSEMBLY CHROME SOL DAAE20-96R0033 DUE 021097 POC Contract Specialist: Kathleen Lannan (309) 782-6444, PCO: Allen J. Hale (309) 782-6736 DESC: 1005-01-433-8405, Part Number 12524520. Requirements are 240 each Barrel Assembly Chrome. For use on the M242 Automatic Gun. The sole source contractor for this proposed action is: Saco Defense Inc., 291 N. St., Saco, ME 04072-0890. The aforementioned contractor is a large business. FOB is destination. Published for subcontracting purposes only. Offers from concerns other than the above are not solicited. All or part of this action is an unfunded FY97 requirement. Requirement must be manufactured in the US or Canada. Statistical Process Control is required. ANSI/ISO/ASQC Q9001 or equivalent inspection criteria required. The proposed action will include a 100 percent option. Estimated issue date of this solicitation is 010997. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. See Note(s): 22. CITE: (I-353 SN013337) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: 13--LINK M14A2N SOL DAAA0997B0008 POC CONTACT THE CONTRACT SPECIALIST: Judy Cherry (309)782-7454, Contracting Officer: Gary L. Meyer (309)782-4942 DESC: Special attention must be given when addressing requests for solicitations and bids/offers. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance to solicitation instructions may result in a late bid which cannot be considered. Written, fax, or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE, a CAGE code has been assigned to you) along with your name, address, data fax number, and solicitation number. The fax number for requests is (309)782-4803. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All IOC solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS is accessible electronically 24 hours a day via modem at (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt depress the 'ENTER' key. Information obtained through AAIS is also available on the Internet. Prospective customers may now access the IOC home page at http://www-ioc.army.mil/. The current method of accessing data through AAIS will remain in place until February 7, 1997. At which time access using modems and login will be discontinued. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. Issue Date: 15 Jan 97, Bid Opening Date: 15 Feb 97. NSN: 1305-01-290-0714, Qty: 303000, Unit of Issue: ea, Part Number: 12910231, End Item: 20MM, Nomenclature: Link M14A2N, FOB: origin. 100% option. Restricted to MOB producers. For subcontracting info only. Mil-Q-9858 inspection criteria required. Published for subcontracting purposes only. CITE: (I-353 SN013158) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: 13--CARTRIDGE 40MM M781 SOL DAAA0997B0014 POC CONTACT THE CONTRACT SPECIALIST: Gary Smith (309)782-3587, Contracting Officer: Gary L. Meyer (309)782-4942 DESC: Special attention must be given when addressing requests for solicitations and bids/offers. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance to solicitation instructions may result in a late bid which cannot be considered. Written, fax, or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE, a CAGE code has been assigned to you) along with your name, address, data fax number, and solicitation number. The fax number for requests is (309)782-4803. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All IOC solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS is accessible electronically 24 hours a day via modem at (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt depress the 'ENTER' key. Information obtained through AAIS is also available on the Internet. Prospective customers may now access the IOC home page at http://www-ioc.army.mil/. The current method of accessing data through AAIS will remain in place until February 7, 1997. At which time access using modems and login will be discontinued. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. Original CBD Notice was published 12/18/96. This cancels that notice in its entirety. CITE: (I-353 SN013338) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 14--BASE ASSEMBLY SOL N0010497RLB49 DUE 020497 POC Contact Point, Mark P Kendall, 02132.4, (717)790-6474, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, William R Wolfe, 02132, (717)790-2191 DESC: NSN 7E-1420-01-181-8328-MG, SPEC NR TDP VER 009, Ref Nr 639AS4946, Qty 194 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk VA, See Notes 9,22 CITE: (I-353 SN013112) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--SUPPORT, ENGINE CONTROL I/A/W CESSNA AIRCRAFT CO., AIRCRAFT DIV SOL SP0460-97-R-0495 DUE 020697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement. for copies of RFQ Sol icitations, contact thebuyer: Margaret Adams/BU860/804 -279-5137 contracting officer: Janet price/804-279-513 0 DESC: PR-NO: YPG96317001292 NSN 1560-00-520-6076, support, engine, control Cessna aircraft Co., CAGE 71379 drawing number: 4055001 Rev 'g', DTD 9/19/75, PN 4055001 222 -EA Del to Stockton CA 95296 drawings, interim procurement descriptions and deviation lists may be examined or obtained from DSCR. Del by: 270 DARO - FOB origin first article test required. Option to increase quantity - 100% total small business (SB) set-aside (NOTE 1). All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013022) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--DUCT ASSEMBLY, AIR CONDITIONING-HEATING SOL SP0460-97-Q-D960 DUE 020697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact M. langford/BT 992/804-279-6645 contracting officer Alexander Stuart/ 804-279-3504 DESC: PR-NO: YPG96323000506 NSN 1560-00-572-2542, duct assembly, air conditioningheating Lockheed Corp CAGE 98897 P/N 3311168-13 10 -EA Del to Richmond VA 23297-5900 Del 60 DARO see mote 22, intended source: Lockheed Corp. Unrestricted. Solicitation will be made in writing and orally. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013023) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--FAIRING, AIRCRAFT SOL SP0460-97-Q-B650 DUE 012897 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copy of RFQ/solici tation contact the buyerrodney Bonner/BV511/804-279-32 31/FAX 804-279-6078 or X4300/contracting officer/bar bara Stansbury/804-279-3416 DESC: PR-NO: YPG96325000344 NSN 1560-01-423-2706, fairing, aircraft, Lockheed Martin Corp, CAGE 81755, Dwg 16W382, Rev "by", P/N 16W382-283, sources: mooney aircraft Corp, CAGE 54200, gamma eng Inc CAGE 50283. first article testing, 2 EA. origin inspection required. 94 -EA Del to Richmond VA 23297-5900 Del by 1345 DARO. more than one source. solicitations will be made in writing.specifications, plans or drawings relating to the provurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013024) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--SUPPORT, STRUCTURAL SOL SP0460-97-Q-B649 DUE 012897 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copy of RFQ/solici tation contact the buyerrodney Bonner/BV511/804-279-32 31/FAX 804-279-6078 or X4300/contracting officer/bar bara Stansbury/804-279-3416 DESC: PR-NO: YPG96330000346 NSN 1560-01-276-7218, support, structural, Lockheed Martin Corp, CAGE 81755, Dwg 16P1109 Rev "P", P/N 16P1109-11, source: Schulz products, CAGE 56153. origin inspection required. first article test, 1 EA. unrestricted. 300 -EA Del to (Call contracting office) Del by 60 DARO. FOB origin. FMS required.other than full and open comp (sole source). specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. solicita tion will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013025) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--TEE ASSEMBLY, BLEED SOL SP0460-97-R-0540 DUE 021897 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, BA rbara Stansbury BV417 (804)279-3416 KO Kimberly Hansen (804)279-3624 FAX (804)279-6078/4300 DESC: PR-NO: YPG96332000866 NSN 1560-01-046-1370, 64 -EA Del to New Cumberland PA 17070-5001 Del by 26 Nov 97 with FAT/263 DARO/139 WO FAT 18 - EA Del to Stockton CA 95296 Del by 26 Nov 97 with FAT/263DARO/139 WO FAT IAW Lockheed Martin CAGE 81755 Dwg 16Y160 Rev V DTD 1/12/89 & supports cited on TDPL 010461370-96278 see NOTE 3 in AID. Tech data is available.drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense Supply Center Richmond. Government first article applies. 100% quantity option. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013026) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--RECEIVER, REFUELING SOL SP0460-97-R-0479 DUE 020697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact Alexander stu ART/BT960/804-279-3504 contracting officer Margie stev ENS/804-279-6340 DESC: PR-NO: YPG96261000300 NSN 1560-01-095-4337, receiver, refueling IMO Delaval Inc CAGE 79326 P/N CCR101/11 H R Textron Inc CAGE 96124 P/N 744000-11 121 -EA Del to DuPont WA 98327 Del 150 DARO 72 -EA Del to New Cumberland PA 17070-5001 Del 150 DARO see NOTE 22, intended sources: transdigm Inc and H R Textron. More than one source. Other than full and open and unrestricted. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013037) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--SUPPORT, STRUCTURAL SOL SP0460-97-Q-B653 DUE 012897 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copy of RFQ/solici tation contact the buyerrodney Bonner/BV511/804-279-32 31/FAX 804-279-6078 or X4300/contracting officer/bar bara Stansbury/804-279-3416 DESC: PR-NO: YPG96340000357 NSN 1560-01-103-8133, support, structural, Lockheed Martin Corp, CAGE 81755, P/N 16K2326-827. origin inspection required. 5 -EA Del to Richmond VA 23297-5900 Del by 250 DARO. unrestricted. other than full and open. NOTE 22. solicitations will be made in writing.specifi- cations, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013038) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--SUPPORT,STRUCTURAL SOL N0038397QD108 DUE 012797 POC Contact Point, Kathleen Johnson, 0221.09, (215)697-4069, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1560-01-246-6434-SR, Ref Nr 75A180201-1004, Qty 2 EA , Delivery FOB Origin----- no drawings available., See Note 22 CITE: (I-353 SN013107) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 15--BELL CRANK; FAIRING, FUSELAGE, AI SOL DAAJ09-97-Q-0493 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1560-01-248-9971, P/N: 7-311517070-13, QTY: 6 Each, FOB Origin with delivery of 6 each 180 days ARO to Texarkana, TX. NSN: 1560-01-157-1423, P/N: 7-311150123-11, QTY: 2 Each, FOB Origin with delivery of 2 each 180 days ARO to Texarkana, TX. Applicable to the AH-64 Program. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, McDonnell Douglas Helicopter Systems, Mesa, AZ. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-353 SN013169) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Turkish Embassy, Office of Defense Attache, Air Procurement Office, 3005 Massachusetts Ave., NW., Washington, DC 20008 SUBJECT: 15--AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS SOL MS96A5018 DUE 012297 POC SMSgt.E.MERT, (202) 265-5834. DESC: Turkish Ministry of Defense requests proposal for the opening of a camera installation well to B-200 Beechcraft aircraft. Administrative and Technical Specifications can be obtained providing Fedex Number via fax request. Quotations will be delivered to Turkey. No telephone or fax requests one week before deadline for the solicitation package will be accepted. Our fax number is: (202) 387-7976. CITE: (M-353 SN013228) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--PARACHUTE ASSEMBLY, 5-FOOT STABILIZER SOL SP0460-97-R-0449 DUE 020697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Contact the buyer/Rodney Bonner/ BV511/804-279-3231/ FAX 804-279-6078 or X4300/contracting OFCR/ Barbara St ansbury/804-279-3416 DESC: PR-NO: YPG96169001565 NSN 1670-00-451-1982, parachute assembly, 5-FT stabilizer, Martin Baker Acft, CAGE U1604, P/N MBEU39295. Origin inspection required. unrestricted. 550 -EA Del to Richmond VA 23297-5900 Del by 80 DARO. only one source. solicitations will be made in writing. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. CITE: (I-353 SN013030) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--PARTS KIT, MAIN STRUT. END ITEM EA-6B AIRCRAFT. KITCO HAS BEEN APPROVED AS A SOL SP0740-97-Q-0622 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) John Lidonnice (614 ) 692-4711 DESC: PR-NO: YPC96295001737 NSN 1620-01-134-8575, CAGE 26512 Part No 1128GSK8-300 CAGE 34087 Part No 112GSK8-300 CAGE 34087 Part No 1128GSK8-300 parts kit, main strut. Grumman part number 1128GSK8-300. no technical data available at DCSC for this solicitation. 9 -EA Del to Jacksonville FL 32212-0097 Del 140 days after award solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). Approved sources are: Grumman aerospace(26512) Kitco Inc (34087) automated best value model(ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery evaluation factor(DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-353 SN013066) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: ASC/LFDKI, Bldg 32, 2300 D Street, Wright-Patterson AFB OH 45433-7249 SUBJECT: 16--INTEGRATION EFFORT SUPPORTING THE F-15E FIGHTER PROGRAM SOL F33657-96-R-0032 POC Contact Point, Mr. Myron Miller, Contracting Officer at 937/255-7927. DESC: This CBD announcement constitutes a Notice of Contract Action of a proposed contract to integrate and install the Avionic Interface Unit (AIU) into the F-15E aircraft. Small businesses are hereby notified of potential subcontracting opportunities for this acquisition. Point of contact is: Director of Procurement, McDonnell Douglas Aerospace (MDA), (314) 232-9154. The F-15E Aircraft Program Office (ASC/LFD) of HQ Aeronautical Systems Center, Wright-Patterson AFB, OH, proposes to award a contract for this effort during the 3rd quarter of FY 97 to McDonnell-Douglas Aerospace (MDA), St. Louis, MO. The contract will be awarded pursuant to the authority of FAR 6.302-1[(10 U.S.C.) 2304(c)(1)] only one responsible source and no other source can satisfy agency requirements. The contractor meets all the following criterion: (a) Capability to integrate and install the above subsystems to be compatible with the current and planned configurations of the F-15E, (b) Capability to conduct retrofit/modification activities, (c) Capability to identify and develop efficient and cost-effective training programs for support of an F-15E, (d) Capability to use and input data into the Logistics Support Analysis file when conducting studies and analyses of training requirements associated with the F-15E aircraft and aircraft subsystems, (e) Capability to perform the design, development, integration, prototyping and test of new, peculiar F-15E Organizational and Depot (O&D) level support equipment hardware and software, designing and testing both hardware and software for nuclear weapons capabilities, and supporting planning, analysis, evaluation and coordination required for nuclear certification of support equipment, (f) Capability to prepare/revise and submit Support Equipment Recommendation Data (SERD) as part of appropriate Engineering Change Proposals (ECPs) to specify organizational and depot support equipment requirements for F-15E aircraft and ability to identify standard hand tools and develop modified hand tools required to support the F-15E, including modification drawings for modified standard hand tools, stock numbers, nomenclature and technical descriptions, as applicable, which shall be provided for each tool, (g) Capability to test and evaluate efforts in a manner that shall include consequential conduct of the air vehicle, avionics, and support equipment simulator, laboratory and aircraft ground tests. (NOTE: Additional GFE assets may be available to support test and evaluation activities, but need dates must be identified in a timely manner,) (h) Capability to conduct systems engineering and project management for all subsystems, (i) Capability to provide all required engineering data. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to commun-icate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Mr Daniel L. Kugel, ASC/SY, 2475 K Street Suite 1, Wright-Patterson AFB, OH 45433-7642 at (937) 255-3855. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. Direct all routine communication to Mr. Myron Miller, Contracting Officer at (937) 255-7927. See note 22. CITE: (I-353 SN013354) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories--Potential Sources Sought OFFADD: Commanding Officer, Naval Air Systems Command, AIR 2.5.3.3.6, Mail Stop 34, Naval Air Station, Patuxent River, MD 20670-5449 SUBJECT: 16--INSTALLATION KITS FOR ELECTRONIC EQUIPMENT ON C-130 AIRCRAFT SOL N/A DUE 011097 POC Contact Mr. Luke Patterson, AIR-2.5.3.3.6, Naval Air Systems Command, MS 34, Naval Air Station, Patuxent River, MD 20670-5449. DESC: Market Survey/Sources Sought for Installation Kits for C-130 Modification Program (Hardware) Requiring Office: PMA-226. The Naval Air Systems Command is conducting a market survey to determine the extent of capable interested parties for the manufacture of modification program INSTALLATION KITS for Global Positioning System (GPS) and ARC-210 radios for installation into existing Navy, Navy Reserve, and Marine Corps C-130 aircraft. The anticipated requirement will call for the manufacture of 51 GPS installation kits and 49 ARC-210 installation kits. The solicitation may also include optional contract line items for installation kits for Satellite Communications (SATCOM) and Ground Proximity Warning System units. A fixed-price type contract is contemplated. Work will be based on performance specifications with limited data and drawings to be provided by the Navy. Interested parties who possess the facilities, tooling and skill required to perform this effort are encouraged to submit a brief qualifications statement (not more than 20 pages) to: Naval Air Systems Command, Attn: AIR-2.5.3.3, Mail Stop 34, Naval Air Station, Patuxent River, MD 20670-5449. Qualifications statements are due no later than January 10, 1997. E-Mail responses are welcome and encouraged. Telephone responses or inquiries will not be accepted. Please forward E-Mail responses to the following Internet address: PATTERSON_LUKE%PAX8A@MR.NAWCAD.NAVY.MIL CITE: (I-353 SN013201) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: U.S. Coast Guard Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226-5000 SUBJECT: 20--PROPULSION SHAFTS SOL DTCG40-97-B-60015 DUE 022197 POC Linda Mannion, Contract Specialist, (410) 636-4338, Sandra McKay, Contracting Officer, (410) 636-4286. DESC: Provide all labor and materials required to forge, machine, test, inspect, preserve, package, mark and ship propulsion shafts to be used on 82'C WPB, 65' WYT and 65'B WYT vessels; Sleeve sets to be provided as Government Furnished Material include: 2010-01-223-7554 and 2010-01-006-4843. Test and inspection procedures shall be required for approval of forgings and completed shafts. Shaft material shall be as specified in ASTM-A564-95, type 630, class a. Delivery shall be made F.o.b. Destination to the U.S. Coast Guard Engineering Logistics Center, Baltimore, MD 21226-5000 within approximately 90 calendar days after receipt of a delivery order. A requirements contract for one (1) base year and four (4) option years is anticipated. All responsible sources may submit a bid which shall be considered by the agency. See Numbered Notes 1 and 26. This notice is for informational purposes for Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. CITE: (M-353 SN013230) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT SOL IAP-770,000-05 DUE 013197 POC Alberto A. Solano, Actg. Mat. Mgr. #1, (507) 272-4601, Eugenio Huerta, Contracting Officer, (507) 272-4601 DESC: Shaft #1, Shaft #2 and Shaft #3 per drawings VF-1301-88-1819, VF-1301-88-1621 and VF-1301-88-1622. When requesting solicitation state Name, Address, and solicitation Number. Request will be accepted by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-353 SN013151) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO Miami, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT SOL IAP-770,070-05 DUE 013197 POC Alberto A. Solano, Actg. Mat. Mgr. #1, (507) 272-4601, Eugenio Huerta, Material Manager #1, (507) 272-4601 DESC: Gear #3 and Gear #7 per drawings VF-1301-88-1578, VF-1301-88-1582 and PCC specification No 580-361 dated 4/14/94. When requesting solicitation state Name, Address, and Solicitation Number. Request will be accepted by Facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "BEST VALUE" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-353 SN013152) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO Miami, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, SOL IAP-770,720-05 DUE 020597 POC EUGENIO HUERTA G., MATERIAL MANAGER 1, (507) 272-4601, E. H. WOMBLE, CHIEF, INV. BRANCH, (507) 272-4620 DESC: Various gears for the towing locomotive. In accordance with PCC drawings and specifications. When requesting solicitation state Name, Address, and Solicitation Number. Request will be accepted by Facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "BEST VALUE" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-353 SN013153) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT SOL IAP-770,930-05 DUE 020597 POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio Huerta, Contracting Officer, (507) 272-4620 DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and Drawing VF-1301-88-1583. When requesting solicitation state Name, Address, and solicitation Number. Request will be accepted by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-353 SN013155) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT SOL IAP-770,930-05 DUE 020597 POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio Huerta, Contracting Officer, (507) 272-4620 DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and Drawing VF-1301-88-1583. When requesting solicitation state Name, Address, and solicitation Number. Request will be accepted by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-353 SN013209) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, SOL IAP-770,920-05 DUE 020597 POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio Huerta, Contracting Officer, (507) 272-4620 DESC: Gear #10, per PCC Spec. #580-361, dated April 14, 1994 and Drawing VF-1301-88-1585. When requesting solicitation state Name, Address, and solicitation Number. Request will be accepted by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-353 SN013211) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT SOL IAP-770,730-01 DUE 020597 POC Eugenio Huerta G, Material Manager, (507) 272-4601, E. H. Womble, Contracting Officer, (507) 272-4620 DESC: Gear #14, per PCC Spec. #580-361, dated April 14, 1994 and Drawing VF-1301-88-1588. When requesting solicitation state Name, Address, and solicitation Number. Request will be accepted by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-353 SN013212) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: Wyoming Air National Guard/LGC; 217 Dell Range Blvd; Cheyenne, WY 82009-4799 SUBJECT: 23--UTILITY VEHICLE (ATV) SOL DAHA4897T5126 DUE 020597 POC Point of Contact - Wayne F. Lindquist, Contracting Officer, 307-772-6392 DESC: 4 Wheel Drive Utility Vehicle, Gasoline Powered, With a Pickup Style Cargo Bed in Rear. Vehcile Will Have a Cab in Front With Heater. Vehicle Will Have Rear Wheel Drive With Dual Mode Differential. CITE: (D-352 SN012998) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--TAILGATE, VEHICLE BO SOL DAAE0797QT181 DUE 021797 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Richard Wisz (810) 574-7193 DESC: NSN: 2510000402264, qty: 90, FOB: destination, opt: 100% item: tailgaate, as see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 021797 (see soliciation for actual offer due date). CITE: (I-352 SN012995) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--FRAME ASSEMBLY, WINDSHIELD. WELDED CONSTRUCTION. ON AM GENERAL M998 (HMMWV) SERIES TRUCKS. SOL SP0750-97-Q-0306 DUE 011597 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Julie brill (614) 6 92-1278 DESC: PR-NO: YPC96299000816 NSN 2510-01-233-1141, CAGE 19207 Part No 12339512 CAGE 34623 Part No 5594433 frame assembly, windshield. welded construction. Used on AM General M998 (HMMWV) series trucks. Per army drawing 12339512 and all related data. 60 -EA Del to New Cumberland PA 17070-5001 Del by 150 days after date of award. 40 -EA Del to Lathrop CA 95330 Del by 150 days after date of award. See NOTE 9, 12, 23. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus OH 43216-5000, by FAX (614) 692-2998 or (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing date, NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. federal, military and commercial specificaitons cannot be provided by DSCC. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-353 SN013080) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: USDA--Forest Service, Modoc National Forest, 800 West 12th Street, Alturas, CA 96101 SUBJECT: 25--TRUCK CRANE SOL RFQ 09-96-03 DUE 022897 POC Loren W. Ambers, Contracting Officer at (916) 233-5811. DESC: Provide truck-mounted, hydraulic, articulating behind cab mount crane. Information is minimum specification (or equal). Minimum 20" outriggers with horizontal and vertical locks. Crane shall have dual, waist level controls with identical operations of normal crane functions on each side of the truck/machine. The boom shall be capable of being worked and rotated simultaneously. The crane shall have minimum horizontal reach of 33" and a minimum vertical reach above the truck frame of 45". Minimum lifting capacity at 25'-00", radius shall be 4500 pounds. The crane shall be capable of minimum 365 degrees of rotation. (180 degree work area). This procurement is totally set-aside for small business area concerns. The SIC code for the procurement is 5013. CITE: (M-353 SN013369) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--PISTON, INTERNAL COMBUSTION ENGINE SOL SP0750-97-Q-0352 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julie brill, (614)692-1278. DESC: PR-NO: YPC96289001549 NSN 2815-01-378-9124, CAGE 0BAT5 Part No 4538741-287 piston, internal combustion engine. Hagglunds Inc P/N 4538741-287. 83 -EA Del to McClellan AFB CA 95652-1621 Del by 90 days after date of award. See NOTE 22. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-353 SN013064) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--GAS TURBINE POWER UNIT SOL N0038397R0002 DUE 012797 POC Contact Point, Donna M Sibel, 0224.04, (215)697-5970, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 7R-2835-01-347-8038-GF, Ref Nr 3800076-5, Qty 100 EA, Delivery FOB Origin--This requirement is for award of a proposed 2 year Indefinite Quantity repair contract in support of the F-18 Environmental Control System. Due to the unavailability of drawings, only Allied Signal Inc. (99193)will be solicited.Quantity shown is the estimated 2 year total. Any other interested paries should contact NAVICPSource Developement, (215) 697-5717 for information regarding qualification for future procurements., See Note 22 CITE: (I-353 SN013088) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--PARTS KIT,FUEL CONT SOL N0038397RM123 DUE 012797 POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2915-00-494-2350-NQ, Ref Nr 350814A, Qty 192 EA, Delivery FOB Origin-----. Drawings are not available. Since this is a "source controlled" item, competition shall be restricted to Allied Signal Aerospatiale., See Note 22 CITE: (I-353 SN013089) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories--Potential Sources Sought OFFADD: Coast Guard Engineering Logistics Center, Propulsion Systems Contracting Branch (Code 046/46), Mail Stop #26, 2401 Hawkins Point Road, Baltimore, MD 21226-5000 SUBJECT: 29--ENGINE ACCESSORIES SOL DTCG40-97-R-60018 DUE 041697 POC Kelly Carney, Contract Specialist, (410) 636-7745; S.M. Mckay, Contracting Officer, (410) 636-4286. DESC: Potential Sources Sought. The U.S. Coast Guard Engineering Logistics Center is seeking qualified sources to consider an award of a contract for three (3) each Governors, Diesel, Engine, NSN 2990-01-329-8355, Woodward Governor P/N 8571-584, Woodward Governor Drawing No. 9987-458, used on 378' WHEC Coast Guard vessels. The form, fit, and function of these Governors must be exactly compatible with the system for which it is intended. The Government does not possess copies of the manufacturer's engineering data or drawings. It is the Government's belief that only the Original Equipment Manufacturer, Woodward Governor, or their authorized distributors can provide these Governors. However, other potential sources having the expertise and required capabilities can submit such data discussing the same in duplicate within 15 days from the date of this announcement. The following information must be provided to evaluate the acceptability of the offered Governors: (1) complete and current engineering data to demonstrate the acceptability of the offered Governors (i.e., salient, physical, functional, and serviceability characteristics) or (2) Data that the offered Governors have been satisfactorily manufactured for the Government or the Original Equipment Manufacturer. No cost or pricing data is required. THIS IS NOT A SOLICITATION. THIS IS A REQUEST FOR INFORMATION ONLY. This synopsis is issued pursuant to FAR 5.207(e)(3) and TAM 1205.207. See Numbered Note 22. This Notice is for informational purposes for Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000.00. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. CITE: (M-353 SN013299) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Supply Directorate, Contracting Department, PSC Box 8018, Cherry Point, NC 28533-0018 SUBJECT: 30--GEARSHAFT SOL N00146-97-Q-J314 DUE 011497 POC Jerry Starling, (919) 464-8864. DESC: Gearshaft, NSN 9C-3040-00-484-4346, 3015877, Qty: 00000016, EA, Deliver to: Nadep Receiving Officer, Cherry Point, NC, Delvy: 02/02/97; Deliver to: Nadep Receiving Officer, Cherry Point, NC, 30 days after date of order; The Naval Aviation Depot, MCAS Cherry Point, North Carolina 28533. The End Item Application is T400 REDUCTION GEARBOX ASSY P/N T400-CP-400GB. Request for quotes must be faxed to Jerry Starling at (919) 464-8492/7728. Faxed request from responsible sources will be accepted. All responsible sources may submit a bid, proposal or quotation which will be considered. Include Cage and/or CEC code with request. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. CITE: (M-353 SN013265) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 31--BEARING,STATOR VANE SOL N0038397QM125 DUE 012797 POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 1R-3110-01-311-0278-EN, Ref Nr 2187465, Qty 349 EA, Delivery FOB Origin, See Note 22 CITE: (I-353 SN013108) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 34--TOOLROOM LATHES SOL SP0490-97-R-0538 DUE 021297 POC Contact: for copies of RFP Call Martha Meadows at (804)2796611 or send afax to (804)279-5948. DESC: PR-NO: PR# 97-98-1000 soliciting for RTC for toolroom lathes. NSN 3416-01- 078-5328. Technical data, warranty and packaging alternates, and optional tooling included. Inspection and acceptance at origin, FOB origin, destination unknown. Estimated annual quantity is 3 EA. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013034) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: Department of the Navy, NAWCAD Contracts Compency Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304 SUBJECT: 36--36 DFP-106E DUAL DIPLEXER PREAMPLIFIER SOL N00421-97-Q-5106 POC Terri Meunier, Contracting Officer, (301) 862-8318. DESC: This is a notice of intent to negotiate with Metropole Products, P.O. Box 309, Stafford, VA 22554 on an other than full and open competitive basis to purchase 25 ea of a dual diplexer preamplifier p/n DFP-106E brand name Metropole Products. The government intends to negotiate on a sole source basis with Metropole Products to avoid and prevent unnecessary new development/engineering costs for required preamplifier, which is compatible with the existing system and equipment. Delivery is required FOB Destination to Naval Air Warfare Center, Aircraft Division, Bldg 115, MS-9, St. Inigoes, MD 20684 within 30 days or sooner after contract award. Written request for copies of Request for Quotation may be faxed to (301) 862-8670 to the attention of Terri Meunier. All responsible sources may submit a quotation which will be considered by this agency. Estimated solicitation date is 97 Jan 03. CITE: (I-353 SN013181) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: Department of the Navy, NAWCAD Contracts Compency Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304 SUBJECT: 36--36 DFP-106E DUAL DIPLEXER PREAMPLIFIER CANCELLED SOL N00421-97-Q-5106 POC Terri Meunier, Contracting Officer, (301) 862-8318. DESC: This is a notice to cancel N00421-97-Q-5106 in the CBD. CITE: (I-353 SN013195) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 36--SEWING MACHINES SOL 1PI-B-1950-97 DUE 021197 POC Contract Specialist, CHRISTIAN, ROSANNA, 202/508-3969 DESC: UNICOR, Federal Prison Industries, Inc. intends to enter into a firm fixed price definite quantity type contract for ten each Sewing Machines: Walking foot, trimmer-back tack, air foot lift, electrical hook up will be 220 3 phase moto. FOB Destinatio FCI Safford, AZ. Required delivery from date of award through 60 days thereafter. Vendor shall provide and install and make production ready. Equal to or better than a Juki DNU241H-7 machine for information purpose only. All bidders desiring a copy of bidshould send a Fax 202-508-8498 or letter to above address requesting a bid package and stating size of your firms's business. No telephone request shall be honored. All responsible sources may submit a bid which shall be considered CITE: (I-353 SN013327) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 39--HOIST, CHAIN, HAND-OPERATED: CLASS 1 OR 2, TYPE H, ROLLER CHAIN, 1 1/2 TO 3 TON CONVERTIBLE SOL SP0750-97-Q-0304 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julie brill, (614)692-1278. DESC: PR-NO: YPC96274001352 NSN 3950-00-235-4237, hoist, chain. hand-operated, class 1 OR 2, type H, 57 inch to 10 feet lift height, 1 1/2 to 3 tons convertible capacity. in accordance with MIL-H-904 which requires prequalification and listing on QPL. 147 -EA Del to Mechanicsburg PA 17055-0789 Del by 150 days after date of award. 50 -EA Del to Tracy CA 95376-5000 Del by 150 days after date of award. See NOTES 9, 12, and 23. Solicitation not available until 15 days after published in the CBD. Delivery Evaluation Factor applies. While price may be a significant factor in the evaluation of offers, the final award cecision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-353 SN013063) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 41--FAN, VANEAXIAL SOL DAAE0797RT145 DUE 021797 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Linda Wiedenmeyer (810) 574-8078 DESC: NSN: 4140014068169, qty: 85, FOB: destination, opt: 53% item: fan, vaneaxia see NOTE: 22. The offer due date is on or about 021797 (see soliciation for actual offer due date). CITE: (I-352 SN012996) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: U. S. ARMY Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO 63120- SUBJECT: 41--FILTER ELEMENT AIR; CABLE ASSEMBLY, SPEC; SPACER, OPTICAL ELEMENT; CIRCUIT CARD ASSEMBLY; LEAD ELECTRICAL; MICROCIRCUIT, DIGITAL; Y, RADIAL. SOL DAAJ09-97-Q-0457 DUE 021197 POC EVELYN H. KELLEY, Contracting Officer, (314) 263-0792, BILL HENDERSON, Contract Specialist, (314) 263-0791, Fax (314) 263-9012. DESC: Filter Element, NSN: 4130-01-327-5417, P/N: 13075671-019, 30 each; Cable Assembly, Special, NSN: 6150-01-349-3530, P/N: 13231031-509, 2 each; Spacer, Optical Element, NSN: 6650-01-171-6961, P/N: 13076249-019, 34 each; Circuit Card Assembly, NSN: 5998-01-356-6316, P/N: 13231525-19, 2 each; Lead, Electrical, NSN: 5995-01-225-3236, P/N: 13081937, 3 each; Microcircuit, Digital, NSN: 5962-01-204-7874, P/N: 13084301, 232 each; Cable Assembly Radi, NSN: 5995-01-296-5540, P/N: 13081706-69, 9 each, to be procured from LOCKHEED MARTIN, ELECTRONICS & MISSILES , Orlando, FL - FOB Origin with all deliveries to the U.S. Army AH64 Support Center, 1700 Tradeport Drive, Orlando, FL 32824-7007. Required delivery for all items is between 180 to 210 days DACA. THIS IS NOT A COMPETITIVE PROCUREMENT. THE GOVERNMENT DOES NOT OWN DRAWINGS for THESE PARTS. Authority and Justification is 10 U. S. C. 2304(c)(1). The proposed contract action is for supplies which can not be procured through full and open competition because the authority cited states only one respnsible source or only a limited number of responsible sources and no other supplies will satisfy agency requirements, FAR 6.302-1. Firms that recognize and can produce the required items described above are encouraged to identify themselves to the Contracting Officer to initiate the source approval process. PROSPECTIVE CONTRACTORS MUST MEET A PREQUALIFICATION REQUIREMENT BEFORE AWARD CAN BE MADE. This requirement is anticipated to be awarded via delivery order to a Basic Ordering Agreement. See Numbered Note(s): 22. CITE: (I-353 SN013171) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Supply Operations, Purchase Branch, Box 500, Code 244, Bldg. 87/2, Naval Submarine Support Facility, New London, Groton, CT 06349-5500 SUBJECT: 41--REFRIGERATION, AIR-CONDITIONING, AND AIR CIRCULATING EQUIPMENT SOL N49399-97-Q-0022 DUE 010397 POC Carol Angelo, Purchasing Agent, (860) 449-4398, or Michael J. Konon, Contracting Officer, Phone (860) 449-3612, FAX (860) 449-2840. DESC: The Naval Submarine Support Facility, New London requires a modular steam heater. Unit to utilize steam as heating medium. The motor fan unit to force air through steam coils then non-collapsible ventilation hoses for interior space heating. All responsible business sources may submit a quotation which shall be considered by the agency. No telephone requests for the solicitation. Only written or FAX requests for the solicitation received directly from the requester are acceptable. CITE: (M-353 SN013374) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 43--PUMP ASSY,SWI SOL N0010497RFB40 DUE 021097 POC Contact Point, David E Snyder, 0243.11, (717)790-2367, Fax, (717)790-2284, Twx, Not-avail DESC: NSN 7H-4320-01-388-5383-SS, SPEC NR TDP VER 001, Qty 1 AY, Deliver to Receiving Officer Portsmouth NH --This is a Subsafe/Level 1 item which will be acquired from approved sources only. Contracts will be awarded to offerors whose inspection system conforms to MIL-I-45208A as certified by a joint DCAS/NAVICP survey team. Information about the MIL-I-45208A requirement may be obtained from NAVICP, Code 8452, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Item is "sole source"-Worthington. Confidential security clearance required., See Notes 9,22 CITE: (I-353 SN013122) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Contracts & Procurement Division, Contracts Branch, Code 643, 1000 23rd Avenue, Port Hueneme, CA 93043-4301 SUBJECT: 47--PIPE AND FITTINGS SOL N6258397T1237 POC Charlotte Erickson (805) 982-2122 Mary Lorenzana Contracting Officer (805)982-2125 DSN # 551-2125. DESC: Ductile iron, mechanical joint with accessories, 4" x 20' LG. 132 LG. Various other items: elbows, restraints, tees, couplings, gaskets to go with 4" pipe. Various qty. Fob Dest Port Hueneme, CA 60 DAYS ARO. Requests for Solicitation Documents may be submitted in writing or fax to (805) 982-0467. See Numbered Note(s): 1. CITE: (I-353 SN013163) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 48--CORRECTION, VALVE,GLOBE - AND SIMILAR REPLACEMENT PART SOL N0010497RCB14 DUE 020597 POC Contact Point, Eric W Kreider, 02111.7, (717)790-2864, Fax, (717)790-2612, Twx, Not-avail, Contracting Officer, Jodi Watkins, 02111, (717)790-4253 DESC: NSN 7H-4810-01-410-8211, SPEC NR TDP VER 001, Qty 9 EA, Delivery FOB Origin, Contract 100 Percent Small Business Set Aside--This solicitation also contains three more NSNs as follows: 4810-01-698-5356, 5 Ea; 4810-01-407-4576, 1Ea; 4810-01-407-4578, 1 Ea. The solicitation also conatains the provisions for a 100% option for each NSN. The options will be evaluated prior to the award of the contract., See Note 9 CITE: (I-353 SN013123) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany, GA 31704- 3019 SUBJECT: 49--PLAIN TABLE BLAST CLEANING MACHINE SOL M67004-97-R-0004 DUE 021897 POC Gerald S. Byrd, Contract Specialist, Code 895, (912)439-6786 Contracting Officer, Helen J. Daughtry, Code 895, (912)439-6715. DESC: LSN 4940-01-263-0216, Purchase including Installation of a Blast Cleaning Machine, 1 each, FOB Albany, GA. Delivery including installation scheduled for 30 days after date of award. Specifications adequate for manufacturing purposes are available. All responsible offers will be considered. Request for Proposal to be issued approximately January 16, 1997 with a 30 day closing time. Facsimile requests accepted at (912)439-6713 Request for solicitation must be in writing, Attn: Carol McConnell, Code 890-2 CITE: (I-352 SN012981) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--NUT, SELF-LOCKING, DOUBLE HEXAGON SOURCE CONTROLLED DOCUMENT SOL SP0500-97-Q-J140 DUE 012397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Deborah Hankin/JCA53/X0506 buyer: Deborah Hankin/JCA53/X0506 DESC: PR-NO: YPI96310002319 NSN 5310-00-783-0075, tion required 57,930 - EA Del to New Cumberland PA 17070-5001 Del by 07 Feb 97. See NOTES 9, 22, RFQ due date 97 Jan 23 specs: United Technologies P &W Acft Div (77445) predominant mater: P/N 375096 approved sources: Cherry Textron. Size/dimen: (11815, Bristol (27238), Fairchild (99215), Kaynar (15653), SPS (56878). Primary quantity 57930 offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the government does not possess complete, unrestrictive technical data, therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304(C) (1). Approved sources are: Cherry Textron Inc. (11815), Bristol (27238), fairchid (99215), Kaynar. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333 0R X1462 or X2978. Another NOTE: the solicitation method will be a written RFQ. anticipated award date is January 17, 1997. Specs/Dwgs are not required. CITE: (I-353 SN013143) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--PILE, WOOD, (PRESERVATIVE TREATED); PILE SHALL CONFORM TO THE REQUIREMENTS OF THE SOL SP0500-97-Q-J583 DUE 012297 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Paul brown/WAA02/215-697-3601 BU yer: P. brown/WAA02/215-697-3601 DESC: PR-NO: YPI96340000437 NSN 5510-00-260-5950, pile, wood; I/A/W ASTM D25. Treated I/A/W TT-W-571 (AWPA C3). 60 feet - 47 inch butt circ. Full and open competition apply 100 -EA Del to national City CA 91950 Del by 13 Dec 96. RFQ due date: 97JAN22 specs: ASTM D 25 /TT-W-00571J primary qty: 100 deliveries to CONUS (excluding Alaska) delivery schedule: 90 days NOTE 1 applies drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-353 SN013214) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 55--PLYWOOD; LUAN SOL 1PI-B-1932-97 DUE 120397 POC Contract Specialist, MACALUSO, PETER, 202/508-3958 DESC: The bid opening is corrected to 1/23/97, 2pm EST. The estimated CITE: (I-353 SN013324) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 55--PLYWOOD; HEMLOCK, WALNUT, AND BIRCH SOL 1PI-B-1931-97 DUE 120396 POC Contract Specialist, MACALUSO, PETER, 202/508-3958 DESC: The bid opening is corrected to 1/23/97, 2pm EST. CITE: (I-353 SN013325) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: Contracting Division, P.O. Box 8368, Marine Corps Base, Camp Lejeune, NC 28547-8368 SUBJECT: 56--REQUIREMENTS CONTRACT FOR VARIOUS TYPES OF STONE SOL M6700197B0001 DUE 013197 POC Ms. Suzy Geohagan, (910) 451-3011. DESC: Requirements contract for various types of stone to include SA(M) 1 inch, ABC 1-1/2 inch, RIP RAP, #467 2 inch, and ABC-granite for the period of 1 April 97 through 31 March 98. Deliver to MCB, Camp Lejeune, NC. All requests shall be submitted in writing or via FAX (910) 451-2193 and shall contain company name, address, solicitation number, point of contact, phone/fax number and business size. All responsible sources may submit a bid which will be considered. CITE: (M-353 SN013223) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: Supply Operations, Purchase Branch, Box 500, Code 244, Bldg. 87/2, Naval Submarine Support Facility, New London, Groton, CT 06349-5500 SUBJECT: 56--CONSTRUCTION AND BUILDING MATERIALS SOL N49399-97-Q-0052 DUE 010397 POC Carol Angelo, Purchasing Agent, (860) 449-4398, or Michael J. Konon, Contracting Officer, Phone (860) 449-3612, FAX (860) 449-2840. DESC: The Naval Submarine Support Facility, New London requires both wood and metal doors with and without lites and transoms. Various hardware, and accessories for new construction. All responsible small business sources may submit a quotation which shall be considered by the agency. No telephone requests for the solicitation. Only written or FAX requests for the solicitation received directly from the requester are acceptable. CITE: (M-353 SN013373) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--AMPLIFIER-MIXER SOL SP0970-97-Q-A116 DUE 012897 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96281000108 NSN 5895-00-209-9558, CAGE 13499 Part No 608-5044-001 5 -EA Del to Memphis TN 38114-5210 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 1-2, 3-4, 5-9, 10-14, 15-19, 20-24. PR quantity: 5 each. Line 1 quantity 5 -UY8593 Memphis TN 38114-5210. Delivery schedule: 5 ea.within 180 days. Set-aside: unrestricted (sole source/single source) (no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN013004) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--CASE, DETECTOR APPROVED SOURCE CAGE 56540, P/N 4023521-0504; SOL SP0970-97-Q-A118 DUE 012997 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96281001526 NSN 5895-00-400-0708, CAGE 06845 Part No 4023521-0504 CAGE 24384 Part No 4023521-0504 CAGE 56540 Part No 4023521-0504 CAGE 61433 Part No 4023521-0504 no additional descriptive data available 75 -EA Del to Mechanicsburg PA 17055-0789 Del by 16 Nov 96. 30 -EA Del to Lathrop CA 95330 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 50-99, 100-149, 150-199, 200-249, 250-499. PR quantity: 105 each. Line 1 quantity 75 -SW3100 Mechanicsburg PA 17055-0789. Line 2 quantity 30 -W62G2T Stockton CA 95296-0130. Delivery schedule: 105 each within 30 days. Set-aside: total small business set-aside. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN013005) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--SYNCHRO AND GEAR TR SOL SP0970-97-Q-A119 DUE 012997 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96282000223 NSN 5895-01-065-5193, CAGE 82152 Part No D229-9018-010 CAGE 82686 Part No U216746 9 -EA Del to Lathrop CA 95330 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 1-2, 3-4, 5-9, 10-14, 15-19, 20-24. PR quantity: 9 EA. Line 1 quantity 9 - W62G2T Stockton CA 95296-0130. Delivery schedule: 9 ea.within 120 days. Set-aside: unrestricted(sole source/single source) (no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN013006) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--CIRCUIT CARD ASSEMB SOL N0038397QD111 DUE 012797 POC Contact Point, Gladys J Nicholas, 0221.05, (215)697-2576, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-5895-01-174-2128-GF, Ref Nr 2802046-4, Qty 24 EA, Delivery FOB Origin-----. No drawings available. No option included., See Note 22 CITE: (I-353 SN013090) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--ELECTRON TUBE SOL N0038397RB016 DUE 012797 POC Contact Point, William M Fitzpatrick, 0231.10, (215)697-3820, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Anthony C Etheridge, 0231.21, (215)697-2560 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-5840-00-130-6945-CY, Ref Nr 3351609, Qty 152 EA, Delivery FOB Origin--OFFERORS PLEASE NOTE: DUE TO THE UNAVAILABILITY OF DRAWINGS AND OTHER DATA, THEPART MUST BE ACQUIRED FROM A SOURCE SPECIFIED ON A SOURCE CONTROL DRAWING AND THE PART REQUIRES ENGINEERING SOURCE APPROVAL, (FLIGHT CRITICAL ITEM), THEREFORE THIS REQUIREMENT WILL BE RESTRICTED TO 900816) PALOMAR PRODUCTS.---, See Notes 22,23 CITE: (I-353 SN013109) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army CECOM Acquisition Center, Fort Monmouth, New Jersey 07703-5008 SUBJECT: 58--DEPOT LEVEL MAINTENANCE FOR THE AN/GSQ-240A(C) RADIO TERMINAL SOL DAAB07-97-R-C602 DUE 011597 POC Shirley Hughes, Contract Spec, 908/532/4471, AMSEL-ACCA-C-AR, Contracting Officer, Homer L. O'Krepki. DESC: 5975-01-437-7179, 5998-01-437-7195, 5998-01-437-7180, 5998-01-437-7196, 5820-01-437-8859, 4130-01-437-7197, 5975-01-437-8867, P/O AN/GSQ-240A(C), acquisition for depot level maintenance, to include repair and inspection for a period of one (1) year, plus two (2) one year options and for the procurement of parts inlay to facilitate the repair effort; in addition, additional facilitation, special test sets are required. The depot level support shall be a non-competive negotiation, pursuant to FAR 6.302-1(b)(1)(i), Unique supplies or services available from only one source, with GEC Marconi, Wayne, NJ. GEC Marconi is the manufacturer of the JTIDS terminal and at this time, the confirguration has not been finialized. However, all responsible sources may submit a proposal which sahll be considered by the agency. The Government provides this data for informational purposes and should not be relied upon as a basis for preparation of an offer. Only written requests for this soliciation will be honored. See Note 22. THE U.S. ARMY COMMUNICATIONS ELECTRONICS COMMAND (CECOM) HAS ESTABLISHED AN ELECTRONIC BULLETIN BOARD (EBB) TO PROVIDE ELECTRONIC TRANSMITTAL OF REQUEST FOR PROPOSALS (RFPs) AND INVITATIONS FOR BIDS (IFBs) FROM GOVERNMENT TO INDUSTRY. ALL INTERESTED PARTIES WISHING TO DO BUSINESS WITH CECOM ARE INVITED TO ACCESS, OPERATE, SEND AND RECEIVE DATA FROM THE CECOM EBB SYSTEM. TO BECOME A USER OF THE EBB, YOU WILL NEED AN IDENTIFICATION CODE AND PASSWORD IN ADDITION TO A COMPUTER TERMINAL EQUIPPED WITH THE NECESSARY HARDWARE AND SOFTWARE TO INTERFACE WITH THE EBB SYSTEM. A USER'S IDENTIFICATION CODE AND PASSWORD WILL BE ISSUED UPON REQUEST ALONG WITH INSTRUCTIONS FOR DOWNLOADING THE EBB USER'S MANUAL. ALL REQUESTS MUST INCLUDE (1) COMPANY NAME, (2) POINT(s) OF CONTACT NAME(s) AND TITLE(s), (3) RETURN ADDRESS(es) AND (4) TELEPHONE NUMBER(s). PLEASE SEND YOUR REQUEST IN WRITING TO EBB SYSTEM OPERATOR, U.S. ARMY CECOM, AMSEL-AC-SB-AA, ATTN: EBB, FT. MONMOUTH, NEW JERSEY 07703-5000. FAX#: (908)-532-6020, COMMERCIAL#: (908)-532-3820. CONTRACTORS MAY REQUEST APERTURE CARDS AND NOTICE OF REVISION(s) VIA EBB, E-MAIL, OR BY WRITTEN REQUEST TO THE CONTRACTING OFFICER AT THE ADDRESS SET FORTH IN PARAGRAPH 11 ABOVE. BIDS SHALL BE SUBMITTED IN HARD COPY AT THE TIME AND PLACE SPECIFIED IN THE SOLICITATION. NO BID RESPONSES SHALL BE SUBMITTED TO THE CONTRACTING OFFICE. CITE: (I-353 SN013190) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Contracting Officer, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: 58--COMMUNICATION, DETECTION, AND COHERENT RADIATION EQUIPMENT SOL DTCG38-97-Q-200008 DUE 010897 POC Contact G. L. Knight, Contracting Officer, (919)335-6144 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. DTCG38-97-Q-200008 is issued as a Request for Quotation and incorporates provision and clauses in effect through Federal Acquisition Circular 90-42. This is an unrestricted acquisition. The Standard Industrial Classification Code is 3728. The small business size standard is 1000 employees. This item is utilized on the HH-65A aircraft. Item number 1, Microphone/Preamplifier, NSN 5895-01-HS1-2794, P/N 173816-01 (Only acceptable source is Smith Industries, Aerospace & Def. Sys. Inc.), quantity required: 99 Each. Items are to be delivered no later than 180 days from receipt of Purchase Order to USCG Aircraft Repair & Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Delivery shall be F.O.B. destination with final acceptance at destination. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 1995); FAR 52.212-2 Evaluation - Commercial Items (Oct 1995) - The following factors, in descending order of importance, shall be used to evaluate offers: Technical capability of the item to meet the Government's requirement, price and past performance; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 1996) - Offerors shall include a completed copy of this provision with its offer; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Aug 1996) with the following addenda: 52.211-5 New Material (May 95), 52.211-7 Other Than New Material, Residual Inventory, and Former Government Surplus Property (May 95), 52.211-14 Notice of Priority Rating for National Defense Use (Sep 90) DO-A1 rated, 52.211-15 Defense Priority and Allocation Requirements (Sep 90), 52.211-16 Variation in Quantity (Apr 84) (b) 0% increase, 0% decrease; total contract quantity, 52.211-17 Delivery of Excess Quantities (Sep 89), 52.247-34 F.O.B. Destination (Nov 91), 52.247-54 Diversion of Shipment under F.O.B. Destination Contracts (Mar 89). Packaging Instructions, each piece of equipment shall be packaged in accordance with best commercial packaging to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Material shall be marked in accordance with MIL-STD-129M, Marking for Shipment and Storage, dated 15 Jun 93. All labeling will be imprinted with the appropriate National Stock Number, Part Number, Nomenclature, Quantity, Contract Number, Delivery Order Number, Cure Date as provided, and Serial Number. Labeling data shall be attached to the outside of the shipping container. Inspection and acceptance to ensure that item is in accordance with manufacturer's specifications shall be performed by USCG Quality Assurance personnel at destination. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 1996), paragraphs (b)(6)-(10) apply. Closing date and time for receipt of offers is 8 Jan 1997, 3:00 PM, Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via Fax Number (919)335-6496. This Notice is for Informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small Disadvantaged Business Utilization (OSDBU), has a program to assist minority, woman-owned and disadvantage business enterprises to acquire short term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP please call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. CITE: (I-353 SN013312) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, AMSMI-AC-CAA, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--AEROSTAT TESTBED SUPPORT SOL DAAH01-96-D-0023 DUE 010697 POC Jeri S. Kirkpatrick, Contract Specialist, AMSMI-AC-CAA (205)842-7683 Peggy A. Jackson, Contracting Officer, AMSMI-AC-CAA (205)842-7682. DESC: Support of AEROSTAT TESTBED FACILITY. Support to provide hardware, system engineering and anlysis, field engineering, maintenance and training support. See Numbered Note(s): 22. CITE: (I-352 SN012983) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE SOL 600960-97-R-A016 DUE 020597 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96284000912 NSN 5960-01-436-4493, CAGE 00HA3 Part No T-8151-64 CAGE 00HA3 Part No 154-8151-64 54 -EA Del to Mechanicsburg PA 17055-0789 Del by 03 Dec 96. 53 -EA Del to Lathrop CA 95330 Del by 03 Dec 96. Other than full and open competition: part numbered item products offered clause applies various increments: 50-99 100-149 150-199 200-299 300-499 size standard: 750 delivery schedule: 30 each within 90 days. 30 each every 30 days thereafter set-aside type: g-unrestricted (sole source/single source) (no preference) no drawings available all responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN013007) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE DSCC FORM 239, DATED 13 DEC 96 APPLIES. SOL SP0960-97-Q-A071 DUE 011597 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96324000600 NSN 5960-01-064-3292, CAGE 18876 Part No 10182428 CAGE 88236 Part No vmu-1244 CAGE 89146 Part No L7208B manufacturer classification: coaxial magnetron. 7 -EA Del to Memphis TN 38114-5210 Del by 28 Jun 97. Other than full and open competition: part numbred item products offerd clause applies delivery schedule: 7 each within 90 days various increments: 1-20 21-40-41-60-61-80 81-100 101-120 set-aside type: g-unrestricted (sole source/single source) (no preferenc) size standard: 500 no drawings availabl all responsible sources may submit offer which DESC shall consider. CITE: (I-353 SN013008) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--SPLICE, CONDUCTOR RAYCHEM CORP, FSCM 06090, P/N D-141-0108 SOL SP0450-97-Q-N183 DUE 013197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JDPA Richmond VA 23297-5000 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. Jo Y Jones/AT132/804-279-4278 DESC: PR-NO: YPG96267000462 NSN 5940-01-093-0292, 18,000 -EA Del to Stockton CA 95296 6,620 -EA Del to Mechanicsburg PA 17055-0789 synopsis is modified to show solicitation as a small business set aside. See NOTE 1 all other statement in original synopsis remain the same. CITE: (I-353 SN013031) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--WIRING HARNESS, BRANCHED SOL SP0451-96-Q-P367 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement. please contact: brend a Noe/BB936/804-279-3006 contracting officer: Frances R. Harrison DESC: PR-NO: YPG96134001489 NSN 5995-01-188-3269, wiring harness, branched use of ozone depleting substances: critical application item, I/A/W Dwg NR TACOM Dwg 12339445 Rev C basic DTD 90 May 05. Cica-wiring harness, branched Tech data package availability: 269 -EA Del to Mechanicsburg PA 17055-0789 Del by 285 days ARO. 170 -EA Del to Stockton CA 95296 Del by 285 days ARO. Wiring harness, branched see NOTE 9 see NOTE 23 drawihng number: TACOM Dwg 12339345 Rev C. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense General Supply Center. Incremental quantities: primary: 439 1ST alt: 338 2ND alt: 540 3RD alt: 742 delivery schedule 285 days ARO. See NOTE 1 solicitation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013035) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--INSULATION SLEEVING U/I CL = 00000000250FT SOL SP0400-96-A-AA36 DUE 020997 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JDPA Richmond VA 23297-5000 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. ma ndy Lambert/AT232/804-279-3777 DESC: PR-NO: YPG96240000120 NSN 5970-01-333-3400, 40 -CL Del to Richmond VA 23297-5900 manufacturer: Parker-Hannifin Corp. (CAGE 98441). Part number AS-B-11. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. delivery schedule: 100 days ARO. Unrestricted. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Issue date 1/8/97. open/close date: 2/9/97. Solicitation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013036) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Accounting and Contract Section, General Affairs Division, NTT Multi-Media System Laboratory Group, Nippon Telegraph and Telephone Corporation, Telephone: +81-468-59-2132 Attn.: Mr. Ishida SUBJECT: 59--PARALLEL PROCESSING COMPUTER SYSTEM SOL KANPO 08-154 (Ken M Kei 78) DUE 013197 POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810 also NTT America, Inc., Pacific and Western Division, 415/940-6565: Contracting Office Accounting and Contract Section, General Affairs Division, NTT Multi-Media System Laboratory Group, Nippon Telegraph and Telephone Corporation, Attn.: Mr. Ishida +81-468-59-2132 DESC: Products outline; As Individual Tender Documentation. Quantity; a complete set. Delivery date; March 14, 1997. Delivery site; NTT Yokosuka Research and Development Center. Type of tender; Open. THIS NOTICE IS FOR INFORMATION ONLY. TENDERDOCUMENTATION IDENTIFIES THE ADDITIONAL INFORMATION CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION FOR PROCUREMENT.TENDER DOCUMENTATION is available for $30(Excluding sales tax. Please check sales/use tax at your nearest local office.) at NTT America, Inc.NTT only accepts proposals that follow the direction of TENDER DOCUMENTATION, which includes APPLICATION FORMS.The language used for application shall be Japanese or English. LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-353 SN013041) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CIRCUIT CARD ASSEMB SOL N0038397RP449 DUE 012797 POC Contact Point, Grace R Soltis, 0222.08, (215)697-6083, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 1R-5998-01-398-6497-SX, SPEC NR TDP VER 003, Ref Nr 1935AS148-1, Qty 6 EA, Deliver to Defense Distribution Depot (sb3106) Norfolk VA , Contract 100 Percent Small Business Set Aside CITE: (I-353 SN013091) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL N0038397Y2525 DUE 012197 POC Contact Point, Debra B Brinn, 0225.10, (215)697-4383, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-5998-01-374-1296, Ref Nr 411660-902, Qty 19 EA, Delivery FOB Origin--THIS IS A REPAIR REQUIREMENT. DUE TO UNAVAILABILITY OF DATA THIS REQUIREMENT WILL BE RESTRICTED TO LOCKHEED MARTIN MARIETTA(63516).---, See Note 22 CITE: (I-353 SN013092) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59--CABLE ASSEMBLY,SPEC SOL N0010497QJA66 DUE 020497 POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax, (717)790-7317, Twx, Not-avail DESC: NSN 7H-5995-01-275-3819, SPEC NR TDP VER 003, Ref Nr 6097488, Qty 28 EA, Deliver to Defense Distrbution Depot San Diego San Diego CA , Contract 100 Percent Small Business Set Aside--while price is a factor in the evaluation of offerors, the final contract award decision will be based on a combination of factors, including historical quality performance of the contractor whose offer is being evaluated., See Note 9 CITE: (I-353 SN013113) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59--CIRCUIT CARD ASSEMB SOL N0010497RDB40 DUE 020597 POC Contact Point, Michael P Furry, 02112.12, (717)790-1470, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James A Komaromy, 02112, (717)790-2854 DESC: NSN 7H-5998-01-356-1289, SPEC NR TDP VER 001, Ref Nr 797194-004, Qty 51 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk VA , Defense Distrbution Depot San Diego San Diego CA --All firms should include their cage code on solicitation requests. All responsible sources may submit an offer which will be considered., See Notes 9,22 CITE: (I-353 SN013124) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAJ09-97-Q-0487 DUE 013197 POC Evelyn Kelley, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-0784. DESC: NSN: 5998-01-414-2758, P/N: 8520668-902, QTY: 7 Each, applicable to the OH-58 Program. FOB Origin with delivery of 7 each 180 days ARO to New Cumberland, PA. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications or drawings. It is restricted to the following approved source, Honeywell, Inc. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-353 SN013168) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Federal Aviation Administration, 2300 East Devon Ave., Des Plaines Il SUBJECT: 59--JAQUITH INDUSTRIES EQUIPMENT SOL DTFA14-97-Q-10040 DUE 122796 POC Contact Melody McGovern at area code 847/294-7347 for information. DESC: The FAA intends to enter into a single source procurement with Jaquith Industries to procure various ALSF-2 equipment. Vendors who believe they have an equal product should call the Contracting Officer, Melody McGovern, at area code 847/294-7347. In order to be considered, vendor must have installed equipment at an FAA facility. Responses are due by 12/27/96 via fax at area code 847/294-8310. CITE: (I-353 SN013202) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 59--DIGITAL SIGNAL PROCESSING INTEGRATED CIRCUIT/PART OF THE OM-73 MODEM SET. SOL DAAB07-97-R-D273 DUE 011097 POC Patricia Burkett, Contract Specialist, (908) 532-1532 Arthur Friedman, Contracting Officer, (908) 532-1532. DESC: CECOM This is a Sole Source Acquisition to VLSI Technology, Inc. San Jose, CA. to fabricate, test, inspect and deliver 900 Digital Signal Processing Integrated Circuits/Part of OM-73 Modem Set. The Government does not possess the required technical data package which would permit full and open competition. VLSI Technologies, Inc. is the only known firm with the technical capability to produce the DSP IC and assure that complete form, fit and functional requirements are provided for these spares. Synopsis published for informational purposes only. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. See Note(s): 22, 26 CITE: (I-353 SN013339) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000E, 521 N. 9th Street, Point Mugu, CA 93042-5001 SUBJECT: 59--AMPLIFIER SOL N68936-97-Q-0567 DUE 011597 POC Debbie Heitmeyer, Purchasing Agent, (805) 989-7558, Charles LeFever, Contracting Officer, (805) 989-1810. DESC: The Naval Air Warfare Center, Weapons Division, Point Mugu, CA intends to procure 10 each Amplifiers, part number WA2063-9, manufacturer: Pacific Microwave (or equal); 10 each Amplifiers, part number WA2064-5, manufacturer: Pacific Microwave (or equal); 15 each Amplifiers, part number WA3056-4, manufacturer: Pacific Microwave (or equal). Complete specifications will be included in the Request for Quotation. Request for copies of the RFQ must be submitted via mail to Attn: Debbie Heitmeyer, NAWCWPNS, Code 230000E, 521 9th St., Point Mugu, CA 93042-5001 or by facsimile to (805) 989-0561. Anticipated award date: on or before 1/31/97. See Numbered Note(s): 1. CITE: (I-353 SN013340) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential Sources Sought OFFADD: Commander, Naval Sea Systems Command, SEA 02544, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 59--ADVANCED INTEGRATED ELECTRONIC WARFARE SYSTEM (AIEWS) SOL N00024-97-R-5478 POC Contract Specialist, Ms. Kelly L. Sherman 703/602-8000 x567, Contracting Officer, Mr. Thomas A. Duval 703/602-8000 x594 DESC: The Program Executive Office for Theater Air Defense [PEO(TAD)] and the Naval Sea Systems Command (NAVSEA) are seeking potential sources for the development of the Advanced Integrated Electronic Warfare System (AIEWS). AIEWS is the Navy's next generation shipboard electronic warfare (EW) system planned for use with the Ship Self Defense System (SSDS) and the AEGIS Combat System (ACS). AIEWS will be developed as an integral element of the ship's combat system. AIEWS will use an open architecture to allow technology insertion and facilitate use of commercial-off-the-shelf (COTS) and non-developmental items (NDI). The system will be developed to provide/support layered and coordinated countermeasures in the littoral operational environment, with special emphasis on the full integration of all soft-kill elements into the ship's Anti-Air Warfare (AAW) systems. AIEWS is being developed in two increments. Increment I will introduce advanced Electronic Warfare Support (ES) capabilities [Precision Electronic Support Measures (PESM) and Specific Emitter Identification (SEI)], a control and processing element, a standard combat system workstation with improved Human Machine Interface (HMI), full AEGIS/SSDS integration, and integration with off-board expendable decoys (MK214, MK216, IR, and NULKA). The ES subsystem will extend the detection range beyond that of existing ship EW systems and provide precise azimuth and elevation angle of arrival measurement. AIEWS Increment I is intended to improve situational awareness, increase processing throughput, support Combat Identification, and provide sensor/weapon system cueing. Increment II will provide advanced Electronic Attack (EA) capabilities including onboard radio-frequency (RF) and Infrared (IR) capability and coordination of on-board and off-board active and passive EA expendable capabilities against threats throughout the engagement timeline. AIEWS Increment II will provide engagement support, counter-surveillance, counter-targeting and counter-anti-ship-missiles capabilities. AIEWS Increment I is targeted for an initial fleet introduction in 2001, with Increment II estimated to be available in the 2004 timeframe. This synopsis is not a request for proposals, and in no way binds the Government to issue a solicitation and/or award a contract. The security requirements for AIEWS require that any potential offeror must possess a SECRET facility clearance, and a SECRET storage capability or be eligible for a clearance. Interested sources should respond to this announcement in writing to the attention of Ms. Kelly L. Sherman (SEA 0254K). The written response should include the interested source's: 1.) security clearance information; 2.) CAGE Code; 3.) unclassified mailing address; 4.) classified mailing address; and 5.) a brief summary of capabilities. In order to support any such potential procurement, NAVSEA intends to complete a two (2) phase release of draft documentation for industry review and comment. Upon confirmation of an interested source's ability to satisfy the necessary security requirements, a classified draft performance specification shall be released for review and comment. During the week of 13 Jan 97, NAVSEA intends to issue a draft solicitation for industry review and comment. All questions/comments on the draft documentation should be submitted in writing to the attention of Ms. Kelly L. Sherman (SEA 0254K) no later than 14 Feb 97. Questions on the classified material should be submitted to the attention of Ms. Kelly L. Sherman in accordance with DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM). Additional unclassified documentation will be available via internet address http://sea02www.navsea.navy.mil/. Additional classified documentation will be made available for industry review from 0900 to 1500 weekdays at a library resident at the Naval Research Laboratory (NRL) Washington, DC 20390. Interested sources will schedule appointments with Mr. George Weissbach at NRL [202/767-5937]. Requests to review the NRL library should be included with the written response outlined above. Notification of an industry briefing will be announced at a later date. CITE: (I-353 SN013103) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Department of the Navy, Carderock Division Headquarters, Naval Surface Warfare Ctr, 9500 MacArthur Blvd, Bethesda, MD 20817-5700 SUBJECT: 61--HIGH VOLTAGE POWER SUPPLIES SOL N00167-97-R-0011 DUE 012997 POC Ms. Kim Tatum, Contract Negotiator, (301) 227-5825/ Contracting Officer, Renee Cairo-Iocco. DESC: The Carderock Division of the Naval Surface Warfare Center intends to negotiate a contract to procure a minimum of eight (8) High Voltage Direct Current (HVDC) Power Supplies. The power supplies shall each deliver 6.5 kilowatts of power at a nominal output voltage of 100VDC (unregulated), with a minimum voltage of 50VDC and a maximum of 160VDC under various load or input power conditions. The power supplies shall operate on ungrounded three phase Type I shipboard 440VAC 60Hz power as defined in MIL-STD-1399 Section 300A. The power supplies shall meet the requirements of MIL-STD-1399 Section 300A for harmonic current limitation and input voltage fluctuation and shall operate at a power factor of 0.90 or greater. The power supplies shall be ruggedized as they will be installed onto a US Navy operational combatant ship(s) as part of a long-term evaluation. The power supplies shall meet the airborne noise Grade B (personnel berthing spaces) requirements of MIL-STD-740-1. The power supplies shall weight no more than 350 lbs., have maximum dimensions of 26"H by 20"W by 14"D, and be housed in a drip-proof (45 degrees) cabinet as defined in MIL-STD-108. The power supplies shall operate in an ambient temperature range of 0 degrees C-50 degrees C without derating, shutdown, malfunction, or damage. The Government may optionally require compliance with MIL-STD-461D/462 (electromagnetic compatibility). An option to buy up to four (4) additional ppower supplies will also be a part of this procurement. A Request for Proposals (RFP) is expected to be released on or about 10 January 1997. All companies requesting the RFP shall specify if they are Small Business, Small Disadvantaged Business, Historically Black College or University/Minority Institution (HBCU/MI), or 8(a). See NOTE 1. SIC Code is 3679; small business standard size is 500 employees. PLEASE REQUEST SOLICITATION IN WRITING TO THE ATTENTION OF POC STATED ABOVE. CITE: (I-352 SN012985) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--STATOR CORE SOL SP0430-97-R-0397 DUE 021197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer: SH aron Blackmore/ZZ885/804-279-5373. Judith H. Hawthorne /804-279-4905. DESC: PR-NO: YPG96313000478 NSN 6115-01-430-3151: stator core. Leland Electrosystems Inc. CAGE 07639. P/N 36B506012BA technical data package availability. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 66 -EA Del to Mechanicsburg PA 17055-0789 Del by 266 days. 60 -EA Del to Tracy CA 95376-5000 Del by 266 days. Other than full and open comp. See NOTE 22,12, 23. Intended source: Leland Electrosystems. Unrestricted: Y. Option to Inc qty: N. Option to ext term of contract: N. Total quantity shipped: 126. The final contract award decision may by based upon a combination of price, past performance and other ealuation factors as described in the solicitation. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: N. Orally: N. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013021) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, ALTERNATING CURRENT SOL SP0430-97-Q-P363 DUE 021197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitations, contact the buyer: Sara West/ZZ881/804279-4545. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96338000799 NSN 6105-01-162-8015: motor, alternating current. Reliance Electric Co. CAGE 50380. P/N 801631-557. This motor shall be furnished IAW MIL-M-17060. Rev E, amendment 1 with sealed system. Tech data package availability. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request todscr-vaba. Critical application item. 3 -EA Del to Barstow CA 92311-5014 Del by 327 days. Other than full and open comp. See NOTE 23. Intended source: Reliance Electric company. Total quantity shipped: 3. Option to Inc qty: N. Option to ext term of contract: N. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: X. Orally: X. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013027) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--ROTOR, MOTOR SOL SP0430-97-Q-P358 DUE 021197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitations, contact the buyer: Sara West/ZZ881/804279-4545. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96344000785 NSN 6105-01-122-1356: rotor motor. Talley Corp the. DBA Teleflex control systems. CAGE 98889. P/N 8D32-5. Technical data package availability. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 65 -EA Del to McClellan AFB CA 95652-1621 Del by 230 days. Other than full and open comp. See NOTE 23. Intended source: the Talley Corp., DBA Teleflex control system. Total quantity shipped: 65. Option to Inc qty: N. Option to ext term of contract: N. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013029) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, ROLL ACTUATOR SOL SP0430-97-Q-P357 DUE 021197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitation, contact the buyer: Sara West/ZZ881/804-2 79-4545. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: FPG96338001255 NSN 6105-00-111-0851: motor, roll actuator. CAGE 19710. P/N D65A. Tech data package availability. DSCR does not currently have an approved technical data package available for th is NSN. Please do not submit request to DSCR-VABA. Critical application item. MPC Products Corp. 8 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 days. 6 -EA Del to Tracy CA 95376-5000 Del by 90 days. Other than full and open comp. See NOTE 23. Incremental quantities - max: 70. Min: 14. Option to Inc qty: N. Option to ext term of contract: N. Unrestricted: Y. Intended source: MPC Products Corp. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013032) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, DIRECT CURRENT SOL SP0430-97-Q-P356 DUE 021197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies or RFQ solicitations, contact the buyer: Sara West/ZZ881/804279-4545. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96340000546 NSN 6105-00-216-5813: motor, direct current. Litton Systems Inc. CAGE 99932. P/N 810105-13GG733. Tech data package aailability. DSCR does not currently hae an approved technical data package aailable for this NSN. Please do not submit request to dscr-aba. 165 -EA Del to Albany GA 31704-1128 critical item application. Del by 200 days. Other than full and open comp. See NOTE 23. Total quantity shipped: 165. Option to increase qty: N. Option to ext term of contract: N. Unrestricted: Y. Intended source: Litton systems, Inc. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013039) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 61--CABLE ASSEMBLY,SPEC SOL N0010497RJA67 DUE 020597 POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax, (717)790-7317, Twx, Not-avail DESC: NSN 7H-6150-01-423-4796, SPEC NR TDP VER 004, Ref Nr 5267400, Qty 49 EA, Deliver to Defense Distrbution Depot San Diego San Diego CA --WHILE PRICE IS A FACTOR IN THE EVALUATION, OTHER FACTORS SUCH AS CONTRACTOR PAST PERFORMANCE ARE ALSO APPLICABLE IN EVALUATION., See Note 9 CITE: (I-353 SN013125) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 61--ELECTRICAL EQUIPMENT SOL 1PI-B-1949-97 DUE 020597 POC Contract Specialist, MCPHERSON, CHYREL, (202)508-3942 DESC: UNICOR, Federal Prison Industries, Inc., intends to enter into a Firm Fixed Price Contract for Electrical Equipment. Please request a copy of the solicitation package for the list of items. Required delivery is 30 calendar days after award of contrac. FOB destination to USP Beaumont, Texas. Only faxed and written requests will be accepted, no telephone requests. Fax number (202)508-8498. Your request must be on company letterhead, include size (large or small), CITE: (I-353 SN013326) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment--Potential Sources Sought OFFADD: SA-ALC/BC, 303 S. Crickett Dr., Ste 4, Kelly AFB TX, 78241-6025 SUBJECT: 61--WEAPON DELIVERY CONTROL UNIT SOL JT14 POC Joe Torres. DESC: SOURCE QUALIFICATION NOTICE: THIS IS NOT A SOLICITATION. This notice is to publicize the availability of Qualification Requirements for the Weapon Delivery Control Unit which contains the relays and associated circuitry for control of the M39 20MM Gun and Gun Camera; NSN: 6110-01-069-7741PT; application F-5 Aircraft. Copy of the Qualification Requirements can be obtained by submitting a written or FAX request to the attention of Mr. Joe Torres; SA-ALC/BC; 303 S. Crickett Dr., Ste, 4; Kelly AFB, TX 78241-6025; FAX: (210) 925-0235. Reference JT14 when requesting Qualification Requirements. CITE: (M-353 SN013269) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Contracting Officer (Code 520), Naval Construction Battalion Center, Gulfport, MS 39501-5001 SUBJECT: 65--INFANT WARMERS AND INCUBATORS SOL N62604-97-R-7550 DUE 020597 POC Bennie Boren, (601) 871-2281. DESC: The Naval Construction Battalion Center has a requirement for 12 Each Infant Warming units, mobile, without bed assembly, 8 Each Infant Warming units with oak finish for Birthing rooms, 13 Each Infant Warming units for delivery rooms, 26 Each ICU Infant Warming units for Neonatal Intensive Care, 10 ICU Infant Incubators and 15 ICU Infant Incubators. Units are to be shipped to Naval Construction Battalion Center, Gulfport, MS within 60 days after receipt of contract. Installation and training is to be performed at the Naval Medical Center, Portsmouth, VA after completion of the facility. All requests for this solicitation must be in writing and facsimile requests are acceptable, FAX No. (601) 871-3212. All responsible sources may submit an offer which shall be considered. CITE: (M-353 SN013245) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Department of Veterans Affairs 662/90C, 4150 Clement St., San Francisco, CA 94121 SUBJECT: 65--HOME HEMODIALYSIS SUPPLIES SOL IFB-662-02-97 DUE 010297 POC Contracting Officer, Doug Hargrove (415/750-2065) DESC: Bid opening is postponed from December 18, 1996 to 2:00 p.m. on January 2, 1997. CITE: (I-353 SN013333) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--DETECTOR, COOL OFF SOL SP0440-97-Q-T533 DUE 011597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-4458. For copies of RFQ solicitations, contact: D. Lena Mile S/AX504/804-279-4458. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: FPG96338001055 NSN 6685-01-148-0471, part number: Dynamic Controls Corp., P/N 11239-1. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 25 -EA Del to Tracy CA 95376-5000 Del by 120 DARO. Duration of contract period: firm fixed price unrestricted Automated Best Value Model: the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) see NOTE 22 intended source(S): Dynamic Controls Corp. Solicitations between $25,000-$100, 000 anticipated award date is: 16 Jan 97. CITE: (I-353 SN013020) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--BEZEL, INSTRUMENT MOUNTING SOL SP0440-97-Q-T522 DUE 011597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-4458. For copies of RFQ solicitations, contact: D. Lena Mile S/AX504/804-279-4458. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: YPG96339000573 NSN 6695-01-305-6961, part number: control products Corp., P/N 600009-101. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. CICA: see AID, no addl data. 47 -EA Del to Mechanicsburg PA 17055-0789 Del by 100 DARO. Durationa of contract period: firm fixed price unrestricted Automated Best Value Model: the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) intended source(S): control products solicitations between $25,000-$100, 000 anticipated award date is: 16 Jan 97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013028) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--COUNTER, ROTATING SOL SP0440-97-Q-T525 DUE 011597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-4458. For copies of RFQ solicitations, contact: D. Lena Mile S/AX504/804-279-4458. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: FPG96339000565 NSN 6680-01-038-6775, part number: Kollsman Inc., P/N 87413202032. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. @ITEM namecounter, rotating @REGISTER QUANTITY3 @FIGURE quantity per REGISTER10 all registers AL L tiers @NUMERAL display methoddrum @NUMERAL READOUT000 minimum and @999 maximum all registers all tiers @STYLE DESIGNATORB2 unenclosed square or rectang ular 14 -EA Del to Mechanicsburg PA 17055-0789 Del by 120 DARO. 13 -EA Del to Tracy CA 95376-5000 Del by 120 DARO. Duration of contract period: firm fixed price unrestricted Automated Best Value Model: the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) see NOTE 22 intended source(S): Kollsman Inc. Solicitation between $25,000-$100, 000 anticipated award date is: 16 Jan 97 all responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013033) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--GAGE, PRESSURE, DIAL INDICATING SOL SP0440-97-Q-T545 DUE 011597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-4458. For copies of RFQ solicitations, contact: D. Lena Mile S/AX504/804-279-4458. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: YPG96340000705 NSN 6685-00-387-4325, part number: Ametek US gauge Div., P/N AW2017AC07. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. @ACTUATION type any acceptable @SCALE type single @SCALE name hydraulic pressure @SCALE range 0.0 to 4000.0 pounds pressure per S quare inch @GRADUATION unit 1000.0 pounds per square inch @SCALE smallest increment 100.0 pounds per squar E inch @OVERALL length 2.108 inches nominal @OVERALL diameter 2.000 inches nominal @MOUNTING method clamp 40 -EA Del to Barstow CA 92311-5014 Del by 180 DARO.. 40 - EA Del to Mechanicsburg PA 17055-0789 Del by 180 DARO. Duration of contract period: firm fixed price unrestericted Automated Best Value Model: the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) see NOTE 22 intended source(S): Ametek US gauge Div. Solicitation between $25,000-$100, 000 anticipated award date is: 16 Jan 97 all responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013040) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66--OSCILLOSCOPE SOL N0038397RP049 DUE 012797 POC Contact Point, Grace R Soltis, 0222.08, (215)697-6083, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Brian Byrnes, 0222, (215)697-6534 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 0R-6625-01-436-4148-GF, Ref Nr 750135-1, Qty 8 EA, Delivery FOB Origin--Drawings are NOT available.---, See Notes 22,23 CITE: (I-353 SN013093) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 66--INDICATOR,TEMPERATU SOL N0010497RDB90 DUE 020597 POC Contact Point, Nick D Stellhorn, 02112.14, (717)790-1457, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James A Komaromy, 02112, (717)790-2854 DESC: NSN 7H-6685-01-359-8620, SPEC NR TDP VER 002, Qty 31 EA, Delivery FOB Origin--Mfgd. to MIL-M-24144 Rev D., See Note 9 CITE: (I-353 SN013126) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Phillips Laboratory/PKOS, Directorate of Contracting, Operational Contracting Div, 2000 Wyoming Blvd SE, Kirtland AFB NM 87117-5777 SUBJECT: 66--ONE METER, MOBILE, GIMBALLED TELESCOPE SYSTEM; WITH MOBILE CARRIER SYSTEM. SOL F29650-96-R0218 DUE 021497 POC POC: Jim Sullenberger, Contract Specialist, 505-846-2201; Contracting Officer, Vivian C. Jaramillo, 505-846-2201. DESC: 66 One Meter, Mobile, Gimbolled Telescope System with mobile Carrier System, One (1) each. Sol No: F29650-96-R0218. Previously synopsized in the CBD under Potential Sources Sought on 22 Aug 96. Revised specifications are available on Phillips Laboratory Home Page at www.plk.af.mil. Solicitation anticipated to be issued on or about 17 Jan 97. Proposals due on or about 19 Feb 97. With award to be made on or about 19 Mar 97. CITE: (I-353 SN013164) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C. 20375 SUBJECT: 66--MEASUREMENT AUTOMATION SUBSTEM SOL N00173-97-Q-0017 POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202) 404-8158. DESC: Naval Research Laboratory has a requirement for a Measurement Automation Subsytem. The vendor shall automate the entire process of antenna pattern measurement and radar cross section (RCS) pattern measurement. The subsystem shall be robust enough to produce inverse synthetic aperature radar (ISAR) images from the measured RCS data. The subsystem must be fully compatible with existing government hardware, specifically the HP 85301B antenna and RCS measurement system and a Flam and Russel 8502 positioner controller. The government shall furnish an IBM compatable computer as a controller for the subsystem. The vendor shall install the subsystem and provide two days of training in the use of the subsystem. Oral request will not be accepted. See Numbered Note(s): 1. CITE: (I-353 SN013364) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment--Potential Sources Sought OFFADD: SA ALC/BC, 303 S. Crickett Dr., STE 4, Kelly AFB, TX 78241-6025 SUBJECT: 66--SIGNAL GENERATOR SOL AG15 POC Art Gallegos DESC: This is not a solicitation. The Small Business Office, SA-ALC/BC, is seeking to develop alternate sources for a Signal Generator currently being supplied by Hewlett/Packard Co.; P/N: 8657BOT001; NSN: 6625-01-341-3975. The only data the Air Force has available on this item is a general description with specifications. A copy of the available data can be obtained by submitting a written or FAX request to: Address: SA-ALC/BC; 303 S. CRICKETT DR., STE 4; KELLY AFB, TEXAS 78241-6025; FAX: (210) 925-0235. Reference AG15 on all requests. CITE: (M-353 SN013295) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment--Potential Sources Sought OFFADD: SA-ALC/BC, 303 S. Crickett Dr., STE 4, Kelly AFB TX, 78241-6025 SUBJECT: 66--DATA DIGITAL ANALYZER SOL AG16 POC Art Gallegos DESC: This is not a solicitation. The Small Business Office, SA-ALC/BC, is seeking to develop alternate sources for a Digital Data Analyzer; P/N: FB6000AF; NSN: 6625-01-436-3603. The only data the Air Force has available on this item is a general description with specifications. A copy of the available data can be obtained by submitting a written or FAX request to: Mr. Arthur Gallegos; Address: SA-ALC/BC; 303 S. Crickett Dr., Ste 4; Kelly AFB, Texas 78241-6025; FAX: (210) 925-0235. Reference AG16 on all requests. CITE: (M-353 SN013306) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products--Potential Sources Sought OFFADD: National Institutes of Health, 6120 Executive Blvd., Room 868, Bethesda, MD 20892 SUBJECT: 68--COMPRESSED GASES SOL 0019 POC Sheri Lawson, Contracting Officer, 301/402-3065 or Edward Wilgus, Chief, Acquisitions Branch A/B, 301/402-3070. DESC: The OPM (Office of Procurement Management), NIH (National Institutes of Health) is conducting a market survey to determine the availability and technical capability of businesses to furnish all the necessary transportation, personnel (supervision/labor), facilities and cylinders (with the exception of the Liquid Nitrogen cylinders) to provide Liquid Nitrogen, Carbon Dioxide, Argon, Technical Grade, Argon, UHP Grade, Nitrogen, Technical Grade and Helium, UHP Grade. In an effort to meet all the delivery requirements specified herein, the Contractor shall be physically located within a one hundred (100) mile (160.93 kilometer) radius of the Rocky Mountain Laboratories (RML), National Institutes of Health (NIH), Hamilton, Montana 59840. The intended procurement will be classified under SIC 2813, Industrial Gases with a size standard of 1,000. The Contractor shall: 1) Furnish all the necessary transportation, personnel (supervision/labor), facilities and cylinders (with the exception of the Liquid Nitrogen cylinders) to provide Liquid Nitrogen, Carbon Dioxide, Argon, Technical Grade, Argon, UHP Grade, Nitrogen, Technical Grade and Helium, UHP Grade. 2) Deliver the specified gases and pick-up empty cylinders on Mondays between the hours of 8:00 a.m and 11:30 a.m. (Mountain Time) and/or between 12:30 p.m. and 3:30 p.m. (Mountain Time) throughout the duration of this contract, with the exception of Federal Holidays. In the event that a Federal Holiday occurs on a Monday, the Contractor shall pickup and deliver the following Tuesday. 3) Provide Emergency Delivery Service for all gases specified herein. The service shall be provided Mondays through Fridays between the hours of 8:00 a.m. and 4:30 p.m. All gases ordered (Emergency service) before noon shall be delivered that same day and all gases ordered in the afternoon shall be delivered before noon on the following work day. The period of performance shall be for twelve (12) months from date of award with four (4) successive twelve (12) month option periods. Concerns that respond to this synopsis shall furnish concise responses directed specifically to the requirements mentioned above and are invited to submit capability statements in an original plus two (2) copies no later than fifteen (15) business days from the date of this announcement. Responding firms that are located outside the one hundred (100) (160.93 kilometer) mile radius of the RML area, shall indicate how the firm would coordinate with and provide gases to the RML. Sources demonstrating the capability to accomplish the above shall supply pertinent information in sufficient detail to demonstrate their ability to perform. Information furnished should include enough material to allow the Agency to perform a proper evaluation. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) NOR IS AN RFP CURRENTLY AVAILABLE. Capability Statements: (a) If mailing your capabilities through the U.S. Postal Service use the following address: National Institutes of Health, Office of Procurement Management, OA, 6120 Executive Blvd., Room 868, ATTN: Sheri Lawson, Bethesda, MD 20892. (b) If hand delivering, or using a courier service such as: UPS, Federal Express, etc., use the following City, State, and Zip Code: Rockville, MD 20852. Responses by Facsimile (FAX) will not be accepted. This market survey is being conducted through the CBD to reach the widest possible audience and to gather current market information. CITE: (I-353 SN013332) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Defense Information Systems Agency, NCRCO, 701 South Court House Road, Arlington, VA 22204-2199 SUBJECT: 70--PURCHASE OF ACCUGRAPH PHYSICAL NETWORK MANAGEMENT SOFTWARE AND TECHNICAL SUPPORT SOL DCA100-97-Q-0031 DUE 010297 POC Susanne Gannon, Contract Specialist (703) 607-6893 or Mark Bogart, Contracting Officer (703) 607-6920 DESC: The Defense Information Systems Agency intends to issue a combined synopsis/request for quotation for commercial items prepared in accordance with the format in FAR, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Request for Quotation; Responses to the Request for Quotation are being requested and a written solicitation will NOT be issued. The Request for Quotation number is DCA100-97-Q-0031. The Request for Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42 (or latest). This acquisition is reserved exclusively for small business concerns and shall be set aside in accordance with FAR, Subpart 19.5. The Specific Make and Model Procurement is as follows: Two (2) MTB923C Accugraph Physical Network Management Bundle (PNMB) Concurrent; Two (2) MTB923C One Year Accugraph Technical Support; Eight (8) Accugraph PNM "View Only" Concurrent licenses; and Eight (8) One Year Accugraph Technical Support. Delivery will be made to DISA/JIEO/CFCSE/JEXIF, 45335 Vintage Park Plaza, Sterling, Va 21066. The provision at FAR, 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Offerors must also include a completed copy of the provision at FAR, 52212-3, Offeror Representations and Certifications-Commercial Items. FAR, 212-4, Contract Terms and Conditions-Commercial Items; and FAR, 52212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, (b)(1) through (16), and (c)(1) through (5) also apply to this acquisition and must be included in the offer. No verbal responses for this Request for Quotation will be accepted. All responses to this Request for Quotations must be in writing and must reference the quotation number in this notice. Fax responses to: (703)607-4340, or mail responses to: DISA/DITCO/NCR, Attn: Susanne Gannon, 701 S. Courthouse Road, Arlington, VA 22204-2199 by 2 P.M.(EST), 2 January 1997. CITE: (W-353 SN013145) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Army Research Laboratory, AMSRL-CS-WS-T(Bldg 1624), White Sands Missile Range, NM 88002-5501 SUBJECT: 70--1 EA SUN ULTRA 1 MODEL 170 CREATOR GRAPHICS SOL DAAL01-97-M-P018 DUE 010797 POC LUCY M. ESCUDERO, Contracting Officer/(505) 678-0697 OR FAX (505) 67 4508. DESC: The Army Research Laboratory Small Purchases Team-WSMR intends an acquisistion of 1 each SUN ULTRA 1 MODEL 170 CREATOR GRAPHICS, 254 MB RAM, INTERNAL CD-ROM, 50-68 PIN SCSI CONVERTER, MII TO AUI CONTERVERTER CABLE (ETHERNET), SUN C, SUN FORTRAN, SECOND DRIVE- 4 GB HARD DRIVE, 4MM TAPE DRIVE. There will be no FORMAL RFQ. The SIC Code is 3571 and the Standard is 1000 employees. This procurement is a SMALL BUSINESS SET ASIDE. Price shall include all applicable rates; Federal, State, and local taxes/ shipping costs; and shall be FOB White Sands Missile Range, NM. The Government will not pay for any effort expended in responding to this synopsis. CITE: (I-353 SN013166) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO 64131-3088 SUBJECT: 70--GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT SOL 6TSA-97-CSC-0065 DUE 010397 POC CONTACT SUE CUMPTON BY FAX (816)823-3322 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number 6TSA-97-CSC-0065 is being issued as a request for quotations (RFQ). This solicitation is set aside for small business in accordance with FAR subpart 13.105(a). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-38. CLIN 1. Standard PROSAR package (SAROS version) with updates, includes Quadratic processing, one data parsing module ERS-1, JPL AirSAR, SAROS, Almaz, Source Code, without the X-Windows/Motif/TCI Graphical User Interface (GUI). Qty. 1. Offeror must provide proof of ability to deliver referenced requirements. Date of Delivery and acceptance 30 days ARO. FOB Wright Patterson AFB, OH. The provision at FAR 52.212-1, instructions to offerors, applies to this acquisition. Evaluation is based on best value, cost, ability to meet requirements and past performance. Offerors shall include a completed copy of the provision at FAR 52.212-3, offeror representation and certification - commercial items with its offer. The clause at FAR 52.212-4, contract terms and conditions - commercial items applies to this acquisition. In addition to the guidance contained in FAR 52.212-4, contractors shall submit proof of delivery with their invoices. Proof of delivery may be in the form of a bill of lading or other shipping document signed by the receiving office. Invoices received without proof of delivery will not be accepted. The clause at FAR 52.212-5, contract terms and conditions required to implement statutes or executive orders - commercial items applies to this acquisition. Offers are due 4 p.m. CST January 3, 1997, at the address shown above Attn: Sue Cumpton. Inquiries will only be accepted by FAX at the number shown above. CITE: (I-353 SN013213) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential Sources Sought OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy Space Center, FL 32899 SUBJECT: 70--IMAGE EDITOR SOL RFQ JM96-IMA DUE 010397 POC Jeff Marshall, USK-360, Kennedy Space Center, FL 32899 DESC: United Space Alliance, LLC (USA), a NASA prime contractor at Kennedy Space Center (KSC), FL, seeks sources capable of providing an image editor which will be integrated by USA into an existing application software system for the purpose of producing and printing SGML based documents in a client-server environment employing Windows NT on the servers and Windows 95 on the clients. The formal solicitation for this procurement will contain specific compatibility and tool set integration requirements as well as functional requirements. The image editor will be a part of a software application tool suite to be used by a minimum of 500 engineers (150 concurrent user sessions) to create, manage, and deliver the work instruction content of technical procedures. The image editor will be used to produce and maintain the raster images that are embedded in the documents. The image editor will be used to scan in images, alter them (by cropping, sizing, adding text, etc.), and embed them in SGML based compound documents. The image editor must be capable of output in an encapsulated postscript format. This synopsis is for the sole purpose of identifying prospective sources and does not commit USA to make an award, nor to reimburse costs of submitting data. Indications of interest should be forwarded to reach USA no later than 010397 and should contain data, in duplicate, of company capabilities, experience in this or related fields, an such other data as may indicate a bona fide capability to perform the requirements set forth above. Address: United Space Alliance, LLC, 1100 Lockheed Way, Titusville, FL 32780, Attn: Jeff Marshall, Mail Code USK-360. Questions may be submitted via FAX at (407) 867-7068. Office will be closed, however, from 122196 thru 010197, inclusive. CITE: (W-353 SN013097) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential Sources Sought OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy Space Center, FL 32899 SUBJECT: 70--PAGE COMPOSITION ENGINE SOL RFQ JM96-PG DUE 010397 POC Jeff Marshall, USK-360, Kennedy Space Center, FL 32899 DESC: United Space Alliance, LLC (USA), a NASA prime contractor at Kennedy Space Center (KSC), FL, seeks sources capable of providing a Windows NT or IBM AIX server based page composition engine which will be integrated by USA into an existing application software system for the purpose of producing and printing SGML based documents in a client-server environment. The formal solicitation for this procurement will contain specific compatibility and tool set integration requirements as well as functional requirements. The page composition engine will be a part of a software application tool suite to be used by a minimum of 500 engineers (150 concurrent user sessions) to create, manage, and deliver the work instruction content of technical procedures. This tool will enable printing capabilities and functions necessary to produce the technical documents. The page composition engine must be able to compose and paginate ASCII data streams containing SGML tagged text, postscript based graphics, and bitmap image data in a client-server environment. The page composition engine must be able to automatically determine differences between specified versions of an input data stream and highlight the differences in a specified manner (e.g. change bars) as part of the output data stream. The engine must support both foreground (interactive) and background (batch) execution and multiple instances of the engine running concurrently. The engine must generate output in the form of a postscript print data stream and a Portable Document Format (PDF) file. This synopsis is for the sole purpose of identifying prospective sources and does not commit USA to make an award, nor to reimburse costs of submitting data. Indications of interest should be forwarded to reach USA no later than 010397 and should contain data, in duplicate, of company capabilities, experience in this or related fields, an such other data as may indicate a bona fide capability to perform the requirements set forth above. Address: United Space Alliance, LLC, 1100 Lockheed Way, Titusville, FL 32780, Attn: Jeff Marshall, Mail Code USK-360. Questions may be submitted via FAX at (407) 867-7068. Office will be closed, however, from 122196 thru 010197, inclusive.***** CITE: (W-353 SN013098) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential Sources Sought OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy Space Center, FL 32899 SUBJECT: 70--CAD EDITOR SOL RFQ JM96-CAD DUE 010397 POC Jeff Marshall, USK-360, Kennedy Space Center, FL 32899 DESC: United Space Alliance, LLC (USA), a NASA prime contractor at Kennedy Space Center (KSC), FL, seeks sources capable of providing a CAD editor which will be integrated by USA into an existing application software system for the purpose of producing and printing SGML based documents in a client-server environment employing Windows NT on the servers and Windows 95 on the clients. The formal solicitation for this procurement will contain specific compatibility and tool set integration requirements as well as functional requirements. The CAD editor will be a part of a software application tool suite to be used by a minimum of 500 engineers (150 concurrent user sessions) to create, manage, and deliver the work instruction content of technical procedures. The CAD editor will be used to produce and maintain the graphics that are embedded in the documents. The CAD editor will be used to create and maintain technical drawings and graphics which will be embedded in SGML based compound documents. It must be compatible with Microstation input and output formats. It is highly desirable that the editor can provide conversion of raster images to vector graphics. The CAD editor must be capable of output in an encapsulated postscript format. This synopsis is for the sole purpose of identifying prospective sources and does not commit USA to make an award, nor to reimburse costs of submitting data. Indications of interest should be forwarded to reach USA no later than 010397 and should contain data, in duplicate, of company capabilities, experience in this or related fields, an such other data as may indicate a bona fide capability to perform the requirements set forth above. Address: United Space Alliance, LLC, 1100 Lockheed Way, Titusville, FL 32780, Attn: Jeff Marshall, Mail Code USK-360. Questions may be submitted via FAX at (407) 867-7068. Office will be closed, however, from 122196 thru 010197, inclusive. CITE: (W-353 SN013099) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: DISA-DITCO/DTS42, 2300 East Drive, Bldg 3600, Scott AFB, IL 62225-5406 SUBJECT: 71--WORKSTATIONS SOL DCA200-97-Q-0044 DUE 011097 POC Sandy Lute (618)256-9705, Fax (618)256-9414 DESC: The Defense Information Technology Contracting Organization has a requirement to procure two full star workstations, one half star workstation and one fourth star workstation for the Defense Megacenter, Denver, CO. The equipment list includes the following: 4 ea Command Center: 2 wide by 2 high Command Bridge Module, Systems Mfg model 7650-2202 or equal, 1 ea Command Center: 2 wide by 3 high Command Bridge Module, Systems Mfg model 7560-2302 or equal, 2 ea Command Center: 2 high 45 Degree Corner Kit, Systems Mfg model 7527-0002 or equal, 2 ea Command Center: Base Level End Panel, System Mfg model 7526-0001 or equal, 2 ea Command Center: First Tier End Panel, Systems Mfg model 7526-0002 or equal, 2 ea Command Center: Second Tier End Panel, Systems Mfg model 7526-0003 or equal, 2 ea Command Center: Third Tier End Panel, Systems Mfg model 7526-0004 or equal, 4 ea Switching Product: 4 Port Autoboot Commander, Systems Mfg model AR-4 or equal, 16 ea Switching Product: 8' Universal Cable For PC to Switch Connection, System Mfg model CURC- or equal, 4 ea Switching Product: Remote Switch Panel for Autoboot Commander, Systems Mfg model RSP-4 or equal, 4 ea Switching Product: Bracket to Attach Remote Switch to Keyboard, Systems Mfg model SMB-1 or equal, 2 ea Command Station: Four Position Command Station with Adjustable Monitor Shelf, Cable Cutouts and Fabric Wrapped Panels 12'7" long and 12'7" wide, Systems Mfg model 7500-0044 or equal, 1 ea Command Station: Two Position Command Station with Adjustable Monitor Shelf, Cable Cutouts and Fabric Wrappred Panels 12'7" long and 6'9" wide, Systems Mfg model 7500-0244 or equal, 1 ea Command Station: One Position Command Station with Adjustable Monitor Shelf, Cable Cutouts and Fabric Wrapped Panels 6'9" long and 6'9" wide, Systems Mfg model 7500-0014, 11 ea Command Station: Roll Out Keyboard Drawers, Systems Mfg model 7578-0100 or equal, 11 ea Command Station: Two Drawer Pedestals, Systems Mfg model 0016-2301 or equal, 11 ea Command Station: Task Light With Direction Reflector, Systems Mfg model 7528-0003 or equal, 2 ea Command Station: Optional Black Accent Stripe, Systems Mfg model 7500-0144 or equal, 1 ea Command Station: Optional Black Acent Stripe, Systems Mfg model 7500-0124 or equal, 1 ea Command Station: Optional Black Accent Stripe, Systems Mfg model 7500-0114 or equal, 11 ea Command Station: Six Plug Power Outllet Strip, Systems Mfg model 7135-0007 or equal, 1 ea Shipping and handling. No contract award will be made on the basis of quotations/proposals received in response to this notice since this synopsis cannot be considered a Request for Quotations/Proposals. The resultant purchase order shall be a firm, fixed price purchase order. The anticipated RFQ release date is 3 Jan 97 with quotations expected to be due on 10 Jan 97. Vendor quotations in response to this RFQ must be received in hard copy. All responses from responsible sources shall be considered for evaluation. Oral communications are not acceptable. You may contact the above listed contract specialist via fax at (618)256-9414. CITE: (W-352 SN012990) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Earle C. Clements Job Corps Center, 2302 Hwy 60, Morganfield, KY 42437 SUBJECT: 73--PROVIDE CAFETERIA DISHWARE DUE 012797 POC Derrick Watson, (502) 389-5325/Contracting Officer, Ron Hite, (502) 389-5314. DESC: Estimated cost between $25,000.00-$100,000.00. Request For Bid may be received December 23, 1996. When calling be prepared to state name, address, and solicitation number. CITE: (M-353 SN013278) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 75--Office Supplies and Devices OFFADD: Procurement & Supply Department Planning Group, Nippon Telegraph and Telephone Corporation, +81-3-5353-4562 Attn.: Mr. Miura SUBJECT: 75--OPTICAL DISK CARTRIDGE FOR INFORMATION INTERCHANGE SOL KANPO 08-156 (Shizai 8-8) DUE 012397 POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810 also NTT America, Inc., Pacific and Western Division, 415/940-6565: Contracting Office Procurement & Supply Department Planning Group, Nippon Telegraph and Telephone Corporation, +81-3-5353-4562 Attn.: Mr. Miura DESC: Products outline; The Optical Disk Cartridge for Information interchange is used for recording and reading binary code data by using the thermo-magnetic effect and magneto-optical effect. The Cartridge has a capacity of 2.6G Bytes with a sector size of 1024 bytes and has been certified. The Cartridge comprises an optical disk and a case for protecting the optical disk. Quantity; about 35,000 disks. Delivery date; The appointed date from April 1, 1997 to March 31, 1998. Delivery site; NTT will separately specify the places in Japan as delivery sites. Type of tender; Open. THIS NOTICE IS FOR INFORMATION ONLY. TENDERDOCUMENTATION IDENTIFIES THE ADDITIONAL INFORMATION CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION FOR PROCUREMENT.TENDER DOCUMENTATION is available for $30(Excluding sales tax. Please check sales/use tax at your nearest local office.) at NTT America, Inc.NTT only accepts proposals that follow the direction of TENDER DOCUMENTATION, which includes APPLICATION FORMS.The language used for application shall be Japanese or English. LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-353 SN013042) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 81--SHIPPING AND STORAGE DRUM SOL N00406-97-R-4036 DUE 020697 POC S. Powers-Dexter DESC: Shipping and storage drum, approximately 22-1/2 inches inside diameter x 34-3/4" heigh, 55 gallon capacity, open head with 2 roll hoops. to be made out of sheet steel. complete specification to be provided with request for proposal. quantity: estimated 8,000 each. this will be a requirements type contract. 100% small business set-aside. FOB destination puget sound naval shipyard, bremerton wa delivery at destination no later than 15 days after effective date of each purchase order. all responsible sources may submit (offer/bid/quotation) which shall be considered by the fleet & industrial supply center, puget sound. telephone requests will not be honored fax requests at (360) 476-2931. CITE: (I-353 SN013172) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Aeronautical System Center, Weapons, Air Base And Range Office, Contracting Division (ASC/VXK), 314 West Choctowhatchee Avenue, Suite 104, Eglin AFB Fl 32542-5717 SUBJECT: 83--TEXTILES, LEATHER, FURS, APPAREL AND SHOE FINDINGS, TENTS AND FLAGS SOL F08626-97-R-0107 POC Mr. Dennis D. Fields, Sr., Contract Specialist or Mr. Jeffrey D. Cox, PCO, (904) 882-4685, ext 336 or 316. DESC: Correction: This action originally publicized in the CBD and the Eglin PK Homepage on 06 Dec 96. The name is change from "Textiles, Leather, Furs, Apparel and Shoe Finds, Tents and Flags" to "Small Shelter Systems/ECU". Extreme cold weather heating measures will not be provided by the government. There is no numbered notes. All other information publicized in the original synopsis is correct.***** CITE: (W-353 SN013251) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Aeronautical System Center, Weapons, Air Base And Range Office, Contracting Division (ASC/VXK), 314 West Choctowhatchee Avenue, Suite 104, Eglin AFB Fl 32542-5717 SUBJECT: 83--TEXTILES, LEATHER, FURS, APPAREL AND SHOE FINDINGS, TENTS AND FLAGS SOL F08626-97-R-0107 POC Mr. Dennis D. Fields, Sr., Contract Specialist or Mr. Jeffrey D. Cox, PCO, (904) 882-4685, ext 336 or 316. DESC: Correction: This action originally publicized in the CBD and the Eglin PK Homepage on 06 Dec 96. The name is change from "Textiles, Leather, Furs, Apparel and Shoe Finds, Tents and Flags" to "Small Shelter Systems/ECU". Extreme cold weather heating measures will not be provided by the government. There is no numbered notes. All other information publicized in the original synopsis is correct.***** CITE: (W-353 SN013252) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags--Potential Sources Sought OFFADD: Aeronautical System Center, Weapons, Air Base And Range Office, Contracting Division (ASC/VXK), 314 West Choctowhatchee Avenue, Suite 104, Eglin AFB Fl 32542-5717 SUBJECT: 83--MEDIUM SHELTER/ECU SOL VXK-97-004 POC Mr. Dennis D. Fields, Sr., Contract Specialist or Mr. Jeffrey D. Cox at (904) 882-4685, ext 336 or 316. DESC: The Aeronautical Systems Center, Weapons, Air Base and Range, Product Support Office, Contracting Division (ASC/VXK), in support of the Air Base System Division (ASC/VXO), is requesting information on air transportable protective shelter systems which will provide work areas for personnel. The objective is to identify a candidate replacement item for the approximately 1500 square feet General Purpose Medium Shelter that could be brought to manufacturing capability as a Commercial Item with minimum effort. The following are specific performance characteristics of interest: and other factors considered. a. Basic shelter shall consist of the shelter and utilities interfaces integrated with a high efficiency, adequately sized, environment friendly HVAC and attendant air distribution, heat load and infiltration loss reduction measures. High overall shelter R-value is desirable to reduce HVAC loads and increase efficiency. b. The shelter system must optimize weight per shipping volume and packed volume, to erected volume ratio. Specifically, the shelter subsystem (cladding, support, connectors, utility interfaces, insulation, etc.) should weight no more than 8,175 lbs. The environmental control unit subsystem should weight no more than 1,380 lbs. c. The elapsed time from 463L pallet packed configuration to fully erected and functioning shelter system must be optimized. d. Shelter system shall require minimum maintenance at the organizational level and must be available 95% of the time or better. e. A minimum 20 year operational life is required with two erection/strike down cycles per year required. f. Shelter system shall be transportable by C-130, C-141 and larger aircraft using 463L cargo handling system (pallet). g. The shelter must be weather resistant and operational in temperature ranges from -25 degrees to +125 degrees Fahrenheit. i. Power requirements shall be optimized. j. Not allow more than 10 lbs/sq. ft. snow accumulation and be able to support that load. k. The shelter will be retrofitable for nuclear , biological and chemical protection and for passive (camouflage/concealment and hardening) protection. ASC/VXO will host an industry day during 23 and 24 January 1997 to further define requirements and answer pertinent questions. Firms having the ability to provide systems should submit specific information to document their capabilities and potential to successfully execute this effort to ASC/VXO (VXK), Bldg 40, Attn: Mr. Dennis D. Fields, Sr., 314 W Choctawhatchee Ave. Ste 103, Eglin AFB FL 32542-5717. Such information should include, but is not limited to: affordability, engineering design, analysis, manufacturing capability, test and evaluation results, logistics support requirements, and previous purchasers. Firms responding to this RFI will be forwarded a market survey. This RFI is for planning purposes only, and shall not be construed as a Request For Proposal (RFP) or as an obligation on the part of the Government to acquire any follow-on acquisitions. The Government does not intend to award a contract on the basis of this Sources Sought/RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect cost or changes by the Government will arise as the result of submission of responses to this Sources Sought/RFI does not constitute the solicitation of proposals or authority to enter into negotiations to award a contract. The information you provide may be utilized by the United States Air Force in developing its acquisition approach and its Statement of Objectives (SOO). The amalgamated results of the program may be released to industry as a SOO at the RFP stage; therefore, it is highly desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data maybe a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. Firms responding to this synopsis should state if they are a large, small or small disadvantaged business. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors, when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offers should use established channels to request information, pose questions, and voice concerns before resorting to the use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Colonel, Chief DET 5, Aeronautical Systems Center (DEPARTMENT OF THE AIR FORCE, ASC/SK, 205 West D Ave, Suite 318) Eglin AFB FL 32542-6865 at 904-882-9051, with serious concerns only. For routine communications concerning this acquisition, potential offerors are invited to contact Mr. Dennis Fields, Contract Specialist, at (904) 882-4685, ext 336 for contractual information or Lt Sean Haglund at (904) 882-4686, ext 328 for technical information. Collect calls will not be accepted.***** CITE: (W-353 SN013206) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags--Potential Sources Sought OFFADD: Aeronautical System Center, Weapons, Air Base And Range Office, Contracting Division (ASC/VXK), 314 West Choctowhatchee Avenue, Suite 104, Eglin AFB Fl 32542-5717 SUBJECT: 83--MEDIUM SHELTER/ECU SOL VXK-97-004 POC Mr. Dennis D. Fields, Sr., Contract Specialist or Mr. Jeffrey D. Cox at (904) 882-4685, ext 336 or 316. DESC: The Aeronautical Systems Center, Weapons, Air Base and Range, Product Support Office, Contracting Division (ASC/VXK), in support of the Air Base System Division (ASC/VXO), is requesting information on air transportable protective shelter systems which will provide work areas for personnel. The objective is to identify a candidate replacement item for the approximately 1500 square feet General Purpose Medium Shelter that could be brought to manufacturing capability as a Commercial Item with minimum effort. The following are specific performance characteristics of interest: and other factors considered. a. Basic shelter shall consist of the shelter and utilities interfaces integrated with a high efficiency, adequately sized, environment friendly HVAC and attendant air distribution, heat load and infiltration loss reduction measures. High overall shelter R-value is desirable to reduce HVAC loads and increase efficiency. b. The shelter system must optimize weight per shipping volume and packed volume, to erected volume ratio. Specifically, the shelter subsystem (cladding, support, connectors, utility interfaces, insulation, etc.) should weight no more than 8,175 lbs. The environmental control unit subsystem should weight no more than 1,380 lbs. c. The elapsed time from 463L pallet packed configuration to fully erected and functioning shelter system must be optimized. d. Shelter system shall require minimum maintenance at the organizational level and must be available 95% of the time or better. e. A minimum 20 year operational life is required with two erection/strike down cycles per year required. f. Shelter system shall be transportable by C-130, C-141 and larger aircraft using 463L cargo handling system (pallet). g. The shelter must be weather resistant and operational in temperature ranges from -25 degrees to +125 degrees Fahrenheit. i. Power requirements shall be optimized. j. Not allow more than 10 lbs/sq. ft. snow accumulation and be able to support that load. k. The shelter will be retrofitable for nuclear , biological and chemical protection and for passive (camouflage/concealment and hardening) protection. ASC/VXO will host an industry day during 23 and 24 January 1997 to further define requirements and answer pertinent questions. Firms having the ability to provide systems should submit specific information to document their capabilities and potential to successfully execute this effort to ASC/VXO (VXK), Bldg 40, Attn: Mr. Dennis D. Fields, Sr., 314 W Choctawhatchee Ave. Ste 103, Eglin AFB FL 32542-5717. Such information should include, but is not limited to: affordability, engineering design, analysis, manufacturing capability, test and evaluation results, logistics support requirements, and previous purchasers. Firms responding to this RFI will be forwarded a market survey. This RFI is for planning purposes only, and shall not be construed as a Request For Proposal (RFP) or as an obligation on the part of the Government to acquire any follow-on acquisitions. The Government does not intend to award a contract on the basis of this Sources Sought/RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect cost or changes by the Government will arise as the result of submission of responses to this Sources Sought/RFI does not constitute the solicitation of proposals or authority to enter into negotiations to award a contract. The information you provide may be utilized by the United States Air Force in developing its acquisition approach and its Statement of Objectives (SOO). The amalgamated results of the program may be released to industry as a SOO at the RFP stage; therefore, it is highly desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data maybe a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. Firms responding to this synopsis should state if they are a large, small or small disadvantaged business. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors, when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offers should use established channels to request information, pose questions, and voice concerns before resorting to the use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Colonel, Chief DET 5, Aeronautical Systems Center (DEPARTMENT OF THE AIR FORCE, ASC/SK, 205 West D Ave, Suite 318) Eglin AFB FL 32542-6865 at 904-882-9051, with serious concerns only. For routine communications concerning this acquisition, potential offerors are invited to contact Mr. Dennis Fields, Contract Specialist, at (904) 882-4685, ext 336 for contractual information or Lt Sean Haglund at (904) 882-4686, ext 328 for technical information. Collect calls will not be accepted.***** CITE: (W-353 SN013207) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags--Potential Sources Sought OFFADD: Aeronautical System Center, Weapons, Air Base And Range Office, Contracting Division (ASC/VXK), 314 West Choctowhatchee Avenue, Suite 104, Eglin AFB Fl 32542-5717 SUBJECT: 83--MEDIUM SHELTER/ECU SOL VXK-97-004 POC Mr. Dennis D. Fields, Sr., Contract Specialist or Mr. Jeffrey D. Cox at (904) 882-4685, ext 336 or 316. DESC: The Aeronautical Systems Center, Weapons, Air Base and Range, Product Support Office, Contracting Division (ASC/VXK), in support of the Air Base System Division (ASC/VXO), is requesting information on air transportable protective shelter systems which will provide work areas for personnel. The objective is to identify a candidate replacement item for the approximately 1500 square feet General Purpose Medium Shelter that could be brought to manufacturing capability as a Commercial Item with minimum effort. The following are specific performance characteristics of interest: and other factors considered. a. Basic shelter shall consist of the shelter and utilities interfaces integrated with a high efficiency, adequately sized, environment friendly HVAC and attendant air distribution, heat load and infiltration loss reduction measures. High overall shelter R-value is desirable to reduce HVAC loads and increase efficiency. b. The shelter system must optimize weight per shipping volume and packed volume, to erected volume ratio. Specifically, the shelter subsystem (cladding, support, connectors, utility interfaces, insulation, etc.) should weight no more than 8,175 lbs. The environmental control unit subsystem should weight no more than 1,380 lbs. c. The elapsed time from 463L pallet packed configuration to fully erected and functioning shelter system must be optimized. d. Shelter system shall require minimum maintenance at the organizational level and must be available 95% of the time or better. e. A minimum 20 year operational life is required with two erection/strike down cycles per year required. f. Shelter system shall be transportable by C-130, C-141 and larger aircraft using 463L cargo handling system (pallet). g. The shelter must be weather resistant and operational in temperature ranges from -25 degrees to +125 degrees Fahrenheit. i. Power requirements shall be optimized. j. Not allow more than 10 lbs/sq. ft. snow accumulation and be able to support that load. k. The shelter will be retrofitable for nuclear , biological and chemical protection and for passive (camouflage/concealment and hardening) protection. ASC/VXO will host an industry day during 23 and 24 January 1997 to further define requirements and answer pertinent questions. Firms having the ability to provide systems should submit specific information to document their capabilities and potential to successfully execute this effort to ASC/VXO (VXK), Bldg 40, Attn: Mr. Dennis D. Fields, Sr., 314 W Choctawhatchee Ave. Ste 103, Eglin AFB FL 32542-5717. Such information should include, but is not limited to: affordability, engineering design, analysis, manufacturing capability, test and evaluation results, logistics support requirements, and previous purchasers. Firms responding to this RFI will be forwarded a market survey. This RFI is for planning purposes only, and shall not be construed as a Request For Proposal (RFP) or as an obligation on the part of the Government to acquire any follow-on acquisitions. The Government does not intend to award a contract on the basis of this Sources Sought/RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect cost or changes by the Government will arise as the result of submission of responses to this Sources Sought/RFI does not constitute the solicitation of proposals or authority to enter into negotiations to award a contract. The information you provide may be utilized by the United States Air Force in developing its acquisition approach and its Statement of Objectives (SOO). The amalgamated results of the program may be released to industry as a SOO at the RFP stage; therefore, it is highly desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data maybe a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. Firms responding to this synopsis should state if they are a large, small or small disadvantaged business. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors, when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offers should use established channels to request information, pose questions, and voice concerns before resorting to the use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Colonel, Chief DET 5, Aeronautical Systems Center (DEPARTMENT OF THE AIR FORCE, ASC/SK, 205 West D Ave, Suite 318) Eglin AFB FL 32542-6865 at 904-882-9051, with serious concerns only. For routine communications concerning this acquisition, potential offerors are invited to contact Mr. Dennis Fields, Contract Specialist, at (904) 882-4685, ext 336 for contractual information or Lt Sean Haglund at (904) 882-4686, ext 328 for technical information. Collect calls will not be accepted.***** CITE: (W-353 SN013208) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 87--Agricultural Supplies OFFADD: USDA Forest Service, Savannah River Forest Station, P.O. Box 710, New Ellenton, SC 29809-0710 SUBJECT: 87--PINE SEEDLINGS SOL RFQ-36-97-04 DUE 010697 POC Katherine Mayo, Contract Specialist, (803) 725-0240. DESC: Request for Quotes is for growing, producing, and delivering 500,000 Longleaf and 200,000 Loblolly Pine 1-0 Bareroot Seedlings to the Department of Energy's Savannah River Site (SRS) near Aiken, SC. The seedlings must be grown within a 200 mile radius of New Ellenton, SC. The Government will furnish all seed needed for performance of this contract. CITE: (M-353 SN013298) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4022, FORT KNOX KY 40121-5000 SUBJECT: 89--BREAD, ROLLS AND DOUGHNUTS SOL DABT23-97-B-0028 DUE 020497 POC Contract Specialist Paul Avery (502) 624-8069 (Site Code DABT23) DESC: Requirements type contract for bread, rolls and doughnuts for the period 1 March 1997 through 28 February 1998. Estimated annual quantity of approximately 600,000 lbs of 14 different types of breads and rolls and approximately 16,590 dozen of 5 diffeent types of doughnuts. Bread and doughnuts to be delivered to approximately 25 different locations at Fort Knox, Kentucky. All responsible sources may submit an offer which will be considered. You may request a copy of the solicitation by fax to 502/624- 869. No telephone requests will be accepted. CITE: (I-353 SN013320) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: U.S. Postal Service, Topeka Purchasing Center, 500 SW Montara Pky., Topeka, KS 66624-9402 SUBJECT: 95--MISC. FLAT BELTS SOL 198525-97-A-0118 DUE 012797 POC Terry Roberts, (913) 861-2881, FAX (913) 861-2862. DESC: The USPS has a requirement for six (6) items of Misc. flat belts in varying quantities of 2000-5000 each. The belts are identified by Habasit Belting and Siegling America and are the only acceptable sources of supply. A firm fixed priced award contract will be awarded from the solicitation. Delivery will be FOB Destination to the Materiel Distribution Center, Topeka, Kansas. Delivery will be scheduled for 9-8-97. Solicitation will be issued on or about December 27, 1996 and offers will be due on or about January 27, 1997. Requests for solicitation must be in writing and Zip Plus-4 in the address is required. No telephone request for the solicitation will be accepted. Cite one (1) request per order and a solicitation will be furnished on a first received, first served basis until the supply is exhausted. CITE: (M-353 SN013248) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: General Affairs Department, Telegran sector, Nippon Telegraph and Telephone Corporation, Attn.: Mr. Nagasaka +80-3-3244-2151 SUBJECT: 99--ENVELOPES FOR GREETING TELEGRAMS SOL KANPO 08-155 (Denpo 8-1) DUE 012497 POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810 also NTT America, Inc., Pacific and Western Division, 415/940-6565: Contracting Office General Affairs Department, Telegran sector, Nippon Telegraph and Telephone Corporation, Attn.: Mr. Nagasaka +80-3-3244-2151 DESC: Products outline; Designated products are designed as forms for use as congratulatory, condolence and general -purpose telegrams. Quantity; about 9,610,000 sheets. Delivery date; The appointed date from April 1, 1997 to March 31, 1998. Delivery site; NTT will separately specify the place in Japan as delivery sites. Type of tender; Open. THIS NOTICE IS FOR INFORMATION ONLY. TENDERDOCUMENTATION IDENTIFIES THE ADDITIONAL INFORMATION CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION FOR PROCUREMENT.TENDER DOCUMENTATION is available for $30(Excluding sales tax. Please check sales/use tax at your nearest local office.) at NTT America, Inc.NTT only accepts proposals that follow the direction of TENDER DOCUMENTATION, which includes APPLICATION FORMS.The language used for application shall be Japanese or English. LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-353 SN013043) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: General Affairs Department, Telegran sector, Nippon Telegraph and Telephone Corporation, Attn.: Mr. Nagasaka +80-3-3244-2151 SUBJECT: 99--CONTINUOUS FORMS FOR TELEGRAMS SOL KANPO 08-155 (Denpo 8-2) DUE 012497 POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810 also NTT America, Inc., Pacific and Western Division, 415/940-6565: Contracting Office General Affairs Department, Telegran sector, Nippon Telegraph and Telephone Corporation, Attn.: Mr. Nagasaka +80-3-3244-2151 DESC: Products outline; Designated products are designed as telegram output printing forms. Quantity; about 84,000,000 folds. Delivery date; The appointed date from April 1, 1997 to March 31, 1998. Delivery site; NTT will separately specify the place in Japan as delivery sites. Type of tender; Open. THIS NOTICE IS FOR INFORMATION ONLY. TENDERDOCUMENTATION IDENTIFIES THE ADDITIONAL INFORMATION CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION FOR PROCUREMENT.TENDER DOCUMENTATION is available for $30(Excluding sales tax. Please check sales/use tax at your nearest local office.) at NTT America, Inc.NTT only accepts proposals that follow the direction of TENDER DOCUMENTATION, which includes APPLICATION FORMS.The language used for application shall be Japanese or English. LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-353 SN013044) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: National Imagery and Mapping Agency, Attn: PCO-E MS D-5, 4600 Sangamore Road, Bethesda, MD 20816-5003 SUBJECT: 99--LICENSE TO RECEIVE TRANSMISSIONS FROM SPOT SATELLITE SOL N/A POC Contact Tim Hughes, Contracting Officer, 301-227-1904, FAX 301-227-4793 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in sub part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notification. PROPOSALS ARE NOT BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (NATIONAL IMAGERY AND MAPPING AGENCY) intends to award a two-month extension to contract DMA800-94-D-8064 on a sole source basis with SICORP of Virginia. This contract provides a license for the Air Force to receive satellite transmissions from the French Satellite, System Pour L'Observation de la Terre, as well as associated unique services and supplies. This notice of intent is not a request for competitive proposals. The period of performance will be 01 January 1997 through 28 February 1997. No solicitation document exist and request for a solicitation will be disregarded. CITE: (I-353 SN013193) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Marine Corps Regional Contracting Office, Northeast Region, 2010 Henderson Road, MCCDC, Quantico, Virginia 22134-5045 SUBJECT: 99--LAUNDERING AND RENTAL SERVICES OF SHOP TOWELS SOL M0026497R0003 DUE 022497 POC Peggy Smith, (703) 784-3466, ext. 35, Contracting Officer, Wanda Wichmann, (703) 784-3466. DESC: The Marine Corps Regional Contracting Office, Quantico, VA has a requirement for laundering and rental services for shop towels. It is anticipated that the quotation will be issued 012497. Only written or faxed requests received directly from the requester will be accepted, FAX number (703) 784-3592, See Numbered Note 1. CITE: (M-353 SN013249) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Naval Surface Warfare Center, Carderock Division, Philadelphia Purchase Branch, Code 335, Bldg. 77l, U.s. Naval Base, Philadelphia, Pa 19112-5083 SUBJECT: A--GRAYWATER TREATMENT SYSTEM, MODEL WE-00970-3 POC B. Cunningham (301)227-5762, William Barnes (301)227-5282 CNT N00167-97-C-0007 AMT $376,730.00 LINE 0001 & 0002 DTD 120996 TO Pall Aeropower Corporation, Pall Aeropower Company, 6301 49th St. North, Pinellas Park, FL 34665-5798 CITE: (W-353 SN013144) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Park Service, P.O. Box 25287, Denver, CO 80225-0287 SUBJECT: A--CONCESSION CONTRACT EXTENSIONS POC Judy Jennings, Concessions Program Leader, (303) 969-2661 CNT IMFA-EXTEND AMT Concession Contract DTD 010197 TO The National Park Service intends to extend the following concession contracts and permits which will expire on December 31, 1996, unless extended. The following concession contracts and permits will be extended for a period of one year through December 31, 1997: BRYCE CANYON NATIONAL PARK, CC-BRCA0 CITE: (D-353 SN013284) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement Office, Redstone Arsenal, AL 35898-5275 SUBJECT: A--WEAPON SYSTEMS ORDNANCE TEST AND EVALUATION SUPPORT POC (RDPC) Patricia Yarbrough, Contract Specialist, AMSMI-AC-CRAX, 205- 876-8919, Raymond Shores, Contracting Officer, Synopsis Number R122- 96. CNT DAAH01-90-C-R312/P00139 AMT $271,393.58 LINE N/A DTD 121196 TO AMTEC Corporation, 500 Wynn Drive, Suite 314, Huntsville, Alabama 35816-3429 CITE: (I-353 SN013341) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX 2946, PORTLAND OR 97208-2946 SUBJECT: B--WATER QUALITY MONITORING AT LOST CREEK AND APPLEGATE POC Contracting Officer RALPH P. BANSE-FAY (503) 326-6417 (Site Code DACW57) CNT DACW57-97-C-0010 AMT $37,060 DTD 121396 TO CASCADE RESEARCH GROUP, ATTN JOHN SALINAS, PO BOX 404, MURPHY, OR 975330404 CITE: (I-353 SN013315) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Contracting Division, U.S. Coast Guard Facilities Design & Construction Center (Atlantic), 5505 Robin Hood Road, Suite K, Norfolk, VA 23513-2431 SUBJECT: C--PROFESSIONAL DESIGN AND PREPARATION OF CONSTRUCTION CONTRACT DOCUMENTS FOR A USCG MOORING & BUOY LOADING FACILITY AT THE USACOE SERVICE BASE, ST. LOUIS, MO POC N/A CNT DTCG47-96-C-3EFK16 AMT $193,995.00 DTD 121396 TO Stanley Consultants, 225 Iowa Avenue, Muscatine, IA 52761- 3764 CITE: (I-353 SN013131) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006 SUBJECT: C--REPAIR C5 SQUADRON OPERATIONS (DBOF-T) BUILDING 380 AT TRAVIS AIR FORCE BASE, FAIRFIELD, CALIFORNIA POC Joyce Howell-Payne, Contract Specialist, (415) 244-2672, Carl W. Brinkley, Contracting Officer. CNT N62474-95-C-2534 AMT $1,857,562.00 LINE N/A DTD 121696 TO Orbas & Associates, 3037 Golf Course Dr. #5, Ventura, California 93003 CITE: (I-353 SN013170) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: United States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC, 2811 West Dublin Granville Road, Room 211, Columbus, Ohio 43235-2788 SUBJECT: C--INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES POC Elaine Farabee, (614) 766-3843. CNT DAHA33-97-D-0001 AMT $750,000.00 with options totaling $750,000.00 DTD 121096 TO Beling Consultants, 1150 Dublin Road, Columbus, OH 43215 CITE: (M-353 SN013247) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Department of Treasury (DY),Internal Revenue Service, (S:P), Attn: Cindy Dong, 1650 MISSION ST., RM. 312, SAN FRANCISCO, CA 94103 SUBJECT: D--MAINTENANCE OF EAGLE TELEPHONE SYSTEMS AND EQUIPMENT POC Cindy Dong, Contracting Officer, (415) 556-1383. CNT TIRWR-97-P-00603 AMT $32,826.15 LINE N/A DTD 121696 TO Deane Communications, Inc., 6063 So. Vinewood St., Littleton, CO 80120. CITE: (I-353 SN013189) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Department of Treasury (DY),Internal Revenue Service, (S:P), Attn: Cindy Dong, 1650 MISSION ST., RM. 312, SAN FRANCISCO, CA 94103 SUBJECT: D--MAINTENANCE OF EAGLE TELEPHONE SYSTEMS AND EQUIPMENT POC Cindy Dong, Contracting Officer, (415) 556-1383. CNT TIRWR-97-P-00603 AMT $32,826.15 LINE N/A DTD 121696 TO Deane Communications, Inc., 6063 So. Vinewood St., Littleton, CO 80120. CITE: (I-353 SN013199) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA - Wenatchee National Forest, 215 Melody Lane, Wenatchee, WA 98801 SUBJECT: F--GROWING OF CONTAINERIZED SEEDLINGS, WENATCHEE NATIONAL FOREST, CHELAN, KITTITAS AND YAKIMA COUNTIES, WASHINGTON POC Donald L. Mann, 509/662-4316 CNT 53-05GG-7-00001m AMT $105,913 LINE N/A DTD 121796 TO Silvaseed Company, P.O. Box 118, Roy, WA 98580 CITE: (I-353 SN013360) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: G--Social Services OFFADD: Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, Program Acquisition Branch, 255 East Paces Ferry Rd, NE, Rm 500, Atlanta, GA 30305 SUBJECT: G--THE NATIONAL AIDS, STD AND NIP HOTLINE CONTRACT POC Mark S. Federer, Contracting Officer, (404) 842-6789 CNT 200-97-0607 AMT $6,771,100 LINE N/A DTD 121696 TO American Social Health Association, 100 Capitola Drive N.E., Room 200, Durham, NC 27713 CITE: (I-352 SN012978) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212 SUBJECT: J--MAINTENANCE OF COMPUTER HARDWARE POC Contracting Officer, Fran L. Cass; Contract Specialist Brian O'Donnell,(619)532-3445 CNT N00244-97-C-3015 awarded to Halifax for a base year and four option ys AMT $193,500 DTD 112796 TO Halifax Corporation, P.O. Box 11904, Alexandria, VA 22312 CITE: (I-353 SN013082) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: VA Medical Center, 500 Foothill Blvd., Salt Lake City, UT 84148 SUBJECT: J--MAINTENANCE OF JOHNSON CONTROL ENERGY MANAGEMENT SYSTEM POC Brenda Alverson, (801) 584-1249 CNT V660P-4450 AMT $109,125 LINE 0001 DTD 121696 TO Johnson Controls, Inc., 2255 Technology Parkway, West Valley City, UT 84119 CITE: (I-353 SN013194) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Officer in Charge (Code 400), SUPSHIP New Orleans Detachement Ingleside, 2384 State Hwy 361, Ingleside, TX 78362 SUBJECT: J--RAV USS BLACKHAWK (MHC 58)=20 CNT N00024-94-H-8685, J.O. U130, Solicitation=A0N68958-97-R-0003 AMT $58,022.00 LINE 0001 through 0003 DTD 121396 TO Peterson Builders, Inc., P.O. Drawer 280, Ingleside, TX 78362-0280 CITE: (I-353 SN013280) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: K--ALL SERVICES AND MATERIAL, INSTALL AN INTERGRATED SUPPORT STATION POC N/A CNT F09603-94-C-0576-P00011/F09603-97-R-52609 AMT $282,500 LINE N/A DTD 120396 TO To: Northrop Grumman Corp, Electronic Systems Div, 600 Hicks Rd, Rolling Meadows IL 60008-1098 CITE: (W-353 SN013257) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: GSA, Property Management Contracts Branch, JCK Federal Building, 230 S. Dearborn Street, Chicago, IL 60604 SUBJECT: M--OPERATIONS AND MAINTENANCE POC Laurie Chestnut, Contract Specialist, (312) 886-4102. CNT GSO5P96GAC0187 AMT $2,928,003.30 (includes base period plus option years) DTD 111896 TO PM Realty Group, Ltd., 919 N. Michigan, Suite 2000, Chicago, IL CITE: (M-353 SN013216) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Bureau of Prisons, Federal Correctional Complex, POB 1029, Coleman, Florida, 33521-1029 SUBJECT: Q--MEDICAL SERVICES POC Kathy J. Collins, (352) 330-3015, Contracting Officer. CNT 05-0218 AMT $30,720.00 LINE 1-On-Site Optometrist DTD 121096 TO Daniel D. Richardson, O.D., 326 Shopping Center Drive, Wildwood, Florida, 34785 CITE: (M-353 SN013273) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Federal Bureau of Prisons (FBOP), Western Regional Contracting Office, 6600 Goodfellow St., Dublin, CA 94568 SUBJECT: Q--X-RAY INTERPRETATION SERVICES FOR USP LOMPOC, CA POC James F. Cooper, Contracting Officer, (510) 803-2775. CNT Contract No. J116c-410 on Solicitation No. IFB116-0366 AMT $41,730.00 DTD 121096 TO Central Diagnostic Imaging Medical Group, Inc., 111 Elm Street, Suite 205, San Diego, CA 92101-2647 CITE: (M-353 SN013287) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: R--FY 1997 CONTRACTOR LOGISTICS SUPPORT (CLS) FOR THE T-45 PROGRAM POC Contact, LCDR C. K. Stream, Phone (703)604-1920 CNT N00019-96-C-0104 (Synopsis no. 30192-96) AMT $65,573,154 LINE N/A DTD 093096 TO McDonnell Douglas Aerospace, P.O. Box 516, St. Louis, MO 63166-0516 CITE: (I-353 SN013182) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC 7260 Bethesda, Maryland 20892-7260 SUBJECT: R--PATENT LEGAL SERVICE POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073, FAX- 3406. CNT 263-97-D-0015 AMT $1,895,000.00 LINE N/A DTD 121196 TO Fish and Richardson, Suite 1400, 4225 Executive Square, LA Jolla, CA 92037 CITE: (I-353 SN013183) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC 7260 Bethesda, Maryland 20892-7260 SUBJECT: R--PATENT LEGAL SERVICE POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073, FAX- 3406. CNT 263-97-D-0025 AMT $1,983,000.00 LINE N/A DTD 121296 TO Townsend and Townsend and Crew, Two Embarcadero Center, San Francisco, CA 94111 CITE: (I-353 SN013184) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC 7260 Bethesda, Maryland 20892-7260 SUBJECT: R--PATENT LEGAL SERVICE POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073, FAX- 3406. CNT 263-97-D-0021 AMT $1,985,500.00 LINE N/A DTD 121396 TO Merchant & Gould 3100 Northwest Center, 90 S. 7th Street, Minnepolis, MD 55402-4131 CITE: (I-353 SN013185) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC 7260 Bethesda, Maryland 20892-7260 SUBJECT: R--PATENT LEGAL SERVICE POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073, FAX- 3406. CNT 263-97-D-0019 AMT $1,877,500.00 LINE N/A DTD 121396 TO Leydig, Voit & Mayer, Ltd., Two President Plaza, Suite 4900, Chicago, IL 60601-6780 CITE: (I-353 SN013192) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC 7260 Bethesda, Maryland 20892-7260 SUBJECT: R--PATENT LEGAL SERVICE POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073, FAX- 3406. CNT 263-97-D-0016 AMT $1,556,750.00 LINE N/A DTD 121396 TO Fitch, Even, Tabin & Flannery, 135 S. LaSalle St., Suite 900, Chicago, IL 60603-4277 CITE: (I-353 SN013197) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC 7260 Bethesda, Maryland 20892-7260 SUBJECT: R--PATENT LEGAL SERVICE POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073, FAX- 3406. CNT 263-97-D-0017 AMT $1,580,000.00 LINE N/A DTD 121396 TO Klarquist Sparkman Campbell Leigh & Whinston, One World Trade Center, 121 SW Salmon St., 16th Fl., Portland, OR 97204-2988 CITE: (I-353 SN013200) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212 SUBJECT: S--CUSTODIAL SERVICES POC Contracting Officer, Fran Cass; Contract Specialist Dave Chesnut,(619)532-3955 CNT N00244-97-C-8007 AMT $45,610.00 DTD 120196 TO L & D Cleaning Service, P.O. Box 233, Caribou, Maine 04736 CITE: (I-353 SN013084) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer in Charge/Officer in Charge of Construction, Naval Air Station, Stop 49, 22445 Peary Road, Patuxent River, Maryland 20670-5504 SUBJECT: S--SNOW REMOVAL, NAWC, AIRCRAFT DIVISION, PATUXENT RIVER, SOLOMONS ANNEX, SOLOMONS, WEBSTER OUTLYING FIELD, ST. INIGOES, AND GLENN FOREST, MARYLAND POC Contract Specialist, Jacqueline M. Lacey (301) 342-3854 ext. 506. CNT N62477-97-M-3005 AMT Not To Exceed $100,000.00 LINE Bid Items 0001 throug DTD 043097 TO Great Mills Trading Post Co. Inc., P.O. Box 52, Great Mills, Maryland 20634 CITE: (M-353 SN013239) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd., SE., Atlanta, GA 30315 SUBJECT: U--8249--BUSINESS EDUCATION VT INSTRUCTOR POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX, (404) 331-4409. CNT J120c467, RFP120-0431 AMT $21,836.00 LINE Base Year DTD 120296 TO Sharon Gilbert CITE: (M-353 SN013233) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd., SE., Atlanta, GA 30315 SUBJECT: U--8249--ELECTRONICS VT INSTRUCTOR POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX, (404) 331-4409. CNT J120c466, RFP120-0429 AMT $21,624.00 LINE Base Year DTD 120296 TO Garrett Bibb CITE: (M-353 SN013234) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: General Services Administration, Public Buildings Service, Contracts Branch (5PMC, M/S 33-3), 230 South Dearborn Street, Room 3324, Chicago, Illinois 60604-1696 SUBJECT: U--TRAINING AND CONFERENCE FACILITIES POC Timothy Heitman, Contracting Officer, 312 353-4167 CNT GS05P97GAM0032 AMT $33,579.88 DTD 120696 TO Westin Hotel - O'Hare, 6100 River Road, Rosemont, IL 60018 EMAILADD: pbschgo@gsa.gov EMAILDESC: CITE: (W-353 SN013259) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212 SUBJECT: V--PACK AND CRATE SERVICES FALLON NV POC Contracting Officer, S. K. Wasson; Contract Specialist Ben S. Stowman,(619)532-2663 CNT N00244-97-D-5016 AMT $310,799 DTD 121296 TO Bender/Colonial Moving & Storage,150 S Stanford Way, Sparks NV 89431 CITE: (I-353 SN013255) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Facilities service Office, U.S. Postal Service, 4000 DeKalb Technology Pkwy., Suite 300, Atlanta, GA 30340-2799 SUBJECT: X--SYLVESTER, GA 31791-9998, AWARD OF CONSTRUCTION NEW USPS LEASED POST OFFICE POC Gloria Byers-Harris, Real Estate Specialist, (770) 454-0609, Kerry G. Pfrimmer, Contracting Officer, (770) 454-0621. AMT $123,714.56 DTD 121296 TO Donald W. Ford, Jr. & J. Todd Ford CITE: (M-353 SN013368) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Alaska, P.O. Box 898, Anchorage, Alaska 99506-0898 SUBJECT: Y--STORM DRAINS, ELMENDORF AFB, ALASKA POC Contact, Gail M. West, 907/753-2552/Contracting Officer, Sharyn A Dunn , 907/753-2556 CNT DACA85-97-C-0002 AMT $667,400.00 DTD 121396 TO GMC Contracting, P.O. Box 232556, Anchorage, AK 99523-2556 CITE: (I-352 SN012988) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Commanding Officer, Naval Facilities Engineering Command, P. O. Box 190010, North Charleston, SC 29419-9010. SUBJECT: Y--SQUADRON OPS/AMU FACILITY, CHARLESTON AFB, SC POC N/A CNT N62467-94-C-1124 AMT $5,036,875.00 DTD 121796 TO Bell Constructors, Inc. 1340 Lexington Avenue, Rochester, NY 14606 CITE: (I-353 SN013132) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of Agriculture, Agricultural Research Service, Room 616, 6303 Ivy Lane, Greenbelt, Maryland 20770 SUBJECT: Y--CONSTRUCT PARLIER, CALIFORNIA, IRRIGATION POC Contracting Officer, Michael W. Thompson, 301-344-0298 CNT 50-3K15-7-8227 AMT $439,500 DTD 121396 TO Butts Construction Company, 674 N. Burgan, Fresno, California 93727 CITE: (I-353 SN013150) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code 540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198 SUBJECT: Y--STRUCTURAL UPGRADES TO BUILDING 12 AT THE FLEET AND INDUSTRIAL SUPPLY CENTER, SAN DIEGO, CALIFORNIA POC Contract Specialist, Rose Hussak/Contracting Officer, Janet Buyson. CNT N68711-96-C-2074 AMT $2,000,000.00 LINE N/A DTD 121696 TO Orbas & Associates, 3037 Golf Course Drive #5, Ventura, CA 93003 CITE: (I-353 SN013179) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, NY Facilities Service Office, 2 Hudson Place, Hoboken, NJ 07030-5502 SUBJECT: Y--MAIN OFFICE/VMF, STATEN ISLAND, NY--ELECTRICAL UPGRADE CNT 332495-97-B-0027 AMT $273,000.00 DTD 121196 TO Lighton Industries, 699 Cross Street, Lakewood, NJ 08701-4696 CITE: (M-353 SN013303) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH STREET MOBILE AL 36602 SUBJECT: Y--NIGHT VISION CLASSROOM, FORT RUCKER, ALABAMA POC Contracting Officer, Gene L. Curtis (Site Code W31XNJ) CNT DACA01-97-C-0015 (DACA01-96-B-0112) AMT $372,133 DTD 121696 TO EAGLE WOOD, INC., P.O. Box 1046, Denver, NC 28037, (S) CITE: (I-353 SN013317) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Navy Public Works Center, Jacksonville, P.O. Box 30, Jacksonville, Florida 32212-0030 SUBJECT: Z--INSTALL CHILLER, BUILDING 800, CECIL FIELD NAVAL AIR STATION, JACKSONVILLE,FL POC Ms. Susan Heuler, (904) 778-5560, Contracting Officer CNT N68931-97-M-1015 AMT $64,500 LINE 0001 DTD 121796 TO Professional Cooling & Control Systems, Inc. 16 Industrial Loop, Suite 174, Orange Park, Florida 32073 EMAIL sheuler_at_pwcoa@jaxmail.navy.mil EMAILDESC: CITE: (W-353 SN013094) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Resident Officer in Charge of Construction Attn: Contracting Officer, 181 Wainwright Rd, Halligan Hall, Stop21A, U.S. Naval Academy, Annapolis, MD 21402-5013 SUBJECT: Z--ROADWORK VARIOUS LOCATIONS AT THE U.S. NAVAL COMPLEX, U.S. NAVAL ACADEMY, ANNAPOLIS, MD CNT N62477-96-D-0657 AMT $475,527.08 DTD 121096 TO D-M&S, Inc. 10880 Rt. 99 Woodstock, MD 21163-1304 CITE: (I-353 SN013147) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: VA Medical Center, Route 9, Martinsburg, WV SUBJECT: Z--REPLACE NURSE CALL - PHASE III POC Shari M. Kesecker CNT V613C-386 AMT $223,000 LINE Alt Item #4 DTD 120696 TO Shifler Elec Assoc Inc., Hagerstown, MD 21740 CITE: (I-353 SN013191) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, Maryland 21045-0701 SUBJECT: Z--EXPANSION PROJECT, FIRST FLOOR, BMEU, COLUMBUS, OH 43216-9998 CNT 232098-96-B-0431 AMT $287,000.00 DTD 121096 TO Cody-Ziegler, Inc., 6500 Taylor Road, SW., Box 200, Summit Station, OH 43073 CITE: (M-353 SN013217) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, 4000 DeKalb Technology Pkwy., Ste. 300, Atlanta, GA 30340-2799 SUBJECT: Z--DAYTONA BEACH, FL--DOWNTOWN STATION--BUILDING RENOVATIONS POC Pat Ward, Contract Specialist, (770) 454-0664. CNT 123125-97-B-3035 AMT $560,052.00 DTD 120696 TO Scott Peterson Construction Co., Inc., 645 North Lane Avenue, Jacksonville, FL 32254-2822 CITE: (M-353 SN013229) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Assistant Officer in Charge, Facilities Support Contract Dept., Building 87, Stop 5, Facilities MCAS, PSC Box 8006, Cherry Point, North Carolina 28533-0006 SUBJECT: Z--PAINTING, STATION CNT N62470-96-D-2129 AMT Not to Exceed $295,170.00 LINE Line Item 0001 DTD 121296 TO J and K Contracting, Inc., 9344 Lanham-Severn Road, Suite 206, Lanham, MD 20706 CITE: (M-353 SN013290) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Beaufort Area, P.O. Box 448, Port Royal, SC 29935-0448 SUBJECT: Z--REPAIRS TO PUBLIC WORKS ADMIN B-616, MCAS, BEAUFORT, SC CNT N62467-96-C-6550 AMT $866,300.00 DTD 121096 TO HASS Construction, 2894 Pringle St, Unit D, N. Charleston, SC 29405 CITE: (M-353 SN013292) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Beaufort Area, P.O. Box 448, Port Royal, SC 29935-0448 SUBJECT: Z--REPAIR ENLISTED DINING FACILITY BLDG 442, MCAS, BEAUFORT, SC CNT N62467-95-C-6553 AMT $675,221.00 DTD 121096 TO Cullum Mechanical Construction, PO Box 40368, Charleston, SC 29423 CITE: (M-353 SN013293) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET, ST LOUIS MO 63103-2833 SUBJECT: Z--GUIDEWALL REPAIR AT LOCK AND DAM NO. 24, MISSISSIPPI RIVER, MISSOURI POC Contracting Officer T. M. LAWS (314) 331-8500 (Site Code DACW43) CNT DACW43-97-C-0405 DACW43-97-B-0211 AMT $169,849 DTD 121696 TO ST LOUIS BRIDGE CONSTRUCTION CO, 655 LANDMARK DRIVE, ARNOLD, MO 63010 CITE: (I-353 SN013314) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH STREET MOBILE AL 36602 SUBJECT: Z--ALTER FLIGHT SIMULATOR/ADAL AIRCRAFT RINSE FACILITY/BCE WAREHOUSE, MACDILL AFB, FLORIDA POC Contracting Officer, Edward M. Slana (Site Code W31XNJ) CNT DACA01-97-C-0017 (DACA01-96-B-0064) AMT $239,000 DTD 121396 TO R.M. WILLIAMS CONTRACTORS, INC., 504 S. Moody Avenue, P.O. Box 18284, Tampa, Florida 33609, (S) CITE: (I-353 SN013316) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH STREET MOBILE AL 36602 SUBJECT: Z--FARM BUILDING DEMOLITION, TTW WILDLIFE MITIGATION, AMORY, MISSISSIPPI POC Contracting Officer, Sue L. Speights (Site Code W31XNJ) CNT DACW01-97-C-0011 (DACW01-96-R-0077) (SBA# 0470-97-604309) AMT $190,140 DTD 121796 TO JERNIGAN CONTRACTORS, INC., 2396 Mount Olive Road, Louisville, MS 39339, (S) CITE: (I-353 SN013318) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code 540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198 SUBJECT: Z--FY97 MCON PROJECT P-706 CHANNEL DREDGING, NAVAL AIR STATION, NORTH ISLAND, CORONADO, CALIFORNIA POC Contract Specialist, Charles Bolz/Contracting Officer, Janet Buyson. CNT N68711-94-C-1686 AMT $32,652,859.00 LINE BASE OFFER ITEM 0001 DTD 120996 TO Great Lakes/Stuyvesant Joint Venture, 2122 York Road, Oak Brook, IL 60521 CITE: (I-353 SN013366) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 358989-5280 SUBJECT: 14--FY 97, 98, 99 ATAS/SVML ENGINEERING SERVICES. POC Mr. J.W. Sheats/Contracting Officer/AMSMI-AC-CAE/(205) 876-5257 (PCA). CNT DAAH01-97-C-0084 AMT $10,691,249.00 LINE N/A DTD 121396 TO Hughes Missile Systems Company, P.O. Box 11337, Tucson, AZ 85734- 1337 CITE: (I-353 SN013187) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--LATCH ASSEMBLY, AIRCRAFT SOL SP0460-96-R-2350 CNT SP0460-97-C-0134 AMT $51,968.00 LINE 0001 DTD 121796 TO Special-T Fasteners Inc 20660 Nordhoff St Chatsworth CA 91311 CITE: (I-353 SN013010) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--COVER, ACCESS SOL SP0460-96-Q-LA83 CNT F04606-97-G-0002-TY02 AMT $44,140.10 LINE 0001 DTD 121796 TO Northrop Grumman Corp Military Aircraft Systems Div El Segundo site 1 Hornet Way El Segundo CA 90245-2804 CITE: (I-353 SN013018) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: 15--FITTING POC N/A CNT F09603-94-G-0035-0239 AMT $325,024.00 LINE N/A DTD 120696 TO Lockheed Martin Corp, Lockheed Martin Aeronautical Sys, 86 S Cobb Dr, Marietta Ga 30063-0290 CITE: (W-353 SN013260) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Supply Directorate, Contracting Department, Supply, MCAS, PSC Box 8018, Cherry Point, NC 28533-0018 SUBJECT: 15--REPAIR KIT FOR REPAIR OF THE CH-46 STUB WING POC Susan Rice, Contract Specialist (SUL1H), (919) 466-2007. Anna O'Brien (Tel: (919) 466-2844/FAX (919) 466-3571). CNT N00146-97-D-0006 AMT $457,650.00 DTD 111999 TO Marion Composites, 150 Johnson Road, Marion, VA 24354 CITE: (M-353 SN013296) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: 15--LIP ASSY< SCOOP, ENGINE POC N/A CNT F09603-96-C-0339/F09603-96-R-11754 AMT $410,399.00 LINE N/A DTD 121096 TO Associated Company Inc, P O Box 17279, 1501 S Mclean Blvd, Wichita KS 67213-0000 CITE: (W-353 SN013378) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: 15--AILERON POC N/A CNT F09603-97-C-0073/F09603-96-R-21480 AMT $52,328.00 LINE N/A DTD 120696 TO Cyclone Aviation Products LTD, 1 Cyclone Rd, P O Box 114, Carmiel-20100 Israel CITE: (W-353 SN013379) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--MANIFOLD ASSEMBLY, OXYGEN SOL SP0920-96-Q-A218 CNT SP0920-97-M-1301 AMT $36,271.51 LINE 7001 THROUGH 7002 DTD 121796 TO Carleton Technologies Inc 10 cobham Dr Orchard Park NY 14127-4195 CITE: (I-352 SN013000) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--TUBE, TUNED CAVITY-O SOL SP0460-96-Q-XP46 CNT SP0460-97-M-4619 AMT $81,900.00 LINE 0001 DTD 121796 TO Raytheon E-Systems Inc ECI Div 1501 72ND St N Saint Petersburg FL 33710 CITE: (I-353 SN013009) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--BRACKET, WELDMENT, TAIL, ROTOR, HELECOPTER. SOL SP0740-96-R-1679 CNT F09603-94-G-0016-UB2U AMT $96,052.50 LINE 0001AA THROUGH 0001AH DTD 121196 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-353 SN013047) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--RELIEF ASSEMBLY, ACT. CNT F09603-95-G-0015-UBM1 AMT $34,305.88 LINE 0001 DTD 121896 TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave Kalamazoo MI 49001-4165 CITE: (I-353 SN013049) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--STEM-SEAT ASSY. ON RH-53 HELICOPTER. SOL SP0740-96-R-0237 CNT SP0740-97-C-0684 AMT $66,642.00 LINE 0001 THROUGH 0003 DTD 121896 TO EG and G Wright Components Inc RT 96 P O Box 160 Phelps NY 14532 CITE: (I-353 SN013051) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--CYLINDER ASSEMBLY, ACTUATING, LINEAR SOL SP0740-96-R-0980 CNT N00383-96-G-005D-UB18 AMT $59,052.69 LINE 0001 DTD 121896 TO Parker-Hannifin Corp Aerospace Group Customer Support Military Div 16666 Von Karman Ave Irvine CA 92714-4917 CITE: (I-353 SN013057) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--FILTER ELEMENT, FLUID. SOL SP0740-97-Q-0025 CNT SP0740-97-M-9052 AMT $39,380.14 LINE 0001 THROUGH 0003 DTD 121896 TO Pioneer Valve & Fitting Co Inc. 93 Seigel Street Brooklyn, NY 11206-3200 CITE: (I-353 SN013059) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--PARTS KIT, LANDING GEAR. SOL SP0740-97-Q-0216 CNT N00383-96-G-M127-UB08 AMT $98,670.00 LINE 0001 THROUGH 0002 DTD 121896 TO Coltec Industries Inc Menasco aerosystems Div 4000 S Hwy 157 Euless TX 76040-7012 CITE: (I-353 SN013075) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Supply Directorate, Contracting Department, PSC Box 8018, Cherry Point, NC 28533-0018 SUBJECT: 16--O/S CLUTCH POC Debora Berget, (919) 466-7766, Contracting Officer, Cherie Daniels, (919) 466-7504. CNT N00146-97-M-N124 AMT $45,000.00 LINE 0001 DTD 102296 TO Boeing Canada Technology Ltd, Arnprior Division, Baskin Drive East, Arnprior Ontario, K7S--3M1-CA CITE: (M-353 SN013244) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--BRACKET ASSEMBLY SOL 97T584-42-P-0700 CNT SP0740-97-M-5151 AMT $39,834.00 LINE 0001 DTD 121896 TO Seyer Industries Inc 66 Patmos Ct P.O.Box 100 Saint Peters Mo 63376 CITE: (I-353 SN013053) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--RADIATOR MODIFICATION KIT. SOL SP0770-97-Q-MA41 CNT SP0770-97-M-EA43 AMT $36,556.44 LINE 0001 DTD 121896 TO Stewart and Stevenson Services Inc 4516 Harrisburg Blvd P.O.Box 1637 Houston TX 77251-1637 CITE: (I-353 SN013072) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box 215,Portsmouth,VA,23705-0215 SUBJECT: 19--USS WASP (LHD-1), SSP 087-97, TAV CNT Job Order 7042 AMT $26,645.00 LINE 0001, 0002, 0003 DTD 121896 TO Dreadnought Marine, Inc., 3200 Princess Anne Rd., Norfolk, VA 23504 CITE: (I-353 SN013281) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 20--ROD, CATHODIC SOL SP0451-96-Q-UE91 CNT SP0490-97-M-AE16 AMT $28,224.00 LINE 0001 DTD 121796 TO Wilson Walton international Inc 66 Hudson St P.O.Box m-890 Hoboken NJ 07030 CITE: (I-353 SN013017) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 20--SHAFT,PROPULSION SH POC Contact Point, Nick D Stellhorn, 02112.14, (717)790-1457, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James A Komaromy, 02112, (717)790-2854 CNT N0010496CDA30, Sol Nr N00104-96-R-DB99, NIIN 013100838 AMT $173,959 DTD 082696 TO Erie Forge & Steel Inc. , Erie ,PA 16512-0000 CITE: (I-353 SN013114) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: 23--LINE SERVICING TRUCK--LEASE TO OWN CNT F48608-97-C0003 AMT $52,578.00 TO LIJO, Inc., 12423 Hedges Run Drive, Suite 171, Lake Ridge, VA 22192 CITE: (M-353 SN013285) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--CUSHION, RUBBER, SPROCKET. SOL SP0750-97-Q-0049 CNT SP0750-97-M-8266 AMT $82,663.20 LINE 0001 THROUGH 0002 DTD 121896 TO Champion rubber products Co Inc 4515 Dunham St Los Angeles CA 90023-4114 CITE: (I-353 SN013052) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--WHEEL, PNEUMATIC TIRE. ON M870 SEMI-TRAILER SOL SP0750-97-Q-0159 CNT SP0750-97-M-3151 AMT $26,010.00 LINE 0001 THROUGH 0003 DTD 121896 TO Otr wheel engineering Inc 2721 Katherine Rd P O Box 3743 Quincy IL 62301 CITE: (I-353 SN013078) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WW9), Rock Island , IL 61299-7630 SUBJECT: 25--CLUTCH ASSEMBLY, FRICTION POC Contract Specialist: Mary Robbins (309) 782-4372, PCO: Allan W. Hutson (309) 782-3220 CNT DAAE20-96C0385 AMT $180,642 LINE N/A DTD 121696 TO Dunrite Systems Corporation, 2120 5th Avenue, Ronkonkoma, NY 11779-6906 CITE: (I-353 SN013335) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--SUPPORT, BEARING SOL SP0480-96-R-2760 CNT F41608-94-G-0031-TY71 AMT $62,295.00 LINE 0001 THROUGH 0002 DTD 121796 TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181 CITE: (I-353 SN013019) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--ROTATING ASSEMBLY, TURBINE. SOL SP0760-95-Q-BB65 CNT SP0760-97-M-3917 AMT $29,118.00 LINE 0001 DTD 121796 TO Maritime power Co 200 Henderson St Jersey City NJ 07302-4413 CITE: (I-353 SN013067) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--RING SET, PISTON. SOL SP0770-96-Q-MD89 CNT SP0770-97-M-AN87 AMT $40,464.10 LINE 0001 THROUGH 0007 DTD 121796 TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O Box 626 Baltimore MD 21203-0626 CITE: (I-353 SN013077) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--PUMP, FUEL. SOL SP0770-96-Q-VG91 CNT SP0770-97-M-HP07 AMT $39,986.00 LINE 0001 THROUGH 0002 DTD 121896 TO Viking Inc 5125-A taravella Rd P O Box 328 marrero LA 70073 CITE: (I-353 SN013054) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--FILTER ELEMENT, INTAKE AIR CLEANER SOL SP0760-97-Q-0201 CNT SP0760-97-M-8988 AMT $26,496.00 LINE 0001 DTD 121896 TO Parmatic filter Corp 88 Ford Rd denville NJ 07834 CITE: (I-353 SN013076) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--CLAMP, HUB SOL SP0740-96-Q-GD09 CNT F09603-94-G-0016-UB3B AMT $31,492.50 LINE 0001 THROUGH 0002 DTD 121796 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-353 SN013048) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--CONNECTING LINK, RIGID CNT SP0740-97-M-5133 AMT $45,686.00 LINE 0001 THROUGH 0003 DTD 121796 TO Coltec Industries Inc Menasco aerosystems Div 4000 S Hwy 157 Euless TX 76040-7012 CITE: (I-353 SN013056) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--SHAFT AND CARRIER ASSEMBLY. SOL SP0700-97-Q-0043 CNT SP0700-97-M-0782 AMT $79,080.00 LINE 0001 DTD 121796 TO Columbus equipment Co 50 E Kingston Ave Columbus, OH 43207-2436 CITE: (I-353 SN013073) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GUARD, MECHANICAL DRIVE. SOL SP0770-96-Q-UF11 CNT SP0770-97-M-GN71 AMT $44,055.00 LINE 0001 DTD 121896 TO Ohio machinery Co government sales office 5695 crooked stick Rd P.O.Box 399 Sharon Center OH 44274-0399 CITE: (I-353 SN013074) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING UNIT, BALL CNT SP0500-97-W-0945 AMT $37,500.00 LINE 0002 DTD 121896 TO Jo-bar Mfg Corp 7225 Division Bedford OH 44146-5405 CITE: (I-353 SN013137) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, HALF, SLEEVE SOL SP0500-97-Q-6275 CNT SP0500-97-M-U200 AMT $29,550.00 LINE 0001 DTD 121896 TO Military vehicile operations G M truck and business group mailcode 2603 03 660 South Boulevard East pontiac Michigan 48341-3128 CITE: (I-353 SN013138) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, DUPLEX SOL SP0500-97-Q-8017 CNT SP0500-97-M-V009 AMT $92,340.00 LINE 0001AA THROUGH 0001AH DTD 121896 TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New York 14701 CITE: (I-353 SN013139) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, PLAIN, ROD END SOL SP0500-97-Q-A762 CNT F04606-96-G-0021-TZ33 AMT $44,597.70 LINE 0001 DTD 121896 TO HR Textron Inc Controls Div sub of Textron Inc 25200 W Rye Canyon Rd Valencia CA 91355-1204 CITE: (I-353 SN013140) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL SOL 96TF55-52-P-0500 CNT SP0500-97-M-T148 AMT $36,800.00 LINE 0001 DTD 121896 TO MPB Corp Split Ballbearing Div sub of Wheelabrator-Frye Inc 336 Mechanic St Lebanon NH 03766-2627 CITE: (I-353 SN013141) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 40--CORD, FIBROUS SOL SP0500-96-Q-SW95 CNT SP0500-97-M-S992 AMT $74,966.55 LINE 0001 THROUGH 0002 DTD 121896 TO Gladding braided products Inc 1 deruyter St South otselic NY 13155 CITE: (I-353 SN013134) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PUMP, ROTARY. SOL SP0750-97-Q-0073 CNT SP0750-97-M-9311 AMT $62,592.00 LINE 0001 DTD 121896 TO Twin DISC Inc 1328 Racine St Racine WI 53403-1758 CITE: (I-353 SN013060) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PUMP, ROTARY SOL SP0750-97-Q-0074 CNT SP0750-97-M-9314 AMT $39,644.00 LINE 0001 DTD 121896 TO Twin DISC Inc 1328 Racine St Racine WI 53403-1758 CITE: (I-353 SN013061) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PARTS KIT, FLUID PRESSURE FILTER. SOL SP0750-97-Q-0051 CNT SP0750-97-M-8255 AMT $26,147.58 LINE 0001 THROUGH 0003 DTD 121796 TO Facet enterprises Inc filter products Div 8439 triad Dr Greensboro NC 27409-9018 CITE: (I-353 SN013069) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 43--RING,WEARING POC Contact Point, Ida M Hechler, 846.2w, (717)790-2227, Fax, (717)790-4163, Twx, Not-avail, Contracting Officer, Anthony J Smiraglia, 846, (717)790-1766 CNT N0010496PAM88, Sol Nr N00104-96-T-4932, NIIN LLH834489 AMT $34,998 DTD 121296 TO Warren Pumps Inc , Warren ,MA 01083-0696 CITE: (I-353 SN013115) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 44--GLOVE,ANTI-C SZ9 POC Contact Point, Linda M Altland-faust, 87321.12, (717)790-5721, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent E Roach, 87321, (717)790-5259 CNT N0010497PBE00, Sol Nr N00104-96-Q-VY59, NIIN 013662526 AMT $63,626 DTD 122796 TO I S A Corp. , Salem ,OR 97302-0000 CITE: (I-353 SN013116) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 44--GLOVE,SZ10,SPECIAL POC Contact Point, Linda M Altland-faust, 87321.12, (717)790-5721, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent E Roach, 87321, (717)790-5259 CNT N0010497PBE04, Sol Nr N00104-96-Q-VY58, NIIN 013672368 AMT $44,013 DTD 122796 TO I S A Corp. , Salem ,OR 97302-0000 CITE: (I-353 SN013117) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. SOL 96TKE2-22-P-0700 CNT SP0740-97-M-0284 AMT $25,235.04 LINE 0001 THROUGH 0002 DTD 121896 TO Titeflex Corp sub of Bundy Corp 603 Hendee St P.O.Box 90054 Springfield MA 01139 CITE: (I-353 SN013050) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, METAL. CRES, PREBENT, 1-1/4 INCH SOL 96TLH8-92-P-0700 CNT SP0740-97-M-0228 AMT $28,483.92 LINE 0001 THROUGH 0002 DTD 121896 TO American metal fabrication 3044 S Hoover Wichita KS 67215 CITE: (I-353 SN013062) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, METAL. SOL SP0740-96-Q-GC75 CNT SP0740-97-M-3997 AMT $37,017.12 LINE 0001 DTD 121796 TO McDonnell Douglas Corp McDonnell Douglas Aerospace McDonnell Douglas Helicopter Co 5000 E McDowell Rd Mesa AZ 85215-9789 CITE: (I-353 SN013079) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SOLENOID. 120 VOLTS AC, 150.0 PSI, SOL SP0760-97-Q-0021 CNT SP0760-97-M-4005 AMT $82,000.00 LINE 0001 DTD 121896 TO Marotta Scientific control Inc. 78 boonton Ave. P. O. Box 427 montville, NJ 07045 CITE: (I-353 SN013055) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SOLENOID. SOL SP0770-96-Q-QF75 CNT N00383-95-G-M120-UBDG AMT $67,705.74 LINE 0001 THROUGH 0002AD DTD 121796 TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300 W Warner Rd Tempe AZ 85285-2200 CITE: (I-353 SN013058) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, GATE. SIZE 1-1/2 INCH, MATERIAL BRONZE. SOL SP0760-96-R-3394 CNT SP0760-97-C-4650 AMT $219,156.75 LINE 0001AA THROUGH 0001AE DTD 121896 TO Milwaukee Valve Co Inc 2375 S Burrell St Milwaukee WI 53207-1519 CITE: (I-353 SN013068) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE ASSEMBLY, MANIFOLD CNT SP0760-97-M-4003 AMT $33,750.00 LINE 0001 DTD 121896 TO Marotta Scientific control Inc. 78 boonton Ave. P. O. Box 427 montville, NJ 07045 CITE: (I-353 SN013070) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--DIAPHRAGM, ACTUATOR VALVE, SPECIAL SHAPED. SOL SP0740-96-Q-4410 CNT SP0740-97-M-5127 AMT $85,120.00 LINE 0001 DTD 121796 TO Whittaker Corp Whittaker Controls Div 12838 Saticoy St P O Box 3951 North Hollywood CA 91605 CITE: (I-353 SN013071) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--WASHER, PRELOAD INDICATING. SOL SP0500-97-Q-B113 CNT SP0500-97-M-S616 AMT $27,480.00 LINE 0001 DTD 121496 TO Unirex Inc 9310 E 37TH Street Wichita KS 67226-2014 CITE: (I-353 SN013133) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--GASKET SET SOL SP0500-97-Q-D818 CNT SP0500-97-M-U195 AMT $50,800.10 LINE 0001 DTD 121896 TO Penn Detroit Diesel Allison R D 1 sipe Road York Haven PA 17370-9785 CITE: (I-353 SN013135) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, PLAIN ENCASED SOL 96TGE7-32-P-0500 CNT SP0500-97-W-1106 AMT $26,377.00 LINE 0001 DTD 121896 TO Chesapeake Associated Enterprises Inc greater Hartford industrial Ctr Forest Hill business center 22 Newport drive Forest Hill MD 21050-1647 CITE: (I-353 SN013142) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L SOL SP0500-97-Q-B976 CNT SP0500-97-M-T188 AMT $69,140.69 LINE 0001 THROUGH 0007 DTD 121896 TO Cook lumber Co Inc 7231 interlaaken Dr SW Tacoma WA 98499 CITE: (I-353 SN013136) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PUSH-PULL SOL SP0930-97-Q-A051 CNT SP0930-97-M-2336 AMT $74,221.13 LINE 0001 DTD 121796 TO Trevose industrial products Inc 138 five points Rd macungie PA 18062 CITE: (I-352 SN013001) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, SOLID STATE SOL SP0930-96-Q-A241 CNT SP0930-97-M-2037 AMT $36,904.00 LINE 0001 THROUGH 0002 DTD 121796 TO Eldec Corp 16700 13TH Ave W P.O.Box 97027 lynnwood WA 98046-9727 CITE: (I-352 SN013002) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT CARD ASSEMB SOL SP0960-96-Q-A178 CNT SP0960-97-C-0008 AMT $87,749.00 LINE 0001 DTD 121796 TO Litton Systems Inc Guidance and Control Systems Div 5500 Canoga Ave Woodland Hills CA 91367-6621 CITE: (I-352 SN013003) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--HOLDER ASSEMBLY, ELECTRICAL CONTACT BRUSH SOL SP0430-96-Q-FN82 CNT SP0430-97-M-P421 AMT $32,156.25 LINE 0001 DTD 121796 TO Ruta supplies, Inc. 30-09 35TH Avenue Astoria, NY 11106 CITE: (I-353 SN013015) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Department of Commerce, National Oceanic and Atmospheric Administration, 1325 East West Highway, Station 4301, Silver Spring, Maryland 20910-3283 SUBJECT: 59--MINIMUM/MAXIMUM TEMPERATURE SYSTEM ELECTRONIC SUBASSEMBLY CNT 50-DGNW-7-90038 AMT $152,622.00 LINE CLIN 0001 DTD 121396 TO Lexis Service Corp., 30 Aero Road, Bohemina, NY 11719 CITE: (I-353 SN013045) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59--RELAY,SOLID STATE POC Contact Point, Jacqueline L Michael, 87321.14, (717)790-1427, Fax, (717)790-2284, Twx, Not-avail CNT N0010497PBE08, Sol Nr N00104-97-Q-BB41, NIIN 014353470 AMT $40,940 DTD 122796 TO Jo-kell Inc , Norfolk ,VA 23517-1014 CITE: (I-353 SN013118) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59--REGULATOR,VOLTAGE POC Contact Point, Ronald J Brosso, 02152.11, (717)790-7312, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Melanie A Pepperman, 02152, (717)790-3056 CNT N0010497PGA97, Sol Nr N00104-97-Q-GA44, NIIN 013743514 AMT $39,606 DTD 122796 TO Lockheed Martin Tactical Systems , Salt Lake City ,UT 84116 - -2988 CITE: (I-353 SN013119) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: 59--SWITCH, FEATHERING POC N/A CNT F09603-95-C-0488-P00002/F09603-96-R-12014 AMT $44,680.00 LINE N/A DTD 120496 TO To: kaiser Aerospace & Electronics Corp, Orange County Plant, 17000 South Red Hill Ave, Irvine CA 92714-5676 CITE: (W-353 SN013258) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (HR3), Rock Island , IL 61299-7630 SUBJECT: 59--SWITCH, THERMOSTATIC POC Contract Specialist: Donna Jennings (309) 782-6601, POC: Joyce Klein (309) 782-5051 CNT DAAE20-97C0070 AMT $25,136 LINE N/A DTD 121796 TO Technical Products Group, Inc., Intellitec Division, 2000 Brunswick Lane, Deland, FL 32724 CITE: (I-353 SN013336) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--REGULATOR MODULE SOL SP0430-96-Q-BQ28 CNT SP0430-97-M-P461 AMT $33,900.00 LINE 0001 DTD 121796 TO Centroid, Inc. 3 Aerial Way Syosset, Nassau, NY 11791 CITE: (I-353 SN013011) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--STATOR, PMG SOL SP0430-96-R-1077 CNT SP0430-97-C-5106 AMT $201,250.00 LINE 0001AA THROUGH 0002AB DTD 121796 TO Leland Electrosystems Inc 740 E National Rd Vandalia OH 45377-3062 CITE: (I-353 SN013012) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--WOUND CORE ASSEMBLY SOL 96TE87-72-P-0400 CNT SP0430-97-M-P391 AMT $33,369.00 LINE 0001 THROUGH 0002 DTD 121796 TO Skurka engineering Co 4600 Calle Bolero P O Box 2869 Camarillo CA 93011-2869 CITE: (I-353 SN013014) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 61--MOTOR,UNIVERSAL POC Contact Point, Jacqueline L Michael, 87321.14, (717)790-1427, Fax, (717)790-2284, Twx, Not-avail CNT N0010497C7004, Sol Nr N00104-96-R-BK11, NIIN 013537556 AMT $76,102 DTD 122696 TO Jo-kell Inc , Norfolk ,VA 23517-1014 CITE: (I-353 SN013111) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: 61--POWER SUPPLY POC N/A CNT F09603-97-M-0285/F09603-96-R-50055 AMT $63,164.00 LINE N/A DTD 112796 TO TO: Lambda Novatronics Inc, 2855 W Mcnab Rd, Pompano Beach Fl 33061-0878 CITE: (W-353 SN013256) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 63--Alarm and Signal, and Security Detection Systems OFFADD: Bureau of Prisons, Federal Correctional Complex, POB 1029, Coleman, Florida 33521-1029 SUBJECT: 63--ALARM RECORD KEEPING SYSTEM POC Kathy J. Collins, (352) 330-3015, Contracting Officer. CNT 05-0490 AMT $42,573.00 DTD 120996 TO Permieter Products, 1130 Terra Bella Ave., Mountainview, CA 94043 CITE: (M-353 SN013288) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--INDICATOR, TEMPERATURE, THERMOCOUPLE SOL SP0440-97-Q-T175 CNT SP0440-97-M-X612 AMT $25,979.52 LINE 0001 DTD 121796 TO Howell instruments Inc 3479 W Vickery Fort Worth TX 76107-5722 CITE: (I-353 SN013013) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--THERMOCOUPLE ASSEMBLY SOL SP0440-96-Q-HY71 CNT SP0440-97-M-X236 AMT $33,000.00 LINE 0001 DTD 121796 TO Thermocontrol Inc 5728 Hartsdale Dr Houston TX 77036-2112 CITE: (I-353 SN013016) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 68--ION EXCHANGE COMPOU POC Contact Point, Jacqueline L Michael, 87321.14, (717)790-1427, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent E Roach, 87321, (717)790-5259 CNT N0010495D70275002, NIIN 001110564 AMT $138,650 DTD 122796 TO Beacon Water Equipment Co Inc , Chenango Bridge ,NY 13745 - -0000 CITE: (I-353 SN013120) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 68--AMPOULE,DISSOLVED O POC Contact Point, Jacqueline L Michael, 87321.14, (717)790-1427, Fax, (717)790-2284, Twx, Not-avail CNT N0010496D70115002, NIIN 011738392 AMT $29,213 DTD 122796 TO Chemetrics Inc , Calverton ,VA 22016-0000 CITE: (I-353 SN013121) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 70--DISPLAY,HEADS-UP POC Contact Point, Kathleen Johnson, 0221.09, (215)697-4069, Fax, (215)697-0491, Twx, Not-avail, Contracting Officer, Suzanne Brophy, 0221, (215)697-6519 CNT N0038394GM4005047, NIIN 013939997 AMT $16,418,400 DTD 121296 TO Kaiser Electronics , San Jose ,CA 95131-0000 CITE: (I-353 SN013104) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 70--COMPUTER,DIGITAL POC Contact Point, Gerald R Buday, 0235.11, (215)697-6511, Fax, (215)697-3161, Twx, Not-avail CNT N0038395D007G7013, NIIN 012080468 AMT $73,959 DTD 121196 TO Hamilton Standard Div Of , Windsor Locks ,CT 06096-0000 CITE: (I-353 SN013105) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 70--TERMINAL,DATA PROCE POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PXZ30, NIIN 013663054 AMT $990,000 DTD 112296 TO Department Of The Navy , Washington ,DC 20360-0000 CITE: (I-353 SN013106) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: 72--PORTABLE DISHWASHERS POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent, Robert S. Kay, Contracting Officer CNT N00604-97-M-B215 AMT $74,000 LINE 0001 DTD 120996 TO OK TV & Appliance, 2615 S. King St., Rm. 200, Honolulu, HI 96826(S) CITE: (I-352 SN012979) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--FASTENERS, SNAPS, AND EYELETS POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942 CNT 1PI-C-2895-97 AMT $4,624 LINE 0002-0003 DTD 121796 TO STIMPSON CO. INC., 900 SYLVAN AVE. (SUFFOLK COUNTY), BAYPORT, NY 11705 CITE: (I-353 SN013322) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--FASTENERS, SNAPS, EYELETS POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942 CNT 1PI-C-2904-97 AMT $12,113 LINE 0001 DTD 121796 TO Reiter Sales, Inc., 111 Great Neck Rd., Room 213, Great Neck, NY 11021-5402 CITE: (I-353 SN013323) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany, GA 31704- 3019 SUBJECT: 95--ENHANCED APPLIQUE ARMOR KITS POC Dixon B. Chatman, Contract Specialist, Code 894, (912)439-6761 Contracting Officer, Larry F. Pendley, Code 894, (912)439-6761. CNT M67004-96-C-4010/P00001/M67004-97-Q-4002 AMT $68,602.00 LINE N/A DTD 121696 TO Rafael, P. O. Box 2082, Haifa 31021, Israel CITE: (I-352 SN012982) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225 SUBJECT: 99--CONTRACT FOR FABRICATION AND DELIVERY OF GRANITE FOR THE FDR MEMORIAL IN WASHINGTON, DC POC Edward L. Tafoya, (303) 969-2116. CNT 1443-CX-2000-97-003 AMT $91,380.35 DTD 120996 TO Cold Spring Granite Co., 202 South 3rd Ave., Cold Spring, Minn. 56320 CITE: (M-353 SN013246) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Facilities Service Office, U.S. Postal Service, 7800 N. Stemmons Frwy., Suite 400, Dallas, TX 75247-4217 SUBJECT: 99--AWARD OF CONTRACT TO CONSTRUCT AND LEASE A NEW FACILITY FOR WESTLAKE, LA 70669-9998 CNT 482980-97-A-0023 AMT $75,708.00 DTD 121196 TO City of Westlake, 701 Johnson St., Westlake, LA 70669-5509 CITE: (M-353 SN013309) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: Officer in Charge of Construction, Building 5501, P.O. Box 43119, Marine Corps Logistics Base, Albany, GA 31704-3119. SUBJECT: TIMBER--SALE POC Mr. Eddie Paramore, (912) 439-5637. DESC: Approximately 6,901 tons of pine pulpwood located at Marine Corps Logistics Base, Albany, Georgia. On the sale areas, approximately 142 acres will be thinned. This sale is to be by Unit Price--Inv N62467-97-C-3430. Bid opening is on Thursday, 30 January 1997. Contact Mr. Eddie Paramore, Base Natural Resources Manager at (912) 439-5637. CITE: (M-353 SN013235) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 20, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: Defense Logistics Agency, Defense Reutilization & Marketing Service, International Sales Office, 2163 Airways Boulevard, Memphis, Tennessee 38114-5211 SUBJECT: SALE--OF ELECTRICAL/ELECTRONIC & AIRCRAFT PARTS (CU, CN) POC Danny Snow, Chief, Usable Branch, (901) 775-6132. DESC: All bids for property offered must be received by 15 JAN 97, 3:00 p.m. C.D.S.T., at the International Sales Office in Memphis, Tennessee. Includes: aircraft components and accessories, bufiler assembly, clocks, passenger aircraft door, turboprop T56 engine, camera friction head, gearbox, helicopter parts, liquid containers, navigational lights and instruments, plate, stabilizer bar assembly, transmission, landing gear wheel and aircraft yoke assembly main rotor. Type sale: SEALED BID, IFB No. 31-7320, Inspection beginning: 20 DEC 96, Bid opening: 16 JAN 97, Property locations: AZ, CA, FL, GA, MS, ND, PA, TX, UT, VA, WA. CITE: (M-353 SN013268)