[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA Headquarters(HQ) Acquisition Division, 300 E. St.,SW Washington DC 20546 SUBJECT: A -- EXTREME ULTRAVIOLET EXPLORER (EUVE) EPISODE 5 RESEARCH PROGRAM SOL NRA 96-OSS-15 DUE 022897 POC Dr. Guenter Riegler, Code SR, NASA Headquarters, Research Program Management Division, Office of Space Science, Washington, DC 20546 202/358-1588 DESC: The National Aeronautics and Space Administration (NASA), Office of Space Science (OSS) solicits basic research proposals for the program to acquire scientific data from the Extreme Ultraviolet Explorer (EUVE) Episode 5 under NRA 96-OSS-15. This NRA is the fifth announcement for the EUVE Guest Observer Program and solicits proposals for observations to be carried out during the 12-month period of pointed operations beginning April 1997. The NRA will be available electronically at URL http://www.hq.nasa.gov/office/oss/research.htm and http://www.cea.berkeley.edu (For NRA and pertinent Reference Documents) upon the release date of December 30, 1996. Proposals are due February 28, 1997. Participation in this program is open to all categories of organizations, domestic and foreign, including educational institutions, profit and nonprofit organizations, and NASA Centers and other Government agencies. For those not having access to the Internet, a paper copy may be requested from the EUVE Project Science Office, by E-mail . Scientific inquiries should be addressed to Dr. Guenter Riegler, Research Program Management Division, Code SR, Office of Space Science, NASA Headquarters, Washington, DC 20546-0001, (202)358-1588, E-mail: . This announcement will be released on December 30, 1996, and proposals are due by February 28, 1997. This notice constitutes a NASA Research Announcement (NRA) as contemplated in FAR 6.102(d)(2). LINK http://www.hq.nasa.gov/office/oss/research.htm LINKDESC: EMAIL guenter.riegler@hq.nasa.gov EMAILDESC: CITE: (W-346 SN010796) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting, Bldg 7, 2530 C Street, WPAFB OH 45433-7607 SUBJECT: A -- FIXED WING VEHICLE DEMONSTRATION PROGRAM. THIS ANNOUNCEMENT IS IN TWO PARTS. THIS IS PART 1 OF 2. SOL PRDA 97-02-FIK POC Jarens D. Murray, 2Lt, USAF, Contract Negotiator, (937) 255-5901 Mr. Lawrence W. Kopa, Contracting Officer, (937) 255-5901. DESC: A -NOTICE: THIS ANNOUNCEMENT IS IN TWO PARTS. PART 1 OF 2. INTRODUCTION: Wright Laboratory (WL/FIIA) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be submitted by 28 February 1997, 1500 hours Eastern Time, addressed to Wright Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn: (Mr. Larry Kopa, WL/FIKA) Wright-Patterson AFB OH 45433-7607. This is an unrestricted solicitation, small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposal submission after the cutoff date specified herein shall be treated in accordance with restrictions of FAR 52.215-10, a copy of this provision may be obtained from the contracting point of contact. There will be no formal Request For Proposal (RFP) or other solicitation request in regard to this requirement. Offerors should be alert for any PRDA amendments that may be published. Offerors who do not already have a copy of the current Wright Laboratory guide entitled "PRDA BAA Guide for Industry" may request a copy from the contracting point of contact cited in this announcement. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. This guide is also available for review on the WL/PK contracting home page: http://www.wl.wpafb.af.mil/contract/hp.htm. B- REQUIREMENTS: Technical Description: The Fixed Wing Vehicle Demonstration program (a.k.a. Future Aircraft Technology Enhancement, "FATE" I) is a subset of the national Fixed Wing Vehicle program. The overall objective of the Fixed Wing Vehicle Demonstration program is to 1) define a set of aircraft technologies that require flight test validation in a new air vehicle in order to meet the Fixed Wing Vehicle (FWV) Phase I program goals for a fighter attack class of aircraft. These goals are identified in the PAYOFF section of this PRDA and address goals for both inhabited and uninhabited aircraft, and 2) to develop, build and flight test a demonstrator vehicle to achieve those program goals. The demonstration program will strike a balance between the FWV goals achieved, the number and types of technologies flight tested and demonstrated, and the degree of "missionization" incorporated in the demonstrator platform(s). The Fixed Wing Vehicle Demonstration program will quantify the benefits of the chosen technology set both singly and in combination. The demonstrated technologies will be developed from the Fixed Wing Vehicle technology plan and roadmap. (This plan and roadmap, along with goal definitions, will be provided to the offerors upon request from the technical point of contact). The flight demonstrator shall be an uninhabited modular system consisting of the vehicle management system, vehicle platform, sensor packages, data recording devices, and other systems required to flight validate an identified subset of technologies from the Fixed Wing Vehicle program thrust areas: structure, flight control, aeromechanics, and subsystems. An additional goal of the Fixed Wing Vehicle Demonstration program will be the capability to demonstrate other technologies such as avionics, propulsion and weapons after the initial flight test by employing the vehicle modularity. The initial flight demonstration will specifically address vehicle performance and maneuverability. Design and analysis studies and ground test will address the issues of cost/affordability, reusability, modularity, and transitionability of identified technologies. 1. PROGRAM STRATEGY: The intent of the Fixed Wing Vehicle Demonstration program is to develop an uninhabited modular flight test vehicle(s) to flight demonstrate aircraft technologies. The program will be executed in two BLOCKS I and II. 1) This PRDA is the announcement for BLOCK I. The purpose of BLOCK I is to develop specific program requirements including vehicle specifications and technology needs in preparation for BLOCK II of the program. BLOCK I will investigate the interrelated issues of technology candidates, FWV goals, technology demonstration requirements, vehicle concepts, "mission" performance requirements, cost, schedule, and BLOCK II planning. The following information is requested in response to this PRDA announcement: A) Contractors are asked to submit technical, schedule, and cost proposals for an uninhabited modular flight test vehicle. This technical proposal should include a description or discussion of all systems necessary for the proposed test vehicle. B) Contractors are also asked to identify a technology set from the Fixed Wing Vehicle roadmaps to be integrated in the proposed vehicle for initial flight test. C) Contractors may also suggest studies needed to define vehicle requirements for the uninhabited modular flight test vehicle. Based on the proposals received, the Air Force will identify technical areas in the development and flight test of the vehicle which require further research. Studies will be awarded within BLOCK I to investigate these areas with the goal of developing specific vehicle requirements. At the end of BLOCK I the Air Force will use the results of the BLOCK I studies, coupled with responses from this BLOCK I PRDA to develop requirements for BLOCK II. BLOCK I is anticipated to last from JUN 97- SEP 98. Studies awarded during BLOCK I may have a shorter period of performance. 2) In order to provide an adequate response to this PRDA offerors must be cognizant of BLOCK II plans and requirements. The purpose of BLOCK II is to design, develop, construct, and flight test modular uninhabited flight demonstration vehicle(s). The Air Force currently plans to develop two configurations, with two builds for each configuration for the flight demonstration. A total of four uninhabited flight demonstration vehicles are envisioned to be developed. This total is predicated on funding and schedule constraints. BLOCK II will begin with another PRDA announcement, or Request for Proposal (RFP) including specific vehicle requirements from BLOCK I. Within BLOCK II contractor proposals will be evaluated solely on their response to the BLOCK II solicitation. Teaming arrangements will be encouraged for BLOCK II. BLOCK II will culminate with the successful flight demonstration of the uninhabited modular air vehicle(s). Solicitation for BLOCK II requirements is planned for OCT-DEC 98 time frame. 3) After successful flight testing, the vehicles are envisioned to be used to flight test and demonstrate other technologies for a ten year period. 2. TECHNICAL APPROACH: This section reiterates the program strategy mentioned above. It is intended to outline the technical flow of the Fixed Wing Vehicle Demonstration Program. The Fixed Wing Vehicle Demonstration platform program will integrate technologies from the Fixed Wing Vehicle Program thrust areas (structures, aeromechanics, flight control, subsystems), to validate future aircraft technologies with measured cost and performance data. The Air Force intends to accomplish this program in two separate parts. This PRDA announcement will address program objectives and requirements for BLOCK I. The objective of BLOCK I will be to accomplish development studies in various technical areas which define requirements for a modular uninhabited flight demonstration vehicle utilizing one or more short term Cost Plus Fixed Fee (CPFF) type contracts. Studies will be awarded based on proposals for the development of a modular demonstration vehicle and technology set to be initially flight tested on the vehicle. Upon completion of these developmental studies, the Air Force intends to solicit a subsequent PRDA announcement or RFP for BLOCK II of the program. The objectives of BLOCK II will include design development, construction and flight test of air vehicle platforms. Contractor(s) will be required to aid in flight test of the air vehicle platform during BLOCK II. BLOCK II program contractor/consortium team(s) will be tasked to develop the plans necessary to integrate the BLOCK I study results with the technology developments from various technology thrust areas including subsystems, flight control, aeromechanics, and structures. The Air Force intends to utilize some form of an assistance instrument (i.e. grant, cooperative agreement, or other transaction) for the BLOCK II effort in order that all participating parties may benefit from the potential military and commercial applications which are anticipated based on the successful demonstration of one or more of the planned air vehicle platform(s). It is envisioned that the BLOCK II team leader(s) will be responsible for the overall integration of the modular air vehicle(s) including defining required interfaces to subcontractors. The following vehicle requirements are not meant to be hard constraints, and therefore should be analyzed for their effects on vehicle cost, schedule, and flight test capability. These requirements are meant to communicate the Air Force desire for an air-vehicle platform capable of performing some type of notional fighter/attack mission. Preliminary vehicle requirements of the modular demonstration platform are: (1) maneuvering capability of at least 7g at a dynamic pressure of 500psf, (2) capable of carrying a payload of no less than 1000 lbs internally over a 500 mile radius. (3) to incorporate modularity to the highest degree possible. (4) The vehicle design should be compatible with signature requirements expected for next generation combat air vehicles. These signature requirements may be classified (reference: Security Classification Guide for Air Force Low/Counter Low Observables (LO/CLO) Programs dated 3 January 1994). (5) The system will be used to flight demonstrate various technologies over a 10 year period. (6) Target cost for the initial vehicle is estimated to be no more than $70M (Offerors are encouraged to show cost reduction options). (7) Government is willing to take moderate to high risk in the vehicles. (8) Government intends on providing a production engine and vehicle control station. Contractors should suggest a production version of these systems along with modifications necessary to support their proposed vehicle. (9) The vehicle(s) are intended to only be operated on test ranges. END OF PART 1 OF 2. CITE: (I-346 SN010860) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting, Bldg 7, 2530 C Street, WPAFB OH 45433-7607 SUBJECT: A -- FIXED WING VEHICLE DEMONSTRATION PROGRAM. THIS ANNOUNCEMENT IS IN TWO PARTS. THIS IS PART 2 OF 2. SOL PRDA 97-02-FIK POC Jarens D. Murray, 2Lt, USAF, Contract Negotiator, (937) 255-5901 Mr. Lawrence W. Kopa, Contracting Officer, (937) 255-5901. DESC: NOTICE: THIS ANNOUNCEMENT IS IN TWO PARTS. THIS IS PART 2 of 2 (10) The integration contractor, along with the FWV Demonstration program manager, will be responsible for tracking the contributions of flight tested technology sets to the FWV goal achievements. 3. PAYOFF: The successful flight demonstration of a modular uninhabited Fixed Wing Vehicle platform will show that the integrated technologies are mature enough to be incorporated into production builds of new military aircraft. The specific goals from the national Fixed Wing Vehicle program are to demonstrate 20% reduction in production cost, 20% reduction in support cost, 20% reduction in Engineering Manufacturing Development (EMD) cost, 20% reduction in weight fraction, 10% increase in cruise lift/drag, and 10% increase agility over a F-22/F-18 E/F baseline for a fighter attack class of aircraft. Specific definitions for these goals can be ascertained from the technical point of contact. The modular uninhabited demonstration vehicle is not required to specifically meet all of these goals, but should achieve a maximum percentage of these goals within cost and schedule constraints. This program will enable the United States to expand the envelope in aircraft performance while decreasing aircraft life cycle cost. 4. DELIVERABLE ITEMS: Data and Reports: During BLOCK I and BLOCK II, contractors will deliver data and reports. The amount and type of data and reports is dependent on the type of contractual award. It is the intent of the Air Force to permit the contractor to exercise considerable freedom in providing the minimum documentation to satisfy the requirements of the participating government organizations. Minimum documentation shall be as follows: reports to track contractor progress versus expenditures, design criteria for applying FWV technologies to a modular flight test vehicle, documentation to operate the modular air vehicle, and appropriate manuals for maintaining the test vehicle during flight tests. The CDRL's contain much more than this and the contractor should make recommendations as to which of these can be eliminated. The following deliverable data items are suggested for BLOCK I of the program: (1) Status Report, DI-MGMT-80368/T, monthly, (2) Funds and Man Hour Expenditure Report, DI-FNCL-80331/T monthly, (3) Project Planning Chart, DI-MGMT-80507A/T monthly, (4) Presentation Material, DI-ADMN-81373/T, as required, (5) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final), (6) Data Accession List (DAL) DI-MGMT-81453/T, (7) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, Quarterly, (8) Scientific and Technical Reports, Contractors' Billing Voucher, DI-MISC-80711/T, monthly. Hardware/Software: During BLOCK II contractors will be responsible for delivering modular uninhabited vehicle(s) along with all necessary support hardware and software to make it a viable test vehicle. Contractors will also be responsible for modifying GFE equipment to suit the air vehicle (i.e. engine and control station.) 5. SECURITY REQUIREMENTS: It is anticipated that work performed under this contract will be unclassified. However, an offeror may have relevant approaches to investigating the impact of signature requirements on vehicle design aspects of the Fixed Wing Vehicle Demonstration program that cannot be addressed in their proposal because of security limitations (reference: Security Classification Guide for Air Force Low/Counter Low Observables (LO/CLO) Programs dated 3 January 1994). Further, no special access required information is authorized for submission with your proposal. If an offeror wishes to more fully indicate their company's experience, they should request additional directions from the Contracting Officer. C-ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of BLOCK I is estimated to be 16 months. However, studies awarded during BLOCK I may have periods of performance less than 16 months. (2) Expected Award Date for BLOCK I studies: June 1997. (3) Government Estimate: The government anticipates a total of approximately $1M for BLOCK I of the program (FY97 $200K, FY98 $800K). Additional funding for BLOCK I may be ascertained prior to award. This funding profile is an estimate only and is not a promise for funding as funding is subject to change due to Government discretion and availability. (4) Type of contract: Cost Plus Fixed Fee (CPFF) or cost (no fee). Any grants awarded will be cost (no fee). (5) Government Furnished Property: BLOCK I - none contemplated, BLOCK II - the Air Force will provide a production engine(s) and control station(s) which the contractors may modify to meet vehicle requirements. Proposal should include propulsion and control station requirements for the modular uninhabited air vehicle. (6) Size Status: For the purpose of this acquisition, the size status is 1000 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force contracting point of contact cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. D-PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed elsewhere herein. Offerors should consider instructions contained in the WL PRDA and BAA Guide for Industry referenced in this announcement. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Proposals must reference the above PRDA number. Proposals shall be submitted in an original and eight copies. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government. (2) Cost Proposal: The accompanying cost proposal/price breakdown shall be supplied on an SF 1411, together with supporting schedules, and shall contain a person-hour breakdown per task. Copies of the above-referenced forms may be obtained from the contracting office cited. (3) 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. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks proposed to be accomplished during BLOCK II of the program and should be suitable for contract incorporation. Offerors should refer to the WL Guide referenced to assist in SOW preparation. Any questions concerning the technical proposal or SOW preparation shall be referred to the technical point of contact cited in this announcement. (4) Page Limitations: The technical proposal shall be limited to 80 pages (12 pitch or larger type), single-sided, 8.5 by 11 inches. The page limitation includes all information, i.e. indexes, photographs, fold-outs, appendices, attachments, etc. unless specifically excluded. Pages in excess of this limitation will not be considered by the government. Cost proposals have no limitations, however, offerors are requested to keep cost proposals to 25 pages as a goal. (5) Offerors may include a short 10-15 minute unclassified video in VHS format to communicate their proposal or present demonstrations. The video is not a requirement. (6) Preparation Cost: This announcement does not commit the Government to pay for any response preparation cost. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting or any other contract. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E-BASIS FOR AWARD: The selection of one or more sources for award for BLOCK I will be based on an evaluation of an offeror's response (Both technical and cost aspects) 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: (1) Concept for a modular uninhabited flight test vehicle, (2) Description of the development of the modular uninhabited flight test vehicle, (3) Technology set from FWV roadmap to be integrated into vehicle for initial flight test, (4) The offeror's understanding of the scope of the technical effort, (5) Soundness of offeror's technical approach, (6) The availability of qualified technical personnel and their experience with applicable technologies, (7) The offeror's past experience with applicable airframe development, (8) Organization, clarity and thoroughness of the proposed SOW, and (9) Cost for the development of the proposed modular uninhabited flight test vehicle. All listed criteria are of equal importance with the exception of (3) technology set, (7) past experience, and (9) cost which are ranked as a second order of priority. The contractor may provide experience information as an annex which will not count against the page limitation. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract, grant, cooperative agreement, or other transaction, for any, all, part, or none of the proposals received. Award of a grant, in lieu of a contract, to universities and nonprofit institutions will be considered and will be subject to the mutual agreement of the parties. POINTS OF CONTACT: (1) Technical Point of Contact: Program Manager, Capt Mark Cherry, Chief Engineer, Mr. G. Thomas Black, Building 45, 2130 Eighth St. Suite 1, Wright-Patterson Air Force Base, OH 45433-7542, (937) 255-5205. e-mail: cherrymc@b045mail.wpafb.af.mil or blackgt@b045mail.wpafb.af.mil (2) Contracting/Cost Point of Contact: Questions related to the contract/cost issues should be directed to the Wright Laboratory, Directorate of Research and Development Contracting, Larry Kopa, WL/FIKA, 2530 C Street, Wright-Patterson Air Force Base, OH 45433-7607, (937) 255-5901. END PART 2 of 2. CITE: (I-346 SN010861) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: DOT/Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, MA 02142 SUBJECT: A -- TECHNICAL SUPPORT SERVICES FOR VEHICLE CRASH TESTS SOL DTRS57-97-R-00009 DUE 021497 POC Kathleen Finn, Contract Specialist, (617)494-3485, Anthony Flaherty, Contracting Officer, (617)494-2673. DESC: The Volpe Center has a requirements for a task order contract to obtain and analyze light duty vehicle and human surrogate (dummy) responses during various crash modes and dummy responses during sled tests. The Contractor shall (a) conduct dynamic crash tests, sled tests and static crush tests of late model production and/or modified vehicles, (b) reduce and evaluate for reasonableness the resulting data, (c) refurbish, repair and modify late model year production vehicles before and after tests, and (d) analyze the data from the sensors and films and prepare tests reports. A CPFF task order type contract is anticipated for a four year effort. Multiple awards for this procurement are possible. The Government however reserves the right to issue only one award. The applicable SIC Code is 8734. Request for a copy of the solicitation must be in writing specifying the solicitation number. Written responses to this notice must be received no later than fifteen (15) days from the date of publication. Telephone request will not be honored. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are also 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 Bonding Assitance Program and/or the STLP, please call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. CITE: (I-346 SN010873) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army ARDEC, AMSTA-AR-PCM-I, Bldg 9, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: A -- BALLISTIC TRANSMITTERS SOL DAAE30-97-Q-1070 DUE 121096 POC Barbara J. Holmes, Purchasing Agent, 201-724-4858 email=bholmes@pica.army.mil.,Eric J. Bankit 201-724-4177. DESC: Ballistic Transmitter, (Long Ears) operating voltage 18 VDC frequency 2254.5 MHZ will be destroyed in test. It is anticipated that a sole source award will be made to Lockheed Martin-Microcom Corporation, 965 Thomas Drive, Warminster, PA 18974 pursuant to FAR 6.302-1, Only one Responsible Source. See Numbered Note: 22. CITE: (I-346 SN011020) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA 22310-3398 SUBJECT: A -- TACTICAL MULTI-SENSOR FUSION IN SUPPORT OF THE CP/ACTD SOL DSWA01-97-C-0028 POC Neil Gross, Negotiator, (703) 325-7658, Scott G. Morton, Contracting Officer, (703) 325-1200. DESC: This contract effort will include but not be limited to develop and demonstrate a capability to fuse data from several sensors and sensor platforms in order to improve the capability to defeat facilities associated with production or storage of weapons of mass destruction (WMD). This effort essentially generates a link between sensor measurements and inputs to the Munitions Effectiveness Assessment (MEA) code for pre-strike planning and Battle Damage Assessment (BDA). Contractor personnel will need a DoD security level of SECRET. Contemplated period of performance is 19 months. The Defense Special Weapons Agency (DSWA) plans to award to Science Applications International Corporation (SAIC), 1710 Goodridge Drive, P.O. Box 1303, McLean, VA 22102. DSWA believes that SAIC is the only source able to fill this requirement based on their unique experience with data fusion and knowledge of the ACTD data gathering and data requirer (MEA) and communication requirements. Any other firm desiring consideration must fully identify its capability to perform the requirement. See Note 22. A solicitation will be issued to SAIC on or about 27 Dec 96. Inquiries may be directed to Mr. Neil O. Gross, AMB, HQ DSWA, 6801 Telegraph Road, Alexandria, VA 22310-3398. Information on DSWA solicitations, already released, can be obtained by calling the DSWA Hotlilne at (703) 325-1173. As of 31 May 96, Acquisition Management has added "Procurement Opportunities" to the DSWA Home Page available on the World Wide Web. Information will include this synopsis and more. Please check us out at www.dswa.mil. Reference Synopsis No. 97-21 CITE: (I-346 SN011039) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute on Drug Abuse/NIH, Contracts Management Branch, OPRM, 5600 Fishers Lane, PKLN BLDG, Room 10-49, Rockville, MD 20857 SUBJECT: A--RECEPTOR ACTIVITY TESTING FOR MEDICATION DISCOVERY SOL N01DA-7-8072 DUE 022497 POC Kenneth E. Goodling, Contracting Officer, Phone: (301) 443-6677, Fax: (301) 443-7595, EMail: kg25d@nih.gov DESC: The National Institute on Drug Abuse (NIDA) is soliciting proposals from qualified organizations having in-house capability to perform in vitro receptor binding and functional activity assays. Proprietary test compounds will be evaluated in established assays, and the resulting data will be utilized by the Cocaine and Opiate Treatment Discovery Programs of the NIDA Medications Development Division. In addition, the successful offeror will work toward the development of new opioid receptor binding and functional activity assays. Offerors must indicate possession of current DEA registration for Schedule II-V substances prior to award and apply for Schedule I registration at the time of award. It is anticipated that one (1) cost reimbursement, completion type contract will be awarded for a period of four years, with option quantities for additional evaluation of compounds and assay development. RFP No. N01DA-7-8072 will be available electronically on or about January 8, 1997, and may be accessed throug h the NIH Gopher and/or the Internet by using the following instructions: 1) NIH Home Page (via the World Wide Web): Access the NIH Home Page by using http://www.nih.gov . Once you are at the NIH Home Page, select "Grants and Contracts"; select "NIH Gopher directory: listed under the "Contracts Page" section. Once at the NIH R&D Gopher, select "RFPs Available"; select "NIDA"; and select "RFP N01DA-7-8072". (URL: gopher://gopher.nih.gov:70/11/res/rd-rfp) or, 2) NIH Gopher: Point your Gopher client to GO PHER.NIH.GOV Port 70 (you should now be in the NIH Gopher). Select "Grant and Research Information"; select "R&D Request for Proposals (RFP)"; select "RFPs Available"; select "NIDA"; and, select "RFP N01DA-7-8072". Please note that the RFP for this acquisition will be streamlined to include only the Work Statement, deliverable and reporting requirements, special requirements and mandatory qualifications, Technical Evaluation Criteria, and proposal preparation instructions. All information required for th e submission of an offer will be contained in the electronic RFP package. Following proposal submission and the initial review process, offerors comprising the competitive range will be requested to provide additional documentation to the Contracting Officer. Response to this RFP will be due on February 24, 1997. Any responsible offeror may submit a proposal which will be considered by the Government. This advertisement does not commit the Government to award a contract. Point of Contact: Kenneth E. Go odling, Contracting Officer, Electronic Mail Address: kg25d@nih.gov, Telephone: (301) 443-6677, Fax: (301) 443-7595 CITE: (I-346 SN011046) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: A -- AVIONICS WAR FIGHTING UPGRADE FOR EA-6B AIRCRAFT; 2ND RFI SOL N00019-97-R-0007 POC Contact, Terrence O'Connell, Phone (703)604-6100 DESC: The Department of the Navy is formulating requirements for the development and integration of an avionics war fighting upgrade to the EA-6B Block 89A Prowler Aircraft. The initial Request for Information (RFI) was released under synopsis 20105-96. The contractor response date was subsequently extended under synopsis 20133-96. The purpose of this second RFI is to request input from industry on the engineering and logistics Statements of Work (SOW) and the program specification. In addition to this notice, a two part detailed information package has been provided to previous respondants to the initial RFI and is available; one part is classified SECRET and the other unclassified. Additionl interested sources may contact, by mail, Contracting Officer, Naval Air Systems Command (NAVAIR), AIR-2.2.1.2 (Mr. Terrence O'Connell), 1411 Jefferson Davis Highway, Jefferson Plaza #1, Room 146, Arlington Va, 22243. All written request for the information package must include a cleared address for unclassified mail and the name and telephone number of a cleared point of contact. Interested sources are invited to review the RFI information package and provide responses which address the issues outlined in the package. Request for the RFI and information package should be forwarded not later than 7 days after this notice appears in the Commerce Business Daily (CBD). Questions may be sent by mail to the above metioned address, faxed to (703) 604-3062/2969, or E-mailed to the following addresses: wheelerge.nimitz@navair.navy.mil or oconnellt.jfk@navair.navy.mil. All RFI responses should be submitted by 17 January 1997 to those same addresses. Sources will not be reimbursed for providing responses; therefore, the Navy will except them in whatever form they exist. Responses will not be considered as proposals, and neither this announcement nor the RFI should be construed as a request for a proposal. All information contained in the RFI is preliminary and subject to modification and is in no way binding on the government. Proprietary data submitted in response to the RFI will be protected when so designatted. Responses should include name, telephone number, and a E-mail address of a point of contact having the authority and knowledge to discuss responses with the government representives. All correspondence concerning this RFI should refer to the synopsis number 20193-96. ONLY CERTIFIED U.S. CONTRACTORS WILL BE PERMITTED TO PARTICIPATE IN THIS UPGRADE EFFORT. - NAVAIR Synopsis No. 20193-96. CITE: (I-346 SN010876) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Commander, Naval Sea Systems Command, SEA 02631H, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: B--SPECIAL STUDIES AND ANALYSIS - NOT R&D N00024-97-G-6371 POC Ms. Janel Hradecky, SEA 02631H, (703) 608-0951; Contracting Officer, Mr. Steve Caracciolo, (703) 602-0951. DESC: The Naval Sea Systems Command (NAVSEA) intends to issue orders on n multiple occasions over the period of Basic Ordering Agreement N00024-97-G-6371 with United Technologies, Sikorsky Aircraft, 6900 Main Street, P.O. Box 9729, Stratford, CT 06497-9129. Orders will be issued for engineering services to study the interface of Airborne Mine Countermeasure (AMCM) Systems into helicopters. Orders will be issued pursuant to 10 U.S.C. 2304(c)(1). United Technologies, Sikorsky Aircraft, is the sole manufacturer of the helicopter from which the studies will be conducted. As such, it is the only company which possesses the in-depth technical knowledge of the helicopter equipment needed to satisfactorily perform the studies. No other source has the technical qualifications and the necessary resources to perform the work described herein, nor will any other supplies or services satisfy the Navy's requirements. Companies interested in subcontracting opportunities should contact United Technologies, Sikorsky Aircraft, directly. See Numbered Note(s) 22. CITE: (I-346 SN010892) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential Sources Sought OFFADD: Small Business Administration, 409 3rd Street SW., Washington, DC 20416 SUBJECT: B--CONSULTING SERVICES FOR REVIEW OF PLP LENDERS SOL SBAHQ-97-R-0001 DUE 122796 POC Dionna Martin, Contract Specialist, (202) 205-7029. DESC: The U.S. Small Business Administration (SBA), Office of Financial Assistant (OFA) is soliciting a proposal for consulting services, specifically monitoring and reviewing the operations of Preferred Lenders Program (PLP) participants. This acquisition is a Full and Open Competitive procurement with the possibility of Multiple Awards. SBA is seeking innovative approaches to the review process that will insure (1) SBA policies and procedures for PLP lenders are being followed and (2) the review is provided at the best value possible to the PLP lender that is being reviewed. Offerors should provide SBA with a detailed description of their proposed methodology for the review and their plan for implementing their methodology. It is anticipated the RFP will be issued O/A 12/27/96. The closing date for receipt of the proposal will be O/A 01/27/97. Copies of the RFP will be provided upon written request only. NO TELEPHONE OR FAX REQUESTS WILL BE HONORED. CITE: (M-346 SN011050) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: 366 Contracting Squadron/LGCC, PO Box 4037, Mountain Home AFB, ID 83648-4037 SUBJECT: C -- ARCHITECT ENGINEER SERVICES - CONSTRUCTION SOL N/A DUE 022797 POC Nancy L. King/William W. Oakland, 208-828-2664 DESC: Mountain Home Air Force Base requires Architect-Engineer services for three distinct open-end A-E design contracts for a period of one year with a possibility of two option years. Each contract shall provide a range of disciplines including architectural, electrical, mechanical, and civil/structural engineering. One of the three selected firms shall be a strong civil/structural design firm; the other two will be primarily architectural. The Government, at its option, reserves the right to negotiate Title II, supervision, and inspection services and/or Title III, study and master planning services, with contractor at a later date. The contractor shall be guaranteed a minimum of $5,000.00 in fees per year. The maximum amount awarded shall be $750,000.00 per year. No individual order may exceed $299,000.00 in fees. The estimated contract date is May 1997 and estimated completion date is May 2000. Firms desiring consideration shall submit appropriate data described in the Standard Form 254, Architect-Engineer and Related Services Questionnaire, and Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project. Issue on or about 27 JAN 97. Firms responding to this announcement within 30 days of publication will be considered for selection by a weighted selection system, subject to any limitations indicated with respect to: A) specialized experience and technical competence in the type of work required. B) availability of experienced key personnel. C) capacity to accomplish work in the required time (prompt response to requested services is required). D) past experience, if any, of the firm with respect to performance on similar open-end A-E contracts. E) only those firms within a one hundred mile radius of Mountain Home AFB, Idaho, will be considered. F) volume of work perviously awarded by this office and other Department of Defense (DOD) awards. G) ability to provide project drawings in AUTOCAD, release 12.0 with required format. This is not a Request for Proposal.***** LINKURL: http://www.mountainhome.af.mil LINKDESC: EMAILADD: sheffieb@366lg.mountainhome.af.mil EMAILDESC: CITE: (D-346 SN010795) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: General Services Administration, 121 Federal Building & U.S. Courthouse, 85 Marconi Blvd., Columbus, Ohio 43215 SUBJECT: C--PLANNING AND ESTIMATING TYPE SERVICES SOL COL97113 DUE 011797 POC Larry Lewis, Contracting Officer, (614) 469-6824. DESC: The General Services Administration requires planning/estimating services. Work shall consist of performing government cost estimation, construction project development, management, construction inspection, and project close-out. Applicant must have an in-depth knowledge of Federal Acquisition Regulations, a solid background in construction methods, techniques, and principles, be able to write clear, concise specifications using the CSI format, and be able to work with a variety of professional type clients. Applicant must have a deep knowledge of Federal codes such as the NFPA, NEC, UFAS, etc., as well as, State of Ohio Building Codes. CITE: (M-346 SN010957) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction 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: C--SUPPLEMENTAL ARCHITECT/ENGINEER SERVICES FOR COST ESTIMATING SERVICES - REGIONWIDE SOL GS05P96GAD0276 POC Questions may be directed to Michael Wolff, Contracting Officer, 312/886-6911, or via e-mail at michael.wolff@gsa.gov DESC: The Regional Screening and Slate Selection Board has recommended the following firms for interviews: 1) Construction Cost Systems, Lombard, IL; 2) Dynamic Engineering Consultants, P.C., Chicago, IL; 3) Louis Jones Enterprises, Inc., Chicago, IL; and 4) McClier, Chicago, IL. The interviews will determine the most highly qualified firms, in order of preference, for the project. CITE: (W-346 SN010988) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR, 26 Federal Plaza, Rm 2133, New York, N.Y. 10278-0900 SUBJECT: C -- PUBLICIZING PROCUREMENT OF ARCHITECT-ENGINEER SERVICES FOR SOUTH SHORE OF STATEN ISLAND, NEW YORK SOL CBAEPL-6339-0009 POC Willien Cunningham, Procurement Assistant, 212-264-9123. DESC: The study area is located along the South Shore of Staten Island, New York, extending approximately 13 miles along the lower New York Bay and Raritan Bay from Ft. Wadsworth to Tottenville. Scope of Services Required: Provide professional services in performing feasibility and design level studies to provide storm damage reduction to the south shore of Staten Island. These services will entail performing various engineering services related to existing beach conditions, design of coastal and coastal inlet improvements, in addition to providing protection from flooding to interior areas, with such measures as levees, floodwalls, pumping stations, tide/flap/sluice gates, etc. This may include aerial (photogrammetric), cross shore profiles, hydrographic, and/topographic surveys; development and servicing of wave gages and other instrumentation; sand borrow area analyses (including offshore coring); subsurface investigations and analyses; interior drainage analyses; coastal processes analyses; and/or storm damage surveys; residual flooding analysis; foundation analysis; construction plans and specifications; average annual damages and benefits; commercial and recreational boating analyses; recreational use survey analyses; development of coastal and environmental monitoring programs; environmental assessments/analyses and cultural resources analyses for the study location. Technical Capability Required: Civil engineering, coastal engineering with experience in coastal processes analyses and coastal structures, geotechnical engineering, and beach design, structural engineering, flood control, hydrologic engineering, electrical engineering, mechanical engineering, hydraulic engineers, structural engineers, geologist, systems analyst, surveyors, economists, environmentalists/biologists and cultural resources specialists/archaeologists. Familiarity with U.S. Army Corps of Engineers(USACE) procedures and all related regulations. Special Qualifications: Capability and familiarity with the formulation of feasibility style reports for the USACE. Capability and experience with the formulation of Design Memorandums and Plans and Specifications for beach projects for the USACE. Familiarity with current Corp's policy. Experience in technical writing and report presentation, including capability to prepare public involvement reports and presentations using software applications such as Powerpoint and Persuation. CADD capability(Intergraph Microstation). Subsurface exploration capabilities (including side scan sonar capabilities, ability to input data into the GIS database, mapping, aerial photography, ability to obtain borings(land and water based) and perform a laboratory analysis, ability to perform and document a remote sensing investigation(of an offshore borrow area), expertise in designing instrumentations of pump systems, ability to use HECIFH-Hydraulic Engineering Center Interior Flood Control Package, environmental testing and analysis, P.E. or P.L.S. certification of supervisor/key personnel, actual experience in the following: (1) littoral budget, (2) beach, coastal and coastal inlet structure design (such as bulkheads, jetties, groins, etc.), (3) flood control structure design, (4) interior drainage analysis, (5) beach surveys, (6) storm damage survey and coastal processes analysis, (7) foundation analysis, (8) recreational use analysis, (9) hydrographic surveys, (10) mapping, (11) aerial photography, (12) environmental assessments, (13) cultural resources assessments, (14) cost/benefit analyses on civil works projects, especially storm damage reduction projects, (15) estimating(with experience on civil works projects, especially storm damage reduction projects), (16) cost estimating(including ability to produce MCACES Gold estimates). In addition, the firms should indicate, in block 10 of SF-255, a QA/QC plan on how the prime consultant will manage their team to ensure that quality products are delivered to the New York District. Closing Date for Submission of Form 255: 30 days after CBD advertisement. Estimated value of contract: $1,000,000-5,000,000. Evaluation Factors(in Descending Order of Importance): 1) Professional qualifications necessary for satisfactory performance of the required services. 2) Specialized experience and technical competence of the firm in the type of work required. 3) Capacity of the firm to accomplish the work in the required time including qualifications of key personnel. 4) Past experience, if any, of the firm with respect to performance on Department of Defense A/E contracts, in terms of cost control, quality of work, and compliance with performance schedules. 5) Location in the general geographic area of the New York District and knowledge of the locality of the project site, provided that there are a sufficient number of qualified firms within the area. 6) The extent or participation of SB, SBD historically black colleges and universities, and minority institutions is secondary selection criterion and will be used as a "tie-breaker", if necessary. 7) Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and disadvantaged business firms and firms that have not had prior DoD contracts. This is a secondary selection criterion which will be used as a "tie-breaker" if necessary. Estimated start: 1 July 1997. Estimated completion: 1 Feb 2001. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507. Three separate contracts would be written against this solicitation. One for the feasibility study, one for a design memorandum phase, and one for preconstruction engineering and design. The submittals should be sent in triplicate to Ms. Willien Cunningham, CENAN-EN-MR, Room 2133, U.S. Army Corps of Engineer New York District, 26 Federal Plaza, New York, New York 10278-0090. Only those submittals incorporating the 11-92 revisions of the SF 254 and SF 255 will be considered. Furthermore, special attention should be given to the manner in which these forms are completed. The SF 254 should reflect the overall capacity of the firm. Whereas, the SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Closing date for this announcement will be 30 days from publication. If this day falls on a Saturday, Sunday or Holiday, the new closing date will be the next business day. 1) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after preselection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. 2) The A/E's request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. 3) Debriefing(s) will occur within 14 calendar days after receipt of the written request. 4) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Note: Firms who have not previously applied for NYD projects and firms who do not have a current SF 254 on file with NYD should submit two copies of SF 254 on initial response to our CBD. CITE: (I-346 SN011027) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Department of Agriculture, Farm Service Agency, Acquisition Management Branch, STOP 0567, 1400 & INDEPENDENCE AVENUE, SW Washington, D.C. 20250-0567 SUBJECT: C - MICHIGAN LAND SURVEYING SOL FSA-R-0003-97DC DUE 012797 POC Scott C. Wolz (202) 720-3736 DESC: Professional land surveying services are required to stake and describe by survey of record legal descriptions for conservation easements and homestead protection rights on FSA custodial and inventory properties. Surveys may also be required in conjunction with loan servicing actions. The properties could be located anywhere in Michigan. Selection of firms shall be through an order of preference per county based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Firms submitting qualifications should have on staff at least one surveyor licensed in the State of Michigan. No attempt will be made to measure a land surveyor or firm in terms of length of time as a surveyor, years in operation, nor affiliation with professional societies through membership or publication. A&E selection criteria include (in descending order of importance): (1) Professional qualifications necessary for a satisfactory performance of required services and a description of the role of the licensed Land Surveyor in all phases of the project; (2) Specialized experience and technical competence in retracement procedures for section subdivision, proportioning corners and rules of evidence applied to original corner searches and a description of the approach used to resolve problems resulting from conflicts of surveys, possession, or title; (3) Capacity to provide adequate and appropriate skilled personnel to complete the work, and an estimate of the average time to complete the work (assuming weather is not a factor); (4) Past performance on contracts with Government agencies and private industry in terms of quality of work (provide a sample of similar survey) , cost control (provide an explanation of the relevant factors used in establishing price of sample survey submitted), and compliance with performance schedules (Note: Responses to this item shall constitute completion of items 10 and 11 on the SF-254. A minimum of three projects and a maximum of five must meet this requirement.); and (5) Geographical location of firm, listing of Michigan county(ies) in which is desired, and knowledge of each designated county. To be considered, firms shall submit a SF-254 and supplementary information as identified above. The estimated number of surveys needed for a twelve month period is estimated to be fifteen; therefore, it is anticipated that each survey will be procured under an individual contract. All responsible sources are encouraged to request a solicitation package . It is anticipated that proposals in response to the solicitation will be due not later than 2:00 p.m., Washington, D.C. time, on January 27,1997. Submissions shall be addressed to Scott C. Wolz, USDA/FSA, 1400 Independence Avenue, Stop 0567, Washington, D.C. 20250-0567 LINK http://wwwaix.fsa.usda.gov/amb/amb.htm LINKDESC: EMAIL swolz@wdc.fsa.usda.gov EMAILDESC: CITE: (W-346 SN011051) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: GSA, PBS, Property Management Contracts Branch (5PMC-W), Room 3330, 230 South Dearborn Street, Chicago, Illinois 60604-1696 SUBJECT: C--ARCHITECT-ENGINEER SERVICES (MECHANICAL-ELECTRICAL) SUPPLEMENTAL CONTRACT SOL GS05P97GAD0027 POC Catherine Dean, Contract Specialist, (312) 353-7598 DESC: Indefinite quantity contract to provide supplemental Mechanical and Electrical Engineering services, along with a minor amount of associated Architectural services, based on, but not limited to the issuance of work orders for the preparation of designs, plans, specifications, estimates, record drawings, miscellaneous studies and reports, surveys and construction inspection services for projects within the geographic borders of the states of Illinois (except Cook County), Minnesota and Wisconsin. Projects may involve work in specialty areas such as alterations in historic buildings or asbestos abatement work. Services may include assisting the GSA staff in "in-house" design and construction inspections. The duration of the base contract will be one (1) year. The contract will include a provision for four (4) one-year options, each of which could extend the contract for an additional one (1) year period and may be exercised at the option of the Government. The maximum order limitation is $750,000.00 for each one-year period. The following have been identified as potential projects to be accomplished under this contract: (1) "New Direct Digital Control (DDC) System", Federal Office Building, Minneapolis, Minnesota; (2) "chiller Replacement", B.H. Whipple Federal Building, Fort Snelling, Minnesota and; (3) "HVAC Improvements Study", C.A. Halleck Federal Building, Lafayette, Indiana. Projects of a similar nature may be substituted or added to the contract. The selected firm must negotiate overhead and profit rates and hourly rates for anticipated disciplines for use in negotiating fixed price work orders. For projects with an estimated construction cost of $750,000.00 or less, the Government may use the fixed price amounts provided in the Supplemental A/E Lookup Table provided during initial contract negotiations. The Government, however, reserves the right to award a contract based on negotiated overhead, profit, and hourly rates only, as well as to use those rates for work orders which do not fall within the scope of the Lookup Table. Consideration will be limited to firms having an existing active design production office within the geographic borders of the states of Illinois (except Cook County), Minnesota and Wisconsin. Each joint venture must have an existing active design production office within the designated geographic limitations. Joint venture or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality design effort. In addition, all firms and their consultants must: (1) have in house CADD capabilities (compatible with the latest version of AutoCAD) and; (2) use AIA Masterspec as the basis for developing the construction contract documents. For Division 15 and 16 specification sections, the Architect/Engineer shall develop his/her own specifications edited to the full extent necessary for each specific project. Any available specifications (AIA, Navy Military, NASA, etc.) may be used as a guide in developing the individual specifications for Sections 15 and 16; the specifications, however, shall be prepared using the AIA Masterspec format. Selection to be based upon: 25% for Project Team, including key personnel with commitment to projects and qualifications and relevant experience as individuals and as a team; 15% for Design Management/Organization, including project management planning, coordination, scheduling, cost control methods, production facilities, capabilities and techniques for both design projects and construction inspection; 25% for Design Ability/Potential, including visual and narrative evidence of team's ability with respect to innovative design solutions; 35% for Demonstrated Design/Construction Experience, including demonstration of past performance of similar types of services on similar projects, including work in historic structures. Responses must be received at the above referenced address not later than thirty (30) calendar days from the date of this notice by 4:00 p.m. (CST). If the 30th day falls on a Saturday, Sunday, or U.S. Government holiday, the deadline will be 4:00 p.m. (CST) of the next Government business day. This solicitation is being solicited on an unrestricted basis and is opened to both large and small business concerns. Large business concerns will be required to submit a subcontracting plan for small and small disadvantaged business concerns prior to contract award. A follow up listing of firms to be interviewed will appear in this publication. See Notes 24. This is not a Request for Proposal (RFP). All questions regarding the nature of this solicitation should be directed to Catherine Dean, Contract Specialist at (312) 353-7598. CITE: (M-346 SN011057) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Commander, Pacific Division, Naval Facilities Engineering Command, Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code 0211) SUBJECT: C--INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS PACNAVFACENGCOM AREAS SOL N62742-97-R-0002 DUE 011397 POC Contact Mr. Clifford Sagara, Contract Specialist, (808) 474-6315 DESC: Services include, but are not limited to design and engineering services for new construction, alterations, repair of buildings, structures and minor construction. Services shall also include preparation of cost estimates, cost certification, parametric cost estimate documents, final plans and specifications, as-built drawings and post construction services, as required. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) contractor shall identify them and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. The contract will be of the Indefinite Quantity type where the work will be required on an "as-needed" basis during the life of the contract, providing the Government and contractor agree on the amount. Each project contract will be a firm fixed price A-E Contract. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project. The contract shall not exceed twelve months or $1,000,000.00 total fee, whichever comes first. The per project limitation is $400,000.00. The government guarantees a minimum amount of $25,000.00. The Government reserves the option to extend the contract for an additional year. There will be no future synopsis in the event the option included in the contract is exercised. Estimated construction cost of project is $5,000.00 to $10,000,000.00. Estimated date of contract award is March 1997. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed for new building construction, building alterations, renovations and repairs type projects in tropical environments similar to Hawaii and the Pacific Ocean areas. (2) Specialized recent experience and technical competence of firm or particular staff members in new building construction, building alterations, renovations and repair type projects in tropical environments similar to Hawaii and the Pacific Ocean area. (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (4) Capacity to accomplish the work in the required time. (5) Architect-Engineer firm's quality control practices/techniques. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Location in the general geographical area of the project and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (8) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had Department of Defense contracts. This prospective contract is a 100 percent set-aside for small business concerns. The small business size standard classification is SIC 8712 ($2.5 million in annual receipts). Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. All A-E firms meeting the requirements described in this announcement are invited to submit complete, updated Standard Forms 254, Architect Engineer and Related Services Questionnaire, and 255, Architect-Engineer and Related Services Questionnaire for Specific Project, to the office shown above. A-E firms utilized by the prime A-E must also submit completed Standard Forms 254 and 255. Only one copy of each form is required. IN BLOCK 10 AND AN ADDENDUM THERETO, IF NECESSARY, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE SELECTION EVALUATION CRITERIA. FOR SELECTION EVALUATION CRITERION "(2)", PROVIDE THE FOLLOWING INFORMATION FOR ONLY THE STAFF PROPOSED FOR THIS WORK USING THESE COLUMN HEADINGS: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM", AND "TECHNICAL ROLE". Show the office location where work will be done and describe the experience and location of those that will do the work. Firms responding to this announcement within 30 days from publication date will be considered. Firms must submit forms to the Contracts Department by 2:00 p.m. HST, on the closing date. Should the due date fall on a weekend or holiday, Standard Form 254 and 255 will be due the first workday thereafter. This is not a request for a proposal. CITE: (I-346 SN010989) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Department Of Defense Education Activity, Hqs, Procurement Div, 4040 N. Fairfax Drive, 8th Floor, Arlington, Va 22203 SUBJECT: D--EMERGENCY LAN MAINTENANCE SOL N/A POC POC - Daniel DeLuca, Contract Specialist, 703-696-3843, x4103 DESC: The Department of Defense Education Activity (DoDEA) intends to award a sole source procurement with Cabletron Network for LANcare maintenance. This notice is for information only. There is no RFP available. See Note 22. CITE: (W-346 SN010799) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal Drive, Arlington, VA 22245- SUBJECT: D -- CORRECTION TO SYNOPSIS NO. 4 - TECHNICAL SERVICES AND ASSOCIATED MANGEMENT SUPPORT FOR THE ON-GOING MAINTENACE OF SPAWAR'S INFORMATION SYSTEMS DEVELOPED BY USI SOL N00039-97-R-0044(S) POC Laura Eubanks, 02-11, 703-602-0740. DESC: Synopsis No. 14. This is a correction to Synopsis No. 4 which appeared in the CBD Issue dated 10 December 1996. The original synopsis was incorrectly synopsized under CBD Classification Code C, Architect and Engineering Services - Construction. The correct CBD Classification Code is D, Automatic Data Processing and Telecommunication Services. All other information in the synopsis remains the same. CITE: (I-346 SN011037) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Contracting Division, P.O. Box 8368, Camp LeJeune NC 28547-8368 SUBJECT: D--PAGERS AND TRANSMISSION SERVICES SOL M6700197Q0002 DUE 011497 POC Lisa Williams, (910) 451-3094 DESC: Furnish 49 pagers and transmission services to include Nation Wide Coverage for 100 pagers. Required pager delivery to be on or before 24 January 97. Transmission service period to be 01 January 97, or date of award, whichever is later, through 30 September 97. The Past Performance and the Technical Proposal Factors are more important than the Price Proposal Factor, therefore the Government may accept other than the lowest cost/price technically acceptable offer if it is determined that the additional technical merit offered is worth more than the additional cost in relation to other proposals received. Solicitation copy must be requested by letter or via Fax to (910) 451-2332. Request must state the solicitation number, name of Government contact person, contractor's name, street address, telephone number, point of contact and business type (small, small disadvantaged or large). All responsible sources may submit an offer which will be considered. CITE: (M-346 SN011048) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky 40121-5000 SUBJECT: F--SAMPLING AND CHEMICAL ANALYSIS OF WATER AND PONDS SOL DABT23-97-B-0022 DUE 022597 POC Contract Specialist Joanne Edwards (502)624-8158 DESC: Requirements type contract for sampling and chemical analysis of water and ponds at Fort Knox, Kentucky during the period 1 April 1997 through 31 March 1998 with four one-year options. See Numbered Notes #1, requirement is 100% set aside for small business. Only written requests for the solicitation are acceptable. You may FAX your request to (502) 624-5869. CITE: (W-346 SN010829) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky 40121-5000 SUBJECT: F--SAMPLING AND CHEMICAL ANALYSIS OF WATER AND PONDS SOL DABT23-97-B-0022 DUE 022597 POC Contract Specialist Joanne Edwards (502)624-8158 DESC: Requirements type contract for sampling and chemical analysis of water and ponds at Fort Knox, Kentucky during the period 1 April 1997 through 31 March 1998 with four one-year options. See Numbered Notes #1, requirement is 100% set aside for small business. Only written requests for the solicitation are acceptable. You may FAX your request to (502) 624-5869. CITE: (W-346 SN010830) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky 40121-5000 SUBJECT: F--SAMPLING AND CHEMICAL ANALYSIS OF WATER AND PONDS SOL DABT23-97-B-0022 DUE 022597 POC Contract Specialist Joanne Edwards (502)624-8158 DESC: Requirements type contract for sampling and chemical analysis of water and ponds at Fort Knox, Kentucky during the period 1 April 1997 through 31 March 1998 with four one-year options. See Numbered Notes #1, requirement is 100% set aside for small business. Only written requests for the solicitation are acceptable. You may FAX your request to (502) 624-5869. CITE: (W-346 SN010831) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky 40121-5000 SUBJECT: F--SAMPLING AND CHEMICAL ANALYSIS OF WATER AND PONDS SOL DABT23-97-B-0022 DUE 022597 POC Contract Specialist Joanne Edwards (502)624-8158 DESC: Requirements type contract for sampling and chemical analysis of water and ponds at Fort Knox, Kentucky during the period 1 April 1997 through 31 March 1998 with four one-year options. See Numbered Notes #1, requirement is 100% set aside for small business. Only written requests for the solicitation are acceptable. You may FAX your request to (502) 624-5869. CITE: (W-346 SN010836) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Malheur National Forest, PO Box 909, John Day, OR 97845 SUBJECT: F-PRESCRIBED BURNING AND MOP-UP SOL SOL-R6-4-97-10 DUE 020597 POC Contact Point, Barb Forsman (541) 575-3174; Contracting Officer, Marle Brandt DESC: Project is located on the Long Creek Ranger District and consists of Prescribed Burning, Mop-up, Hand fireline construction, and slash removal/redistribution. Proposals will be evaluated for one base year and two option years. Any resulting award will be a requirements contract. This proposed procurement is totally set-aside for small business. CITE: (I-346 SN010839) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services--Potential Sources Sought OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301 SUBJECT: F--SOURCES SOUGHT FOR MICELLAR-ENHANCED ULTRAFILTRATION (MEUF) TO RECOVER AND CONCENTRATE SURFACTANTS FROM A DILUTE AQUEOUS MICELLAR SOLUTION SOL N47408-97-R-2304 NOT A SOLICITATION DUE 123096 POC Contract Specialist, PAULETTE K. PETERSON, 805-982-5081 DESC: The Navy is seeking a source to investigate the use of micellar- enhanced ultrafiltration (MEUF) to recover and concentrate surfactants from a dilute aqueous micellar solution. The respondent must be capable of performing continuous bench-scale experments to achieve up to 90 percent recovery and 2 to 5-fold concentration of surfactants, design and assemble a 1 to 5 gpm MEUF unit for field use, and assist in the operation of the MEUF unit in a field demonstration. The respondent will be working in clos collaboration with a team of investigators on a 3-year project that will include the following tasks: in-situ application of surfactants for DNAPL removal, separation of DNAPL from the surfactants, and re-injection of the recovered and concentrated surfactants. Participation in the surfactant selection process as well as the post-demonstration evaluation of results is expected. The respondent must meet the following quaifications: (a) Over 10 years research experience on surfactants as well as MEUF for contaminant removal; (b) At least two completed field projects using MEUF to recover and remove surfactants and contaminants; (c) A minimum of three years experience with echniques to separate TCE and other chlorinateds from surfactants (such as pervaporation, extraction, distillation, and stripping techniques); and (d) Prior assembly of at least one pilot-scale MEUF unit for field demonstration. Prior participation in surfactant projects for subsurface NAPL removal is highly desired. Universities with the above qualifications are also encouraged to apply. Respondnts must provide evidence of research and field experiences in the form of references (at least three) and pertinent publications. Respondents providing incomplete experience information and supporting documentation will not be considered. Respondents mustsubmit references, publications, and other supporting documentation of capabilities to: DEPARTMENT OF THE NAVY, CBC CODE 272311 BLDG 41, 1000 23RD AVENUE, PORT HUENEME, CA 93043- 4301. Deadline for receipt of response is December 30, 1996. CITE: (I-346 SN010921) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7, Alameda, CA 94501-5100 SUBJECT: J--DOCKSIDE AND REPAIRS OF USCGC PLANETREE (WLB 307) SOL DTCG85-97-B-62569 DUE 021197 POC JANYCE DeCANTO, CONTRACTING OFFICER (510) 473-3773 DESC: The contractor shall provide all labor and materials to perform dockside and repair for USCGC PLANETREE (WLB 307), a 180' buoy tender, homeported in Ketchikan, AK. All work will be performed at Pier 36, Seattle, WA or contractor's facility, during the period of 07 April 1997 and completing 02 May 1997. Work items to include; temporary services, dockside, electreic motor overhaul, potable water tank cleaning and inspection, fuel oil, lube oil and waste oil tank cleaning and inspection, SSDG overhaul, propulsion generator cleaning, cargo hoisting padeye testing, buoy deck/port preservation, CO's head renovation, engine room exhaust ventilation modification. The solicitation is issued in accordance with the Small Business Competitive Demonstration Program. All responsvive sources may submit a bid which will be considered by this agency. For Women-Owned and Disadvantage Business Enterprises. The Department of Transportation (DOT) Minority, Office of Small and Disadvantaged Business Utilization has programs to assist minority, women-owned and disadvantaged enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending program (STLP) at the prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further informaiotn and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting offical listed above. EMAIL janycedecanto.mlcp@.internet.uscg.mil EMAILDESC: Officer CITE: (W-345 SN010694) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047 SUBJECT: J-REROOF BUILDIN, FT SNELLING, ST. PAUL, MINNESOTA SOL 1422-N660-RQ7-0002 DUE 012797 POC Contact Kathleen Shriver, 303/236-9442/Contracting Officer DESC: The Bureau of Land Management (BLM) has a requirement to reroof Bureau of Mines building #201, located at Ft Snelling, 201 Federal Drive, St. Paul Minnesota. Work includes removing existing shingles, deteriorated wood decking, underlayment and metal valleys trim roof and premises. New 30# roofing felt shall be installed and 24 gauge galvanized iron shingle tins and counterflashing. New iron srip edges and roof vents shall also be installed. Work to begin in Spring of 1997. It is anticipated that solicitation documents will be available on or about 12/23/96, with an anticipated award date of 02/97. Written requests only. See Note 1. CITE: (W-345 SN010695) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7, Alameda, CA 94501-5100 SUBJECT: J - USCGC MORGENTHAU (WHEC 722) SOL DTCG85-97-B-625L70 DUE 011397 POC Contact Virginia Obershaw, 510/437-3384 DESC: USCGC MORGENTHAU (WHEC 722) Dry dock Repair to be performed at contractor's facility. This solicitation is pursuant to the Small Business Competitiveness Demonstration Program. Invitation for Bids will be issued on or about 12 December 1996, with bid opening date thirty days thereafter. Performance period for this work is unchanged, 21 January through 23 January 1997. All responsible businesses may submit an offer to be considered by this agency. LINK N/A LINKDESC: EMAIL virgina obershaw/mlcpac@internet.uscg.mil EMAILDESC: Specialist CITE: (W-345 SN010699) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Fleet and Industrial Supply Center, San Diego, 937 N. Harbor Drive, STE 430, San Diego, CA 92132-0430 SUBJECT: J--FULL ON SITE MAINTENANCE SERVICE ON GOV' OWNED IHS EQUIP. SOL N00244-97-Q-5345 DUE 123096 POC Fax Solicitation Request to Bid Officer (619)545-5565, or call ; Contract Specialist Bob Douglas (619)545-4362; Contracting Officer, Lois Gilmore DESC: The following is for the Full On Site Maintenance Serviceson Government owned Information Handling Service (IHS) Tech Data on CD Rom. Inquires from potential bidders are welcome. Contact Bob Douglas at Fax #619-545-5565 for a copy of the RFQ. Written response must be received by this office within 15 calendar days after this notice. No telephone request. Only written or faxed requests received directly from the requestor are accepted. Bids will be required by 3 pm PST on or before 30 December 1996. Actual bid due date to be announced in RFQ. See Numbered Note(s)1, 13. CITE: (I-345 SN010718) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Military Sealift Command, Pacific, Code N-105B, Bldg 310-5, 280 Anchor Way, Suite 1W, Oakland, CA 94625-5010 SUBJECT: J -- VARIOUS SHIP AND ACCESSORIES REPAIRS SOL N62383-97-R-2199 DUE 010997 POC Contact Ernst H. Buijten, Contract Officer, at FAX 510-302-6346 DESC: CANCELLATION. This solicitation is cancelled until further notification. CITE: (I-346 SN010853) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 02631H, 2531 Jefferson n Davis Hwy, Arlington, VA 22242-5160 SUBJECT: J--MAINTENANCE, REPAIR, AND RESTORATION OF A/N37U-1 MOORED MINE CLEARING SETS SOL N00024-97-G-6369 POC Ms. Janel Hradecky, SEA 02631H, (703) 602-0951, Contracting Officer, Mr. Steve Caracciolo, (703) 602-0951. DESC: The Naval Sea Systems Command intends to issue orders on multiple e occasions over the period of Basic Ordering Agreement N00024-97-G-6369 with Government Systems Segment, A Business Unit of Analysis & Technology, 258 Bank Street, New London, CT 06320. Orders will be issued for: Engineering Change Kits; Repair, Restoration, and/or Modification Services; Maintenance Support Material; Installation and Checkout Kits; and Engineering Services. Orders will be issued pursuant to 10 U.S.C. 2304(c)(1). Government Systems Segment (GSS) is the sole designer and manufacturer of the A/N37U-1 Moored Mine Clearing Set. As such, GSS is the only company which currently possesses the in-depth technical knowledge of the equipment requirement to satisfactorily perform the work under the orders contemplated herein. No other source has the technical qualifications and necessary resources to perform the work described herein, nor will any other supplies or services satisfy the Navy's requirements. Companies interested in subcontracting opportunities should contact GSS directly. CITE: (I-346 SN010881) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 N00104-96-G-A401 POC Specialist, April Blodgett (717) 790-6289. Contracting Officer, Jodene R. Watkins (717) 790-4253. 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 Aux Enerators Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Valve, Solenoid. NSN 7H 4810-01-205-0427. P/N 81670-1. Technical data is not available and cannot be furnished. Contact the firm of Eaton Corp., Valve & Actuator Division, 2338 Alaska Avenue, El Segundo, CA 90245-4896, 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-346 SN010974) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 N00104-92-G-A008 POC Specialist, Steve Nance (717) 790-6437. Contracting Officer, Jodene R. Watkins (717) 790-4253. 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 Motor AC Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Motor AC. NSN 7H 6105-01-252-2013. P/N 63ZY89394. Technical data is not available and cannot be furnished. Contact the firm of Reliance Electric Company, Philadelphia Service Center, 3240 South 78th Street, Philadelphia, PA 19153, 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-346 SN010975) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 N00104-96-G-A214 POC Specialist, Barb Westhafer (717) 790-2252. Contracting Officer, J.G. Labosh (717) 790-2844. 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/URC-109 Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Filter, Bandpass. NSN 7G 5915-99-527-9524. P/N H32-1222-01. Technical data is not available and cannot be furnished. Contact the firm of GEC Marconi Communications LTD, Marconi House, New Street, Chelmsford, Exxes, United Kingdom CM1 1PL, England, 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-346 SN010976) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 N00104-96-G-A200 POC Specialist, Charles Gensemer (717) 790-3853. Contracting Officer, J.G. Labosh (717) 790-2844. 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 Airborne Mine Countermeasures Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Ball Socket Assembly. NSN 7E 1075-01-037-9538. P/N 108330-1. Technical data is not available and cannot be furnished. Contact the firm of EDO Corporation/Defense & Space Systems Division, 14-04 111th Street, College Point, NY 11356-1434, 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-346 SN010977) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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-A081 POC Specialist, Carolyn Parsons (717) 790-4135. Contracting Officer, Jodene R. Watkins (717) 790-4253. 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 Fuel Oil Sys/Oil Stipping Pump Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Pump Unit, Rotary. NSN 7H 01-062-8575. P/N E-4160 w/256 UN Frame Motor. Technical data is not available and cannot be furnished. Contact the firm of Blackmer Pump Co., A Dover Resources Co., 1809 Century Avenue, Grand Rapids, MI 49509, 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-346 SN010978) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 N00104-94-G-A004 POC Specialist, J.A. Diehl (717) 790-7310. 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 GPETE, CAL-STD Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Generator. NSN 7Z 6625-01-094-7716. P/N 145. Technical data is not available and cannot be furnished. Contact the firm of Wavetek Corporation, 9145 Balboa Avenue, San Diego CA 92123, 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-346 SN010995) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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-A050 POC Specialist, J.M. Antonacci (717) 790-4237. Contracting Officer, J. Antonacci (717) 790-4237. 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 NATO SEASPARROW Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Power Supply. NSN 000172842. P/N 2312494. Technical data is not available and cannot be furnished. Contact the firm of Raytheon Service Company, 5740 E Bayside Road, Virginia Beach, VA 23455, 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-346 SN010996) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: U.S. Army ARDEC, AMSTA-AR-PCM-I, Bldg 9, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: J -- MAINTENANCE SERVICE CONTRACT OF A DIGITAL IMAGING AMPLIFICATION X-RAY SYSTEM LOCATED AT HAWTHORNE AAP, HAWTHORNE, NV. SOL DAAE30-97-Q-1071 DUE 121096 POC Barbara Holmes, Purchasing Agent, 201-724-4858 email bholmes@pica.army.mil, Eric J. Bankit 201-724-4177. DESC: The purpose of this effort is to provide maintenance support services for a Digital Imaging Amplification of X-Ray (DIAX) System currently installed at Hawthorne Army Ammunition Plant, NV, (HAAP). Contractor support services are needed to maintain the DIAX system operational for the duration of the Air Force's 105mm, M1 shell inspection effort at HAAP. The contractor shall provide all necessary time, travel and materials to bring the system to its normal operational level. The following approaches shall be used, as deemed necessary by the govenment. The contractor shall provide hotline services to HAAP personnel. This service shall be available on weekdays, from 8:00AM to 5:00PM PST. At HAAP's discretion, the contractor shall be required to provide maintenance services personnally at HAAP. The contractor shall report to HAAP within 24 hours. A turn-around time of ten (10) days is required when the affected part(s) are shipped to the contractor's facility for maintenance. The contractor shall obatin a one (1) year warranty for parts purchased under this contract. The period of performance will run from 01 January 1997 thru 31 December 1997. It is anticipated that a sole source award will be made to Science Application International Corporation, 10260 Campus Point Drive, San Diego, CA 92121 pursuant to FAR 6.302-1, Only one Responsible Source. See Numbered Note: 22. CITE: (I-346 SN011018) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: J -- CLEAN AIR DISTRIBUTION SYSTEMS SOL F33601-97-R-0004 DUE 012797 POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309 POC: S Dugan/PKWOSA/937-257-7839 Fax No 513-257-3926. DESC: Period of Performance is 01 Feb 97 - 30 Sep 97. Four one-year options may be awarded. SIC CODE 7699 SIZE STANDARD $5 M. Proposed acquisition is 100% set aside for small business. A Firm Fixed-Price and Indefinite Quantity type contract is comtemplated to furnish all parts, labor, devices, equipment, appliances and materials and perform all operations necessary in connection with the cleaning and decontamination of the air handling systems. Systems shall include supply, return, fresh air intakes and ducts, exhaust air ducts including roof discharges, registers, grilles, diffusers, dampers, fans, fan housings, fan wheels, blades, plenums, air handling units and coils, both heating and cooling. It further includes all removal, cutting, replacement and repairs which might be necessary. Work site includes various buildings throughout Wright-Patterson Air Force Base. This solicitation will be issued approx 96 Dec 26. All responsible sources may submit a bid, proposal, or quotation which shall be considered. No tel requests. Only written or faxed requests received directly from the requestor are acceptable. Direct all requests for solicitations and routine communication concerning this acquisition to Sandra Dugan, Contract Specialist, 937-257-7839 X4207. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. See Numbered Note(s): 1. CITE: (I-346 SN011034) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: GSA, PBS, Property Management Contracts Branch (5PMC-W), JCK Federal Building, 230 South Dearborn Street, Room 3330, Chicago, IL 60604-1696 SUBJECT: J--MECHANICAL OPERATIONS AND MAINTENANCE SERVICE, FEDERAL BUILDING AND U.S. COURTHOUSE, 500 BARSTOW COMMONS, EAU CLAIRE, WISCONSIN SOL GS05P97GAC0009 DUE 020497 POC Catherine Dean, (312) 353-7598. DESC: Performance period is for three (3) years with two (2) one year options. The estimated start date is July 1, 1997. Contact the Contract Specialist shown above to obtain copies of this solicitation. You may submit E-mail requests to Catherine.Dean@gsa.gov. You should include this in the body of the E-mail: 1. Catherine Dean; 2. GS05P97GAC0009; 3. Your mailing address. CITE: (M-346 SN011056) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: J -- CLS SERVICES FOR T-39N AND CT-39 AIRCRAFT AND ASSOCIATED SYSTEMS SOL N/A POC Contact, Philip E. Plotkin, Phone (703)604-2119 DESC: The Government intends to compete full Contractor Logistics Support (CLS) services for 17 T-39N aircraft, associated ground based training system, and up to 8 CT-39 aircraft to support Undergraduate Flight Officer (UNFO) training at NAS Pensacola, FL. Total scope of the CLS services includes maintenance on the T-39N aircaft (Sabre Model 265-40), maintenance on the CT-39 aircraft (Sabre Model 265-60), maintenance on ground based trainers, heavy engine maintenance for the Pratt and Whitney JT12-8A engine, engine rental, spare parts replenishment, and pilots to fly the aircraft. Aircraft modifications may be required under the scope of this program. Contract period will be for one base year with 4 to 9 option periods, commencing 1 October 1998 for all effort except for CT-39 effort, which will commence 1 October 1999. Interested parties should reply in writing by 17 January 1997 to the above address, Attn: AIR-2.5.1.2.2, or by facsimile to (703) 604-2968, specifying the full extent of their interest. - NAVAIR Synopsis No. 50068-96. CITE: (I-346 SN010865) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: Bureau of Prisons, Federal Correctional Institution, McKean County, Pennsylvania, P.O. Box 5000, Bradford, PA 16701 SUBJECT: J--POTENTIAL SOURCES SOUGHT--DIESEL GENERATOR PREVENTATIVE MAINTENANCE POC Peter Digel, Contracting Officer, (814) 362-8900, Ext. 418. DESC: The Federal Correctional Institution--McKean has a requirement for quarterly preventative maintenance services on two (2) 750 kW Cummins diesel generators. Facsimile requests for specifications can be sent to (814) 362-1873. CITE: (M-346 SN011004) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 SUBJECT: K -- RETROFIT KITS FOR FECP D219, IMPROVED AFT PYLON CLAMSHELL DOOR SOL DAAJ09-95-G-0018 0027 DUE 013097 POC Frederick L. Thompson, AMSAT-A-PLAA, Contract Specialist, 314-263-3200 DESC: Effort is sole source to Boeing Defense and Space Group, Helicopter Division, Post Office Box 16858, Philadelphia, Pennsylvania 19142-0858. Authority for other than full and open competition is 10 U.S.C. 2304(c)(1). The proposed contract is for supplies/services for which the Government does not have adequate data available to permit full and open competition. Firms that can accomplish the requirement are encouraged to identify themselves to Boeing Defense and Space Group, Helicopters Division, for subcontracting purposes only. See Note 22. CITE: (W-346 SN010916) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Defense Contract Management Command, 100 Plastics Avenue, Pittsfield, MA 01201 SUBJECT: K--TRIDENT FIRE CONTROL 633/933 SOFTWARE SOL N00030-96-G-0058 NJ14 POC Linda Haggerty, ACO, (413) 494-6021. DESC: The contractor shall provide a Trident Fire Control Strategic Systems Programs Alteration 633/933 software development and proofing. Negotiations will be conducted with Lockheed Martin Defense Systems, Pittsfield, MA. Lockheed Martin is the sole manufacturer of the FBM Fire Control System and the only source with the in-depth knowledge and in-place capability to perform the required effort. See Note 22. Award to be made via a job order to an existing basic ordering agreement. CITE: (M-346 SN010997) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Defense Contract Management Command, 100 Plastics Avenue, Pittsfield, MA 01201 SUBJECT: K--TRIDENT FIRE CONTROL SSP ADVANCED INVENTORY AND LOGISTICS (SAIL) UPGRADE SOL N00030-96-G-0058 NJ24 POC Linda Haggerty, ACO, (413) 494-6021. DESC: The contractor shall provide a Trident Fire Control Strategic Systems Programs software database updates and core module changes required by the redesign of the SAIL provisioning module. Negotiations will be conducted with Lockheed Martin Defense Systems, Pittsfield, MA. Lockheed Martin is the sole manufacturer of the FBM Fire Control System and the only source with the in-depth knowledge and in-place capability to perform the required effort. See Note 22. Award to be made via a job order to an existing basic ordering agreement. CITE: (M-346 SN011012) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Defense Contract Management Command, 100 Plastics Avenue, Pittsfield, MA 01201 SUBJECT: K--TRIDENT FIRE CONTROL SP ALTERATION #FCO TAE-080 SOL N00030-96-G-0058 NJ06 POC Linda Haggerty, ACO, (413) 494-6021. DESC: The contractor shall provide a Trident Fire Control Strategic Systems Programs Alteration Field Change Order (FCO) TAE-080 for upgrade of the SCSI Media Generation Systems (SMGS) host computers to current configuration. Negotiations will be conducted with Lockheed Martin Defense Systems, Pittsfield, MA. Lockheed Martin is the sole manufacturer of the FBM Fire Control System and the only source with the in-depth knowledge and in-place capability to perform the required effort. See Note 22. Award to be made via a job order to an existing basic ordering agreement. CITE: (M-346 SN011013) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Chief, Acquisition and Materiel Management (90C), VA Medical Center, One Veterans Drive, Minneapolis, MN 55417 SUBJECT: K -- MODIFICATION OF EQUIPMENT - COOLANT REPLACEMENT SOL RFQ 39-MN-97 DUE 011597 POC Mavis Nelson, Contracting Officer (612) 725-2189 DESC: Provide all labor and material to retrofit McQuay Centrifugal Chillers from CFC-R12 to HFC-134 at the VA Medical Center, Minneapolis, MN. Change gear set, O-rings and gaskets and perform related work. Provide 4 hours of training to chiller operators. Purchase existing CFC-R12 from VAMC and remove from site in accordance with EPA guidelines. Bid documents available on or about December 30, 1996. Request in writing or by fax at 612-725-2072. CITE: (I-346 SN011033) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Ryszard Wisniewski, Ministry of Posts and Telecommunications, = European Integration Unit, Pl. Malachowskiego 2, 00-940 Warsaw, Poland Tel: (48-22) 27 83 27, Fax: (48-22) 26 71 76 SUBJECT: L--POLISH NATIONAL INFORMATION INFRASTRUCTURE STRATEGY AND PILOT = PROJECT SOL N/A POC Carol Stillwell, USTDA, Room 309, SA-16, Washington, D.C. = 20523-1602, Tel: (703) 875-4357, Fax No.: (703) 875-4009 DESC: Poland's Ministry of Posts and Telecommunications ("the Ministry") invites submission of Prequalification Statements from interested U.S. firms which are qualified on the basis of experience and capability to = develop a strategy for the development of a Polish National Information = Infrastructure. Based upon the Prequalification Statements, the Ministry = will develop a short list of qualified firms which will be invited in = writing to submit a formal Technical Proposal to carry out the study. The = Government of Poland is interested in developing a National Information = Infrastructure ("NII") strategy. This NII strategy will develop the = framework for an open, competitive market where private sector operators = can provide electronic commerce and services for government, business, = education, health, and research. The objective of the project is to = establish a National Information Infrastructure strategy for deployment = in Poland, and to spur the NII's implementation by funding a pilot = project based on the recommendations of the consultants performing the = strategy study. The strategy will also develop specific project = recommendations and the tender documents for interactive multimedia, = rural access to the NII, Value Added Network Service (VANs) operators, = and internet service providers (ISPs). One or more of these components of = the NII would be implemented as a single pilot project. The Ministry is = responsible for promoting and licensing ISPs and VANs and providing the = policy and regulatory framework that allows them to contribute to the = NII. The U.S. Trade and Development Agency (TDA) has approved a U.S. = $389,000 Grant to fund a feasibility study to develop the NII strategy = and to implement the pilot project. The feasibility study will be divided = into two phases. Phase A (which is the subject of this CBD announcement) = will be a consultancy to prepare the NII strategy and will be funded by = $189,000 of the TDA Grant. Phase B will be the implementation of the = pilot project valued at approximately $400,000. Phase B will be funded by = $200,000 of the TDA Grant. All remaining costs of Phase B, estimated at = $200,000, are to be provided by the U.S. firm selected as contractor. The = Phase A consultant will develop the Phase B Terms of Reference and assist = the Ministry in conducting a competitive procurement to select a firm to = perform Phase B. Notice of the Phase B procurement will be published in = the Commerce Business Daily. The Ministry will enter into a separate = contract with the firm selected to implement Phase B and the Ministry = will become the owner at the completion of Phase B of all equipment = purchased for its implementation. A detailed Request for Proposals (RFP) for Phase A, which includes the requirements for submission of the Prequalification = Statements and the Technical Proposal, the Phase A Terms of Reference, and a = background definitional mission report is available from TDA, at Room = 309, SA-16, Washington, D.C. 20523-1621. Requests for the RFP should be faxed = to the IRC, TDA at 703-875-4009. In the fax, please include your firm's = name, contact person, address, and telephone number. Please check your internal fax verification receipt. Because of the large number of RFP requests, = TDA cannot respond to requests for fax verification. Requests for RFPs = received before 4:00pm will be mailed the same day. Requests received after 4:00pm will be mailed the following day. Please check with your courier and/or mail room before calling TDA. Some firms have found that RFP materials = sent by U.S. mail do not reach them in time for preparation of an = adequate response. Firms that want TDA to use an overnight delivery service (e.g. Federal Express) should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send = a courier to TDA to retrieve the RFP should allow one hour after faxing the request to TDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Only U.S. firms and individuals may bid on this TDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under TDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the TDA-financed activity, must continue to meet such requirements throughout the duration of the TDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from host country = for up to 20 percent of the TDA grant amount. Details of TDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Prequalification Statements as outlined in the RFP in English directly to the Ministry in Poland by January 8, 1997. Evaluation criteria for the Prequalification Statements and the Technical Proposals are included in the RFP. Price will NOT be a factor in contractor selection, and therefore, cost proposals should NOT = be submitted. The Ministry reserves the right to reject any and/or all = Prequalification Statements or Technical Proposals. The Ministry also reserves the right to contract with the selected firm for subsequent work related to the project. The Ministry is not bound to pay for any costs = associated with the preparation and submission of Proposals. CITE: (I-346 SN011017) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Ryszard Wisniewski, Ministry of Posts and Telecommunications, = European Integration Unit, Pl. Malachowskiego 2, 00-940 Warsaw, Poland Tel: (48-22) 27 83 27, Fax: (48-22) 26 71 76 SUBJECT: L--POLISH NATIONAL INFORMATION INFRASTRUCTURE STRATEGY AND PILOT = PROJECT SOL N/A POC Carol Stillwell, USTDA, Room 309, SA-16, Washington, D.C. = 20523-1602, Tel: (703) 875-4357, Fax No.: (703) 875-4009 DESC: Poland's Ministry of Posts and Telecommunications ("the Ministry") invites submission of Prequalification Statements from interested U.S. firms which are qualified on the basis of experience and capability to = develop a strategy for the development of a Polish National Information = Infrastructure. Based upon the Prequalification Statements, the Ministry = will develop a short list of qualified firms which will be invited in = writing to submit a formal Technical Proposal to carry out the study. The = Government of Poland is interested in developing a National Information = Infrastructure ("NII") strategy. This NII strategy will develop the = framework for an open, competitive market where private sector operators = can provide electronic commerce and services for government, business, = education, health, and research. The objective of the project is to = establish a National Information Infrastructure strategy for deployment = in Poland, and to spur the NII's implementation by funding a pilot = project based on the recommendations of the consultants performing the = strategy study. The strategy will also develop specific project = recommendations and the tender documents for interactive multimedia, = rural access to the NII, Value Added Network Service (VANs) operators, = and internet service providers (ISPs). One or more of these components of = the NII would be implemented as a single pilot project. The Ministry is = responsible for promoting and licensing ISPs and VANs and providing the = policy and regulatory framework that allows them to contribute to the = NII. The U.S. Trade and Development Agency (TDA) has approved a U.S. = $389,000 Grant to fund a feasibility study to develop the NII strategy = and to implement the pilot project. The feasibility study will be divided = into two phases. Phase A (which is the subject of this CBD announcement) = will be a consultancy to prepare the NII strategy and will be funded by = $189,000 of the TDA Grant. Phase B will be the implementation of the = pilot project valued at approximately $400,000. Phase B will be funded by = $200,000 of the TDA Grant. All remaining costs of Phase B, estimated at = $200,000, are to be provided by the U.S. firm selected as contractor. The = Phase A consultant will develop the Phase B Terms of Reference and assist = the Ministry in conducting a competitive procurement to select a firm to = perform Phase B. Notice of the Phase B procurement will be published in = the Commerce Business Daily. The Ministry will enter into a separate = contract with the firm selected to implement Phase B and the Ministry = will become the owner at the completion of Phase B of all equipment = purchased for its implementation. A detailed Request for Proposals (RFP) for Phase A, which includes the requirements for submission of the Prequalification = Statements and the Technical Proposal, the Phase A Terms of Reference, and a = background definitional mission report is available from TDA, at Room = 309, SA-16, Washington, D.C. 20523-1621. Requests for the RFP should be faxed = to the IRC, TDA at 703-875-4009. In the fax, please include your firm's = name, contact person, address, and telephone number. Please check your internal fax verification receipt. Because of the large number of RFP requests, = TDA cannot respond to requests for fax verification. Requests for RFPs = received before 4:00pm will be mailed the same day. Requests received after 4:00pm will be mailed the following day. Please check with your courier and/or mail room before calling TDA. Some firms have found that RFP materials = sent by U.S. mail do not reach them in time for preparation of an = adequate response. Firms that want TDA to use an overnight delivery service (e.g. Federal Express) should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send = a courier to TDA to retrieve the RFP should allow one hour after faxing the request to TDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Only U.S. firms and individuals may bid on this TDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under TDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the TDA-financed activity, must continue to meet such requirements throughout the duration of the TDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from host country = for up to 20 percent of the TDA grant amount. Details of TDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Prequalification Statements as outlined in the RFP in English directly to the Ministry in Poland by January 8, 1997. Evaluation criteria for the Prequalification Statements and the Technical Proposals are included in the RFP. Price will NOT be a factor in contractor selection, and therefore, cost proposals should NOT = be submitted. The Ministry reserves the right to reject any and/or all = Prequalification Statements or Technical Proposals. The Ministry also reserves the right to contract with the selected firm for subsequent work related to the project. The Ministry is not bound to pay for any costs = associated with the preparation and submission of Proposals. CITE: (I-346 SN011023) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services--Potential Sources Sought OFFADD: DA, DIRECTORATE OF CONTRACTING, FORT DRUM, NY 13602-5220 SUBJECT: L--ENGINEERING TECHNICIAN SUPPORT FOR THE MAST-MOUNTED SITE, TEST SUPPORT SYSTEM AND ASSOCIATED EQUIPMENT FOR THE OH-58D(I) AIRCRAFT STATIONED AT FORT DRUM, NY SOL DAKF36-97-B-0008 DUE 123196 POC Contracting Officer, Maria Pizarro, Contract Specialist, Richard E. Edgar, (315) 772-6510 (Site Code DAKF36) DESC: Information is sought on potential sources and vendor capabilites for the purpose of providing one (1) Field Service Engineering Technician to support the mast-mounted site (MMS), test support system (TSS) and associated equipment for the OH-58D(I) arcraft stationed at Fort Drum, New York. Intent is to contract for services over a period of approximately two and one half years to include option periods. Requirement is expected to be serviced by providing an Engineering Technician to be stationed at Fot Drum, to perform on a weekly basis expected to constitute 40 hours. The Field Service Engineering Technician is responsible for determining shortcomings and malfunctions in electrical, mechanical, and electro- mechanical assemblies, sub assemblies, modules, and circuit elements with common and system special test equipment. Assist in fault diagnosis and repair of unserviceable LU's by removal and replacement o parts with Government Furnished Equipment (GFE) spares at the AVUM level. Assist avionics personnel with daily operation, maintenance, and readiness of the TSS and repair of failed LRU'S at the AVIM level. Advise and instruct on proper equipment operationprocedures and use of DA technical and supply publications pertaining to the MSS/TSS preventative and corrective maintenance technical services provided by the Field Service Representative to include assistance to the U.S. Government military and civilian personnel in the assembly, installation, testing, repair, operation, calibration and training (On-The-Job (OJT) & classroom), and maintenance of the MMS/SS at the unit and intermediate levels (AVUM/AVIM). The Field Service Representative also provides a direct link to the factory for engineering support, modification work orders, material conditions for the MMS and TSS and has access to the Forward Repair ctivities (FRA) for technical support. Available information is that the requirement can only be provided by McDonnel Douglas Aerospace Contractor Field Service Representative. Responses will form a part of the determination as a sole source provision of services. Requested responses are to provide information including technical information demonstrating that the requirement can be provided by other vendos. Requested responses are to be in writing and will identify the vendor's name, address, phone number, point of contact, business size and other vendor category information. Responses are requested to be received by December 31, 1996. CITE: (I-346 SN010943) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--TECHNICAL ORDER LIBRARY 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 Technical Order Library at F.E. Warren AFB, Wyoming. The Technical Order Library is responsible for operating and maintaining the Technical Order Distribution Office (TODO), Technical Order Dispatch Library (TODL), and technical order sub-located accounts. Operation of the Technical Order Distribution Office includes reviewing and maintaining the master technical order file, master AFTO Forms 110, Technical Order/CPIN Distribution Record File, AFTO Forms 187, Technical Order publications Request, Special Requisition for Air Force Technical Order/CPIN, and conducting technical data requirements reviews. Operation of the Technical Order Dispatch Library includes order, processing, and posting technical orders. The dispatch library also receives and reviews requirements and reviews technical order dispatch kits. In additions to the aforementioned, the Technical Order Library maintains master inventory and tracking of technical orders as well as the implementation, monitoring and tracking of time compliance technical orders (TCTO's). 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 maintaining technical order libraries. This synopsis is an advance notice for information and planning only and is not a solicitation. CITE: (M-346 SN010912) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: N--Installation of Equipment OFFADD: Contracting Officer (Code 520), CBC, 5200 CBC 2nd St. Gulfport, MS 39501-5001 SUBJECT: N--RELOCATION OF MEDICAL EQUIPMENT SOL N62604-97-Q-1091 DUE 011397 POC Derald Johnson, (601) 871-2312 DESC: Relocation of one (1) each G.E. Medical Systems Model 3200IXRT Scintillation Camera System and one (1) each Model 401841NFR1 Rad/Flouro room. Move for the Scintillation Camera System will require all equipment shut off, disassembly, disassembly of nuclear medicine system, crate crystal in a temperature controlled crate, package circuit boards, wrap cables, securing for move from old facility to new facility, and complete set up and reassembly of all equipment in new facility to proper working order. Move for the Rad/Flouro Room will require equipment shut-off, disassemble equipment, disassembly of table unit and mounting to dollys, disassembly of overhead tube support and packaging equipment, removal of all interconnected cables, removal of all cabinets and components mounted to the floor/walls and securing equipment for move to new location. Move equipment from van to facility and complete reassembly of equipment, equipment realignment, recalibration and HHS testing. Both systems are to be moved from Bldg 1, Naval Station Newport to New Comprehensive Healthcare Center, Bldg 23, Smith Rd, Newport, RI. 02841 Installation for both items will require a site visit, procuring site documents, sketch preparation, requesting approval of preliminary layout and procure final site drawings from G.E. Medical Systems (mfg). Service must be completed within 45 to 60 days ARO. Request for Quotation (RFQ) N6260497Q1091 will be available on or about Jan. 14, 1997. No telephone requests. Request for this quotation must be in writing, facsimile request accepted, Fax No. 601-871-2691. The proposed contract action for services for which the Government intends to negotiate with G.E. Medical System, Milwaukee, WI. Interested persons may identify their interest and capability to respond to the requirement by identifying themselves and give written notification to the Contracting Officer within 15 calendar days after publication of this synopsis. CITE: (M-346 SN010958) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: DOE/WSSRAP, 7295 Highway 94 South, St. Charles, Missouri 63304 SUBJECT: P--RECYCLING OF CONTAMINATED SCRAP METAL POC Procurement Department, (314) 441-8086. DESC: Expression of Interest Sought. MK Ferguson Company, is currently performing work under a Department of Energy (DOE) Prime Contract at the Weldon Spring Site Remedial Action Project (WSSRAP) located in St. Charles, Missouri. Parties are being sought who are interested in submitting a proposal for recycling of chemical and radiologically contaminated metal stockpiles. The metals under consideration are segregated into the following types: (1) structural steel shapes, (2) stainless steel, (3) carbon steel, (4) copper, (5) aluminum, (6) off-gas condensers, and (7) nickel alloy. MK-Ferguson will consider on-site decontamination followed by release for unrestricted use and/or release to a radiologically controlled facility. Parties interested in submitting a proposal must request a technical package which further describes the requirements and site conditions. A site tour will be held and the details concerning the tour will be contained in the technical package. MK-Ferguson reserves its right to reject all proposals and terminate this request at any time without obligation to any and all parties, if it is determined to be in the best interests of MK-Ferguson or the DOE not to proceed. Interested parties should submit a statement listing their experience in the recycling of contaminated metals when requesting a technical package. Requests should be sent to MK-Ferguson Company, 7295 Highway 94 South, St. Charles, Missouri 63304, Attention: Procurement Department. Phone calls soliciting additional information concerning this announcement will not be accepted at this time. CITE: (M-346 SN010972) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Contracting Officer (90C), Department of Veterans Affairs Medical Center, 4500 South Lancaster Road, Dallas, TX 75216 SUBJECT: Q -- TYLER CLINIC SOL 549-26-97 POC Joseph V. Mulstay, Contracting Officer, (214) 302-7520 DESC: The Department of Veterans Affairs Medical Center, 4500 S. Lancaster Rd. Dallas, Texas will be negotiating a sole source contract with The University of Texas Health Center At Tyler, Highway 271 at Highway 155 Tyler, Texas for community outpatient primary care for the Tyler Texas area. Contractor will provide capitated care to fully eligible Veterans with full care also available for Veterans families. The range of services to be provided are; 1. Basic primary physician care. 2. Routine X-ray, Lab and Preventive Services such as Chest X-ray, Plain Bone Films, CBC, UA, Chem 12 + Libids, Hemocult, Pap Smear, Tetanus Vaccine, Influenza Vaccine, Pneumococcal Vaccine and EKG. 3. Clerical Services, including scheduling and workload entry. VA will provide; 1. Subspecialty care. 2. Hospitalization. 3. Emergency room care. 4. Chronic medication. 5. Non-routine testing such as Nuclear Medicine, MRI and special labs and Prosthetic Service. No solicitations are available. CITE: (I-346 SN010847) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 47th Conracting Squadron, 171 Alabama Ave, Laughlin AFB, TX 78843-5102 SUBJECT: R--ARCHITECT ENGINEER SERVICES SOL F41685-97-R0008 DUE 122396 POC Mrs. Juanita A. Rodriguez, (210) 298-5608 or Mrs. Juanita Vasquez, (210) 298-5115 DESC: Correction: This action originally publicized in the CBD dated 11/29/96 and amended on 5 Dec 96 to include additional engineering design services required. Electrical engineering services design will also be required. Standard Form 254 and Standard Form 255 are required to be submitted no later than 23 DEC 96. All other information publicized in the orginal synopsis is correct. CITE: (W-345 SN010698) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Library of Medicine, Office of Acquisitions Management, Building 38A, Room B1N17, 8600 Rockville Pike, Bethesda, MD 20894 SUBJECT: R -- HEALTH SERVICES RESEARCH-IN-PROGRESS SUPPORT SOL RFP NLM 97-203/MLM POC Lynn Montalvo, Contract Specialist/(301) 496-6546 DESC: It is the intent of the National Library of Medicine (NLM) to negotiate on a sole source basis with the Association for Health Services Research (AHSR), Washington, DC for professional and technical support services related to the continued development and enhancement of HSRProj (Health Services Research Projects in Progress), a grants and contracts information system. NLM has a requirement for: (1) expert review and guidance in identifying appropriate organizations and individuals engaged in health services research of merit and soliciting their participation in HSRProj; (2) expert review, collection, selection and editing of submissions from a wide variety of funders and producers of ongoing health services research projects for NLM's MEDLARS system; (3) developing and providing targeted educational programs for health services researchers about HSRProj; (4) providing expert analysis of projects in HSRProj for possible future research directions; and (5) suggesting unmet informational needs of the health services research community. AHSR was the designer and original developer of the HSRProj information system. Their personnel are intimately familiar with the design and structure of HSRProj and have both the knowledge of and existing relationships with funders from whom data must be obtained for HSRProj. They have successful experience in soliciting data from multiple funders, and coordinating the data selection, collection, review and editing for submission into the MEDLARS system. AHSR was the driving force behind the accepted definitions of health services research and has a unique combination of experience and expertise working with public and private funders, professional organizations, and researchers within the health services research community through its program of educational workshops on timely health services research policy issues, national and local research agenda-setting conferences, and series of scholarly publications. NLM has determined that AHSR is the only source with the previous experience, established relationships with agencies and organizations funding health services research of merit, in-depth subject expertise, and personnel capable of providing the necessary service. (See Numbered Note 22). CITE: (I-345 SN010710) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: BIA-Navajo Area Office, Branch of Contracts and Property Management, P.O. Box 1060, Gallup, New Mexico 87305-1060 SUBJECT: R--SPECIAL EDUCATION SERVICE SOL N/A DUE 123196 POC Edison Leslie, Contracting Officer, (505) 863-8228 DESC: Negotiations is being conducted for Fiscal Year 1997 residential and special education services with Valley of the Sun School, 1142 West Hatcher, Phoenix, Arizona 85021. This is a Sole Source Procurement. CITE: (I-345 SN010721) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commercial Acquisition Dept., Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: R--CLERICAL AND ADMINISTRATIVE SUPPORT SERVICES SOL N66604-97-R-0534 DUE 033097 POC Contact M. E. Maguire, (401) 841-2442 X293 or Joseph Masterson, Contracting Officer at (401) 841-2442 X290. Fax number (401) 841-4820. DESC: The Naval Undersea Warfare Center Division, Newport proposes to procure administrative and clerical services to support various activities at the command located in Newport, RI. The Indefinite Delivery Indefinite Quantity contract will be for a period of 5 years and will be awarded on a time and material basis. The estimated total level of effort is 100,000 manhours each year for a total of 500,000 manhours. The labor categories are from the Department of Labor Directory of Occupations and include: C lerk (levels I through IV), Key Entry Operators I and II, Switchboard Operator/Receptionist and Word Processors I, II, and III. This acquisition is totally set aside for the Small Business Association 8(a) program. Eligible parties may submit a request for the RFP, in writing, to the Naval Undersea Warfare Center Division, Newport, Building 11, Code 5911, Newport, RI 02841 or faxed to 401-841-4820. The solicitation may also be obtained from the WEB site at http://www.npt.nuwc.navy.mil/contract/. The SIC Code for this acquisition is 7374 and the size standard is $18m. LINKURL: http://www.npt.nuwc.navy.mil/contract/ LINKDESC: EMAILADD: MAGUIRE@CODE59.NPT.NUWC.NAVY.MIL EMAILDESC: CITE: (I-346 SN010834) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Housing & Urban Development, Contracting Operations Branch, 6EAC, 2211 Norfolk, Ste. 300, Houston, TX 77098 SUBJECT: R -- TAX SERVICE CONTRACTOR SOL H06S97050700000 DUE 021397 POC Terrance Cannon, Contract Specialist, or Stephen Cuellar, Contracting Officer at (713) 313-2274, ext. 7124 and 7122. DESC: The U.S. Department of Housing and Urban Development requires the services of a professional Tax Service Contractor to supplement the Real Estate Owned Single Family program. The selected Contractor will provide tax and maintenance fee payment and delivery services in the Houston HUD Office thirty-five (35) County area of responsibility. No telephone requests for the Solicitation package will be accepted. Fax number is (713) 313-2305. CITE: (I-346 SN010866) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Health Resources and Services Administration, 5600 Fishers Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857 SUBJECT: R -- SPNS MANUAL FOR HEALTH CARE PROVIDERS SOL HRSA-BHRD-97-A271391 DUE 012397 POC POC: Alexandra B. Garcia (301) 443-5672; Contracting Officer: Steven L. Zangwill, (301) 443-5672 DESC: The Health Resources and Services Administration is soliciting proposals according to the Simplified Acquisition Procedures in Part 13 of The Federal Acquisition Regulations(FAR). According to Part 13, this procurement has been classified as a small business set aside (Firm Fixed-Price). Although the current threshold within our agency for simplified acquisitions is $50,000, please do not assume that this procurement is for the threshold amount. Quotes that exceed the threshold will not be considered. The purpose of this procurement is to produce a manual on training in the HIV epidemic. The manual will consist of three sections: 1) an overview of basic methodological and pedagogical considerations in doing HIV training; 2) actual activities that trainers can use including the activity's purpose, time and materials needed, and suitability for various audiences; and 3) specific activities for teaching different aspect of HIV disease, including disease progression and natural history transmission and prevention, care and treatment, and psychosocial topics. The contractor shall: meet with the project officer to discuss the development of the manual; review the HIV/AIDS and adult learning literature on theoretical approaches; compile a draft HIV/AIDS Training Manual; revise and modify draft manual; consult with project officer to determine final design format and clearance process; prepare final product; provide HRSA with electronic and hard copies of final manual; and submit proposed graphics in hard copy and agreed-upon software. The period of performance is 42 weeks. All responsible small business concern may submit an original and three copies of a technical proposal and the Request for Quotation. The solicitation will be issued on or about 12/23/96. The closing date will be on 01/23/96. All request must be in writing or by Fax to (301) 443-5462, cite solicitation #HRSA-BHRD-97-A271391. Telephone requests will not be honored. See Note(s): 1. CITE: (I-346 SN010867) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, Naval Sea Systems Command, SEA 0264A, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES SOL N00024-97-R-6405 POC Mike Shaffer, Contract Specialist (0264A), (703)602-7703 DESC: The announcement originally appearing on 04 November 1996, and updated on 22 November 1996 and further updated on 10 December 1996 in the Commerce Business Daily under this heading is hereby reinstated with a RFP release date of 20 December 1996. All other information in the synopsis for the subject solicitation published on 04 November 1996 remains unchanged. CITE: (I-346 SN010879) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 CLUBS SUBERBOWL 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 January 26, 1997. The Extravaganza is open to all club members and their guest. We are looking for gift certificates ranging from $5.00 to $500.00, T-shirts, sporting goods and other items to be used as prizes for participants. 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-346 SN010887) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Park Service, Harpers Ferry Center, Office of Procurement, P.O. Box 50, Taylor Street, Harpers Ferry, West Virginia 25425-0050 SUBJECT: R -- ART SERVICES SOL 1443RP110097006 DUE 012197 POC Bertha Braithwaite, Procurement Technician, (304) 535-6236 DESC: The National Park Service, Harpers Ferry Center is soliciting proposals for Art Services. This includes providing original renderings of illustrations for reproduction for use in outdoor/indoor exhibit production, printed media (publications, folders, handbooks), audiovisual media, and historic furnishings plans. Illustrations rendered under this contract are equal to the interpretive graphics used by the National Park Service which will be included in the Solicitation document, or found in current e ducational publications such as National Geographic Magazine, Time-Life Books and Random House Illustrated Encyclopedia.--The Government anticipates award of between eight (8) to twelve (12) Indefinite Quantity Fixed-Priced Contracts. These contracts will be for a one (1) year period with two (2) twelve month options to extend the period of performance. Each contract will contain a minimum workload guarantee of $ 2,000. The maximum workload for each contract will be $ 100,000.--ALL REQUESTS MUST BE SUBMI TTED IN WRITING, WRITTEN FAXED REQUEST TO (304) 535-6424, OR INTERNET REQUEST TO: bertha_braithwaite@nps.gov, attention: Bertha Braithwaite, Procurement Technician.--Envelope or facsimilie requesting the Request for Proposal shall be marked as follows: "Request for Proposal Number 1443-RP-1100-97-006, ART SERVICES." Availability of the solicitation is limited and will be furnished on a first come first serve basis until the supply is exhausted. THIS SOLICITATION IS TOTALLY SET-ASIDE FOR SMALL BUSINES S, SIC Code 7336, Size Standard of $ 5 million dollars average annual receipts. CITE: (I-346 SN010891) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 SUBJECT: R -- PROPOSAL PREPARATION FOR SUBMITTAL OF ENGINEERING CHANGE PROPOSALS APPLICABLE TO THE CH-47D AIRCRAFT SYSTEM SOL DAAJ09-95-G-0018 0024 DUE 021397 POC Brenda Robinson, Contract Specialist, 314-263-3083 or Detra Battle-Blue, Contracting Officer, 314-263-0565. DESC: Effort is sole source to Boeing Defense and Space Group, Helicopters Division, P.O. Box 16858, Philadelphia, PA 19142-0858. Authority for other than full and open competition is 10 U.S.C. 2304(c)(1). The proposed contract action is for services/supplies for which the Government does not have adequate data available to permit full and open competition. Firms that can accomplish the requirements are encouraged to identify themselves to Boeing Defense and Space Group, Helicopters Division, for subcontracting purposes only. See Note 22. CITE: (W-346 SN010917) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: DA, DIRECTORATE OF CONTRACTING, FORT DRUM, NY 13602-5220 SUBJECT: R--CERTIFICATION AND ACCREDITATION OF COURSES AT NONCOMMISSIONED OFFICERS' ACADEMY, FORT DRUM, NEW YORK SOL DAKF36-97-B-0002 DUE 122796 POC Contracting Officer MARIA J. PIZARRO Contract Specialist FRAN W. SWEENEY (315) 772-6510 (Site Code DAKF36) DESC: Solicitation No. DAKF36-97-B-0002, which was originally published under Solicitation No. DAKF36-96-B-0071, for certification and accreditation services at the Noncommissioned Officers' Academy, Fort Drum, New York, is hereby cancelled in its entirety in accordance with Federal Acquisition Regulation (FAR) 14.404-1(c)(4), due to the fact that the solicitation did not provide for consideration and evaluation of all factors of cost to the Government, and was, therefore, inadequate to meet the Government' minimum needs. Another solicitation for these services will be issued. CITE: (I-346 SN010942) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 82d SVS/SVXA, 614 H Avenue-Bldg 634 Sheppard AFB, TX 76311-2740 SUBJECT: R--SOLICITATION FOR COMMERCIAL SPONSORSHIP OF SHEPPARD AFB, FOR VARIOUS 82D SERVICES PROGRAMS SOL F101-95-CS-01 DUE 093095 POC Caroline Wilkinson, Publicity & Marketing Specialist (817) 676-7961. DESC: Sponsorship for Sheppard AFB 82d Services Programs include seasonal programs, quarterly, bi-annually and annual. Facilities requesting sponsorship include member only clubs, bowling centers, golf course, outdoor recreation facilities, child day care center, youth center and fitness center. Request for copies of this solicitation for commercial sponsorship must be received by deadline date found in 82d Service Commercial Sponsorship Handbook. Handbook may be requested by writing 82d Services Squadron/SVXA, 614 H Avenue, Bldg 634, Sheppard AFB, TX, 76311-2740. This is a solicitation for commercial sponsorship by a nonappropriated fund instrumentally of the United States Government. It does not obligate appropriated funds of the government. CITE: (M-346 SN010959) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Federal Correctional Institution, Three Rivers, P.O. Box 4000, Three Rivers, TX 78071-4000 SUBJECT: R--DENTAL TECHNICIAN SOL RFQ 249-0062 DUE 011097 POC Melina Johnson, Contracting Officer, (512) 786-3576. DESC: The successful offeror shall provide inmates housed at the Federal Correctional Institution, Three Rivers, Texas, with the services and duties of a Dental Technician. Some of the duties, to be performed, but no limited to are as follows: preparing chair side assistance; taking and mounting Dental x-rays; maintaining accountability of instruments; and assist in Dental Laboratory functions. The Contractor will work a maximum of 30 hours per week. Performance of this contract will include a base period not to exceed twelve (12) months and four (4) subsequent option years, if exercised. The Government has the unilateral right to exercise each option year. The place of delivery will be the Federal Correctional Institution, Three Rivers, Texas. The performance periods are as follows: Base Year--Date of award through 12 months from date of contract award; Option Year #1--13 months from date of award through 24 months from date of a contract award; Option Year #2--25 months from date of award through 36 months from date of contract award; Option Year #3--37 months from date of award through 48 months from date of contract award; Option Year #4--49 months from date of award through 60 months from date of contract award. Bids in original and two copies shall be received at the Federal Correctional Institutions, Three Rivers, P.O. Box 4000, Highway 72 West, Three Rivers, TX 78071-4000, Attention: Melina Johnson, Contract Specialist. This procurement has been 100% set-aside for small business. A reasonable number of solicitations will be available on a first-come-first-serve basis. All responsible offerors may submit an offeror which will be considered. See Numbered note 1. CITE: (M-346 SN010973) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Environmental Protection Agency, 100 Alabama St., SW., Atlanta, GA 30303 SUBJECT: R--EMPLOYEE ASSISTANCE PROGRAM SOL 97-006 DUE 011097 POC Maybelle Brown, (404) 562-8378. DESC: Employee program is to assist individual in personal problem which may affect job performance. Offer consultation and provide training to resolve the situation. This program will also assist managers and supervisors in dealing with employees who are experiencing problems which affect their job performance. To obtain a copy of this solicitation submit in writing by mail to the address shown above or FAX to (404) 562-8370. All responsible sources may submit a bid which shall be considered by the agency. CITE: (M-346 SN010982) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. DOE, Western Area Power Administration, P.O. Box 3402, Golden, CO 80401 ATN:A1500 SUBJECT: R -- ADMINISTRATIVE SERVICES, SUPPORT SERVICES FOR DESERT SOUTHWEST CUSTOMER SERVICE CENTER, WESTERN AREA POWER ADMINISTRATION SOL DE-RP65-97WG29683 POC Robert D. Dobson, Contract Specialist, (303) 275-1502 Robert D. Dobson, Contracting Officer, (303) 275-1502. DESC: The contractor shall provide administrative services in support of Western's Desert Southwest Regional Offfice. The specific tasks and services performed require competencies in office services and property management services including warehousing and vehicle maintenance. The period of performance will be for one year base with four one-year option periods. The anticipated effort will be a fixed price/performance contract type award. This acquisition is 100% set-aside for 8(a) participation, and has been offered and accepted as a national buy requirement by the Small Business Administration. The SIC code is 8744 and the size standard is $20 million. This acquisition is being offered for competition limited to eligible 8(a) concerns. All solicition requests must be in writing. Information hours: 7:30am-4pm (MST), Monday-Friday. CITE: (I-346 SN011024) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Health Resources and Services Administration, 5600 Fishers Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857 SUBJECT: R -- SPNS MANUAL FOR HEALTH CARE PROVIDERS SOL HRSA-BHRD-97-A271391 DUE 012397 POC POC: Alexandra B. Garcia (301) 443-5672; Contracting Officer: Steven L. Zangwill, (301) 443-5672 DESC: The Health Resources and Services Administration is soliciting proposals according to the Simplified Acquisition Procedures in Part 13 of The Federal Acquisition Regulations(FAR). According to Part 13, this procurement has been classified as a small business set aside (Firm Fixed-Price). Although the current threshold within our agency for simplified acquisitions is $50,000, please do not assume that this procurement is for the threshold amount. Quotes that exceed the threshold will not be considered. The purpose of this procurement is to produce a manual on training in the HIV epidemic. The manual will consist of three sections: 1) an overview of basic methodological and pedagogical considerations in doing HIV training; 2) actual activities that trainers can use including the activity's purpose, time and materials needed, and suitability for various audiences; and 3) specific activities for teaching different aspect of HIV disease, including disease progression and natural history transmission and prevention, care and treatment, and psychosocial topics. The contractor shall: meet with the project officer to discuss the development of the manual; review the HIV/AIDS and adult learning literature on theoretical approaches; compile a draft HIV/AIDS Training Manual; revise and modify draft manual; consult with project officer to determine final design format and clearance process; prepare final product; provide HRSA with electronic and hard copies of final manual; and submit proposed graphics in hard copy and agreed-upon software. The period of performance is 42 weeks. All responsible sources may submit an original and three copies of a curriculum vitae and the Request for Quotation. The solicitation will be issued on or about 12/23/96. The closing date will be on 01/23/96. All request must be in writing or by Fax to (301) 443-5462, cite solicitation #HRSA-BHRD-97-A271391. Telephone requests will not be honored. See Note(s): 1. CITE: (I-346 SN011028) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Agency for International Development (USAID), REDSO/WCA/OP, Abidjan (ID) Department of State, Washington, D.C. 20521-2010 SUBJECT: R -- AUDIT SERVICES SOL RFP NO. 624-97-001 DUE 012497 POC John R. Taber, Regional Contracting Officer, REDSO/WCA/OP (Abidjan, Ivory Coast), Tel: (225) 41-45-28; fax nos: (225) 41-34-60 or (225) 41-35-44; internet address: jtaber@usaid.gov. DESC: USAID requests proposals from audit firms for Indefinite Quantity Contracts (IQCs) to conduct financial and compliance audits of USAID's projects and activities and to provide other financial services. Services will be requested via "Delivery Orders" issued by the cognizant Regional Contracting Officer on behalf of the requiring USAID mission. Up to three (3) separate two-year IQCs may be awarded with the possibility of extensions. At least one of the awards will be reserved as a total small business set-aside. At least audit work will be performed throughout West and Central Africa, and, on an exceptional basis, in other locations. Therefore, knowledge of French (as well as English), customs, and travel requirements and conditions is important. Contractors will be required to have established an office in West Africa by the time of contract award in order to be awarded a contract. Audits must be performed in accordance with the Government Auditing Standards, 1994 revision (Yellow Book) issued by the Comptroller General in June 1994 and which incorporates standards adopted by the American Institute of Certified Public Accountants (AICPA). The Standard Industrial Classification (SIC) Code for this requirement is 8721, and the small business size standard for this SIC Code is $6M. During the life of the IQC the maximum ordering limitation is $750,000 and a minimum order of $10,000 is guaranteed. Affiliation with and accountability to a U.S. CPA firm, demonstration of an understanding of U.S. government auditing standards, and the supervision of work by a CPA currently licensed to practice in the U.S. are preferred. Most preferred are offers from certified public accounting firms, or firms in which the primary expertise is certified public accounting, rather than from firms who provide certified public accounting, among other consulting services. All questions related to this notice and requests for a copy of the RFP must be addressed in writing or by fax or e-mail to the Contracting Officer at the address stated above. Specify the RFP requested, and include your complete firm name, street address, phone and fax No. No telephone requests will be honored. The issuance date of the RFP is expected to be approximately fifteen (15) days from the date of publication of this notice. The closing date for submission of proposals will be approximately forty five (45) days from the actual issuance date, and will be specified in the RFP. The preferred method of distribution of USAID procurement information is via the internet or by request of a solicitation on a 3.5" Floppy disk (Wordperfect 5.1/5.2 Format). Only in these instances where internet access or utilization of diskette are not possible will a hard copy of the RFP be distributed upon request. This CBD notice can be viewed and downloaded using the AGENCY GOPHER. The RFP, once issued, can be downloaded from the AGENCY GOPHER. The GOPHER address is GOPHER.INFO.USAID.GOV. Select USAID PROCUREMENT AND BUSINESS OPPORTUNITIES from the GOPHER menu. From there, choose the heading USAID PROCUREMENTS and then DOWNLOAD AVAILABLE USAID SOLICITATIONS. The RFP can also be downloaded via Anonymous File Transfer Protocol (FTP). The FTP address is FTP.INFO.USAID.GOV. Logon using the user identification of "Anonymous" and the password is your e-mail address. Look under the following directory for the RFP: pub/OP/RFP/62497001/62497001.rfp. Receipt of this RFP through internet must be confirmed by written notification to the contact person noted above. It is the responsibility of the recipient of this solicitation document to ensure that it has been received from internet in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes. The publication of this notice and/or the issuance of an RFP do not obligate the U.S. Government to award a contract. CITE: (I-346 SN011029) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S.Department of Housing & Urban Development, Contract Operations Branch, 6IAC, 500 W. Main, Suite 400, Oklahoma City, OK 73102 SUBJECT: R -- SINGLE FAMILY REAL ESTATE CLOSING AGENT SERVICES FOR PROPERTIES IN SOUTHWEST ARKANSAS UNDER THE JURISDICTION OF HUD'S LITTLE RODK STATE OFFICE SOL H06S97075100000 DUE 020497 POC Larry Harris, Contract Specialist, (405) 553-7568 or Joyce Swallow, Contracting Officer, (405) 553-7568. DESC: The U.S. Department of Housing and Urban Development has a requirement for Closing Agent Services covering the Southwest Area of the State of Arkansas under the jurisdiction of the Department's Little Rock State Office. Prior to award the offeror must meet any State licensing requirements for the sales closing of real property. A firm fixed-price indefinite quantity contract will be issued for a basic contract period of one year with three (3) one-year option periods. This is a sealed bid procurement and is being offered as a 100% Small Business Set Aside Solicitation. Anticipated issuance date is January 2, 1997. Offers will be due by February 4, 1997. Anticipated award date is February 28, 1997. All responsible sources may request a solicitation by letter directed to the Oklahoma State Office address above. Telephone requests for solicitation will not be accepted. CITE: (I-346 SN011040) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Brookhaven National Laboratory, Division of Contracts and Procurement, Building 355, Upton, N.Y. 11973-5000 SUBJECT: R--CONSULTING SERVICES TO ASSESS INVENTORY AND WAREHOUSE MANAGEMENT OPERATIONS SOL RFP No. KF-96-01 POC Kevin Fox, Sr. Contracts Specialist, (516) 344-2766 DESC: BROOKHAVEN NATIONAL LABORATORY, is a major research facility that carries out basic and applied research in the physical, biomedical and environmental sciences, and in selected Technologies. The physical plant consists of 360 buildings spread over a 5200 acre site and are used by approximately 3200 employees and 4000 guests and visitors. The annual budget is approximately $400 million. BNL is soliciting proposals from outside sources to ASSESS ITS ONSITE INVENTORY/STOCKROOM AND WAREHOUSE MANAGEMENT OPERATIONS performed by its Supply and Materiel Group. The inventory system is comprised of approximately 12,000 line items, with an annual sales base in excess of $7 million. The stockroom facilities are comprised of five 1940's wooden structures and one concrete building totaling 52,600 square feet. The inventory system supports a diversified work force with commodities that range from office supplies to state of the art electronic components. The warehouse facilities are comprised of two facilities totaling 36,700 square feet. The objective is to review the existing operations from both a service and cost perspective to determine improvement opportunities that may be available to the Laboratory. The goal is to develop an action plan for realizing the short and long range improvements that are identified. Topics to be assessed include, but are not limited to: physical layout and condition of the facilities, possible consolidations; system or operations improvements; stocking methodology, i.e. in-plant stores operations or vendor furnished services, i.e. stock less stores, Just-in-Time; electronic communications links with suppliers; and any concepts that reduce purchasing, vendors, receiving, billings and other paperwork. It is contemplated that the review would be completed in two separate phases. The first, of short duration and limited dollar value, would be to review and assess the overall operations and identify specific areas that present opportunities for improvements. This could take the form of a consultant or daily rate contract. The second phase would be a more detailed assessment and proposal of implementation of the areas selected by the Laboratory. It is contemplated that this would be a negotiated fixed price contract. Interested parties are requested to provide a proposal with an overview of their experience and background in performing similar studies as well as their rate structure. A list of previous clients should be included which Brookhaven could contact to verify and assess their experience. Resumes of the individuals who would conduct the review must be included in the response to this solicitation. Selection of the firm will be based on the following criteria: (1) Resume(s) submitted for the person(s) proposed to carry out the work. This will have a weight of 70%. (2) The experience of the firm. Include the company's experience which is relevant to the proposed project. Specifically, related U.S. Government, DOE and private sponsored research and development facilities similar to Brookhaven. This will have a weight of 30%. This is a technical competition, price will not be point scored. The selected firm may be required to submit additional pricing information that will be evaluated for reasonableness and subject to negotiation. Interested parties must submit their proposal within two weeks of publication of this notice to: Kevin J. Fox, Division of Contracts & Procurement, Building 355, Brookhaven National Laboratory, Upton, NY 11973-5000. CITE: (M-346 SN011058) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Social Security Administration, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, Maryland, 21207-0696 SUBJECT: R -- INTERNATIONAL PRIORITY AIRMAIL SERVICES SOL SSA-RFP-97-2908 DUE 011597 POC Kathleen Spangler Tel: 410-965-9511 DESC: Modify the above synopsis with the following changes: The period of performance is changed to read April 1, 1997, or date of award which ever is later through March 31, 1998. The point of contact has been changed to Kathleen Spangler (410)965-9511. CITE: (I-346 SN011065) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: DHHS, Indian Health Service, 2900 Fourth Avenue North, P.O. Box 2143, Billings, MT 59103 SUBJECT: R--PROVIDE MEDICAL TRANSCRIPTION SERVICES AT THE PHS INDIAN HOSPITAL LOCATED ON THE CROW INDIAN RESERVATION, MONTANA SOL 244-97-0007 POC Rita Langager, Contract Specialist, at (406) 247-7293 or Jerry Black, Contracting Officer, (406) 247-7293. DESC: The Billings Area Indian Health Service is looking for qualified contractors eligible for bidding in accordance with the set-aside procedures established in the Buy-Indian Act. Potential offerors must meet the eligibility requirements for being at least 51% Indian owned. The Indian Health Service is looking for contractors capable of providing medical transcription services on the Crow Indian Reservation, Crow Agency, Montana. Potential contractors should submit in writing their request no later than December 31, 1996. Request to be included in the solicitation process may also be telefaxed to (406) 247-7108. CITE: (M-346 SN010909) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: GSA, Property Mgmt Division, NCR, Svc. Contracts Br. (WPMOS), 7TH & D Streets, SW, 2634, Washington, DC 20407 SUBJECT: S--CFM CONTRACT SOL GS-11P-97-MJC-0003 DUE 013196 POC CONTRACTING SPECIALIST: Van Hale, 202/708-8709, CONTRACTING OFFICER, Angela E. Johnson, 202/708-8709 DESC: The film awarded this contract will become the Facility Manager for the new Computer Center located at the Bureau of Census University of Maryland, Science & Technology Center in Bowie, MD. The contractor will be responsible for the complete management, operation & maintenance, and repair services for the facility. The contractor will provide all management, and administrative and technical support for the effective and timely accomplishment of the following functions: operation & maintenance, janitorial (including pest control, snow removal,, trash & debris removal, and recycling). The contractor shall provide services for an initial period of one year with the Government having the unilateral option to renew the contract for four consecutive additional periods of 12 months each. Services will be procured using the sealed bid process, and will only be opened to small businesses. The solicitation will be issued O/A December 31, 1996. Copies of the solicitation may be obtained by contacting the Bid Activity Room at the above address or by calling 202-708-9903. CITE: (I-345 SN010729) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 45CONS, 14640 Hangar Rd, MS 2037, Patrick AFB, FL 32925-2206 SUBJECT: S--REFUSE COLLECTION AND DISPOSAL SERVICES, CAPE CANAVERAL AS FL SOL F08650-96-B-0439 DUE 022497 POC Ernest Tweedie, Contract Specialist (407) 853-0976/Cameron Holt, Contracting Officer (407) 494-2706 DESC: Service will involve providing all personnel, equipment, vehicles, materials, supervision and other items necessary to perform refuse collection and disposal services at Cape Canaveral AS FL in accordance with the Performance Work Statement (PWS) that shall be included as part of the IFB. Period of performance is 1 Apr 97 through 30 Sep 97 and includes six (6) option years. This acquisition is unrestricted. The applicable SIC code for this acquisition is 4953 and small business size standard is $6M. Solicitation issue date of 24 Jan 97 and bid opening date of 24 Feb 97 are tentative. Verbal requests for solicitation will not be accepted. Send written requests to 45 CONS/LGCV, Attn: Ernest Tweedie, 14640 Hangar Rd-CCAS, Patrick AFB FL 32925-2206 or fax to (407) 853-3944. All responsible sources may submit an offer which will be considered by the 45th Space Wing. CITE: (W-346 SN010785) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7, Alameda, CA 94501-5100 SUBJECT: S- ALTERNATE MESSING AND BERTHING SOL DTCG85-97-Q-625102 DUE 010297 POC Rebecca Budde, Contracting Officer, (510) 437-3988 DESC: U.S Maintenance and Logistics Command Pacific, proposes to contract for temporary messing and berthing for the crew of CGC STORIS during the periods of 10 Jan 1997 through 27 Jan 1997, in Ketchikan, AK. Berthing requirement is estimated for 40 rooms. Meal requirement is estimated for 80 people for breakfast, lunch and dinner. A request for quote will be issued on 2 Jan 1997. Quotes will be due this office on 7 Jan 1997 at 10:30 am. This acquisition is a total small business set-aside.. LINK n/a LINKDESC: EMAIL Rebecca Budde/mlcpac@internet.uscg.mil EMAILDESC: Officer CITE: (W-346 SN010915) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET, ST LOUIS MO 63103-2833 SUBJECT: S--LAND MANAGEMENT SOL DACW43-97-B-0202 DUE 020397 POC Contract Specialist JOAN C. BRICKEY (314) 331-8521 FAX (314) 331-8746 (Site Code DACW43) DESC: Proposed contract is to furnish all labor, equipment and materials necessary to perform land management operations in Moultrie and Shelby Counties, Lake Shelbyville, Illinois. Contract duration is for base year with two (2) optional one year periods.Solicitation available approximately January 3, 1997. See Note 1. To qualify as a small business concern under this solicitation, the size standard is a concern and its affiliates having average annual receipts for the preceding three years not in excess o $5 million. All responsible sources may submit an offer which will be considered. Solicitation may be ordered by Fax 314-331-8746 or in writing to the above address. CITE: (I-346 SN010927) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: S--FACILITY MOWING SERVICES AT LAVON LAKE, WYLIE, TX SOL DACW63-97-B-0012 DUE 012997 POC Contract Specialist SUZANNE WRIGHT (817) 978-2131 (Site Code DACA63) DESC: Contractor shall furnish all labor, equipment, materials, plant and tools to perform mowing services. Solicitation will issue on or about 30 December 1996 with bid opening on or about 29 January 1997. The contract period of performance will be for th base year, with the option to renew for additional two, one-year periods. The proposed contract listed here is a 100% small business set-aside. See Note 1. All responsible sources may submit a bid which shall be considered by the agency. No express mail pocedures will be utilized on initial mailing of solicitation. CITE: (I-346 SN010941) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Directorate of Contracting, ATTN: ATZL-GCC, 600 Thomas Avenue, Bldg 198, Ft Leavenworth KS 66027-1399 SUBJECT: S--POSTWIDE CUSTODIAL SERVICES AT FORT LEAVENWORTH, KANSAS SOL DABT19-97-R-0001 DUE 030397 POC Contract Specialist V. Adams (913) 684-2091, Contracting Officer Elizabeth M. Bornman (913) 684-2091 (Site Code DABT19). DESC: Correction to solicitation DABT19-97-R-0001, Postwide Custodial Services at Fort Leavenworth, Kansas, published on December 2, 1996. Delete all references made to Invitation for Bids (IFB) in the announcement. The pending acquisition is a Request for Proposal (RFP). CITE: (M-346 SN010965) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK 74121-0061 SUBJECT: S -- MOWING SERVICES, TEXOMA LAKE, OKLAHOMA AND TEXAS SOL DACW56-97-B-0012 DUE 020497 POC Randy Bratcher, Contract Specialist, 918/669-7273 DESC: The work required under this specification provides for the mowing, trimming, and edging of public use areas, the dam embankment, dikes, project office complex, unimproved areas and mowing other project lands at Lake Texoma. An advanced non-refundable fee of $5.00 is required for each solicitation. Make check payable to F&A Officer, USAED, Tulsa and mail to the attention of the Contracting Division. Payment must be received prior to issuance of solicitation. Solicitation will be available on or about January 2, 1997. No phone calls to order please. All orders will be mailed via first class mail. Request for special handling (Fed-X, etc.) will not be honored. CITE: (I-346 SN011025) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--VARIOUS ENVELOPES SOL Program 1554-S DUE 010897 POC Dotti Griffith or Steven A. Boortz (Contracting Officer) on (614) 488-4616 for information of a technical nature and contact Linda Brock, (614) 488-4496 for any other assistance required. DESC: Single award term contract for the period beginning February 1, 1997 thru January 31, 1998 (plus 2 option years) for various Government agencies. These specifications cover the production of various envelopes requiring such operations as copy pickup, composition, film-making, proofs, printing, packing and delivery. Trim Sizes: Various. Approximately 438 orders per year. Printed face only or face and back. Approximately 500 to 1,000,000 envelopes per order. Government to furnish: Camera Copy. Sample to be used as camera copy. Films. Manuscript copy (usually in the form of revised samples/camera copy/films). Material to be picked up from Ohio, Kentucky and Tennessee. Deliver f.o.b. destination to various Government agencies. Production time: 10 to 30 workdays. Bid request on firm's letterhead while supplies last. Telephone/Telegraph requests are not acceptable. CITE: (M-346 SN010890) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--OFFSET PRINTING SOL Program 1053-S DUE 011597 POC Michael J. Atkins (206) 764-3726. DESC: T--Single award contract for the period 02/01/97 to 01/31/98 for the Department of Transportation. For the productions of looseleaf books requiring copying, diazo, binding and delivery. 510 orders per year requiring copying up to 11 x 17", Vellum 24" & 36" wide, blue, black and sepia diazo. Quality level IV. Bid request on your firm's letterhead. CITE: (M-346 SN010897) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 Program 2201-S DUE 010697 POC Mrs. Hytha Benton (215) 364-6455; Contracting Officer--James T. Reingruber (215) 364-6465. DESC: Single award term contract for period Date of Award to 12/31/97. For the Defense Automated Printing Service--Miscellaneous Four-Color Process Publications. Trim Size 216 x 279 mm (8-1/2 x 11"). Approximately 50 orders per year. Average of 1,500 copies and 28 pages per order with separate wrap around cover. Operations include: color separations, disk output, film making, printing, proofing, binding, labeling, mailing and distribution. 12 workday schedule. Send request for bid on firm's letterhead, ATTN: Bid Request Program 2201-S. CITE: (M-346 SN010960) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--MISCELLANEOUS MANUALS/BOOKS/PAMPHLETS AND TRAINING GUIDES SOL Program 1592-M DUE 010697 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: Multiple award term contract for the period February 1, 1997 and ending January 31, 1998 for Department of Commerce, Bureau of Census, Suitland, MD. These specifications cover the production of self- and separate-cover books and pamphlets, requiring such operations as copy pickup, film making, printing, direct imaging, binding, packing, and distribution. Trim Sizes: Up to and including 8-1/2 x 14". Approximately 143 orders, 4 to 600 pages per order and 40 to 100,000 copies per order. Category I--Quantities up to and including 1,999 copies. Category II--Quantities over 1,999 up to and including 100,000 copies. Furnished material to be picked up from Suitland, MD. Production time: 7 workdays and up. Deliver bulk shipments f.o.b. destination to various addresses, usually Jeffersonville, IN and Suitland, MD. Bid request on firm's letterhead while supplies last. Telephone/Telegraph requests are NOT acceptable. CITE: (M-346 SN010966) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 3905-S DUE 122696 POC Diane Abeyta, (310) 982-1130. DESC: Single award term contract for the period 01-01-97 to 12-31-97, for the Department of the Treasury. Production area restricted to within a 25-mile radius of Laguna Niguel, CA. Newsletter, approx. 4 orders per year of approx. 13,500 copies of 4 to 10 pages per order, 8-1/2 x 11". Operations include copy pickup, films, printing, binding, mailing operations, packing, labeling and marking, and distribution. 7 workday production schedule. Product Quality Level IV attributes. Requirements for bidding are available by request on your firm's letterhead. CITE: (M-346 SN010968) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Hampton Regional Printing Procurement Office, U.S. Government Printing Office, 11836 Canon Blvd., Suite 400, Newport News, VA 23606-2555 SUBJECT: T--PRINTING SOL Program 4355-S DUE 010997 POC Jimmy Roberson, Contracting Officer-Robert Blake, (757) 873-2800. DESC: Single award, one year term contract for the Defense Automated Printing Service, Fort Bragg, NC, for the production of short run, fast schedule duplicating/copying of separate-cover books and pamphlets. Frequency of orders: Approximately 200 jobs over a 12 month period. Average number of pages per job-110 pages, plus cover. Average quantity of 500 copies per job. Request bid package on firm's letterhead. Telephone/telegraph requests are not acceptable. CITE: (M-346 SN011005) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: U.S. General Accounting Office, Office of Acquisition Management, 441 G Street N.W., Room 6852, Washington, DC 20548 SUBJECT: U--RETIREMENT PLANNING SEMINAR TRAINING SOL OAM-97-N-0011 DUE 020697 POC Pearline F. Danner, Contract Specialist DESC: The United States General Accounting Office has a need to secure a contractor to provide an off-the-shelf retirement planning seminar. Each seminar will run for three (3) consecutive days with a minimum class size of 30 participants and a maximum class size of 35 participants. The contractor will be required to hold classes at the GAO Headquarters or other designated space in the Washington DC metropolitan area. The estimated number of seminars per fiscal year is three (3). The period of performance will be from October 1, 1997 or date of contract award, whichever is later, through September 30, 1998, with four (4) annual renewable options. A fixed rate indefinite quantity/indefinite delivery service contract is anticipated. Requests for the solicitation document are to be submitted in writing. Firms may send their requests electronically (FAX No. (202) 512-2879 or 512-2658). This offer is not extended for faxing of proposals. The solicitation will be issued on or about January 6, 1997. All requests should be addressed to the attention of Pearline F. Danner, Contract Specialist (OAM-97-N-0011). CITE: (I-346 SN010844) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: ASC/YWE, Building 11, 2240 B Street Suite 7, Wright-Patterson AFB OH 45433-7111 SUBJECT: U -- ACC/INDUSTRY DAY SOL N/A POC POC James E. Brown, ASC/YWE, (513) 255-2885, ext 227. Contracting Officer Kenneth J. Lang, ASC/YWM, (513) 255-2826,EXT 442. DESC: CBD SPECIAL NOTICES: ALL DEFENSE INDUSTRTY: This announcement is for The Air Combat Command Simulator Industry Day co-hosted by General Richard E. Hawley, Commander, Air Combat Command, and the Honorable Arthur L. Money, Assistant Secretary of the Air Force (Acquisition), SAF/AQ. The symposium theme, "Revolutionizing Flight Simulation for Air Combat Command", is intended to open discussions on how the Combat Air Forces could exploit leading edge technologies including video gaming and other entertainment industry innovations. Companies with interest are cordially invited to attend and/or deliver presentations reflecting "out of the box" thinking with the potential to revolutionize flight simulator training. Traditional marketing presentations are discouraged. General Hawley will dedicate his entire day to this endeavor and is very interested in your company's ideas that could assist him to formulate a new paradigm for the way he trains aircrews. The event will be held January 21, 1997, at Langley AFB, Virginia. Gen Hawley and Mr. Money will provide opening remarks. Senior Air Combat Command staff and others, will participate in a, "Next Steps", panel discussion to conclude the day. The remainder of the day is reserved exclusively for industry presentations. Presenters may anticipate the opportunity for continuing dialogue on material presented with the Air Combat Command staff to develop possible future requirements. A National Training System Association reception will follow the symposium at the Langley Officer's Club. Due to limited seating availability, attendance will be limited to four hundred attendees. Please forward requests to attend and willingness to present to: Executive Director, National Training System Association, Attention: RADM Frederick L. Lewis USN(Ret), Two Colonial Place, 2101 Wilson Boulevard, Suite 400, Arlington, VA 22201-3061. Additional information concerning location, visit clearances, etc. will be provided via future correspondence. CITE: (I-346 SN011032) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services--Potential Sources Sought OFFADD: Department of the Treasury, Internal Revenue Service, (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745 SUBJECT: U--SKILL ASSESSMENT & TRAINING SOL CBD&&&96120001 DUE 011797 POC Procurement Technician, Vivian Daniels, 202-283-1514 DESC: The Internal Revenue Service (IRS) is planning to conduct a skills assessment of its information systems project managers and provide associated training and education resulting from identified skill gaps. We are seeking the services of a company whoalready has developed and successfully demonstrated the ability to administer 1) skill and competency assessment instruments (including analysis of assessment data) and 2) training and education curriculum(a). Specifically, we are seeking: 1) a validated slf-assessment instrument, available in both electronic and paper versions, which covers specific, standardized project management skills and knowledge and is capable of measuring both individual and organization. In addition, the instrument must provide the capability to be administered by the IRS without contractor support and be accompanied with a guide which enables the IRS to analyze the data and match deficienciesto specific training courses. 2) a validated self-assessment instrument (used in a 360 feedback mode) which evaluates project managers on the competencies shown to be critical to successful project management performance and identifies professional developent needs of the project manager. The company must have the capability to evaluate the questions and prepare a detailed, comprehensive report which scores an individual's ability to perform and identifies his/her improvement needs. 3) a complete, validated training and education curriculum(a) which addresses all skills, knowledge and competency areas contained in the assessment instrument(s). The assesment instrument(s) and curriculum(a) must be based on and accredited by the Project Management Institute as meeting its "Project Management Body of Knowledge" standards, skills, competencies and certification process. Additionally companies should providea minimum of three references who have used the above products. Interested firms should submit capability statements addressing these issues to the address above within thirty days of the publication date of this synopsis. No additional telephonic information is available. CITE: (I-346 SN010922) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: 60th Contracting Squadron, 60 CONS/LGCV, 350 Hangar Avenue/Bldg 549, Travis AFB CA 94535-2632 SUBJECT: W--RENTAL AND MAINTENANCE OF A BAKER 103 AUTOMATED PRESCRIPTION COUNTING SYSTEM LOCATED AT DAVID GRANT MEDICAL CENTER, TRAVIS AFB, CA SOL F04626-97-R0001 POC Jeff Deering, (707) 424-7743 DESC: Correction: This action originally publicized in the CBD dated 10/29/96, is a commercial item. All other information publicized in the original synopsis is correct. CITE: (M-346 SN011008) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: U.S. Postal Service, Seattle Facilities Field Office, 34301 9th Ave. S.-Third Floor, Federal Way, WA 98063-6721 SUBJECT: X--NEW CONSTRUCTION LEASED, DUPONT, WA SOL 072976-97-A-0043 DUE 010997 POC Glen M. Ackerman, Real Estate Specialist, (206) 874-7287. DESC: The USPS is completing final site and building plans for a new leased building of 5,920 gross square feet on a minimum site size of 58,250 square feet. Offerors will be required to acquire the site, construct the specified building and upon completion, agree to execute a lease with the Postal Service for the entire property. Any award made under this solicitation will be made to the responsible offeror who provides the best overall value to the Postal Service. This is NOT a sealed bid advertisement and proposals will NOT be publicly opened. Solicitation packages will be available on or about December 9, 1996, for a $25.00 NON-REFUNDABLE FEE. Forward check or money order, made out to ``USPS Disbursing Officer'', to Royal Reprographics, 7825 S. 180th St., Kent, WA 98032-1050 (one check per solicitation). Please identify your request with the solicitation number. Information concerning solicitation packages should be directed to Royal Reprographics at (206) 251-8230 or 1-800-562-4905 or FAX # (206) 251-0249. For other information, call or write: Glen M. Ackerman, Real Estate Project Manager, telephone (206) 874-7287, or Dave Anderson, A/E Project Manager, telephone (206) 874-7285, Seattle Facilities Field Office, 34301 9th Ave. S., Third Floor, Federal Way, WA 98063-6721. Offerors are encouraged to submit their proposal by one of the methods offered by the U.S. Postal Service (First Class, Priority Mail, or Express Mail). SUBMISSIONS WILL NOT BE RETURNED. CITE: (M-346 SN010908) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: USDA--Natural Resources Conservation Service, 675 U.S. Courthouse, 801 Broadway, Nashville, TN 37203 SUBJECT: X--TREE PLANTING SOL NRCS-1-TN-97 DUE 012797 POC Patty Gee, Contracting Officer (at above address). DESC: Planting of bare root tree seedlings, including the purchase, transportation, storage and installation on 64 acres in Hardin County, Tennessee, 16.9 acres in Dyer County, Tennessee and 653.3 acres in Lake County, Tennessee. A contract will be awarded to the low bidder on a site by site basis (multiple award). Work is to be completed within 20 calendar days after the notice to proceed is issued. Estimated price range--$25,000.00--$100,000.00. All responsible sources may submit a bid which will be considered by the agency. Presolicitation notices will be sent to prospective bidders on this solicitation. CITE: (M-346 SN010999) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Health and Human Services, Indian Health Service, 1825 Bell Street, Ste 200, Sacramento CA 95825-1097 SUBJECT: Y--TWO WATERS WELLS- SHASTA COUNTY OF CALIFORNIA SOL 235-97-Q0010 DUE 012997 POC Roger Simpson, 916-566-7001 DESC: Construction of 2 individual water wells on homesites in Shasta County of California. Each well is estimated to be 100 meters in depth. Period of performance is 28 days after receipt of award. The range of this project is between $25,000 and $100,000. Contractor must possess a State of California Well Drillers License C-57. SIC 1781 ($7.0) applies. All responsible sources may submit a bid, if timely received, shall be considered y the agency. Fax requests to (916) 566-7043. RFQ release date is approximately January 8, 1997. CITE: (W-346 SN010802) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Department of the Army, Baltimore District, Corps of Engineers, P.O. Box 1715, Baltimore, MD 21203-1715 SUBJECT: Y -- MAINTENANCE DREDGING FISHING BAY, DORCHESTER COUNTY, MD SOL DACW31-97-B-0012 DUE 013097 POC Marie Johnson or Betty Schneider at (410) 962-3464 DESC: Correction: The above solicitation should have appeared in the CBD on December 12, 1996. THE CORRECT BID DATE SHOULD HAVE READ 30 JANUARY 97. All other data included in the original synopsis remains as stated. CITE: (I-346 SN010832) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 020697 POC For Plans and Specs info call 619-532-3038/Contracting Officer, Katherine G. Luhmann/For Bid Results call 532-2355. DESC: PRESOLICITATION NOTICE - 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. -- This proposed contract will be unrestricted.--The Standard Industrial Code is 1522 and the annual size standard is $17 million. It is recommended the subcontracting goals reflect a minimum goal of 5% for Small Disadvantaged Business Subcontracting effort. Bidders should request in writing stating IFB number N68711-96-B-2126, with complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier.--Telephone requests will not be accepted.--There will be a charge for plans and specs that is yet to be determined. The fee will be non-refundable.--Mail requests with a check payable to DEFENSE PRINTING SERVICE to Southwest Division, Naval Facilities Engineering Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San Diego, CA 92132-5187 or fax requests to (619) 532-2083.--Fax requests will be accepted but, WILL NOT be processed until your check has been received by this office.--Submit one (1) check per project.--Solicitation packages are limited to two (2) sets per prime and one (1) set per subcontractor/supplier.--Bidders responding under this advertisement will not be required to resubmit request once formally advertised.--Tentative issue date is on or about 06 JAN 1997 with an opening date of approximately 30 days later (NOTE: BOD stated above is TENTATIVE).--Responses are due no later than 15 calendar days after publication of the advertisement in the CBD. CITE: (I-346 SN010850) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities 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: Y--PROCUREMENT NOTICE--INSTALL CHAIN LINK FENCING AT THE PALOS VERDES FAMILY HOUSING, SAN PEDRO, CA SOL N68711-96-Q-3522 DUE 012197 POC Katie Parks (310) 626-6034/Contracting Officer Gwen Lavender. DESC: This is a simplified Purchase procedure with an estimated cost valued at under $50,000.00. The work includes all necessary labor, materials, equipment, and supervision to Install Chain Link Fencing at the Palos Verdes Family Housing, San Pedro, CA by means of a firm fixed price type contract. Performance time will be 60 days from award. Potential Quoters should request RFQ N68711-96-Q-3522 either in writing or fax request to (310) 626-7961. 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 N68711-96-Q-3522, complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier/manufacturer. Mail requests to the SWD, Contracts Office, OICC/ROICC, 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 18 December 1996 until supply is exhausted. No deposit required. CITE: (M-346 SN010894) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer in Charge of Construction, Coastal Systems Station, Dahlgren Division, 6703 West Highway 98, Suite 126, Panama City, Florida 32407-7001 SUBJECT: Y--ELEVATED WATER STORAGE TANK REPAIRS AND REPAINTING, FACILITY 280 SOL N62467-96-B-2963 DUE 020497 POC Ilia Morales; Lenora Ann McKinney, Contract Specialist, at 904-235-5194. 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 paint work shall include sandblasting and recoating the interior and exterior of the elevated potable water storage tank along with the supporting structure and associated piping. Repair work shall include new safety railing system and metal grate. Electrical work shall require upgrading the tank's cathod protection system and recalibration. Lead paint demolition and removal shall be in strict accordance with Federal, State and Station's regulations. Estimated cost range is between $100,000.00 and $250,000.00. Item 10, bid opening date, is an approximate date only. Solicitation documents will be distributed on a first-come, first served basis until the supply is exhausted. CITE: (M-346 SN010896) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. BUREAU OF RECLAMATION, DAKOTAS AREA OFFICE, PO BOX 1017, BISMARCK, ND 58502 SUBJECT: Y--JAMES RIVER BANK STABILIZATION SOL 142597SQ6200570 DUE 012497 POC Purchasing Agent, Elaine K Felchle, (701)250-4242 X3306 DESC: Work consists of furnishing and placing approximately 300 linear feet of riprap revetment at one site on the east side of the James River, south of Montpelier, North Dakota. The revetment will be constructed of dumped and shaped riprap. The contracto will excavate the key trench to the required depth and furnish, haul, and place the riprap. Work to be completed within 30 days of award. Request copy of RFQ from contact point identified in note 11. Estimated award January 31, 1997. Estimated value of cotract $15,000 to CITE: (I-346 SN010923) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821, LOUISVILLE KY 40202-2230 SUBJECT: Y--RTS-I JOINT INTELLIGENCE TRAINING FACILITY, FT. SHERIDAN, ILLINOIS SOL DACA27-97-B-0012 DUE 013097 POC Contract Specialist Denise Gill (502) 582-6544 (Site Code DACA27) DESC: Project consists of an addition to the existing Military Intelligence Consolidated Training Facility. It will be a single-story masonry and steel building of permanent construction for use as a Sensitive Compartmental Information Facility (SCIF) for actical intelligence training. The addition will be approximately 25,400 s.f. SPECIFICATIONS AND DRAWINGS AVAILABLE ON COMPACT DISK (CD) ONLY. No telephone requests will be honored. Fax or mail requests to (502) 582-5554, ATTN: Denise Gill. Please include ompany's street address and phone number when ordering solicitation documents. CITE: (I-346 SN010939) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USA Engineer District-Detroit, Corps of Engineers, 477 Michigan Ave, Detroit, Mi 48226 SUBJECT: Y--FY97 SILVER BAY HARBOR OF REFUGE SILVER BAY, MN SOL DACW35-97-B-0004 DUE 012897 POC Contract Specialist Vernard Moore (313) 226-6433 (Site Code DACW35) DESC: The work consists of placement of approximately 200,000 tons of stones of varying sizes to form a breakwater and the construction of other features on the breakwater and land surfaces. The major portion of the stone material is government furnished. his procurement is UNRESTRICTED. The estimated cost range is between $5,000,000.00 to $10,000,000.00. The non-refundable charge for the solicitation document is $18.85. CITE: (I-346 SN010940) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, Facilities Service Office, P.O. Box 27497, Greensboro, NC 27498-1103 SUBJECT: Y--NEW CONSTRUCTION LEASED--NO CONTROLLED SITE SOL 362575-97-A-T035 DUE 012097 POC Esther Tinort, Real Estate Specialist, (910) 665-2810. DESC: Advertisement to construct and lease a new postal facility on an uncontrolled site in Charleston WV. Approximate 2,608 square foot building to be constructed on a 17,000 square foot site, excluding setbacks, easements, and local/state requirements. The preferred area is within the community known as North Charleston, WV. Environmentally clean buildings of 2,500-4,000 SF will also be considered. Offers are due in this office by COB 01/20/97. A NON REFUNDABLE cashier's check or money order made payable to Disbursing Officer--USPS, in the amount of $35.00 is required for EACH package. Please reference the facility name (Charleston, WV). PLAN HOLDER LISTS AVAILABLE THROUGH WRITTEN REQUEST ONLY. DELIVERY OF PLAN HOLDER LISTS VIA FAX WILL NOT BE AVAILABLE. CITE: (M-346 SN010964) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 -- MEDICAL TRAINING FACILITY, GENERAL MITCHELL FIELD IAP-ARS, WISCONSIN SOL DACA45-97-B-0010 DUE 021197 POC Contracting Division at: (402) 221-4266 Plans and specifications can be ordered by fax at (402) 221-4530. DESC: Issue Date: On or about 08 January 1997. Estimated Construction Cost: Between $1,000,000 and $2,500,000. Work Description: The project will include the following: (Approx. quantities) Construct a single-story medical training facility 12,000 SF on continous strip footing, concrete slab on grade, CMU walls with brick facade, metal roof deck with EDPM roofing. Functional Area includes admin spaces, examination rooms, x-ray and laboratory facilities, dental, classrooms and storage. Air conditioning cooling is 25 TONS. Plans and Specifications: The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs.mro.usace.army.mil/EBS/Contract.htm Points of Contact: Questions concerning the following items should be made between 8:30 a.m. and 3:30 p.m. Monday thru Friday. Telephone No. Bidding Information (Ellen Baumert) 402-221-3189 Internet Questions (Cindy Siford) 402-221-4824 Small business matters (Mr. Hubert J. Carter Jr.) 402-221-4110. Technical contents of drawings and specifications (Specifications Section) 402-221-4545. (Specification Section FAX Number) 402-221-3842. This solicitation is unrestricted and open to both large and small business participation. CITE: (I-346 SN011041) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities--Potential Sources Sought OFFADD: HSC/PKOC, 8005 9th Street, Brooks AFB TX 78235-5353 SUBJECT: Y -- SOURCES SOUGHT 8(A) FIRMS - RENOVATE HOUSING HILL AFB UTAH SOL N/A POC Lt Mark Long (210)536-6201, Contract Specialist, Paul Vaughn (210)536-2360, Contracting Officer. DESC: Sources Sought. Human Systems Center, Operational Contracting, and the Air Force Center for Environmental Excellence (AFCEE), Brooks AFB, TX are seeking qualified Small Disadvantaged 8(a) firms to renovate 92 military family housing units at Hill AFB, UT. The estimated magnitude of construction is between $5,000,000 and $10,000,000. SIC code 1521 is assigned. The firms must be capable of providing and managing a multi-disciplinary team of subcontractors. The following minimum qualifications are required: (a) The 8(a) firm or its teaming partner must have completed at least $300,000 of housing renovation under one contract or housing construction of 50 or more houses under one contract within the last five years. Housing projects are defined as single family dwelling units, duplex units, multi-family dwelling units not to exceed eight units to a single structure. If experience is from the teaming partner, the 8(a) firm must have completed at least $300,000 of general construction under one contract that included the managing of a multi-disciplinary team of subcontractors. (b) Must have a Project Manager/Engineer and Project Superintendent who both have at least 5 years experience with housing renovation or new housing construction and have completed at least one housing project from start to finish. (c) The 8(a) firm must have bonding capacity for the full project. Firms that meet the requirements described in this announcement are invited to submit a letter of interest along with a description of how the qualifications are met, references to verify both experience and bonding capacity and teaming agreement if applicable. Responses must be received before 4:00 P.M. CST 15 calendar days from date of publication (first workday following a weekend or Federal Holiday). Submittals should be sent to HSC/PKOC, Attn: Lt Mark Long, 8005 9th Street, Brooks AFB TX 78235-5353. This is not an RFP. CITE: (I-346 SN010838) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild AFB, WA 99011-9403, Attn: Theodore D. Sweet, Director Of Business Programs SUBJECT: Z--ADD/ALTER/REPAIR BASE LIBRARY, BLDG 716, FAIRCHILD AFB, WA SOL F45613 97 R0006 DUE 021097 POC Contracting Officer, David E. Olson (509) 247-4867 DESC: The objective of this project is to add to, alter, and or repair the existing library up to the facility standards set forth by Air Mobility Command. The design relocates the existing main entrance to the parking lot side of the faciilty. An addition to the facility, approximately 2,750 sq feet, will incorporated the computer, children's services and rest room functions. Existing areas vacated because of the new addition are reconfigured to the house administration and operation spaces that are currently below standards. The work for subject project includes but is not limited to, renovation and upgrade work throughout the existing building and all work associated with the construction of the addition. The repair work consists fo primarily of new floor and wall finishes throughout unless indicated on the drawings. Electrical and mechanical upgrades and renovation throughout including new lighting, power, cable management and new HVAC equipment controls. The exterior of the building is finished with a new brick exterior insulation system (brick EIFS) and new energy efficient windows. Estimated cost is between $500,00 and $1,000,000. Government furnished materials are not included. The SIC is 1542. Performance period is 250 calendar days. The work is not located in a restricted or controlled area. Acqusition will be through competitive negotiation procedures with qualified offerors. The ares of evaluation and their relative rank order, are stated in Section M of the solicitation, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements and will provide the best value to the government considering prise and paset perfromance. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Interested parties should peovide evidence of capacity to obtain bonds for a project of this magnitude, and informantion that demonstrates a capability to perform projects of this magnitude. To obtain further information or to request a solicitation package, contact the Contracting Officer, David E. Olson, at (509) 247-4867. Request for solitation packages must be submitted in writing or by fax. The FAX number for the contracting office is (509) 247-5221. This acqusistion is unrestricted, and will issue on or about 9 Jan 97. CITE: (W-345 SN010700) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commander (KO), Civil Engineering Unit, Juneau, P.O. Box 21747, 709 W. 9th St., Room 817, Juneau, AK 99802-1747 SUBJECT: Z--DEMOLITION, REPAIR, REPLACEMENT NORTH SHOP ROOF USCG ISC KETCHIKAN, KETCHIKAN, AK SOL DTCG87-97-B-643019 DUE 123196 POC J. H. O'Malley, Contracting Officer, (907)463-2417 DESC: DTCG87-97-B-643019 - Summary of work includes providing all materials, equipment, supplies and labor to complete the demolition, repair, replacement of approximately 14,600 square feet of the North Shop built-up Roof located at the USCG Integrated Support Command Kethikan, Ketchikan, AK. The estimated cost range is between $25,000.00 and $100,000.00. This procurement is issued pursuant to the Small Business Competitive Demonstration Program, Public Law 100-656, as implemented by the OFPP Policy Directive and Test Plan dated 8/31/89. the Industrial Standard Code is #1761, and the applicable size standard is $7.0 million dollars in annual receipts for the past three years. All responsible sources may submit a bid which shall be considered by the U. S. Coast Guard. Requests for bid documents must be submitted and received by this office no later than 31 December 1996. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small Business Utilization (OSBDU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short term contracts. This is applicable to any eligible prime or subcontractor at any tier. The DOT bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guarantee of the bid bond amount to a surety against losses. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide for accounts receivable. The maximum line of credit is $500,000.00. For further information please call OSBDU at (800)532-1169. Interested parties can obtain a bid package by sending a check or money order issued to the U. S. Coast Guard in the amount of $25.00 to the following address - Commanding Officer (ko), Civil Engineering Unit, P. O. Box 21747, Juneau, AK 99802-1747. This is a non-refundable fee for the plans and specifications. LINK http://www.alaska.net/~uscgceuj LINKDESC: EMAIL J.OMalley/CEUJuneau@internet.uscg.mil EMAILDESC: AK CITE: (W-345 SN010712) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 89th Contracting Squadron/LGCV, 1419 Menoher Drive, Andrews AFB MD 20762-6500 SUBJECT: Z--UPGRADE ELEVATORS SOL FA4416-96-T0612 DUE 122496 POC Point of Contact: Jennifer LaChance, All responses to this synopsis must be in writing. Telefax responses welcome at 301-981-1910 DESC: This is a combined synopsis/Request for Quotation (RFQ) 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. This acquisition is a 100% small business set-aside. Delivery shall be FOB Destination to Andrews AFB MD. Responses to this RFQ must be received by 24 Dec 96, 2:00 pm Eastern Standard Time. Delivery and Finance addresses will be provided upon award. Offerors are required to document past performance suitably and provide opportunity for verification. Award will be made to the lowest responsible offeror. SPECIFICATIONS/STATEMENT OF WORK: Two (2) U.S. Elevator upgrade for Bldg 3500 located on Andrews AFB MD. The contractor shall provide all plant, labor, equipment, electrical feeders and disconnects, transportation, tools, materials, personnel and supervision to perform all operations necessary to upgrade two (2) electric elevators and hall fixtures to comply with the American Disability Act (ADA) and modernize the two elevators. EQUIPMENT MODERNIZATION AND UPGRADE: 1. New Microprocessor Controllers, 2. Silicone Control Rectifiers (SCR) drive units American Disabilities ACT (ADA) upgrade: 1. CAR FIXTURES: New stainless steel car operating panels at ADA required height; New cover mounted hands-free ADA complaint telephone; New car position indicators with landing passing tones at ADA required height; New car traveling cables. 2. HALL FIXTURES: New hall stations at ADA required height; New hall position indicators at lobby level; New hall lantern per entrance with ADA complaint signals to sound once in the up direction and twice in the down direction. The contractor shall be responsible for restoring the work site to its original condition if any cutting, patching, painting or redecorating is required. The contractor shall work on one elevator at a time. Leaving one elevator in operation at all times. Work will not be started on the second elevator until the job is completely finished on the first elevator. EQUIPMENT DATA: Two (2) US Elevators, Controls, Motor Generators, and Relay cabinets 3500 lbs, 200 FPM, three stops, three opening in line. PERFORMANCE PERIOD; 120 calendar days after aware. A site visit shall be held at 17 Dec at 0900. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial be addressed in writing. Facsimile request and proposals will be accepted. No collect calls will be accepted. BID SCHEDULE; Item 0001-Upgrade and Modernize Elevators; 1 each; Unit price- $_______; Total cost=$_________. Item 0002-Upgrade and modernize Elevators; 1 each; Unit Price-$________; Totalcost=$________. CITE: (I-345 SN010728) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: EFA Chesapeake, Washington Navy Yard, Building 212, 901 M Street, S.E., Washington, DC 20374-5018 SUBJECT: Z--REPAIR WATER TANK, NAVAL RESEARCH LABORATORY, CHESAPEAKE BAY DET, CHESAPEAKE BEACH, MARYLAND SOL N62477-96-B-2008 DUE 012197 POC Steven Moody, Contracting Officer, (202) 685-3221 or smoody@efaches.navfac.navy.mil DESC: This procurement is UNRESTRICTED. The work includes the complete cleaning and repainting of the tank, both interior and exterior. Also, repair concrete and grout, obstruction lights, riser leak, installation of new exterior ladders, a new balcony access opening, a new clog-resistant roof vent, a new riser manhole, a new exterior overflow pipe, a new riser-to-bowl connection, and a new PVC water level control pipe, modification of the existing balcony safety railing, removal of the existing interior overflow pipe, existing ladders, and apparatus on the balcony, and other incidental related work. Specs avail 20 Dec 96. Bids due 21 Jan 97. There are no drawings. Estimated cost for this project is between $250,000 and $500,000. There is no charge for the solicitation. They will be issued first-come, first-serve. Request the IFB by writing the above address, faxing (202) 433-0939, or the internet address. For bid results contact (202) 685-3194 or the internet address. EMAIL smoody@efaches.navfac.navy.mil EMAILDESC: CITE: (W-346 SN010770) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z - - REPAIR RANGE ROADS, EGLIN AFB, FL SOL F08651-97-B-0003 DUE 013197 POC Contact SSgt Anthony J. Smith, Contract Specialist, (904) 882-5628, Ext. 5271, Cecile A. Ramos, Contracting Officer, (904) 882-5628 DESC: Eglin AFB has a requirement to Repair Range Roads, Eglin AFB, FL. This contract is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract consisting of a basic year plus 1, one-year option. Work under this contract will be allocated in the form of Delivery Order (DO) requests based on "Unit Prices." The work under this contract consists of furnishing all plant, labor, materials, and equipment, and performing all operations in strict accordance with specifications. The work, in general, consists of providing, delivering, spreading, and compacting sand-clay base material for unpaved road repair, providing Florida State Silviculture Best Management Practices on erodable slopes including water bars, staked hay bales, grass seed with fertilizer and mulch, and water turn-outs as required and hauling, spreading, mixing, and compacting government furnished asphalt millings on unpaved roads. Asphalt millings are stockpiled on main base Eglin AFB and at borrow pit #B-26 on the Eglin Range. Base year contract will be for a period of 365 calendar days. Bid opening date of 30 Jan 97 is only an estimated date. The estimated total value, base year plus option year, of the project is $25,000.00 to $100,000.00. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 nonrefundable charge. All requests must be submitted in writing. Make check/money order payable to DFAS/LI, and mail along with your written request to AFDTC/PKO, 205 West D Ave, Suite 541, Eglin AFB FL 32542-6862. No telephone requests for solicitation packages are acceptable. CITE: (W-346 SN010786) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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-WATER LINE AND ACCESS ROAD, FORT SCOTT NATIONAL HISTORIC SITE, BOURBON COUNTY, KANSAS, FOSC-DS46 SOL 1443IB602097902 DUE 013097 POC Branch of Construction Contracts, 303/987-6744 DESC: The work of this contract consists of construction of a new water supply system for domestic use and fire fighting purposes, a new fire truck emergency access road constructed of a grass reinforcement system, and an irrigation system.--Estimated price range, $250,000 to $500,000.--Time for completion, 180 calendar days.--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-346 SN010791) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 (CGS), P.O. Box 25486, DFC, Denver, CO 80225 SUBJECT: Z--ASPHALT PAVING SOL 1448-60181-97-B028 DUE 020497 POC POC: Cathleen DeBerry/Procurement Assistant, 303/236-5412 x221; David M. Clack, Contracting Officer, 303/236-5412 x228. DESC: Perform all work required to rehabilitate the asphalt pavement for a headquarters building area and residence driveways. The work includes pavement reconstruction by excavating and wasting existing pavement and base material; compacting subgrade; placing and compacting a 6-inch thickness of base course material; and placing and compacting a 3-inch thickness of asphalt pavement material. The work also includes a 2-inch asphalt overlay of existing asphalt pavement. The project site is located at the Jackson National Fish Hatchery near Jackson, Wyoming. Solicitations will be available o/a January 3, 1997. Notice to proceed will not be issued on this project until o/a June 15, 1997. Estimated price range is between $100,000 to $250,000. This project is open to large and small businesses. Please Fax requests for solicitation package to 303/236-4791, state solicitation number, company name, mailing addess and telephone number on request. CITE: (I-346 SN010798) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, PBS, Manhattan Prop. Mgmt. Ctr, 26 Federal Plaza, Rm 1655, New York, NY 10278 SUBJECT: Z - MULTIPLE AWARD INDEFINITE QUANITY CONSTRUCTION CONTRACT WITH DESIGN CAPABILITY SOL GS02P97CUD0008(N) DUE 010697 POC Mildred Broughton, Contracting Officer, (212) 264-7354 DESC: Indefinite Quantity Multiple Award Construction Contract with Design Capability for the five (5) Boroughs of New York and the Counties of Nassau, Suffolk and Westchester. The date for the pre-proposal conference is changed from December 13, 1996 at 10:00 AM to December 17, 1996 at 10:00 AM local time at 26 Federal Plaza, Rooms 305A & B, 3rd Floor, New York, NY. The date for receipt of proposals is changed from 123196 to 010697. The solicitation will be mailed on or about December 12, 1996. There will be no public opening of offers. EMAIL mildred.broughton@gsa.gov EMAILDESC: e-mail. CITE: (W-346 SN010800) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of the Army, US Army Engineer District, Buffalo, 1776 Niagara Street, Buffalo, NY 14207-3199 SUBJECT: Z--MAINTENANCE DREDGING, ROCHESTER HARBOR, ROCHESTER, MONROE COUNTY, NEW YORK AND OSWEGO HARBOR, OSWEGO, OSWEGO COUNTY, NEW YORK SOL DACW49-97-B-0009 DUE 021897 POC Contact Point, Richard W. Reffner, Contract Specialist, (716) 879-4250 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 the Rochester Harbor, Rochester, Monroe County, New York and approximately 50,000 cubic yards of dredged material, other than ledge rock, from Oswego Harbor, Oswego, Oswego County, New York. Dredged material will be disposed of in Government-designated open lake disposal area, and/or Contractor furnished Government-approved disposal area. Estimated magnitude of construction in terms of physical characterisitics is between $500,000.00 and $1,000,000.00. Period of performance is 152 calendar days. Charge for the solicitation documents is $12.00 per set of full size plans and specifications. Make check or money order payable to "US Army Engineer District, Buffalo". SIC CODE: 1629. CITE: (I-346 SN010801) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z--REPLACE TAXIWAY LIGHTS AND CIRCUITS, EGLIN AFB FL SOL F08651-97-B-0040 DUE 020397 POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270; Cecile A. Ramos, Contracting Officer DESC: Replace Taxiway Lights and Circuits, Eglin AFB FL. Presolicitation Notice has been issued. Estimated bid opening date is 4 Feb 97. Construction work consists of replacing taxiway lights, circuits, regulators, underground conduit, etc., on Main Base taxiways at Eglin AFB. Estimated dollar range is between $500,000 and $1M. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Bid packages may be obtained for a nonrefundable $20.00 charge by submitting a written request to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862. Make check or money order payable to DFAS-LI, DSSN 6671. No phone calls for bid packages be accepted. CITE: (W-346 SN010828) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of the Army, Baltimore District, Corps of Engineers, P.O. Box 1715, Baltimore, MD 21203-1715 SUBJECT: Z -- RENOVATE BUILDING 1675, FORT DETRICK, MD SOL DACA31-97-B-0013 DUE 020497 POC Marie Johnson or Betty Schneider at (410) 962-3464 DESC: Correction The above solicitation should have appeared in the CBD dated December 12, 1996. THE CORRECT BID DATE SHOULD HAVE READ 04 FEBRUARY 97. All other data included in the original synopsis remains as stated. CITE: (I-346 SN010833) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900 SUBJECT: Z -- PREPARATION OF SURFACES AND PAINTING MITER GATES SOL DACW51-97-B-0007 DUE 012897 POC John R. Phelps, Contract Specialist, 212-264-9003. DESC: Perform all operations necessary to prepare surfaces, including sandblasting, and application of paints for the lock miter gates at Troy Lock and Dam, Troy, NY. Work will begin at the north miter gates (both leafs) and finish at the south miter gates (both leafs). Contract performance period is thirty-five (35) calendar days. Estimate is $100,000 to $500,000. Bid packages available on or about December 27, 1996 and must be requested in writing, accompanied by a check or money order for $50.00, payable to FAO USA COE NED. Standard Industrial Classification Code is 1731. This procurement is 100% set-aside for small business. CITE: (I-346 SN010840) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 -- PRESOLICITATION NOTICE--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, FAX (619)553-6976. DESC: PRESOLICITATION NOTICE--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 with a value of $7 million.--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.--Bidders responding under this advertisement will not be required to resubmit request once formally advertised.--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.--Tentative issue date on or about 7 January 1997 with an opening date of approximately 30 days later (NOTE: Bid issue date stated above is TENTATIVE).--Plans and specifications will be available until supply is exhausted on a first come, first served basis.--Responses are due no later than 15 calendar days after publication of this advertisement in the CBD.--No deposit required. CITE: (I-346 SN010848) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Military Sealift Command, Atlantic, MOTBY, Bldg. 42/4, Bayonne, NJ 07002-5399 SUBJECT: Z -- COATING/RECOATING OF SHIP'S STRUCTURE SOL N62381-97-R-0300 DUE 011797 POC Mr. Robert Tschinkel, Contract Specialist, (201) 823-6180, D. A. Palermo, Contracting Officer, (201) 823-6160. DESC: Perform cleaning, scaling and painting of interior and exterior deck surfaces aboard various Military SEalift Command vessels. Performance period to start on/about 12 April 1997, one base year and one option year. The proposed procurement is 100% small set-aside. All responsible sources may submit a proposal which shall be considered by the agency. CITE: (I-346 SN010859) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OIC, NAVFAC Contracts, Bldg 5, HWY 547, NAES Lakehurst, NJ SUBJECT: Z -- REPAIRS TO AND UPGRADE GROUNDING IN MAGAZINES, BUILDINGS #180 AND 182 SOL N62472-97-Q-3016 POC For plans and specifications call, (908) 323-2494. DESC: This is a Firm Fixed Price Contract being procured under the Simplified Acquisition Procedures. The work includes concrete repairs, miscellaneous repairs and repairs to existing grounding systems associated with magazine Buildings #180 and 182 and incidental related work. Performance period is 120 calendar days. The Standard Industrial Code (SIC) for this project is 1541. The related Small Business Size Standards is $17.0 million annual receipts for the preceding three fiscal years. Quotation packages may be obtained by telephoning the above number OR faxing to (908) 323-1471. The request for quotation will be released on or about 31 December 1996 and the quote closing date will be approximately 30 January 1997 . This acquisition is being issued unrestricted. Estimated cost range for this project will be: $25,000.00 - $100,000.00 CITE: (I-346 SN010862) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Public Works Office, Naval Weapons Station Earle Colts Neck, NJ 07722-5000 SUBJECT: Z -- MAINTENANCE AND REPAIR OF HVAC SYSTEMS FOR KEARNY, NJ SOL N62472-97-B-2708 DUE 020597 POC Ms. Patricia Ring, Contract Specialist (908) 866-2151. DESC: Maintenance, service call work, testing and certification and repair work services of low pressure steam/hot water boiler and HVAC Systems and all their associated equipment. The contractor shall furnish all labor, supervision, materials, supplies, parts, equipment, tools, transportation and management necessary to perform Preventive Maintenance Inspection Service, Service Calls, and Repairs as required to maintain HVAC & Boiler systems and all their associated equipment components in strict accordance with manufacturer's requirements and specifications, and requirements of the contract. The resultant contract will be a combination Firm Fixed Price/Indefinite Quantity Contract The standard industrial classification code for this procurement is 1711. IFB's will be issued on/about 3 January 1997. This procurement is being issued as unrestricted - open to large and small business concerns. The performance period will commence within 30 days after award. There will be four 12 month option periods which may be exercised by the Government. NO COLLECT CALLS WILL BE ACCEPTED. Written requests only. FAX'd requests will be honored. FAX no. is (908) 866-1122. CITE: (I-346 SN010863) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Public Works Office, Naval Weapons Station Earle Colts Neck, NJ 07722-5000 SUBJECT: Z -- MAINTENANCE AND REPAIR OF HVAC SYSTEMS FOR KEARNY, NJ SOL N62472-97-B-2708 DUE 020597 POC Ms. Patricia Ring, Contract Specialist (908) 866-2151. DESC: Maintenance, service call work, testing and certification and repair work services of low pressure steam/hot water boiler and HVAC Systems and all their associated equipment. The contractor shall furnish all labor, supervision, materials, supplies, parts, equipment, tools, transportation and management necessary to perform Preventive Maintenance Inspection Service, Service Calls, and Repairs as required to maintain HVAC & Boiler systems and all their associated equipment components in strict accordance with manufacturer's requirements and specifications, and requirements of the contract. The resultant contract will be a combination Firm Fixed Price/Indefinite Quantity Contract The standard industrial classification code for this procurement is 1711. IFB's will be issued on/about 3 January 1997. This procurement is being issued as unrestricted - open to large and small business concerns. The performance period will commence within 30 days after award. There will be four 12 month option periods which may be exercised by the Government. NO COLLECT CALLS WILL BE ACCEPTED. Written requests only. FAX'd requests will be honored. FAX no. is (908) 866-1122. CITE: (I-346 SN010864) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, U.S. Coast Guard, Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337 SUBJECT: Z--ANNUAL CONTRACT FOR REMOVAL, REBUILDING, AND INSTALLATION OF AID-TO NAVIGATION (ATON) STRUCTURES IN GULF OF SANTA CATALINA; NEWPORT/SAN PEDRO BAYS AND LOS ANGELES/LONG BEACH/SANTA BARBARA HARBORS SOL DTCG88-97-B-623157 DUE 012397 POC Bid Issuing Clerk, (510) 535-7219; Contracting Specialist, Marilyn S. Van de Loo, (510) 535-7283. DESC: Provide all labor, material, supervision, equipment, transportation, and all other necessary items required to accomplish installing, replacing or removing aid-to-navigation (ATON) structures in specified locations in Southern California. A geodetic survey with a minimum accuracy level of third order Class 1 shall be performed and a report shall be prepared for each ATON structure installed when required in the delivery order. Estimated range between $100,000 and $250,000. Drawings and Specifications can be requested on a first come, first served basis. Requests by mail and fax only. Mail requests to U.S. Coast Guard, Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, California 94606-5337, Attn: Bid Issue Clerk. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON MAILING OF PLANS AND SPECIFICATIONS. Solicitation to be issued on or about 23 December 1996. Bid opening on or about 18 January 1997. Technical questions may be directed to LTUG M. A. Clyburn at (510) 535-7282. Duration of this project is one year with one option year. The SIC code for this procurement is 1629. Size standard is $17.00 Million. THIS IS A UNRESTRICTED ACQUISITION BEING SOLICITED AND AWARDED UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM, ALL BUSINESSES ARE ENCOURAGED TO RESPOND. CITE: (M-346 SN010883) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 5th Contracting Squadron LGC, 211 Missile Ave., Minot AFB, North Dakota 58705-5027 SUBJECT: Z--REPAIR HOUSING ROADS SOL F32604-97-B0008 DUE 012797 POC Mr. Robert Nowak, (701) 723-2262. DESC: INVITATION FOR BIDS: IFB, drawings and specifications will be available for Repair Housing Roads, MIN 92-0007, at Minot AFB, North Dakota O/A 27 Dec. 96. Work is 100% general. Work is not in a restricted area and consists of a 150 day performance period. Work consists of repairing housing roads, curbing, and catch basins. Project magnitude is between $500,000.00 and $1,000,000.00. This procurement is being issued pursuant to the Small Business Demonstration Program and is open to large and small business concerns. SDB preference program as contained in DFARS 2319.7204 will be used in the evaluation for award. When requesting information or a bid package give name, address, telephone number, solicitation number, business size and indicate if your firm is a SDB concern. CITE: (M-346 SN010888) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 341st Contracting Squadron, 7015 Goddard Drive, Malmstrom AFB, MT 59402-6863 SUBJECT: Z--REPAIR STORM DRAINAGE, HEAT PLANT SOL F24604 96 B0008 DUE 013097 POC Climetha Rhodes, Contract Administrator, (406) 731-2896, or Russell A. Bryan, Contracting Officer, (406) 731-4008. DESC: Work consists of providing all labor, equipment, materials, transportation, quality control and supervision necessary to repair storm drainage at the central heat plant at Malmstrom AFB MT. Invitation for Bid will be issued on or about 31 Dec 96. Bid Opening will be on or about 30 Jan 97. Performance period is 90 calendar days after issuance of Notice to Proceed. The acquisition is open competition for large and small business in accordance with the Small Business Competitive Demonstration Program. Only written request for the solicitation will be considered. All responsible sources may submit an offer which shall be considered by the agency. The magnitude of this project is between $500,000.00 and $1,000,000.00. Standard Industrial Code is 1623. CITE: (M-346 SN010898) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Fish and Wildlife Service, 1875 Century Blvd., Suite 310, Atlanta, Georgia 30345 SUBJECT: Z - REPLACEMENT OF EXISTING SPRING AND REUSE WATER PUMPS DUE 012197 POC Contact Demetria Wilson, Procurement Technician; Wanda Purdy, Contracting Officer DESC: Correction: This action originally publicized in CBD dated 12/04/96 has been changed to be an IFB. Tentative dates remain the same. CITE: (I-346 SN010905) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 341st Contracting Squadron, 7015 Goddard Drive, Malmstrom AFB, MT 59402-6863 SUBJECT: Z--REMOVE STORM/SANITARY CROSS CONNECTIONS SOL F24604 96 B0007 DUE 012997 POC Chuck Belcher, Contract Administrator, (406) 731-4006, or Russell A. Bryan, Contracting Officer, (406) 731-4008 DESC: Description: Work consists of providing all work, equipment, materials, transportation, quality control and supervision necessary to remove storm/sanitary cross connections at various locations on Malstrom AFB MT in accordance with the specifications and drawings. Invitation for Bid will be issued on or about 30 Dec 96. Bid Opening will be on or about 29 Jan 97. Performance period is 70 calendar days after issuance of Notice of Proceed. The acquisition is open competition for large and small business in accordance with the Small Business Competitive Demonstration Program. Only written request for the solicitation will be considered. All responsible sources may submit an offer which shall be considered by the agency. The magnitude of this project is between $25,000 and $100,000. Standard Industrial Code is 1623. CITE: (M-346 SN010906) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 5TH Contracting Squadron LGC, 211 Missile Ave, Minot AFB, North Dakota 58705-5027 SUBJECT: Z--REPAIR KITCHENS SOL F32604-97-B0007 DUE 012997 POC Mr. Robert Nowak, (701) 723-2262. DESC: INVITATION FOR BIDS: IFB, drawings and specifications will be available for Repair Kitchens, MIN 97-9011, at Minot AFB, North Dakota O/A 30 Dec 96. Work is 65% general, 15% mechanical, 20% electrical, and is located in Military Family Housing on Minot AFB. Work consists of replacing countertops, cabinets, flooring, and lighting. Work is not in a restricted area and consists of a 120 day performance period. Project magnitude is between $100,000.00 and $250,000.00. This procurement is being issued pursuant to the Small Business Demonstration Program and is open to large and small business concerns. SDB preference program as contained in DFARS 2319.7204 will be used in the evaluation for award. When requesting information or a bid package give name, address, telephone number, solicitation number, business size and indicate if your firm is a SDB concern. CITE: (M-346 SN010913) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 47th Conracting Squadron, 171 Alabama Ave, Laughlin AFB, TX 78843-5102 SUBJECT: Z--REPAIR AND REPLACE UNDERGROUND SANITARY SEWER SYSTEM AT LAUGHLIN AFB TX SOL F41685-97-R0015 DUE 123196 POC Mr. Roy Hernandez, Contracting Officer, (210) 298-5118 DESC: Work to be accomplished includes but is not limited to the following: To furnishing all plant labor, materials, tools, equipment, supervision, transportation and services necessary to repair and replace underground sanitary sewer system located throughout the Military Family Housing area. Also the addition of other water valves in officer housing on the main lines to enable the Government to shut down half of the street instead of the whole street. This solicitation will be issued as full and open competition, project requirements will be made available on or about 31 Dec 96. The applicable small business size standard for interested small business concerns, including their affiliates, is not more than $17.0 Million in annual average receipts for the preceding three years. The standard industrial classification code is 1521. Magnitude of this project is between $1,000,000 and $5,000,000. Requests for this solicitation must be submitted in writing. Telephone requests will not be honored. Fax requests will be accepted, our fax number is (210) 298-4178. All responsible offerors meeting this criteria set forth in the solicitation may submit an offer which will be considered by the Government. Written requests should cite RFP No. F41685-97-R0015 and include your nine digit zip code. CITE: (W-346 SN010914) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN DRIVE, TEXARKANA TX 75507-5000 SUBJECT: Z--REPAIR WINDOWS/VENTILATION SYSTEM B-345/2 SOL DAAC79-97-B-0003 DUE 022497 POC Contract Specialist WILLIAM STONE (903) 334-4384 Contracting Officer CHARLIE D. HARRIS, JR. (903)334-2218 (Site Code DAAC79) DESC: In the original synopsis the cost for this solicitation was $2.00. The cost of each set is $20.00 per set. All other information in the original synopsis remains the same. CITE: (I-346 SN010932) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, USCG Civil Engineering Unit Miami, 15608 S.W. 117th Avenue, Miami, FL 33177-1630 SUBJECT: Z--REROOF AND REPAIR WOOD TRUSSES, REPLACE AIR HANDLERS AND WELL PUMP AT U.S. COAST GUARD AIR STATION DESTIN, FLORIDA SOL DTCG82-96-B-3WCA04 DUE 012897 POC Elizabeth Phillips, (305) 278-6723. DESC: The work covered under this project includes furnishing all labor, equipment and material, necessary to remove and replace roofing, roof sheathing, and repair damaged wood trusses as specified. Work also includes removal and replacement of deep well pump; removal and replacement of air handling unit, and hood supply fan; removal of attic fan coil units and ductwork; provision of air handling unit and ductwork along with reconnection of water piping and electrical accessories and reinstalling affected piping. During the replacement of the deep well pump the contractor shall provide the station with 1500 gallons of potable water a day at 45 psi connected into existing chlorination and filtration system. In addition, the contractor shall provide temporary air conditioning to those areas without air conditioning. The estimated price range is between $250,000.00 and $500,000.00. Bid guarantee, payment and performance bonds are required. This solicitation is being issued pursuant to the Small Business Competitiveness Demonstration Program and is open to large and small business participation. All responsible sources may submit a bid, which will be considered by this agency. No telephone requests; only written requests received directly from the requester will be accepted; however, FAX requests may be sent to (305) 278-6704. The following information is for Minority, Women, and Disadvantaged business enterprises only. The Department Of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSBDU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are also 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 Bonding Assistance Program and/or the STLP, please call the OSDBU at (800) 532-1169. CITE: (M-346 SN010961) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, USCG Civil Engineering Unit Miami, 15608 S.W. 117th Avenue, Miami, FL 33177-1630 SUBJECT: Z--REROOFING AND PAINTING AT U.S. COAST GUARD BASE, CHARLESTON, SOUTH CAROLINA SOL DTCG82-96-B-3WCA03 DUE 012397 POC Elizabeth Phillips, (305) 278-6723. DESC: The work covered under this project includes furnishing all labor, equipment, supervision and material, necessary to reroof and paint exterior of the Industrial Building, reroof the Barracks Building and reroof the MSO Building. Work also includes requirement for demolition, removal and disposal of asbestos containing materials. The estimated price range is between $100,000.00 and $250,000.00. Bid guarantee, payment and performance bonds and insurance are required. This solicitation is being issued pursuant to Small Business Competitiveness Demonstration Program and is open to large and small business participation. All responsible sources may submit a bid, which will be considered by this agency. No telephone requests; only written requests received directly from the requester will be accepted; however, FAX requests may be sent to (305) 278-6704. The following information is for Minority, Women, and Disadvantaged business enterprises only. The Department Of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are also 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 Bonding Assistance Program and/or the STLP, please call the OSDBU at (800) 532-1169. CITE: (M-346 SN010962) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of NAVFAC Contracts; P.O. Box 54306; NSA Memphis; Millington, TN 38054-0306 SUBJECT: Z--PAVING REPAIRS AT THE LCC AT MEMPHIS DETACHMENT, CARDEROCK DIVISION, NAVAL SURFACE WARFARE CENTER, LCC DETACHMENT, MEMPHIS, TN SOL N62467-97-B-5193 DUE 021197 POC Dolores Quinton (901) 874-5061, Contracting Officer, Gary Busby, (901) 874-5061. DESC: Furnish all labor, tools, equipment, transportation and supervision necessary to repair/reseal cracking asphalt paving, striping and incidental related work. Cost estimate is between $25,000.00-$100,000.00. This project is a firm fixed price construction project. Time for completion is 90 calendar days. Solicitation will issue on or about January 7, 1997. CITE: (M-346 SN010969) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of NAVFAC Contracts; P.O. Box 54306; NSA Memphis; Millington, TN 38054-0306 SUBJECT: Z--REPAIR LCC SUPPORT BUILDING AT MEMPHIS DETACHMENT, CARDEROCK DIVISION, NAVAL SURFACE WARFARE CENTER, LCC DETACHMENT, MEMPHIS, TN SOL N62467-97-B-5192 DUE 021197 POC Dolores Quinton (901) 874-5061, Contracting Officer, Gary Busby, (901) 874-5061. DESC: Furnish all labor, tools, equipment, transportation and supervision necessary to provide a new toilet room with shower and new darkroom and new film room complete and ready for use. The work includes removal of portions of the existing concrete slab, removal of some existing utility lines, new concrete topping, new vinyl composition tile, new toilet fixtures and accessories, new water cooler, new toilet partitions, new gypsum board partitions, new renovated ceiling, mechanical and electrical work, and incidental related work. Cost estimate is between $25,000.00-$100,000.00. This project is a firm fixed price construction project. Time for completion is 90 calendar days. Solicitation will issue on or about January 7, 1997. CITE: (M-346 SN010971) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, PO Box 701, Columbia MD 21045-0701 SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR REPAIR AND ALTERATIONS AT VARIOUS LEASED AND POSTAL OWNED FACILITIES IN THE CLEVELAND OH AREA SOL 232098-97-A-0033 DUE 011797 POC Joan Robinson, Facilities Contract Specialist, (410) 997-6241. DESC: The contract resulting from this solicitation will include various repair and alteration type projects at postal leased and owned facilities in the geographical areas of the Cleveland OH District (Counties in OH, Lorain, Cuyahoga, Lake, Ashtabula, Summit and Geauga). At the discretion of the Contracting Officer, one or more contracts may be awarded. Contractors must have a minimum of three (3) years experience as of the date of issue in general construction work. Contractors must also possess the capabilities of working at least three to five jobs at the same time. Specific Work Order/s will be issued by the Contracting Officer in accordance with the Unit Price Schedule and Specifications. One or more "Work Orders" will be issued totaling not less than $10,000.00 nor more than $250,000.00 during a two (2) year period of the contract. The initial limit of $250,000.00 may be increased by modification as agreed upon by the Contractor and the Contracting Officer up to the maximum of $1,000,000.00. The Postal Service guarantees no specific number of Work Orders nor a specific amount. The contractor will not be required to perform work under any work order where the value of work in any one building is less than $2,000.00. Offerors will be required to submit One (1) "Multiplier" to be applied to the various Unit Prices established in the "Unit Price Schedule"; The Multiplier must contain the Offeror's overhead, profit, bonds, insurance and all other contingencies. No allowance for such items will be made after contract award. Offers are due by 4:00 p.m. on January 17, 1997. Plans and Specifications will be available at $50.00 per set, Non-Refundable, referencing Solicitation #232098-97-A-0033. Please Do Not Send Cash. Solicitation packages may be obtained at the Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia MD 21045-0701. Personal visits and telephone calls for the purpose of discussing this project are discouraged. Since this is a negotiated solicitation, offers will not be publicly opened. The number of offers received, the identify of the offerors, the amount of any one offer, or relative standing of the offer will not be disclosed to anyone except those postal personnel whose official duties require such information until award of contract is made. The Postal Service reserves the right to reject any or all offers. CITE: (M-346 SN010994) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: CO ENGFLDACT MW, Building 1A Suite 120, 2703 Sheridan Road, Great Lakes, IL 60088-5600 SUBJECT: Z--UPGRADE ELECTRICAL DISTRIBUTION RTC AREA TO 12.47KV, GREAT LAKES, IL SOL N68950-94-B-8012 DUE 021897 POC Rebecca Low 847-688-2600 x124 DESC: 1. PRE-SOLICITATION NOTICE #1: The work includes providing all labor, materials, equipment, transportation and supervision for the conversion, upgrade, and consolidation of the electrical system at primary and secondary voltage levels and all other incidental related work. 2. This solicitation will be issued as an unrestricted procurement. 3. Estimated construction cost range is $1,000,000.00 to $5,000,000.00. 4. The performance period is 360 calendar days. 5. The SIC Code for this project is 1731 and the size standard is $17 million and the FSC Code is Z249. 6. NOTE: An evaluation preference will be given in accordance with DFAR's 252.219-7008, "NOTICE EVALUATION PREFERENCE FOR SMALL DISADVANTAGED BUSINESS CONCERNS-CONSTRUCTION AQUISITIONS-TEST PROGRAM (APR 1996). 7. Copies of this solicitation are available for purchase by contacting (on or before January 16, 1997) T & T Reproduction & Supplies, 511 N Second St, Libertyville, IL 60048, POC is Ken Thompson (847)367-7440, fax: (847)367-7442 OR JBR Blueprint Co, 1083 Corporate Cir, Grayslake, IL 60030, POC is Jim Johnson (847)223-3077 fax: (847)223-3079. LINK n/a LINKDESC: EMAIL n/a EMAILDESC: CITE: (W-346 SN011001) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTER, CONTRACTING (90C), 700 So. 19th Street, Birmingham, AL 35233 SUBJECT: Z -- SECURITY SURVEILLANCE TELEVISION (SSTV) SYSTEM SOL IFB 679-047-97(WG) DUE 022897 POC Wanda Goolsby DESC: Contractor to furnish all design, labor, materials, equipment, transportation, and supervision to complete project "SURVEILLANCE CAMERAS" and related work for the Department of Veterans Affairs Medical Center (DVAMC), 3701 Loop Road East, Tuscaloosa, Alabama 35404, in accordance with contract specifications. The system shall be monochrome (B/W) and color system operating in accordance with Electronics Industries Association (EIA) Standard RS-170. The SSTV System shall consist of the following subsystems: (A) Control Room, (B) Outside Camera, (C) Inside Camera and (D) Government furnished equipment. Areas of interest are: Interior areas: doorways, elevator lobbies and corridors; Exterior areas: parking lots, loading docks, building entrances, off street entrances and open areas surrounding the DVAMC. Requirements, quantities, lists, equipment types, and Government furnished equipment will be listed in the specifications and are considered to be the minimum necessary to provide the system as described herein. Request for bid sets must be in writing to the address above or faxed to (205) 933-4489. solicitation issue date is O/A 1/3/97. Response date is O/A 2/1/97. CITE: (I-346 SN011026) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: Z -- RAPID RESPONSE/IMMEDIATE RESPONSE CONTRACTS FOR CONTROL/REMEDIATION OF HAZARDOUS, TOXIC AND RADIOACTIVE WASTE SOL DACA45-96-R-0045 POC Contracting Division at: (402) 221-4266 Plans and specifications can be ordered by fax at (402) 221-4530. DESC: Solicitation Number DACA45-96-R-0045 has been cancelled in it entirety. This requirement is expected to be resolicited in approximately 30 days. Point of contact: Pat Overgaard (402) 221-3031. CITE: (I-346 SN011042) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg, PA 17055-0788 SUBJECT: Z--EMERGENCY GENERATOR MAINTENANCE FOR NAVAL AND MARINE CORPS RESERVE READINESS CENTER, N. VERSAILLES, PA SOL N62472-97-Q-4112 DUE 010997 POC For Plans and Specs: M.H. Dean (717) 790-5501, FAX (717) 790-2529/Contracting Officer, J.M. Nihoff. DESC: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The contractor shall furnish all labor, supervision, materials, supplies, parts, equipment, tools, transportation, and management necessary to perform Preventive Maintenance Inspection Service, Service Calls, and Repairs as required to maintain emergency generator systems and associated equipment components in accordance with the manufacturer's requirements and specifications at Naval and Marine Corps Reserve Readiness Center, North Versailles, PA. Number of days in contract: 365 with four option years. Number of bid items: Five with unit price schedule. Standard Industrial Classification: 7699 Repair Shops and Related Services, Not Elsewhere Classified $5.0 Million. This acquisition shall utilize simplified acquisition procedures and a bidding period of ten (10) days from issue of the solicitation. This acquisition is set aside for Small Business. CITE: (M-346 SN011054) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg, PA 17055-0788 SUBJECT: Z--GROUNDS MAINTENANCE/SNOW REMOVAL, NAVAL AND MARINE CORPS RESERVE READINESS CENTER, N. VERSAILLES, PA SOL N62472-97-B-4110 DUE 012997 POC For Plans and Specs: M.H. Dean (717) 790-5501, FAX (717) 790-2529/Contracting Officer, J.M. Nihoff. DESC: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The contractor shall furnish all labor, supervision, materials, supplies, equipment, tools, transportation, and management necessary to perform grounds/snow maintenance services in accordance with the requirements and specifications at Naval and Marine Corps Reserve Readiness Center, North Versailles, PA. Number of days in contract: 365 with four option years. Number of bid items: Five with unit price schedule. Standard Industrial Classification: 0782 Lawn and Garden Services $5.0 Million. This acquisition is set aside for Small Business. CITE: (M-346 SN011055) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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, NY 11973-5000 SUBJECT: Z--RENOVATION TO BUILDING 801 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: RENOVATION OF BUILDING 801. Work consists of Renovating of an existing laboratory facility, including radiologically contaminated systems and equipment. The renovation work will be performed in both clean areas and areas requiring controls for radiological and other contamination. Work will involve renovating of laboratories, hot caves, and architectural modifications to support areas. This work will include demolition and removal and packaging of radiological waste systems, HVAC and electrical systems containing asbestos and lead. New installation will include HVAC systems, plumbing, and lighting. Work performed in radiologically controlled areas must be performed by contractor with demonstrated experience and qualifications for radiological work, and may be a subcontractor or joint venture to/with the prime contractor. This procurement will require the contractor to provide qualification submittals with your bid in accordance with Brookhaven's Radiological, Safety Quality Assurance and relative experience. All work will be awarded on a single contract. Estimated construction time is 60 weeks. Estimated construction cost is $3,000,000.00-$4,000,000.00. 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 $200.00 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-346 SN011059) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--SCIENCE MUSEUM 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: SCIENCE MUSEUM. Note: this project is set aside for small businesses only. Work consists of, but not limited to, construct a new facility of approximately 10,000 sq. ft. The building will have an open layout for presenting museum displays. Included will be office, work room, classroom, toilets, and mechanical spaces. Office, classroom, work room, toilets have suspended ceilings. Mechanical trades included are HVAC, plumbing, and fire protection. Electrical requirements are power and light, telecommunication and fire alarms. All work will be awarded on a single contract. Estimated construction time is 36 weeks. Estimated construction cost is $1,000,000-$2,000,000. 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 $150 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-346 SN011060) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg, PA 17055-0788 SUBJECT: Z--HVAC MAINTENANCE, NAVAL AND MARINE CORPS RESERVE READINESS CENTER, N. VERSAILLES, PA SOL N62472-97-B-4111 DUE 012997 POC For Plans and Specs: M.H. Dean (717) 790-5501, FAX (717) 790-2529/Contracting Officer, J.M. Nihoff. DESC: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The contractor shall furnish all labor, supervision, materials, parts, equipment, tools, transportation, and management necessary to perform Preventive Maintenance Inspection Service, Service Calls, and Repairs as required to maintain HVAC and Heating Systems and all their associated equipment components in accordance with the manufacturer's requirements and specifications, at Naval and Marine Corps Reserve Readiness Center, North Versailles, PA. Number of days in contract: 365 with four option years. Number of bid items: Five with unit price schedule. Standard Industrial Classification: 7699 Repair Shops and Related Services, Not Elsewhere Classified $5.0 Million. This acquisition is set aside for Small Business. CITE: (M-346 SN011062) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA 93437-5226 SUBJECT: Z--REPLACE FURNACES, BLDGS 13851 THROUGH 13866 SOL F04684-97-B-0004 POC Claudia McMorris, AC 805/734-8232, ext 6-3758 DESC: Subject solicitation is hereby cancelled in its entirety. All deposits received will be returned. CITE: (W-346 SN011063) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA 93437-5226 SUBJECT: Z--REALIGN PINE CANYON INTERSECTION SOL F04684-97-B-0005 POC Claudia McMorris, AC 805/734-8232, ext 6-3758 DESC: Subject solicitation is hereby cancelled in its entirety. All deposits received will be returned. CITE: (W-346 SN011066) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WSH), Rock Island , IL 61299-7630 SUBJECT: 10 -- BOLT ASSEMBLY SOL DAAE20-96B0172 DUE 012797 POC Contract Specialist: Cean Hartleben (309) 782-3429, PCO: Brian W. Schmidt (309) 782-8490 DESC: Item is no longer required, therefore, no award will be made and Solicitation DAAE20-96B0172 is cancelled. CBD print date: 070396. CITE: (I-346 SN010858) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 14 -- LX-14 AND PBXN-9 EXPLOSIVES SOL DAAH01-97-R-0067 DUE 021997 POC Terry Neal, Contract Specialist, AMSMI-AC-CBA (205) 876-4522, Charlotte Masucci, Contracting Officer, AMSMI-AC-CBA, (205) 876-7769,. DESC: Explosives for HELLFIRE II Missile 30,000 lbs. for LX-14 type and 30,000 lb. for PBXN-9 type, with options for 106,000 lb. of each type restricted to: Dyno Industrier ASA, Saetre, Norway and Holston Defense Corp., Kingsport, TN. CITE: (I-346 SN011045) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Taipei Economic And Cultural Representative Office in The United States., Defense Procurement Division, 5010 Wisconsin Avenue, N.W., Washington, D.C. 20016 SUBJECT: 15--S70C AIRCRAFTMAINTENANCE SPARE PARTS SOL EA6164C079 DUE 010597 POC Contact Point, Mr. Hsu, Wei-Kuang, 202/895-6804 DESC: The Taipei Economic and Cultural Representative Office in The United States, Defense Procurement Division requires!GS70C AIRCRAFTMAINTENANCE SPARE PARTS etc.,13 ITEMS. Copies of the bidder's package for this procurement may be obtained from Mr. Hsu Wei-Kuang, Taipei Economic and Cultural Representative Office in The United Stated, Defense Procurement Division, 5010 Wisconsin Avenue, N.W., Washington, D.C. 20016; telephone: (202) 895-6804, telefax:(202)966-4578. Persons interested in obtaining a copy of the bidder's package should contact the Division by telefax by Jan. 05 ,1997. Request for the bidder's package should include the cage number, seller code, address, phone number and point of contact of the person making the request. D&B "RATING" is prefered. All responsible source may submit an offer.**** EMAILADD: echsiung@tecrodpd.com EMAILDESC: CITE: (D-346 SN010804) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Immigration & Naturalization Service, Procurement Division, 425 I Street, N.W., Room 2208, Washington, DC 20536 SUBJECT: 15 -- BORDER PATROL HELICOPTERS SOL HQ-97-05 DUE 013197 POC Lisa Diernisse, Contract Specialist (202) 305-4607, FAX (202) 616- 7876 DESC: This synopsis is a reissuance of the synopsis for Border Patrol helicopters issued on May 23, 1996 and the modifications to it dated May 29, 1996, June 14, 1996 and on/about December 10, 1996. The Immigration and Naturalization Service has a requirement to award a competitive, negotiated "best value" indefinite delivery/requirements contract (consisting of one base year and four one year option periods) for commercial light observation helicopters equipped with a gas turbine engine. The estimated required quantities are 45 helicopters over five years (9 per year). Also required are new spare or overhauled parts, a minimum one year or 1,000 flight hour (whichever comes first) commercial warranty, commercial manuals and other documentation, special maintenance tools, pilot and mechanic training, and technical support services. The helicopters are required FOB origin. The anticipated contract type will be fixed price. The proposal due date shown above is estimated only. See the solicitation for the exact date. Interested sources shall request a copy of the solicitation in writing to the attention of the Contract Specialist above, by mail or facsimile. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. ALL SOURCES THAT RESPONDED IN WRITING TO ANY PREVIOUS SYNOPSES FOR BORDER PATROL HELICOPTERS IN THE PAST YEAR DO NOT HAVE TO RE-SUBMIT THEIR REQUEST FOR THE SOLICITATION; THESE SOURCES WILL AUTOMATICALLY BE FORWARDED A COPY OF THIS SOLICITATION. The solicitation is expected to be issued prior to January 1, 1997. CITE: (I-346 SN011044) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Immigration & Naturalization Service, Procurement Division, 425 I Street, NW., Room 2208, Washington, DC 20536 SUBJECT: 15--BORDER PATROL HELICOPTERS SOL HQ-97-05 DUE 013197 POC Lisa Diernisse, Contract Specialist (202) 305-4607, FAX (202) 616-7876. DESC: This synopsis is a reissuance of the synopsis for Border Patrol helicopters issued on May 23, 1996 and the modifications to it dated May 29, 1996, June 14, 1996 and on/about December 10, 1996. The Immigration and Naturalization Service has a requirement to award a competitive, negotiated "best value" indefinite delivery/requirements contract (consisting of one base year and four one year option periods) for commercial light observation helicopters equipped with a gas turbine engine. The estimated required quantities are 45 helicopters over five years (9 per year). Also required are new spare or overhauled parts, a minimum one year or 1,000 flight hours (whichever comes first) commercial warranty, commercial manuals and other documentation, special maintenance tools, pilot and mechanic training, and technical support services. The helicopters are required FOB origin. The anticipated contract type will be fixed price. The proposal due date shown above is estimated only. See the solicitation for the exact date. Interested sources shall request a copy of the solicitation in writing to the attention of the Contract Specialist above, by mail or facsimile. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. ALL SOURCES THAT RESPONDED IN WRITING TO ANY PREVIOUS SYNOPSES FOR BORDER PATROL HELICOPTERS IN THE PAST YEAR DO NOT HAVE TO RE-SUBMIT THEIR REQUEST FOR THE SOLICITATION; THESE SOURCES WILL AUTOMATICALLY BE FORWARDED A COPY OF THIS SOLICITATION. The solicitation is expected to be issued prior to January 1, 1997. CITE: (M-346 SN011053) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--HOUSING, LIQUID PUMP. SOL SP0740-97-Q-0557 DUE 020297 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)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: FPC96318000544 NSN 1650-01-327-7185, CAGE 99167 Part No 759332 housing, liquid pump. Sundstrand Aerospace P/N 759332. CITE: (I-346 SN010736) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--FILTER ELEMENT, FLUID. ON C135 AIRCRAFT HYDRAULIC SYSTEM. SOL SP0740-97-Q-0535 DUE 010897 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)Toni Angle/ADAA6/(61 4)692-1121 DESC: PR-NO: YPC96194001281 NSN 1650-00-227-7649, CAGE 05228 Part No 7579414 CAGE 18350 Part No AC-7681F-12Y1 CAGE 81349 Part No M83860/4-1 " filter element, fluid. composed of mesh material with the following approximate dimensions: 1.7 inches body outside diameter; 1.0 inch body inside diameter; 4.4 inches overall length. procured in accordance with U.S. Air Force specification MIL-F-863860/4 part number M863860/4-1". 590 -EA Del to New Cumberland PA 17070-5001 Del 90 days after award. 1,312 -EA Del to Lathrop CA 95330 Del 90 days after award. Solicitation not availabel until 15 days after published in the CBD. Automated best value model(ABVM) applies. While price may be a significant factor in evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010740) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--ADAPTER PLATE, CONSTANT SPEED DRIVE. SOL SP0740-97-Q-0579 DUE 021097 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)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96310002589 NSN 1650-00-766-5763, CAGE 99167 Part No 696077 adapter plate, Constant speed drive. I/A/W/ Sunstrand Aerospace, P/N: 696077. 22 -EA Del to McClellan AFB CA 95652-1621 Del by 22 Aug 97. PR-NO: YPC96099003046 19 -EA Del to McClellan AFB CA 95652-1621 Del 90 days after award. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. 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: Sundstrand Aerospace 99167 all responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010741) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--PISTON, HYDRAULIC MOTOR-PUMP. ON MCDONNELL DOUGLAS MODEL F-15 AIRCRAFT. SOL SP0740-97-Q-0573 DUE 021097 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)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96310002598 NSN 1650-01-246-7064, CAGE 99167 Part No 733754AGB piston, hydraulic motor-pump. I/A/W Sundstrand Aerospace part number 733754GB. 166 -EA Del to Tinker AFB OK 73145-9013 Del by 11 May 97. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. 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: Sundstrand Aerospace 99167 all responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010742) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--SHAFT ASSEMBLY, TAIL. ON SIKORSKY MODEL H-53 HELICOPTER. SOL SP0740-97-Q-0517 DUE 021097 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) Connie Giggi/614-69 2-4719. DESC: PR-NO: YPC96313000877 NSN 1615-01-357-8938, CAGE 78286 Part No 65362-00010-041 shaft assembly, tail. I/A/W Sikorsky part number 65362-0010-041. 3 -EA Del to Richmond VA 23297-5900 delivery 360 days after date of 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 Gov't does not possess complete, unrestrictive technical data; therefore, the Gov't intends to solicit/contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: 78286. It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010744) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--BEARING AND PACKING. SOL SP0740-97-Q-0545 DUE 020297 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)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96257000762 NSN 1650-00-688-8536, CAGE 99167 Part No 3801-2C115 bearing and packing. Sundstrand Aerospace P/N 3801-2C115. 152 -EA Del to New Cumberland PA 17070-5001 Del 60 days after award. 78 - EA Del to Lathrop CA 95330 Del 60 days after award. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. 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: Sundstrand Aerospace (99167) all responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010761) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--HOUSING, WOBBLER, FIXED. SOL SP0740-97-Q-0556 DUE 020297 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)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96262000813 NSN 1650-01-009-2443, CAGE 99167 Part No 710507 housing, wobbler, fixed. Sundstrand Aerospace part number 710507. 50 -EA Del to Tinker AFB OK 73145-9013 Del 30 days after award. 25 -EA Del to San aiego CA 92136-0000 Del 30 days after award. 25 -EA Del to Jacksonville FL 32212-0097 Del 30 days after award. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. 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: Sundstrand Aerospace (99167) all responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010762) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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, MOTOR, AIR TURBINE. ON LOCKHEED MODEL C-5 AIRCRAFT. SOL SP0740-97-R-0383 DUE 013197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Nancy Gordon, 614-6 92-1333 DESC: PR-NO: YPC96281002633 NSN 1650-00-405-6409, CAGE 30842 Part No 658379-4 CAGE 59364 Part No 658379-3 parts kit, motor, air turbine. Kit pack part number 658379-3, or I/A/W allied-signal Inc part number 658379-3. 125 -EA Del to Tinker AFB OK 73145-9013 Del by 90 days after date of award. Solicitation not available until 15 days after published in the CBD. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery evaluation fact (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and delivery factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the soliciation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010764) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--SHAFT ASSEMBLY, CONSTANT SPEED DRIVE. C-5 HYDRAULICS. SOL SP0740-97-Q-0542 DUE 020197 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)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96303000656 NSN 1650-01-244-3035, CAGE 99167 Part No 715100 shaft assembly, Constant speed drive. Proprietary to Sundstrand Corp. 91 -EA Del to Tinker AFB OK 73145-9013 Del by 19 Jul 97. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. 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: Sundstrand aerospace(99167) all responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010766) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories--Potential Sources Sought OFFADD: CACI-ASG-Applied Engineering Division Group, 4318 Woodcock Drive, Suite 200, San Antonio, Texas 78228 SUBJECT: 16--LANDING GEAR GEARBOX MANUFACTURE SOL CACI-ASG-C5GB-CBD-001 DUE 121896 POC Rick Diehl - Contracts Manager (210) 735-1903 DESC: SOL CACI-ASG-C5GB-CBD-001 DUE 121896 POC Rick Diehl, (210) 735-1903. THIS IS NOT A SOLICITATION. The purpose of this notice is to identify interested, capable sources to manufacture a landing gear gearbox based on technical data provided by CACI-ASG. Applicable contractor screening criteria for this sources sought notice: production and in-plant engineering support for the manufacture, heat treatment, finish, inspection(s), documentation and assembly of the various casings, gears and other components to be used on the landing gear system of a C-5 aircraft. The assembly requires the acquisition of various MIL-SPEC items and commercial off-the-shelf items. The gearbox will be subjected to form, fit, functional, and environmental testing at Southwest Research Institute in San Antonio, Texas. After successful testing, workmanship, materials, accuracy, price and production performance will be evaluated for the purpose of qualifying a vendor(s) for the production of the gearbox and its related parts. Firms selected will be awarded a subcontract for this effort. Firms having the ability to provide this service should notify Rick Diehl in writing prior to COB 12-18-96. A TDP (technical data package) will be provided for bid reasons to each respondent. E-Mail requests will be accepted at gray%srisa@mcimail.com or Fax'd request will be accepted at (210) 734-8872. EMAIL gray%srisa@mcimail.com EMAILDESC: CITE: (W-346 SN010803) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories--Potential Sources Sought OFFADD: CACI-ASG-Applied Engineering Division Group, 4318 Woodcock Drive, Suite 200, San Antonio, Texas 78228 SUBJECT: 16--LANDING GEAR GEARBOX MANUFACTURE SOL CACI-ASG-C5GB-CBD-001 DUE 121896 POC Rick Diehl, Contracts Manager (210) 735-1903 DESC: SOL CACI-ASG-C5GB-CBD-001 DUE 121896 POC Rick Diehl, (210) 735-1903. THIS IS NOT A SOLICITATION. This notice supercedes the sources sought synopsis submitted the same date. The purpose of this notice is to identify interested, capable sources to manufacture a landing gear gearbox based on technical data provided by CACI-ASG. Applicable contractor screening criteria for this sources sought notice: production and in-plant engineering support for the manufacture, heat treatment, finish, inspection(s), documentation and assembly of the various casings, gears and other components to be used on the landing gear system of a C-5 aircraft. The assembly requires the acquisition of various MIL-SPEC items and commercial off-the-shelf items. The gearbox will be subjected to form, fit, functional, and environmental testing at Southwest Research Institute in San Antonio, Texas. After successful testing, workmanship, materials, accuracy, price and production performance will be evaluated for the purpose of qualifying a vendor(s) for the production of the gearbox and its related parts. Firms selected will be awarded a subcontract for this effort. Firms having the ability to provide this service should notify Rick Diehl in writing prior to COB 12-18-96. Please include a capability statement as well as a past performance synopsis to help us determine your ability to perform. A TDP (technical data package) will be provided for bid reasons to each qualified respondent. E-Mail requests will be accepted at gray%srisa@mcimail.com or Fax'd request will be accepted at (210)734-8872. EMAIL gray%srisa@mcimail.com EMAILDESC: CITE: (W-346 SN011015) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: 17 -- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT SOL N66001-97-R-0031 POC POC Mr. Eric C. Moberg, Code D213, Contract Specialist, (619)553-3445. POC for copy, Mr. J.C. Norris, (619)553-4331. Mr. George Petersen, (619)553-4513, Contracting Officer. DESC: The Department of the Navy, Naval Command, Control and Ocean Surveillance Center, Research, Development, Test and Evaluation Division intends to award a SOLE SOURCE, firm-fixed price contract to Craig Systems, Inc. of Aimsbury, MA. This contract will be for the procurement of seven AN/FPN-63 Radar Shelters. The procurement is deemed sole-source pursuant to 10 U.S.C. 2304(c)(1), Only One Responsible Source. Craig Systems, Inc. is the original equipment manufacturer and the government does not currently have adequate rights to the documentation that would make it possible to compete this procurement. Adequate documentation will attempt to be procured in the proposed contract which will allow the government to compete future procurements (anticipated to be an additional 25 shelters.) A copy of the solicitation will be provided for informational purposes only. Solicitation document to be issued on or about 1/6/97. Facsimile letters are acceptable at (619)553-6976. For copies of solicitation(s) only written requests will be honored. See Note(s): 22, 26. CITE: (I-346 SN010849) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN San Francisco, CA 94124-2996 Code 400 SUBJECT: 19 -- USS MOUNT HOOD RAV SOL elev, misc repairs DUE 121296 POC Karen Powell 415 7157320 fax 415 7157356 DESC: Specification number 079-97, place of performance: NAS Alameda, CA, performance dates: 16 Dec 96 to 3 Jan 97; misc repairs: circ pump, vent motor, cargo doors, wpns elev. CITE: (I-345 SN010697) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN San Francisco, CA 94124-2996 Code 400 SUBJECT: 19 -- USS CARL VINSON (CVN-70) RAV SOL isc repairs DUE 121696 POC Karen Powell 415 7157320 fax 415 7157356 DESC: Work to be performed at NAS Alameda, CA; work is sliding padeye test; performance dates: 18 Dec - 10 Jan; open to firms that possess an Agreement for Boat Repair; proposals due at 1000 hours on 16 Dec 96. CITE: (I-346 SN010986) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 20--PAD ASSEMBLY, MIST ELIMINATOR. STAINLESS STEEL FRAME, 2 3/32 IN. THK, 20 13/32 IN. WIDE, SOL SP0760-97-Q-0242 DUE 013097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)L.M. Spruill (614)69 2-1102 DESC: PR-NO: YPC96298001057 NSN 2010-01-039-5358, CAGE 04257 Part No c-13808 CAGE 25204 Part No 600462C pad assembly. Parmatic filter Corp., FSCM: 25204, P/N 600462C. Technical data is proprietary and cannot be released. 36 -EA Del to Norfolk VA 23512-0001 Del by 30 Apr 97. 70 - EA Del to Tracy CA 95376-5000 Del by 30 Apr 97. Solicitation not available until 15 days after published in the cbd.specificatations, plans or drawings are not available.automated best value model (ABVM)APPLIES.WHILE price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation.this request will be issued via a written rfq.the estimated award date will be 01 Mar 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010765) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Contracting Officer, USCG Civil Engineering Unit Miami, 15608 SW. 117th Avenue, Miami, FL 33177 SUBJECT: 20--FURNISH AND INSTALL ONE BOAT HOIST AT U.S. COAST GUARD BASE, MAYPORT, FL SOL DTCG82-97-R-3WCP16 POC Berta C. Gomez, (305) 278-6722. DESC: This is a combined synopsis/request for solicitation for a commercial item 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. The solicitation number is DTCG82-97-R-3WCP16. This synopsis/solicitation constitutes an information for bid and incorporates provisions and clauses in effect through Federal Acquisition Circular 90-37. There are no set-asides, SIC codes or business size standards applicable. This acquisition is for the delivery, furnishing and installation of one new self-propelled, open end, straddle truck type hoist (boat hoist) for lifting, placing and handling vessels up to 35 tons, delivered to Base Mayport, meeting the following specifications: (1) Dimensions and specifications must correlate with current travel lift pier at Base Mayport, (2) Load capacity of 35 tons, (3) Clear width greater than 16 feet, (4) Overall width not to exceed 24 feet, (5) Tread width (tire centers) 20'3" (+ or -1"), (6) Clear height between 18' and 20', (7) Overall height under 22', (8) Polyester slings, (9) 4 pneumatic rubber tires, (10) Diesel engine, (11) 90 degree power steering, (12) Capable of climbing 6% grade, (13) Hoisting mechanism speed not to exceed 15 fpm., (14) Dual automatic and hydraulic holding valve winch brakes, (15) Hoisting mechanism capable of lifting 125 percent of the rated 35 ton load, (16) Galvanized hoisting cables, (17) Operator training shall be provided by manufacturer, (18) Manufacturer shall provide 3 copies of operation and maintenance (O&M) manuals for the boat hoist and all subassemblies, (19) A warranty shall be provided, (20) Boat hoist and subassemblies shall be tested satisfactory before CG accepts product, (21) Removal and disposal of existing boat hoist (ACME Hoist--approx. 25,000 pounds) within all local, State, and Federal Regulations. The required completion date shall be within 60 calendar days after acceptance of order. Acceptance shall be at destination after the hoist has been properly installed. Closing date and time for receipt of offers is 16 January 1997, 3:00 p.m., Eastern Standard Time. Facsimile offers are acceptable and may be forwarded via fax no. (305) 278-6704. Mail shall be addressed to Contracting Officer, USCG Civil Engineering Unit Building (CEU), 15608 SW. 117th Avenue, Miami, FL 33177-1630. Provision 52.212-2 does not apply in that award will be made to the offeror who submits the lowest price. Offerors are instructed to include with their offers a completed copy of FAR provision 52.212-3, "Offeror Representations and Certifications--Commercial Items." The following provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors--Commercial Items (Oct 1995) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 1955), FAR 52.210-5, New Material (May 1995), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 1996), with the following additional FAR Clauses: 52.222-3, Convict Labor (Apr 1984), 52.233-3, Protest After Award (Oct 1995), 52.222-26, Equal Opportunity (Apr 1984), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1984), 52.222-36, Affirmative Action for Handicapped Workers (Apr 1984), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Jan 1988), FAR 52.225-3, Buy American Act--Supplies (Jan 1994) Defense Priorities and Allocations System Rating: DO-A1 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, please call the OSDBU at (800) 532-1169. CITE: (M-346 SN010991) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Coast Guard Engineering Logistics Center, Propulsion Systems Contracting Branch (Code 046), Mail Stop #26, 2401 Hawkins Point Road, Baltimore, MD 21226-5000 SUBJECT: 20--SHIP AND MARINE EQUIPMENT SOL DTCG40-97-Q-20006 DUE 011797 POC Kelly Carney, Contract Specialist, (410) 636-7745; Kathy Fields, Contracting Officer, (410) 636-4299. DESC: NSN 2990-01-247-22678, Supercharger (Compressor), Coltec Industries/Fairbanks Morse Engine Division P/N 16611059, quantity one (1) each, to be used on the Main Diesel Engines onboard the 378' WHEC Class Coast Guard vessels. The form, fit, and function of this Supercharger (Compressor) must be exactly compatible with the system for which it is intended. The Government does not possess copies of the manufacturer's drawing or engineering data. All responsible sources have been given the opportunity to submit information describing their capabilities in supplying the above Supercharger in Issue No. PSA-1724 dated November 19, 1996. The Government intends to negotiate only with Coltec Industries/Fairbanks Morse Engine Division. Delivery to be approximately 260 calendar days after the date of award to the Coast Guard Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. See Numbered Note 22. This synopsis is issued pursuant to FAR 5.207(e)(3) and TAM 1205.207. 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-346 SN010993) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 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--BOX, ACCESSORIES STO SOL DAAE0797QT166 DUE 020697 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Renee Collica (810) 574-7096 DESC: NSN: 2540011491282, qty: 481, FOB: destination, opt: none item name: box, accessories stowage; part number: 12308 283. see NOTE: 01. All responsible sources may submit an offer which will be considered. The offer due date is on or about 020697 (see soliciation for actual offer due date). CITE: (I-345 SN010701) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 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--PARTS KIT, TRANSMISS SOL DAAE0797QT174 DUE 020697 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call AL Marek (810 574-7089 DESC: NSN: 2520003195920, qty: 88, FOB: destination, opt: 100% item: parts kit, tra see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 020697 (see soliciation for actual offer due date). CITE: (I-345 SN010703) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 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--TRANSMISSION, HYDRAU SOL DAAE0797RT204 POC For a solicitation copy or for information on this procurement, Call Pam Kostowny (810) 574-8096 DESC: NSN: 2520012073527, qty: 126, FOB: origin, opt: 215% item: upgrade X1100-3B M1 configuration transmission to the latest increment III configuration (M1A1). NSN afte R upgrade: 2520-01-2 see NOTE: 22. CITE: (I-345 SN010704) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 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--DOOR ASSEMBLY, VEHIC SOL DAAE0797RT190 DUE 020697 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Marvin Webb (810) 574-7305 DESC: NSN: 2540011893459, qty:, FOB: origin, opt: none item: door assembly, vehicle NSN: 2540-01-189-3459. PN: 12340245-1. qty: 10,080 (3 year MAX.). NSN: 2540-01-189 -3460. PN: 12340245-1. qty: 9,315 (3 year MAX.). three (3) year max. total see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 020697 (see soliciation for actual offer due date). CITE: (I-345 SN010705) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 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--BATTLEFIELD OVERIDE KIT, HULL SOL DAAE0796RT722 DUE 021097 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Veronica Jaroma (810) 574-8079 DESC: NSN: 2590013852637, qty: 2000, FOB: origin, opt: 100% item: battlefield OV see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 021097 (see soliciation for actual offer due date). CITE: (I-345 SN010706) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--DISK ASSEMBLY SOL SP0770-97-Q-MF69 DUE 013097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Nancy Stevens/614-6 92-4739. DESC: PR-NO: RPC96304000960 NSN 2520-00-679-7959, CAGE 19207 Part No 10861595 disk assembly. I/A/W army (19207) Dwg 10861595 719 -EA Del to New Cumberland PA 17070-5001 Del by 90 days ADO. 760 -EA Del to Lathrop CA 95330 Del by 90 days ADO. Small business size standard is 750 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and addreess. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEP) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010737) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--COVER, FITTED, VHICULAR. COATED POLYESTER. I/A/W MILITARY STANDARD SOL SP0770-97-Q-MG66 DUE 013097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Laurie Gambert/614692-4279. DESC: PR-NO: RPC96320000720 NSN 2540-00-522-9060, CAGE 19207 Part No 7085460 CAGE 96906 Part No MS51323-30 cover, fitted, vehicular body. 63 -EA Del to New Cumberland PA 17070-5001 Del by 120 days ADO. 75 -EA Del to Lathrop CA 95330 Del by 120 days ADO. 35 -EA Del to Texarkana TX 75507 Del by 120 days ADO. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010738) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 28--VANE ASSEMBLY, STATO SOL DAAE0797RT033 DUE 021097 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Lisa Zoski (810) 574-8052 DESC: NSN: 2835010743790, qty:, FOB: destination, opt: none item: vane assembly. PN: 12286268. three (3) year indef inite quantity contract. estimated min. 804 EA.; max. 1 005 EA. total qty: 3 see NOTE: none. All responsible S ources may submit an offer which will be considered. T HE offer due date is on or about 021097 (see soliciatio N for actual offer due date). CITE: (I-345 SN010708) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 29--CYLINDER, ETHER, STAR SOL DAAE0796RT449 DUE 020697 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Paulette Burton (810) 574-7080 DESC: NSN: 2910011289537, qty: 6200, FOB: origin, opt: 100% item: cylinder, ethe see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 020697 (see soliciation for actual offer due date). CITE: (I-345 SN010702) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 29--GENERATOR, ENGINE AC SOL DAAE0797RT187 DUE 021097 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: 2920008306660, qty:, FOB: origin, opt: item name: generator, engine accessory voltage in volts 28.5 maximum output current rating 500.0 maximum rated armature speed in RPM 8000 armature minimum speed in RP M at full current output 1900 minimum current cut-inspe Ed in RPM 1500 rectifier loaction integral grounding ME thod internal ground polarity type negative shaft rotat ion direction clockwise. PN: MIL 10889713. qty: 1,295 E ACH (3 year maximum). option: 4TH year - 292 EA.; 5TH Y ear - 292 EA. see NOTE: 01. All responsible sources ma Y submit an offer which will be considered. The offer due date is on or about 021097 (see soliciation for act ual offer due date). CITE: (I-345 SN010707) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 29--INDICATOR, FILTER WA SOL DAAE0797QT178 DUE 021097 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Wendy Jacques (810) 574-7234 DESC: NSN: 2940011761427, qty: 2300, FOB: destination, opt: 100% item: indicator, filter warning. Mfg PN: 4755-725 (engi neered prod). see NOTE: none. All responsible sources may submit an offer which will be considered. The offe R due date is on or about 021097 (see soliciation for a ctual offer due date). CITE: (I-345 SN010709) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEAR CLUSTER. E/I F-4 AIRCRAFT. SOL SP0740-97-Q-0567 DUE 020597 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)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96310002855 NSN 3020-00-463-7768, CAGE 99167 Part No 695048 50 -EA Del to (Call contracting office) Del 30 days after award. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. 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: Sundstrand Aerospace 99167. All responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010743) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEARSHAFT, BEVEL, MATCHED SET. SOL SP0740-97-Q-0575 DUE 021097 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)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96323000993 NSN 3020-01-198-0709, CAGE 99167 Part No 5002175 gearshaft, bevel. Sunstrand Aviation Corp. P/N 5002175. no technical data available at DCSC for this solicitation as of 95269 W Reed AMC x-23781 2 -SE Del to midwest City OK 73110 Del 60 days after award. Small business size standard is 1000 employees. Solicitation not available until 15 daysafter published in the CBD. 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: Sundstrand Aerospace 99167 all responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010746) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEAR CLUSTER. ON F-14 AIRCRAFT. SOL SP0740-97-Q-0543 DUE 020297 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)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96232001468 NSN 3020-00-504-9692, CAGE 99167 Part No 707628 gear cluster, spur.sunstrand P/N 707628 50 -EA Del to San Diego CA 92136-0000 Del by 16 Jan 98. PR-NO: YPC96226000552 72 -EA Del to Dan Diego CA 92132-5044 Del 90 days after award. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. thsi 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 th authority of 10 U.S.C.2304(C)(1). approved sources are: Sundstrand Aerospace 99167 all responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010760) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--SHAFT, SHOULDERED. SOL SP0740-97-Q-0547 DUE 020297 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)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96269000583 NSN 3040-00-925-3236, CAGE 99167 Part No 695798 shaft, shouldered. technical data is proprietary and cannot be released. Sunstrand aircraft Co. P/N 695798. 25 -EA Del to San Diego CA 92136-0000 Del by 12 Mar 97. 6 -EA Del to Norfolk VA 23512-0001 Del by 12 Mar 97. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. 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: Sundstrand Aerospace 99167 all responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010763) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEAR SET, SPUR, MATCHED. SOL SP0740-97-Q-0576 DUE 021097 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)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96305000902 NSN 3020-01-199-0203, CAGE 99167 Part No 902-208 gear set, Spur, matched. per Sundstrand P/N 902-208. 47 -EA Del to Kelly AFB TX 78241-5312 Del by 12 Jun 97. 42 -EA Del to Bremerton WA 98314 Del by 12 Jun 97. 18 -EA Del to New Cumberland PA 17070-5001 Del by 12 Jun 97. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. 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: Sundstrand Aerospace 99167. All responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010767) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--PULLEY, GROOVE. SOL SP0740-97-Q-0577 DUE 010797 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)Toni Angle/ADAA6/(61 4)692-1121 DESC: PR-NO: YPC96332000672 NSN 3020-00-534-3151, CAGE 81205 Part No 5-97226 pulley, groove, Boeing Co. P/N 5-97226 4 -EA Del to New Cumberland PA 17070-5001 Del by 24 Jun 97. Solicitation not available until 15 days after published in the CBD. specifications, plans, or drawings are not available. automated best value model(ABVM) applies. While price may be a significant factor in 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 significant factor in evaluation of offers, the final award decision will be based upon a combination of price ANS past performance as described I inthis solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010768) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FMY), Rock Island, IL 61299-7630 SUBJECT: 30 -- GEARSHAFT SPUR SOL DAAE20-97T0086 DUE 020397 POC Contract Specialist: Richard Lee (309) 782-4517, PCO: Allen J. Hale (309) 782-6736 DESC: 3040-00-491-5472, Part Number 11838556. Requirements are 195 ea Gearshaft Spur. For use on the Cobra Helicopter. FOB is Destination. All or part of this action is an unfunded FY97 requirement. Proposed contract is a 100 percent small business set-aside. The proposed contract will include a 100 percent option. First Article Test is required. Estimated issue date of this solicitation is 010297. 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. CITE: (I-346 SN010857) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: U.S. Postal Service, Topeka Purchasing Center, 500 SW Montara Pky., Topeka, KS 66624-9402 SUBJECT: 30--STACKER ROLLER SOL 198525-97-A-0114 DUE 120996 POC Suzanne Saragusa at (913) 861-2860, FAX (913) 861-2862. DESC: The United States Postal Service has a requirement for one (1) item of OCR/BCS Stacker Roller, NSC 3020-01-000-6792, manufactured in accordance with Postal Service drawing. Quantity required is 50,000 each and two option quantities of 25,000 each. Multiple deliveries will be FOB destination to the Material Distribution Center, Topeka, KS, beginning July 1997. Solicitation will be issued on December 9, 1996, and offers will be due January 9, 1997. This solicitation will result in a firm fixed-priced contract. Requests for solicitation must be in writing. It is required that you include your ZIP PLUS-4 in your address. Cite one (1) request per order and a copy of the solicitation will be forwarded on a first received, first served basis until supply is exhausted. CITE: (M-346 SN010979) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Smithsonian Astrophysical Observatory, 60 Garden Street, Cambridge, Massachusetts 02138 SUBJECT: 30 --OPTICAL FIBER SOL RFP526-9-95 DUE 013097 POC Contracting Officer, Peter W. Sozanski, 617/495-7376, FAX 617/496-7692 DESC: Smithsonian Astrophysical Observatory (SAO) requires ten kilometers of silica core/silica cladding optical fiber with a polyimide buffer. The fiber will be used in a 25 meter long bundle to convey light from the focus of the converted Multiple Mirror Telescope to a bench-mounted spectrograph. The core/cladding/buffer dimensions are to be 250/275/300 micrometers. The optical fiber should have high transmission in the wavelength range of 350 to 2000 nanometers. Only written or faxed requests (FAX #617/496-7692) received directly from the requestor are acceptable. All responsible sources may submit an offer. No telephone requests for the solicitation package will be accepted. CITE: (I-346 SN011030) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 32--Woodworking Machinery and Equipment OFFADD: Commander, U.S. Army Engineer Waterways Experiment Station, Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, MS 39180 SUBJECT: 32--DELIVER AND INSTALL ONE CNC ROUTING CENTER SOL DACW39-97-B-0003 DUE 123096 POC Emma M. Cessna, 601-634-4013 or Rufus McClodden, 601-634-2880 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. It is anticipated a firm, fixed price type contract will be awarded as a result of this solicitation. DACW39-97-B-0003 will open on 27 December 1996, at 1400 hours. Specifications are available at no charge. All responsible sources may submit a bid which will be considered. Solicitation No. DACW39-97-B-0003 is being issued as an invitation to bid (IFB). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. The standard industrial classification code (3553) is not applicable to this procurement. The requirement of this solicitation is to furnish and deliver with accessories one CNC Router Center with the following specifications: GENERAL: The machine shall be new and unused and shall be a one piece high precision (CNC) routing center. This machine shall have an operator fence on both sides of the machine to protect the operator from spindle work zones as a standard safety feature. The machine shall be furnished with two (2) each of the following: (a) Operator's and maintenance manual; (b) Assembly, parts, and electrical manual and; (c) All other manuals necessary for the operation and maintenance of the machine. TABLE: The work surface (or table top dimension) shall be 2400 x 1500 mm (96 x 60 inches) minimum. The table and head carriage shall be mounted on precision contoured highly rigid radial type linear guide ways. Table shall be 50 mm (2 inches) minimum cast aluminum plate with a precision machined surface finish. TRAVEL: (a) The "X" axis programmable travel shall be 4050 mm (162 inches) minimum; (b) The "Y" axis programmable travel shall be 1775 mm (71 inches) minimum; (c) The "Z" axis programmable travel shall be 375 mm (15 inches) minimum.The head shall be independently powered down. The spindle shall be capable of full table coverage. POSITIONING: (a) The table travel shall be provided for "Y" axis positioning and carriage travel shall be provided for "X" and "Z" axes positioning; (b) The table and carriage travels shall be accomplished by pre-loaded precision ball screws set for zero backlash and powered by digitally controlled AC brushless servo motors; (c) All positioning bearings, and ballscrews shall be maintained with an automatic lubrication system; (d) Travel positioning shall be maintained via the controller reading pulse signals from encoders mounted on each servo motor; (e) Positioning repeatability shall be +/- 0.0004" minimum; (f) The "X" and "Y" axes rapid traverse shall 1000 ipm minimum; (g) The "Z" axis rapid traverse shall be 600 ipm minimum. HEAD: The machine shall have as a minimum one(1)16HP International Standards Organization (SO) #30 taper, sealed for life router spindle, with a minimum of four(4) ABEC #9 bearings with programmable spindle speeds 3000 to 18,000 rpm minimum. The machine shall have an integral power drawbar layout with clamping and unclamping operations generating 612.3 kg (1,350 Ibs.) minimum clamp force. Clamp/unclamp shall be accomplished with push button controls. The machine shall have a standard SO #30 taper toolholders with a maximum collet/shank diameter of 18mm( 3/4 inch). One(1 ) 360 degree Programmable Rotary Aggregate System. CONTROL FEATURES: (a) The machine shall be furnished with not less than the following: (1) Remote electronic hand wheel; (2) Controller keyboard; (3) 9" high resolution CRT; (4) Linear/circular interpolation; (5) Machine operator panel; (6) Simultaneous 3 axis control; (7) RS-232 port; (8) 120 meters (47K) memory; (9) Absolute/incremental programming; (10) Calculator type decimal input; (11) Fully DNC compatible; (12) Program number search; (13) Remote cycle start (14) Remote feed hold; (15) Cutter compensation; (16) Tool length compensation; (17) Alarm/operator message display;(18) Inch/metric capability; (19) Work coordinate system; (20) Mirror image; (21) Run hour/part count display; (22) Program restart (23) Background editing; (24) Dry run; (25) MDI operation; (26) Feed rate override; (27) Spindle speed override; (28) Dwell (G04); (29) Optional block skip; (30) Sequence number search; (31) External work number search; (32) Alarm display; (33) Program protect key switch; (34) Tool offset memory; (35) Current position display; (36) Actual feed rate display; (37) Self diagnosis function; (38) 48 additional work coordinates; and (39) Canned drill & tap cycles. ELECTRICAL: The machine shall be design to operate on 440/480 volt 3 phase, 60 Hertz power. FRAME: The frame shall be constructed of heavy wall, structural steel tubing. The main frame shall be equipped with floor mounts and leveling pads. SPACE AND WEIGHT: (a) Height: 2675 mm (107 inches) minimum; (b) Depth: 3225 mm (129 inches)minimum; (c) Inside bridge distance: 3150 mm (126 inches) minimum; (d) Floor to table: 775 mm (31 inches) maximum; (e) Width: 7325 mm (293 inches) maximum; (f) Approx. weight: 10206 kg ( 22,500 Ibs) minimum VACUUM SYSTEM: (a) Machine vacuum table shall be integral part of the machine and consist of two (2) zones with machined standoffs option and clamp hold downs for boards. Vacuum zones shall be operated individually and overall system shall be controlled on/off at the operator control panel, and (b) This machine shall have a 25HP,357 CFM /29.85 HG/480V minimum rotary screw vacuum system with a heavy duty structural base with complete instrumentation, temperature and pressure monitoring features. The system shall be provided with a secondary in-line filter for maximum air filtration. OPTIONAL EQUIPMENT: (a) One (1 ) adjustable aggregate 360 degree around the "Z" axis; (b) One (1 ) 40 HP, 510 CFM, 29.85 Hg. rotary screw vacuum upgrade; (c) One (1)120" x60" worktable upgrade; (d) Tooling Package - shall have eight (8) standard rougher and finish bits, two (2) toolholders, two (2) 3/4" collects, two (2) precision bearing nuts and one (1) tool presetter; and (e) CAM system must be provided that will work inside of AutoCAD Version 13 and be knowledge based with at less one (1) customized postprocessor. SHIPPING: The contractor shall incorporate in his bid and be responsible for all shipping with accessories to the Waterways Experiment Station (WES), U. S. Army Corps of Engineers in Vicksburg, MS. Any claim for loss and damages must be handled by the contractor. SET UP AND TRAINING: The contractor shall provide training for operators at Army Corps of Engineers, WES, Vicksburg, MS facility, following installation, for six (6) persons minimum for five (5) days. Once the machine has been positioned, a factory trained technician shall level the machine and conduct a thorough pre-production test routine. 14. WARRANTY: The manufacturer standard commercial warranty shall apply. All bids should be delivered to Building 3072 at the Waterways Experiment Station (WES), 3909 Halls Ferry Road, Vicksburg, MS 39180-6199, not later than 1400 hours on 27 December 1996. WES will accept faxed bids at 601-634-4328 or 601-634-4319. CNC Router Center shall be delivered to WES within 120 days after receipt of award. The following FAR clauses are applicable to this procurement: 52.212-1, "Instructions to Offerors-Commercial Items"; 52.212-3, "Offeror Representations and Certifications-Commercial Items"; 52.212-4, "Contract Terms and Conditions-Commercial Items and Conditions"; 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items"; and 52.0217-0004, "Evaluation of Options Exercised at Time of Contract Award." A completed copy of the provision at 52.212-3, "Offeror Representations and Certifications-Commercial Items" must be submitted with the offer. Submit an amount for each of the following items. Supplies under this procurement are as follows: Item: 0001, Description: Furnish and deliver with accessories one CNC Router Center in accordance with the specification provided above; Quantity: 1; U/I: ea; Item: 0002, Description: Equipment Optional Items as follows: Item: 0002A; Description: Adjustable aggregate 360 degree around the "Z" axis; Quantity: 1; U/I: ea; Item: 0002B; Description: 40 HP, 510 CFM, 29.85 Hg. Rotary screw vacuum upgrade; Quantity: 1; U/I: ea; Item: 0002C; Description: 120" x 60" worktable upgrade; Quantity: 1; U/I: ea; Item: 0002D; Description: Tooling package-shall have eight (8) standard rougher and finish bits, two (2) toolholders, two (2) " colets, two (2) precision bearing nuts and one (1) tool presetter; Quantity: 1; U/I: ea; Item: 0002E; Description: CAM system must be provided that will work inside of AutoCAD Version 13 and be knowledge based with at less one (1) customized postprocessor; Quantity: 1; U/I: ea. For additional information concerning this solicitation you may contact Emma M. Cessna (Contracting), 601-634-4013 or Rufus McClodden (Technical), 601-634-2880.***** CAROLYN A. BAILEY LINK http://www.wes.army.mil/contract.htm LINKDESC: EMAIL cessna@ex1.wes.army,mil EMAILDESC: CITE: (W-346 SN011011) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 SUBJECT: 34 -- CARBIDE INSERTS, HOLDERS & RELATED HARDWARE SOL N00102-97-Q-1062 DUE 011597 POC Carla Gordon, Contract Specialist, 207-438-1772 (cmg%530%pns@ns01.ports.navy.mil), Contracting Officer, Jack Balz, 207-438-2775. DESC: Items 0001-0041, Carbide Inserts, various sizes and specific Kennametal part numbers, quantities vary between 100 and 200 ea. Deliveries to Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590, 8 weeks after recipt of order. Negotiations to be conducted with Kennametal, Inc., 1095 Day Hill Road, Windsor, CT 06095. Numbered note 22 applies. EMAILADD: cmg%530%pns@ns01.ports.navy.mil), Contracting Officer, Jack Balz, 207-438-2775. EMAILDESC: CITE: (I-346 SN010901) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET, SACRAMENTO CA 95814-2922 SUBJECT: 38--CRANE, TRUCK MOUNTED HYDRAULIC, 50-TON, PINE FLAT LAKE, PIEDRA, CA SOL DACW05-97-B-0007 DUE 021997 POC PLAN ROOM FAX: (916)557-7842. Contract Specialist Andy Ortega (916)557-5243 or FAX: (916)557-7854. Contracting Officer Linda Hales. (Site Code DACA05) DESC: Furnish Crane, Hydraulic, Truck-Mounted, 50-Ton, Grove Model TMS700B Series 50T or EQUAL, with the following capabilities and options: (l) 1,000 ft wire rope main hoist; (2) 1,000 ft auxiliary hoist with rope; (3) auxiliary boom nose; (4) 10-Ton auxiiary headache ball; (5) 45T block; (6) load moment and positive engaging anti-two block system; and (7) certified for use with man basket. Ship FOB Pine Flat Lake, Piedra, CA, approximately 23 miles east of Fresno, CA. This procurement will be conducted uner SIC code: 3531. The size standard for this SIC code is: 750 employees. The proposed contract is 100% set aside for small business concerns. Plans and specifications for this project must be ordered by the CUT OFF DATE of 06 Jan 97 to ensure receipt of bid sets. Orders received beyond the CUT OFF DATE will not be honored. There is NO CHARGE for the specifications or drawings. Because a limited number of sets will be reroduced, copies are limited to one set per firm. Plans and specifications will be mailed out on or about 10 Jan 97. Requests may be submitted by FAX, mail or in person to USAED, Sacramento, ATTN: Plan Room, 1325 J Street, Sacramento, CA 95814. Do not addres to the contract specialist for this will delay your order. Firms are requested to provide their name, street and mailing address, telephone number and FAX number, and the solicitation number of the project. All responsible small business sources may submit a bid which will be considered by the agency. Check our Internet Home Page for a listing of projects in the Sacramento District at http://www.usac.mil/cespk-ct/cont.html. CITE: (I-346 SN010938) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 39--EDGEBANDER SOL 1PI-R-0665-97 DUE 123096 POC Contracting Officer, TURNER, KYLE, 202-508-8503 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals re being requested and a written solicitation will not be issued. The solicitation number is 1PI-R-0665-97 and this solicitation is issued as a Request for proposal (RFP). The date/time for receipt of proposals is DEC 30, 1996 at 1400 hours. The solicitatin document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The SIC is 3559. Contract Line item is: "Holzher" Model 1425SE Edgebander. Brand Name or Equal. Salient Characteristics Performance specifications: Features to include the a Cartridge glue system. The system is to be closed application system in which the glue is enclosed in an airtight chamber and cannotoxidize, discolor, burn, or become contaminated with wood dust. Quick (1 min.) glue change for different types. One universal magazine for solid edges, strips and coiled material. Central dust collection manifold. Sound/Dust protection hood covering all mahining stations. Technical Data: Operating system hot-cold side LH. Edgestrip thickness 0.3 to 5mm 4"- 1 3/4" panel length min. 7in. Feed speed 11 m/min =35 FPM connected load 30amps at 230 v. 3 phase. Glue Application: Flat nozzle with electro-pneumatic control and 3 minute heat-up time. Edgestrip magazines - "Universal" type for quick changes from strips to coiled material. Guillotine - Automatic fr coiled material up to 5.0mm. Pressure Mechanism: First large roll is driven with three (3) idle rolls to provide maximum pressure on the top, bottom, and middle of the edgestrip. This ensures a minimum glue line. Pressure adjustment for edgestrip type byquick selector lever. Working Station #1: End trim unit (1976k) with 1 HP high frequency motors. "UNI-POINT" swivel system for quick change from flush to bevel trimming without adjustments or blade changes. swivel can be pneumatically controlled from the control panel. End trim speed - 18,000 RPM. Working Station #2: Top and bottom trim unit with two (2) 1-1/2 HP highfrequency motors. Integrated precisio "copy" device. Units will trim up to 5mm material flush, radius and chamfer without tooling change. Units can move from flush to radius trimming pneumatically, from the control panel. Edgetrimmer speed-18,000 RPM. Working Station #3: Scraping unit to finih and remove knife marks created by the tip and bottom trimmer units, primarily on thick PVC edgings. Uses carbide scraping knives on the top and bottom edges with horizontal and vertical tracing. Working Station #4: Buffing Unit Complete with two 1 HP motors and air cylinders for plunge action to avoid dubbing the ends of the PVC edgebanding, this unit will polish the PVC edgeings and remove any sharp edgs after trimming, eliminating any additional handwork. Tiltable up to five (5) degrees. Space Required: length 145", width 40", clearance to wall 16". Standard equipment: Set of two TCT end trim saw blades, two (2) cutters for 1942M flush trim unit, Two (2 cloth buffing wheels, sound/dust protection hood, tool kit, and owners manual. Pneumatic Changeover System should be included. Allows moving end trim motors from square to chamfer cut from control panel, as well as control of a 1929 scraper unit. Contractor shall provide for a warranty to include parts and labor. Contractor will provide Delivery and Set-up and two (2) additional follow up visits for coninued support and training, at 30 and 90 day from date of installation. Delivery of system is 90 days after award. Delivery/acceptance shall be at Destination to FCI, Englewood, 9595 West Quincy Ave, Littleton, Colorado, 80123. A Firm Fixed Price contract s anticipated. The provision at FAR 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. Clause 52.212-2, Evaluation -Commercial Items is applicable. Evaluation procedures is: Past Performance and Price. Offerors shall provide a list of contracts held with Federal, State, Local Government or private contracts performed by offerors that were similar in nature to this requirement. The Goverment reserves the right to make award on initial offer received, without discussion. Offerors shall submit signed and dated offers, either on a SF33, or letterhead stationary to Federal Prison Industries, 320 First St. N.W., 4th floor, Attn: Bid Custodian,Washington D.C. 20534 or overnight or express mail to 311 First St N.W. ACACIA, 4th Floor, Attn: Bid Custodian. Facsimile offers are accepted at 202/508-8498. Clause 52.215-18 Facsimile Proposals is applicable. Offers must be received by 2:00 pm, Dec 30, 1996 and indicate name, address and telephone number of bidder, technical description of the item(s) being offered insufficient detail to evaluate compliance wih the requirements in the solicitation, terms of any expressed warranty, price and any discount terms, remit to address if different than mailing address, a completed copy of representations and certifications at FAR 52.212-3, Offeror Representations and Crtifications -Commercial Items; acknowledgement of all amendments. Offeror must hold prices firm in its offer for 30 calendar days from the date specified for receipt. If offer is not submitted on a SF33, a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. All offers that fail to furnish required representations and certificatons or information or reject the terms and conditions of the solicitation may be excluded from consideration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Requied to Implement Statutes or Executive orders- Commercial Items, applies to this acquisition. Clause 2852.210- 70, Brand Name or Equal. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in this synopsis/solicitation, shall result in a binding contract without further action by either party. The offer must speify business size and classification. Documents cited in the solicitation may be obtained by written faxed request. Contact Kyle A. Turner at 202/508-8503 for information regarding this solicitation. FAX CITE: (I-346 SN010934) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: U.S. Postal Service, Purchasing and Materials Service Center, Attn: JIM NAILS, 225 N. Humphreys Blvd., Memphis TN 38166-6260 SUBJECT: 39--CONVEYORS SOL 475630-96-A-Q065 DUE 022497 POC J.D. Nails, Purchasing Specialist, (901) 747-7541. DESC: Conveyors (PSINs 1922A, 1922B, and 1940) to be manufactured in accordance with USPS specifications and drawings. Delivery will be made to various locations F.O.B. Origin. Request for solicitations must be in writing and received within 10 days after the date of this notice. All requests must include a check for $25.00 to cover postage and handling. The supply of specifications and drawings are limited and will be furnished on a first-come basis until supply is exhausted. Solicitation will be issued on or about 01/24/97. All responsible sources may submit an offer. No telephone request for the solicitation will be accepted. CITE: (M-346 SN010970) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: DOI, Fish and Wildlife Service CGS, Mail Stop 60181, P.O. Box 25486, DFC, Denver, CO 80225 SUBJECT: 42--FIRE PUMP/TANK UNIT SOL 1448-60181-97-Q029 DUE 012097 POC POC: Cathleen DeBerry/Procurement Assistant, 303/236-5412 x221; David M. Clack, Contracting Officer, 303/236-5412 x228 DESC: Furnish and install a fire pump/tank unit on a Government furnished, 1996 Navistar model 4800 truck. The Government will deliver the truck to the Contractor's site. The completed unit shall be delivered, by the Contractor, to the C.M. Russell National Wildlife Refuge, Airport Road, Lewistown, Montana. The Request for Quotations will be available on or about December 26, 1996. This is a total small business set-aside. Please Fax request for Solicitation package to 303/236-4791, state Solicitation No., Company Name, Mailing Address, and Telephone Number on request. CITE: (I-346 SN010835) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--COUPLING HALF, QUICK. SOL SP0740-97-Q-0525 DUE 013097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) John Lidonnice (614 )692-4711 DESC: PR-NO: YPC96319001017 NSN 4730-00-009-3750, CAGE 11362 Part No F7108-08P-N1 CAGE 26512 Part No A51H9186-1 coupling half, quick disconnect. I/A/W Parker symetrics part number F7108-08P-N1. 55 -EA Del to Norfolk VA 23512-0001 Del 150 days after award 58 -EA Del to San Diego CA 92136-0000 Del 150 days after award 33 -EA Del to Tracy CA 95376-5000 Del 150 days after award solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Approved sources are: Parker Hannifin(11362) Grumman Aerospace Corp(26512)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-346 SN010745) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SOLENOID. 440 VOLTS, AC SOL SP0760-96-Q-0243 DUE 013097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)L.M.SPRUILL (614)692 -1102 DESC: PR-NO: YPC96066001410 NSN 4810-01-189-2111, CAGE 99657 Part No MV224F 281595-0001 valve, solenoid. bronze SALT water applic. Marotta Scientific controls P/N MV224F 281595-0001 4 -EA Del to Jacksonville FL 32212-0097 Del by 31 Mar 97. Solicitation not available until 15 days after published in the cbd.specifications, plans or drawings are not available.automated best value model(ABVM) applies.while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation.this request will be issued via a written rfq.the estimated award date will be 01 Mar 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-346 SN010739) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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-VALVE ASSEMBLY,MANI SOL N0010497QTM79 DUE 012997 POC Contact Point, Patricia M Mertle, 0244.12, (717)790-1762, Fax, (717)790-2764, Twx, Not-avail, Contracting Officer, Thomas Fiorenza, 0244, (717)790-3998 DESC: NSN 7H-4820-01-189-8739, SPEC NR TDP VER 001, Qty 3 EA, FMS Requirement - Destination will be Furnished Upon Request, See Note 9 CITE: (I-346 SN010954) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Carderock Division Naval Surface Warfare Center, Ship Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083 SUBJECT: 48 -- DRESSER VALVES AND CONTROL DIV., NIL-COR OPERATIONS, INC., MODIFIED PROTOTYPE COMPOSITE BALL VALVES SOL N65540-97-Q-62YV DUE 011097 POC Linda Stiemke, Purchasing Agent, (215) 897-8402. DESC: Naval Surface Warfare Center, Carderock Division (NSWCCD), intends to procure, on a sole source basis from Dresser Valves and Control Div, Nil-Cor Operations, Inc. a modified 6-inch and a 12-inch prototype composite ball valve. Delivery will be completed 120 days after contract award. Request for solicitation may be sent via facsimile to (215) 897-7059. See Numbered Note(s): 22. CITE: (I-346 SN011035) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Commanding Officer, Navy Public Works Center, Procurement Division, Code 861, Pearl Harbor, Hawaii 96860-5470 SUBJECT: 48--BOWL ASSEMBLY FOR VERTICAL TURBINE PUMP SOL N62755-97-Q-0015 DUE 123196 POC Michele Loo, (808) 474-6498, FAX (808) 474-6808. DESC: This procurement is set aside for small business concerns. This is a combined synopsis/solicitation for commercial items and is issued as a Request for Quotation under N62755-97-Q-0015. Separate written solicitations will not be issued. The standard industrial classification code is 3463. This requirement is for a fixed price contract for one line item as follows: Line item 0001: Assembly, (1) Four stage vertical turbine, (2) All SAE 63 bronze, (3) To match existing serial no. 243196 thru 98, (4) SAE 63 bronze bowls, (5) SAE 63 bronze impellors, (6) Cutlass bearings, (7) 316 stainless steel bolting, mfg: Peerless PN 16HXB-4 stage or equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items applies. The provision at FAR 52.212-3, Offeror Representation and Certification--Commercial Items applies and is required with proposal. FAR 52.212-4, Contract Terms and Conditions--Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies with the following applicable clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy American--Supplies. Add the following addendum clause: FAR 2.211-5, New Material. DFARS 252.212-7001, Buy American Act and Balance of Payments Program applies. This solicitation will be evaluated on price and best delivery time. Quotations must be received no later than 3:30 p.m., local time, 31 December 1996. Quotations to be mailed to the Commanding Officer, Navy Public Works Center, Procurement Division (Code 861), Pearl Harbor, HI 96860-5470 or FAX (808) 474-6808. CITE: (M-346 SN011047) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Contracting Officer, NDANG/LGC, 1400 28th Ave. N., Fargo, ND 58102-1051 SUBJECT: 49--RECYCLING, SOLVENT PARTS WASHER SOL DAHA32-97-T0090 DUE 011097 POC Dwight A. Murphy, SMS, Contracting Officer, (701) 241-7332. DESC: Recycling, Solvent Parts Washer: Washer must be capable of operating according to the following description. Washer uses a chemical solvent for cleaning away greases, lubricants, dirt and other similar contaminants. The washer must be able to recycle the used chemical solvent within the washer unit for reuse repeatedly. Gulf Coast Filters' Part Number: 30G/PW/F-1/PWP or equal. Washer must meet the following Specifications: Unit size: 46" x 20-1/4" x 36-1/4". Tank size: 29-1/2" x 19-3/4" x 11-3/4". Power requirements: 115 volt electric pump. Washer unit shall contain the following: Heavy duty metal stand and shelf, flexible metal spigot, screened sludge filter pad. Steel tank has removable inside shelf. If bidding an equal item, send item specifications and brochure with your RFQ. Delivery shall be F.O.B. Destination, Fargo, ND 58102-1051, within 30 days after Government issuance of order. Any potential source which feels that they can meet these supply requirements must notify the Contracting Office in writing or by FAX. No telephone requests will be accepted. The FAX number to the NDANG Contracting Office is (701) 241-7334. CITE: (M-346 SN011061) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: GSA FSS TACC TAD (6FESI-E9) 1500 E. Bannister Road Kansas City, Mo 64131 SUBJECT: 51--JEWELERS TOOLS SOL 6FES-97-0053-S DUE 011397 POC Carol Clark (816) 926-5842 DESC: 5120-00-221-7097, screwdriver, ratchet; 5120-00-255-1096, screwdriver, ratchet; 5120-00-180-0728, screwdriver, jeweler's swivel knob; 5120-00-180-0729, screwdriver, jeweler's swivel knob; 5120-00-288-8739, screwdriver set, jewelers; 5120-00-595-9574, screwdriver offset ratcheting; 5120-00-832-6221, screw starter, hand. CITE: (I-345 SN010722) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools--Potential Sources Sought OFFADD: GSA FSS TACC TAD (6FESI-B3) 1500 E. Bannister Road Kansas City, Mo 64131 SUBJECT: 51--WRENCH SET, SOCKET, MATERIAL STEEL, FINISH CHROME PLATED TOOLS SOL 6FES-96-B7723 DUE 011097 POC Loretta Martin, (816) 926-1721 DESC: Wrench set, socket; material-steel; finish-chrome plated tools; 3/8 "sq. Drive set, includes 11 EA. STD lgth 12-PT. sockets, 1 EA STD. handle sealed ratchet, 1 EA. speeder handle 1 EA. 9-1/2" Long hinged handle (break bar), 1 ea.universal joint, 1 EA. 3 "bar extension, 1 EA. 6" bar extension, & 1 each 11 "bar extension; furnished in a painted metal box. FOB: destination. snap-on parttool P/N 218FPB. POC is Loretta Martin (816). CITE: (I-345 SN010724) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 52--Measuring Tools OFFADD: GSA FSS TACC TAD (6FESP-F7) 1500 E. Bannister Road Kansas City, Mo 64131 SUBJECT: 52--PRECISION HAND TOOLS SOL 6FES-F7-96F701-S DUE 021397 POC Margaret Conroy (816) 823-1284 DESC: Solicitation is anticipated to be issued on or about January 7, 1997. Resulting contract(S) will be for the period of 06-01-97 to 05/31/99. This solicitation will be a sealed bid, fixed price, requirements type, indefinite delivery, non stock 2-YEAR contract with 3/1-YEAR options to extend the term of the contract. This solicitation contains Ten (10) national stock numbers. ITEM1 - 5210-00-222-4565, Vernier caliper, IAW Fed spec GGG-C-111C. Estimated 2-YEAR quantity - 116 each. Item 2 - 5210-00-347-2613, replacement measuring tape, Cooper P/N 01293SF/590 or equal. Estimated 2-YEAR quantity - 515 each. Item 3 5210-00-450-6920, combination square, IAW Fed spec GGG-S-656E. ESTIMATED2-YEAR quantity - 511 each. Item 4 - 5210-00-567-9545, inside micrometer, brown sharp P/N 599-281-20 or equal. Estimated 2-YEAR quantity - 47 each. Item 5 - 5210-01-054-9934, petroleum gage stick, IAW Army Tank drawing #11685988. Estimated 2-YEAR quantity - 625 each. Item 6 - 5210-01-070-4543, cylinder gage, Kent Moore P/N J-5347-B or Oshkosh Truck P/N 2KM104. Estimated 2-YEAR quantity 58 each. Item 7 - 5210-01-083-2926, petroleum gage stick, IAW army mobility drawing #13217E7144. Estimated 2-YEAR quantity - 1,677 each. Item 8 - 5210-01-200-4526, dial indicator, Stanadyne Automotive P/N 19969 or Kent Moore P/N j-35212. Estimated 2-YEAR quantity - 99 each. Item 9 - 5210-01-217-7264, measuring tape, Cooper P/N CN1295SF/590/bob. Estimated 2-YEAR quantity - 369 each. Item 10 - 5210-01-249-0368, automatic indicator, Stanadyne Automotive P/N23745. Estimated 2-YEAR quantity - 131 each. Items 5 and 7 will be set-aside for small business. The remaining items will not be a total small business set-aside. CITE: (I-345 SN010723) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 53-SEAL ASSEMBLY SOL N0010497RFB24 DUE 012997 POC Contact Point, Susan M Middleton, 0243.16, (717)790-2802, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Brian C Garrett, 0243, (717)790-3918 DESC: NSN 7H-5330-01-147-2560-L1, SPEC NR TDP VER 001, Qty 6 EA, Delivery FOB Origin--L1/SS ITEM WHICH WILL BE ACQUIRED FROM APPROVED SOURCES ONLY. CONTRACTS WILL BE AWARDED TO OFFERORS WHOSE INSPECTION SYSTEM CONFORM TO MIL-I-45208A AS CERTIFIED BY A JOINT DCAS/NAVICP SURVEY TEAM. INFORMATION ABOUT THE QUALIFICATION REQUIREMENT MAY BE OBTAINED FROM NAVICP. CODE 8452, P. O. BOX 2020, MECH., PA 17055-0788., See Note 22 CITE: (I-346 SN010955) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: Afftc/pkad Directorate Of Contracting, 5 S Wolfe Ave, Edwards Afb Ca 93524-1185 SUBJECT: 54--PURCHASE OF BUILDING SOL f578767 DUE 011297 POC Mike Keeling kjbslhfblsbjbflb DESC: Edwards AFB CA has a requirement for 1 each modular building meeting the following general description: 20' x 60' bldg, ceiling height A.F.F. 8', minimum roof load 20 psf, minimum floor load 50 psf, to include AC power supply, bench top type ionizing blowers, work stations, work benches, and Pur-Air fume extraction systems. Complete list of specifications and drawings will be provided in Request for Quote (RFQ). This acquisition is a 100% small business set-aside. The SIC code is 2452. The size standard is 500 employees. All offerors interested in being placed on the bidders mailing list must fax in their request to (805) 258-9656. Phone requests to be placed on the bidders mailing list will not be honored. Anticipated date for issuance of RFQ is 31 Dec 96. Anticipated award date is 24 Jan 97. CITE: (W-345 SN010713) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L ITEM DESC. A-A-55057, TYPE A (PS1-95). SOL SP0500-97-Q-0580 DUE 010197 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jeff Kochanowicz/WAA04/X0955 buy er: Lisa vivino/WAA26/X5590 DESC: PR-NO: YPI96339000859 NSN 5530-00-128-5531, plywood, Const; I/A/W A-A-55057A, type a (PS1-95) grade: a-b int/ext size: 3/4 "X 48" X 96 ". Full and open competition apply 1,500 -SH Del to Pusan Korea KS Del by 13 Jan 97. RFQ due date 97 Jan 02 specs: I /A/W CID NR A-A-55057A predominant mater: plywood, softwood size/dimen: 48 X 96, 3 / 4 thickness primary quantity: 1500 delivery schedule: 14 days this is a small business set-aside, the size standard is 500 specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-346 SN010771) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--LUMBER, SOFTWOOD, BOARD; IN ACCORDANCE WITH FED. SPEC. MM-L-751. ALL SPECIES PERMITTED SOL SP0500-97-Q-G531 DUE 122796 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jeff kockanowicz/WAA07/X3225 buye R: Kathy kines/WAA07/X3225 DESC: PR-NO: YPI96305000519 NSN 5510-00-167-6854, lumber, softwood; I/A/W MM-L-751. Grade: 2 COM/Const/NO.1 board size: 1 "X 12". Full and open competition apply 35,274 -BF Del to Rock Island IL 61299 Del by 13 Dec 96. RFQ due date 96 Dec 27 specs: MM-L-751 predominant mater: lumber, softwood, board size/dimen: 1 X 12 primary quantity: 35274 deliveries to CONUS(excluding Alaska) delivery schedule: 14 days this is a small business set-aside, the size standard is 500 specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-346 SN010812) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCULATOR, RADIO FR SOL SP0970-97-Q-A044 DUE 012197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96204000708 NSN 5985-01-136-6322, CAGE 24930 Part No G300342S1 5 -EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 5-5, 6-9, 10-19, 20-29, 30-39, 40-49. PR quantity: 5 EA line 1, quantity 5, SW3100 Mechanicsburg, PA 17055-0789 delivery schedule: 60 days set-aside: unrestricted (sole source/single source) (no preference). Size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-346 SN010783) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, Naval Sea Systems Command, SEA 02423W, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 59--ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL N00024-97-R-4050 POC POC: Mr. William C. Randolph/02423W 703/602-0200; PCO Mr. P. Troia/02423 703/602-0201 DESC: The Naval Sea Systems Command (NAVSEA) intends to award a sole source contract to Power Paragon, Inc. (PPI) (previously Teledyne Inet), 901 East Ball Road, Anaheim, CA 92805 for the procurement of three (3) Air Cooled Solid State Frequency Converters (60/400Hz) and associated data, plus an option for engineering services and support. Under a Memorandum of Understanding (MOU) executed 11 February 1983, PPI conveyed to the Government a royalty-free license for the technical data to this equipment to be used for US Government requirements only, so that when the Government procures converters using a foreign nation's funds under an FMS Letter of Agreement, the units must be procured sole source from PPI. As a result, these converters are not subject to the Government's royalty-free license agreement since they are being procured as replacement units under FMS Case BA-P-GAI. CITE: (I-346 SN010790) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA SOL SP0970-97-Q-A101 DUE 012397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96281001816 NSN 5985-01-331-8710, CAGE U1907 Part No 16-112P21 CAGE 63563 Part No 16-112P21 CAGE 76301 Part No 16-112P21 14 - EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item products offered clause applies. Various incremets solicited: 1-5, 6-9, 10-15, 16-19, 20-25, 26-30 PR quantity: 14 EA line 1, quantity 14, SW3100 mecanicsburg, PA 17055-0789 delivery schedule: 60 days set-aside: unrestricted (sole source/single source) (no preference) size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-346 SN010826) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--LOAD WAVEGUIDE SOL SP0970-97-Q-A073 DUE 012397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96313001089 NSN 5985-01-007-8316, CAGE 66775 Part No L284BH1 CAGE 97942 Part No 581R720H01 7 -EA Del to Lathrop CA 95330 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 7-7, 8-19, 20-29, 30-39, 40-49, 50-59. PR quantity: 7 EA line 1, quantity 7, W62G2T Stockton CA 95296-0130 delivery schedule: 60 days set-aside: unrestricted (sole source/single source) (no preference) size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-346 SN010827) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY SOL DAAH01-97-R-A040 DUE 011097 POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250. DESC: Synopsis No. 5377-96 (MA) NSN 5999-01-165-6545, Army P/N 1D49717-1. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 40, known quantity of 54, and a maximum quantity of 65. Plus options for base year and two program years. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to McDonnell Douglas Corporation, Defense and Electronics Systems, 5301 Bolsa Ave., Huntington Beach, CA 92647. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205/876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5999-01-165-6545, Awd Date 012296, Qty 8, Unit Price $3,733.00. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualifications for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-346 SN010845) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY SOL DAAH01-97-T-0157 DUE 011097 POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250. DESC: Synopsis No. 5395-96 (MA) THIS IS A COMBINED SYNOPSIS/SOLICITATION, PRON D1701343; NOUN: CIRCUIT CARD ASSEMBLY; NSN 5999-01-269-3449, Army P/N 350414, 65 each. INSPECTION/ACCEPTANCE POINTS: SOURCE; INSPECTION REQUIREMENTS: MIL-Q AND MIS-50000; BAR CODE MARKING REQUIRED. FOB POINT: DESTINATION; DESTINATION: XU TRANSPORTATION OFFICER, RED RIVER ARMY DEPOT, TEXARKAMA, TX 75507-5000: PACKAGING: C/C IAW AL00000100, SUPPLEMENTED BY MIL-P-116J. DELIVERY SCHEDULE 220 DAYS AFTER CONTRACT AWARD, BEST POSSIBLE DELIVERY REQUESTED Offerors must be approved and qualified. The Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunities in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. Restricted Source is Smyetrics Industries Incorporated, 557 North Habor City Boulevard, Melbourne, FL 32935. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5999-01-269-3449, Awd Date 041796, Qty 57, Unit Price $572.00. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications, or other technical data are not available for this procurement and will not be furnished. Potential offerors are encourage to pursue qualification for future buys in accordance wit MICOM Pamphlet 702-1 available through Internet. SIC Code 3679; Number of employees 500. Quotes should be submitted to Commander, U.S. Army Missile Command, Acquisition Center, AMSMI-AC-CDDA, ATTN Donna Willard, Redstone Arsenal, AL 35898-5280. Reference DAAH01-97-T-0159. See Numbered Note(s): 22. CITE: (I-346 SN010846) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FMJ), Rock Island, IL 61299-7630 SUBJECT: 59 -- SWITCH ASSY SOL DAAE20-97T0081 DUE 020397 POC Contract Specialist: Phyllis Smith (309) 782-3625, PCO: Allen J. Hale (309) 782-6736 DESC: 5930-01-021-9569, Part Number 11747182. Switch Assy, consisting of a AL-Alloy mounting plate 1.5 inch by 2 9/16 inch by 3/32 inch thick with holes for mounting 2 variable resistors with knobs, electrical mounting steed and fixed resistor. Some engraving or etched lettering required. Requirements are 88 ea Switch Assy. 5998-01-063-6380, Part Number SM-D-804966. Aux. Rectifier Circuit Board Assy consisting of a 3.5 inch by 4.8 inch printed circuit board with components, tested per specifications required. Requirements are 19 ea Circuit Card Assy. 5999-01-019-4617, Part Number 11732377. Circuit Drive Assy, mirror drive electronics 6.25 inch by 7.5 inch printed circuit provides mirror deflections, mirror motor drives mirror rangefinder fail flags for the laser rangefinder. Requirements are 25 ea Circuit Assy. For use on the M60A3 Tank. FOB is Destination. The proposed contract will include a 100 percent option. All or part of this action is an unfunded FY97 requirement. Estimated issue date of this solicitation is 010297. 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): 1. CITE: (I-346 SN011016) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 59 -- MANHOLES (ELECTRICAL VAULT) SOL N68936-97-Q-0556 DUE 010697 POC POC Jean Daniel, Purchasing Agent, (619) 939-0852 or Susan Rizzardini, Contracting Officer, (619) 939-9653. The Naval Air Warfare Center Weapons Division China Lake intends to procure 15 Manholes (electrical. DESC: The Naval Air Warfare Center China Lake intends to procure 15 Manholes (electrical vault). Specifications and drawing will be provided at the time the quote is issued. All requests shall be in writing and may be faxed to Jean Daniel, (619) 927-3488, or mailed to NAWCWPNS, Code 230000D, Attn: Jean Daniel, Bldg. 00671, China Lake, CA 93555-6100. Request for quote will be available on or about 97 JAN 06. Award is expected to be made on or about 97 JAN 27. All responsible sources may submit a quote which will be considered by the agency. The SIC Code is 3271 and the Small Business size is 500 employees. Award under FAR Part 12, Commercial items. CITE: (I-346 SN011019) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 61 -- DC MOTOR SOL DAAB07-97-R-A509 DUE 021397 POC Howard Wiener, Contract Specialist, AMSEL-ACCA-A-AD(WIE) (908) 532- 5538, Contracting Officer, AMSEL-ACCA-A-AD(KOR) Theodore Kordower, (908) 532-1889. DESC: This is a sole source acquisition for 45 each, DC Motor, P/O OE-361/G Satellite Antenna Group), NSN 6105-01-182-2071. Delivery will be to New Cumberland Army Depot, PA. In accordance with Source Control drawings A3020736-001. A 100% increase option clause will be included. This acquisiton is Sole Source to Bison Gear and Engineering Corp., Downers Grove, IL 60515. CITE: (I-346 SN011031) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 61 -- DC MOTOR SOL DAAB07-97-R-A509 DUE 021397 POC Howard Wiener, Contract Specialist, AMSEL-ACCA-A-AD(WIE) (908) 532- 5538, Contracting Officer, AMSEL-ACCA-A-AD(KOR) Theodore Kordower, (908) 532-1889. DESC: This is a sole source acquisition for 45 each, DC Motor, P/O OE-361/G Satellite Antenna Group), NSN 6105-01-182-2071. Delivery will be to New Cumberland Army Depot, PA. In accordance with Source Control drawings A3020736-001. A 100% increase option clause will be included. This acquisiton is Sole Source to Bison Gear and Engineering Corp., Downers Grove, IL 60515. CITE: (I-346 SN011043) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253 SUBJECT: 61 -- AQUARAM COLOR CHANGE AND POWER SUPPLY SOL F41636-97-T3982 DUE 011097 POC Austin Foiles, (210) 671-1724, FAX (210) 671-5063 DESC: This is a combined synopsis/solicition for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicition: proposals are being requested and a written solicition will not be issued. This solicition is issued as a request for quotation (RFQ). Submit quotes (no oral ones), on requesition F41636-97-T-3982. This procurement is restricted to small business only. This solicition document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. Standard Industrial Code 3484. Furnish 48 each Aquaram Color-Changer, w/mounting plate weighing approx. 4.2 lbs, size: must fit 8" par can, used on: mount on theather lights, mfg by (or equal), wybron, inc, mfg code & p.n.: 0Z005, model: 704-01-05P. Furnish 4 each Aquaram Power Supply, used to power the aquaram color changer, weigh: approx 14 lbs, mfg by (or equal), wybron, inc, mfg code & p.n.: 0ZQQ5. Desired delivery: 30 days after receipt of order. FOB: Destination for delivery to 37 SUPS/LGSD, building number 5160, Lackland AFB, TX 78236-5000. The provisions at FAR 52.212-1, Instructions to Offers--Commercial, applies to this acquisition. The clause at FAR 52.121-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this solicition. Specifically the following clauses, cited are applicable to this solicition: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for special disable and Vietnam ERA Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers. The clause at DFARS 252.212-7001, Contract Terms and Conditions required to implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this solicition. Specifically the following clauses, cited are applicable to this solicition: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. Offerers must include with their offer a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications--Commercial Items, and DFARS 252.212-7000, Offerers Representations and Certifications--Commercial Items, applies to this solicition. Award will be based on lowest price, responsible offer. Quotes must be sent in writing or faxed to the POC indicated above.Quotes are required to be submitted not later than 4:00PM (CST), 10 JAN 97. Award will be made on or about 24 JAN 97. All responsible sources may submit an offer, which, if timely received will be considered by this agency.**** CITE: (W-346 SN011064) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 66--S-PARAMETER MEASUREMENT SYSTEM SOL N00164-97-R-0021 DUE 013097 POC Contact point, Ms. Flo Martin, Contract Specialist, Code 1163WM, Bldg. 3168, 812-854-3689, FAX 812-854-1841 DESC: One (1) each, S-Parameter Measurement System Part Number 85110A HP56, which consists of One (1) each, Switch Driver Interface, Part Number 87130A K20, Two (2) each, Switch Driver Interface, Part Number Z2309A, Brand Name or Equal, Hewlett Packard Part Numbers, in accordance with salient characteristics as well as Statement Of Work. Delivery will be FOB Destination within twelve weeks after contract award. Inspection and Acceptance at destination. Please make all requests in writing to the above address via facsimile at 812-854-1841. In doing so, state your name, address and solicitation number. All responsible sources may submit an offer which will be considered. CITE: (W-346 SN010769) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: National Institute of Standards & Technology, Acquisition & Assistance Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 SUBJECT: 66--SINGLE TILT,LIQUID NITROGEN CRYOTRANSFER HOLDER SOL 53SBNB7C1054 DUE 122796 POC Pauline Mallgrave, Contracting Officer, (301) 975-6330 DESC: 66 -- A SINGLE TILT, LIQUID NITROGEN CRYOTRANSFER HOLDER SOL 53SBNB7C1054 DUE 122796 POC Pauline Mallgrave, Contracting Officer, (301) 975-6330 66-- SINGLE TILT, LIQUID NITROGEN CRYOTRANSFER HOLDER; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 53SBNB7C1054 and the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-41. The standard industrial classification (SIC) code is 3826 and the small business size standard is 500 employees. The contract line item numbers (CLIN), items, quantities, and units of measure are: CLIN 0001 Liquid Nitrogen Anticontaminator with copper blades for Philips 400T, EDS port, 1 lot; 0002 Cooling Holder control Univer (110V), 1 lot; 0003 Cryotransfer Single Tilt Holder with workstation and tools for Philips 400T, no EDX detector, 1 lot; 0004 Cooling holder dual heater control unit (110V), 1 lot; 0005 Users manuals, 1set. Please submit your pricing in accordance with the CLIN structure identified herein. Specifications: The holder shall be cooled by liquid nitrogen in a vacuum insulated reservoir having sufficient cooling capacity for up to 6 hours of operation at the minimum specimen temperature of approximately - 165 C. Each holder shall incorporate the following; a tilt cradle, a phosphor bronze ClipringR, an anti-drift silica rod, a silicon sensor diode, an insulating anti-vibration mount, dual heaters (one for the tip and one for the dewar), a conductor, a Zeolite Pump, a conductive anti-vibration coupling: The temperature stability shall be at least q1 C in the range of -165 C to -130 C: The cool down time to stabilize at -165 C shall be less than 45 minutes: The warm-up to room temperature after pouring off the unused liquid nitrogen shall be less than 20 minutes: Liquid nitrogen boil off rate shall be less than 25 ml/hr: Dewar capacity shall be no greater than 100 ml: The drift rate of the holder in the TEM shall be <2A/second or better: A temperature control unit shall be supplied to control the temperature of the holder from 25 C to -196 C: A chart recorder or digital volt meter (DVM) output shall be provided as standard on the temperature control unit. Award will be made based on technical acceptability and price. FOB Destination - NIST Bldg. 301 RECEIVING, Gaithersburg, MD 20899-0001. All responsible sources may submit a quote which shall be considered by the Agency. All offerors are to include with their offers a completed copy of provision 52.212-3 Offeror Representations and Certifications--Commercial Items. The following FAR clauses apply to this acquisition; 52.212-1 Instructions to Offers--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items, and 52.212-5(a) contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. The following additional FAR clauses, which are cited in clause 52.212-5(b) are applicable to this acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies; 52.225-21, Buy American Act--North American Free Trade Agreement Implementation Act-Balance of Payments Program. All Offers should be sent to the National Institute of Standards and Technology, Quince Orchard Road, Acquisition and Assistance Division, Building 301, Room B117, Gaithersburg, MD 20899-0001. All offers are due by 3PM EST on 12/30/96.**** : EMAIL Pauline.Mallgrave@nist.gov EMAILDESC: CITE: (W-346 SN010792) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Naval Surface Warfare Center, Crane Division, Code 1163WM, Bldg. 3168,300 Highway 361, Crane, IN 47522-5001 SUBJECT: 66 -- S-PARAMETER MEASUREMENT SYSTEM SOL N00164-97-R-0021 DUE 013097 POC Contact Point, Ms. Flo Martin, Contract Specialist, Code 1163WM, Bldg. 3168, 812-854-3689, FAX 812-854-1841 DESC: One (1) Each, S-Parameter Measurement System Part Number 85110A HP56, which consists of One (1) Each, Switch Driver Interface, Part Number 87130A K20, Two (2) Each, Switch Driver Part Number Z2309A, Brand Name or Equal, Hewlett Packard Part Numbers, in accordance with salient characteristics as well as a Statement Of Work. Delivery will be FOB destination within twelve weeks after contract award. Inspection and Acceptance at destination. Please make all requests in writing to the above address via facsimile at 812-854-1841. In doing so, state your name, address and solicitation number. All responsible sources may submit an offer which will be considered. CITE: (I-346 SN010855) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 66 -- EXTREMITY DOSIMETRY SYSTEM SOL DAAH01-97-R-0069 DUE 012797 POC Contact Julie Middlebrooks, Contract Specialist, (205) 876-4152, Shirley Hill, Contracting Officer, (205) 842-7436. (PCF). DESC: Extremity Dossimetry System - 1 is being procured to assess U.S. Army personnel extremity radiation exposure. Delivery is required 120 days after contract award. CITE: (I-346 SN010874) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: National Institute of Standards and Technology, Acquisition and Assistance Division, Bldg. 301, Room B117, Gaithersburg, MD 20899 SUBJECT: 66 -- A SINGLE TILT, LIQUID NITROGEN CRYOTRANSFER HOLDER SOL 53SBNB7C1054 DUE 122796 POC Pauline Mallgrave, Contracting Officer, (301) 975-6330 DESC: 66-- SINGLE TILT, LIQUID NITROGEN CRYOTRANSFER HOLDER; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 53SBNB7C1054 and the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-41. The standard industrial classification (SIC) code is 3826 and the small business size standard is 500 employees. The contract line item numbers (CLIN), items, quantities, and units of measure are: CLIN 0001 Liquid Nitrogen Anticontaminator with copper blades for Philips 400T, EDS port, 1 lot; 0002 Cooling Holder control Univer (110V), 1 lot; 0003 Cryotransfer Single Tilt Holder with workstation and tools for Philips 400T, no EDX detector, 1 lot; 0004 Cooling holder dual heater control unit (110V), 1 lot; 0005 Users manuals, 1set. Please submit your pricing in accordance with the CLIN structure identified herein. Specifications: The holder shall be cooled by liquid nitrogen in a vacuum insulated reservoir having sufficient cooling capacity for up to 6 hours of operation at the minimum specimen temperature of approximately - 165 C. Each holder shall incorporate the following; a tilt cradle, a phosphor bronze ClipringR, an anti-drift silica rod, a silicon sensor diode, an insulating anti-vibration mount, dual heaters (one for the tip and one for the dewar), a conductor, a Zeolite Pump, a conductive anti-vibration coupling: The temperature stability shall be at least q1 C in the range of -165 C to -130 C: The cool down time to stabilize at -165 C shall be less than 45 minutes: The warm-up to room temperature after pouring off the unused liquid nitrogen shall be less than 20 minutes: Liquid nitrogen boil off rate shall be less than 25 ml/hr: Dewar capacity shall be no greater than 100 ml: The drift rate of the holder in the TEM shall be lt. 2A/second or better: A temperature control unit shall be supplied to control the temperature of the holder from 25 C to -196 C: A chart recorder or digital volt meter (DVM) output shall be provided as standard on the temperature control unit. Award will be made based on technical acceptability and price. FOB Destination - NIST Bldg. 301 RECEIVING, Gaithersburg, MD 20899-0001. All responsible sources may submit a quote which shall be considered by the Agency. All offerors are to include with their offers a completed copy of provision 52.212-3 Offeror Representations and Certifications--Commercial Items. The following FAR clauses apply to this acquisition; 52.212-1 Instructions to Offers--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items, and 52.212-5(a) contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. The following additional FAR clauses, which are cited in clause 52.212-5(b) are applicable to this acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies; 52.225-21, Buy American Act--North American Free Trade Agreement Implementation Act-Balance of Payments Program. All Offers should be sent to the National Institute of Standards and Technology, Quince Orchard Road, Acquisition and Assistance Division, Building 301, Room B117, Gaithersburg, MD 20899-0001. All offers are due by 3PM EST on 12/30/96. CITE: (I-346 SN010987) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky 40121-5000 SUBJECT: 68--CARBON DIOXIDE SOL DABT23-97-B-0024 DUE 010697 POC Paul Avery, Contract Specialist (502)624-8069 DESC: Requirements Type Contract for Carbon Dioxide for delivery to Fort Knox, Kentucky during the period 10 January 1997 through 31 December 1997. Estimated quantity of 245,000 lbs carbon dioxide, technical grade B, 99.5% purity. Contractor shall also furnish rental and complete maintenance of three 12,000 lb tanks. All sources may submit an offer which will be considered. Only written or faxed solicitation requests are acceptable. You may fax your request to 502/624-5869. Scheduled opening date of 6 January 1997. CITE: (W-346 SN010878) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky 40121-5000 SUBJECT: 68--CARBON DIOXIDE SOL DABT23-97-B-0024 DUE 010697 POC Paul Avery, Contract Specialist (502)624-8069 DESC: Requirements Type Contract for Carbon Dioxide for delivery to Fort Knox, Kentucky during the period 10 January 1997 through 31 December 1997. Estimated quantity of 245,000 lbs carbon dioxide, technical grade B, 99.5% purity. Contractor shall also furnish rental and complete maintenance of three 12,000 lb tanks. All sources may submit an offer which will be considered. Only written or faxed solicitation requests are acceptable. You may fax your request to 502/624-5869. Scheduled opening date of 6 January 1997. CITE: (W-346 SN010880) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: DISA/DITCO/DTS41, 2300 East Drive, Scott AFB, IL 62225-5406 SUBJECT: 70--COMPUTER EQUIPMENT DUE 123096 POC Pamela Hall, 618-256-9491 DESC: The Defense Information Technology Contracting Organization DITCO-DTS41) intends to issue a purchase order for the following computer eequipment: Qty four (4) Desk top workstations, tower style case, preloaded with windows, to these technical specs: Intel Pentium Pro 180 CPU, PCI Motherboard (Intel Triton Chipset) 256K Pipeline burst cache, plug and play BIOS, include 3 ISA slots, 2 16650 UART serial ports, 2 bidirectional parallel ports, 1 PS/2 mouse port, 1 PS/2 keyboard port, 32 MB EDO RAM, Plug-and-play SVGA PCI video accelerator carde with 2MB minimum video memory onboard, 2GB minimum SCSI hard drive, 6-speed SCSI/IDE CD-ROM drive, 1.44MB 3-1/2" floppy drive, Plug-and-play Ethernet 3 COM, 17" SVGA Monitors. Qty four (4) Desk top workstations, medium style case, preloaded with Windows, to these technical specifications: Intel Pentium 200 CPU, PCI motherboard (Intel Triton chipset), 256K Pipeline Burst cache, Plug and play BIOS, include 3 ISA slots, 2 16650 UART serial prots, 2 bidirectional parallel ports, 1 PS/2 mouse port, 1 PS/2 keyboard port, 64 MB EDO RAM, Plug-and-play SVGA PCI video accelerator card with 4MB minimum video memory onboard, 2GB minimum SCSI hard drive, 10-speed SCSI/IDE CD-ROM drive, 1.44MB 3-1/2" floppy drive, 33.6K fax/modem, Plug-and-play Ethernet 3 COM 3C590 Combo, 17"SVGA (1024x768/NI/64K colors/.26dpi) Monitors, PCMCIA Adapter/Reader, Sound Blaster A WE32 Wave table sound card. Qty one (1) JAZ Drive/External,1 GB Iomega or comparable, 7 JAZ Cables 6 ft minimum to connect drive to controller, 10 JAZ Disk 1 GB. Qty three (3) Desk top workstations, medium style case, preloaded with Windows, plus these technical specifications: Intel Pentium Pro 180 CPU, PCI motherboard (Intel Triton chipset), 256K Pipeline Burst Cache, Plug and Play BIOS, include 3 ISA slots, 2 16650 UART serial ports, 2 bidirectional parallel ports, 1 PS/2 keyboard port, 32MB EDO RAM, Plug and Play SVGA PCI video accelerator card with 2 MB minimum video onboard, 2GB minimum SCSI hard drive, 8 speed SCSI/EIDE CD ROM drive, 1.44MB 3-1/2" floppy drive, Plug and play 3 COM 3C590 Combo Ethernet card, 17" SVGA Monitor, Multimedia 16 Bit Sound Blaster A WE32 or Equivalent with 2 speaker system, 33.6 int. voice/fax/data modem. Any company that can provide a quote for the exact items listed can respond to Pamela Hall through FAX at 618-256-9414, oral communications are not acceptable. Estimated date of award is 7 Jan 96. All responsible sources will be considered for evaluating the determination to issue a sole source purchase order. SIC code 3572. CITE: (W-345 SN010693) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Fleet and Industrial Supply Center, Det. Corona, Bldg 204, Code 220K1, 2300 5th Street, Corona, CA 91750-5000 SUBJECT: 70-- WISS CONTROL COMPUTER SOL N6070197Q0045 DUE 123096 POC Fax Solicitation Request to Bid Officer (909)273-4305 , or call (909) 273-4300; Contract Specialist Vivian Flotildes (909)273-4300; Contracting Officer, Marty Daugherty DESC: Procurement via a Sole Source with Desert Microsystems the following: 9ea. computer model F-1000-37. As Mfg. Desert Microsystems is 100% compatible with the WISS V4 System currently used by NWAD SE 34 and installed at various Naval Tactical training Ranges. Note 22. CITE: (I-345 SN010719) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 70--SENSOR, TAPE SOL SP0970-97-Q-A106 DUE 012097 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: YPE96324000535 NSN 7045-00-172-6188, CAGE 06401 Part No 7600016-00 35 -EA Del to Mechanicsburg PA 17055-0789 Del by 16 Dec 96. 15 -EA Del to Lathrop CA 95330 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 25-49, 50-74, 75-99, 100-149. PR quantity: 50 EA line 1, quantity 35 SW3100 Mechanicsburg PA 17055-0789 line 2, quantity 15 W62G2T Stockton CA 95296-0130 delivery schedule: deliver entire quantity within 90 days ARO. Set-aside: unrestricted (sole source/single source) (no preference) size standard: 1000 all responsible sources may submit offer which DESC shall consider. CITE: (I-346 SN010784) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: GSA/ITS/6KE, 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-DJH-0060 DUE 122796 POC CONTACT DELTA HELM 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-DJH-0060 is being issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-38. CLIN 1. Video Projectors to include: CLIN 1.1. Video Projector, Sharp XG-E1100U, Qty. 3; CLIN 1.2. Video Converter, CSI ScanDo Ultra, Qty. 3; CLIN 1.3. Installation Materials and Labor; CLIN 1.4. Training and Documentation; CLIN 2. Audio/Video Switching System to include: CLIN 2.1. RGsB Routing Switcher, HiRes (200MHz BW), Autopatch 4YDM.1212.Vshr, Qty. 1; CLIN 2.2. NTSC Routing Switcher, Autopatch 4YDM.2424.V1, Qty. 1; CLIN 2.3. Audio Routing Switcher, Autopatch 4YDM.1616.A2; CLIN 2.4. Installation Materials and Labor; CLIN 2.5. Training and Documentation; CLIN 3. Remote Control System to include: CLIN 3.1. AMX Accessory Rack Kit, AMX AC-RK, Qty. 1; CLIN 3.2. AMX RS-232/422/485 Interface Card, AMX AXC-232, Qty. 7; CLIN 3.3. AMX Infrared or Wired Serial Card, AMX AXC-IR/S, Qty. 7; CLIN 3.4. AMX Pan/Tilt Interface Card, AMX AXC-PT1, Qty. 3; CLIN 3.5. AMX 14 Relay Card, AMX AXC-REL14, Qty. 1; CLIN 3.6. AMX 8 Relay Card, AMX AXC-REL8, Qty. 8; CLIN 3.7. AMX Stereo/Dual Mono Volume Controller Card, AMX AXC-VOL, Qty. 2; CLIN 3.8. AMX 4 Voltage Output Card, AMX AXC-VRG4, Qty. 1; CLIN 3.9. AMX Master Card Frame, AMX AXF-M/S, Qty. 1; CLIN 3.10. AMX Server Card Frame, AMX AXF-S, Qty. 1; CLIN 3.11. AMX Color LCD Tiltscreen Touch Panel, AMX AXP-TCA, Qty. 1; CLIN 3.12. AMX UniMount EL Touch Panel, Buttons, AMX AXU-EL+/PB, Qty. 2; CLIN 3.13. AMX RS-232/422 Control Cable, AMX CC-232, Qty. 5; CLIN 3.14. AMX Infrared Emitter, AMX CC-IRE, Qty. 3; CLIN 3.15. AMX Relay Cable, AMX CC-REL, Qty. 5; CLIN 3.16. AMX IR Serial Cable, AMX CC-SER, Qty. 4; CLIN 3.17. AMX Power Controller, AMX PC1, Qty. 4; CLIN 3.18. AMX Dual Power Controller, AMX PC2, Qty. 1; CLIN 3.19. AMX 12 VDC Power Supply, AMX PS4.2, Qty. 1; CLIN 3.20. AMX Universal Power/Motor Controller, AMX UPC20, Qty. 2; CLIN 3.21. AMX Software and Programming, AMX/AVCO, Qty. 1; CLIN 3.22. Installation Materials and Labor; CLIN 3.23. Training and Documentation; CLIN 4. Lectern LCD Monitor, Sharp 6M-40U, to include Installation Materials and Labor, Qty. 2; CLIN 5. Reorganization of cables in CCBR Control Room to include Installation Materials and Labor, Qty. 1; CLIN 6. Audio Sound System to include: CLIN 6.1. Audio Amplifier, TOA P-912MK2, Qty. 2; CLIN 6.2. Rack Mount Kit for P-912MK2, TOA MB-25B, Qty. 2; CLIN 6.3. Audio Amplifier, TOA A-503A, Qty. 1; CLIN 6.4. Rack Mount Kit for A-503A, TOA MB21B2, Qty. 1; CLIN 6.5. Automatic Mic Mixer, Shure SCM810, Qty. 2; CLIN 6.6. Installation Materials and Labor; CLIN 6.7. Training and Documentation; CLIN 7. Rigid Rear Projection Screens, Stewart Techscreen 200 to include Installation Materials and Labor, Qty. 3. All items are FOB Honolulu, HI. Please indicate FOB destination or include shipping charges if applicable. The provision at FAR 52.212-1, instructions to offerors, applies to this acquisition. Evaluation is based on best value, cost and ability to meet service requirements. 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 by close of business December 27, 1996, and can be submitted to the address shown above Attn: Delta Helm or sent by FAX to the number shown above. Inquiries regarding the solicitation will only be accepted via FAX. CITE: (I-346 SN010903) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: GSA/ITS/6KE, 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-DJH-0061 DUE 122796 POC CONTACT DELTA HELM 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-DJH-0061 is being issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-38. CLIN 1. Senior Systems Analyst on-site support for the Engineering Logistics Center Computer Systems and Communications in Giessen, Germany. Contractor shall provide expert software development, test, technical assistance, and troubleshooting for ELC computer-related activities. Support will include telephonic and on-site for a variety of ELC computer systems and the network interfaces deployed at European locations. Major requirements shall include: Task 1. ORACLE7 RDBMS SOFTWARE SYSTEM DEVELOPMENT. Contractor shall develop, integrate, test, and deploy a Financial Contract based database system which currently runs on a Unisys 5000/95 computer system and that will interface with an Army standard supply management system (SABN). The contractor will develop this database using Oracle7 RDBMS and deploy under a Solaris UNIX based operating environment. The government shall provide all necessary development tools and computer systems. Task 2. LAN/WAN CONNECTIVITY FOR ELC COMPUTER SYSTEMS. Contractor shall provice support for Local Area and Wide Area Network connectivity for all users to the centralized ELC computer systems. Task 3. HOMES AND FURNISHING COMPUTER SYSTEMS SUPPORT. Contractor shall provide telephonic and on-site support for ELC HOMES and Furnishing computer systems. Support will be all-encompassing to include deployment, test, troubleshooting and possible migration support to a new hardware/software platform. Task 4. INTERNAL ADP SUPPORT AND TRAINING. Contract shall provide internal support for all ELC computer systems including Windows/NT, Novell and UNIX based computer systems. The contractor shall also provide on-site training to users and System Administrators and provide technical assistance for any computer related matter when assigned. LOGISTICAL SUPPORT. Logistical support is authorized for the Contractor to include use of Government mail facilities, commissary and exchange privileges, class VI privileges, vehicle registration, authorization for Privately Owned Vehicles (POV) as rationed by vehicle size, and all other logistic support provided to Government employees and their families stationed oversees. TRAVEL. The contractor when required to travel, the Government will make payment for such travel only to the extent that all charges are in accordance with the Joint Travel Regulations (JTR). Request for reimbursement shall be completed with executed DD Form 1351-2 and all appropriate receipts. Relocation expenses will not be covered under this contract. The provision at FAR 52.212-1, instructions to offerors, applies to this acquisition. Evaluation is based on best value, cost and ability to meet service requirements. 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 of services with their invoices. Proof of delivery may be in the form of a document signed by the receiving office such as a DD Form 250. 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 by close of business December 27, 1996, and can be submitted to the address shown above Attn: Delta Helm or sent by FAX to the number shown above. Inquiries regarding the solicitation will only be accepted via FAX. CITE: (I-346 SN010904) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION DIRECTORATE, ATTN AMSSC-AD, NATICK MA 01760-5011 SUBJECT: 70--XEROX 4635 LASER PRINTER AND PERIPHERALS SOL W13G07-6311-1004 POC U. S. Army Soldier Systems Command Natick Acquisition Directorate Gordon Seeley/S50 Kansas Street Natick, MA 01760 (Site Code DAAK60) DESC: The U.S. Army Soldier Systems Command intends to acquire from Xerox Corporation's GSA Schedule GS-35F-009OD: Item 01, Qty 1, Xerox 4635 Laser Printer, Item 02, Qty 1, On-line Control Module for 4635, ONLIN42, Item 3, Qty 1, Off-line Control Module fo 4635, 5HO, Item 4, Qty 1, Peripheral Cabinet for 4635, PERCAB, Item 5, Qty 1, Media Conversion Kit 5.25 floppy drive, 4W6, Item 6, Qty 1, 4635 Base Maintenance Charge, 3 x 5 shift coverage, 9 Months, Item 7, Qty 1, Maintenance for On-line Control Module, Months, Item 8, Qty 1, Maintenance for Off-line Control Module, 9 Months, Item 9, Qty 1, Usage Charge for 4635, $.0037/page times estimated monthly volume. 600,000 pages x $.0037 = $2220.00, Item 10, Qty 20, Part No. 6R206, 4635 Dry Ink Cartridge, Item 11, Qty 6, Part No. 5R161, 4635 Developer Cartridge, Item 12, Qty 15, Part No. 8R4077, 4635 Fuser Shield. All items must be new. In addition, the following performancespecifications must be met: Printer must print at least 130 pages per minute. It must use cut-sheet paper, 8 1/2 x 11, with paper weights ranging from 16 to 50 lbs. The printer must be capable of printing in simplex and duplex modes, landscape or portrait,including 2-up simplex and duplex. The printer must print at a resolution of at least 300 DPI. It must allow multiple fonts per page under program control. It must support character sizes from 3 to 24 points. It must operate in on-line mode while channel connected to an IBM or compatible mainframe computer, and must emulate an IBM model printer while doing so. It must also be capable of operating in ff-line mode using a 1600/6250 BPI9-track tape as input. It must be capable of switching between online and offline modes using console key-ins. It must support at least the following tape formats while in off-line mode ANSI and IBM OS/VS/370. Any mainfram-resident software required for the printer must be identified and supplied as part of this procurement. In addition, the printer must be compatible with Xerox Print Descriptor Language (PDL) and Forms Descriptor Language (FDL). The printer must accept jobs with embedded Xerox Dynamic Job Descriptor Entries (DJDEs), and act properly on them, while operating in online or offline mode. Responsible sources mayrespond to this notice, offer the above items or equal and will be fully considered, provided the item for which consideration is requested is accompanied by: 1. Sufficient information which will allow the Government to decide technical acceptability and 2 Pricing data. Responses must be within 15 days of this notice. No contract award will be made on the basis of any response to this notice, as notice does not constitute a soliciation document. No solicitation document exists. Requests for such documents will not be considered. Responses must be in writing. See Note 22. CITE: (I-346 SN010928) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: GSA/ITS/6KE, 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-DJH-00620 DUE 122796 POC CONTACT DELTA HELM 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-DJH-00620 is being issued as a request for quotations(RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-38. CLIN 1. Ether Expert Sniffer/Turbo Module includes NIC Card and Software only, part number 161756, Qty. 1; CLIN 2. Oracle Database Modules Option for Portable Sniffer, part number 179754, Qty. 1; CLIN 3. Expert FDDI Sniffer Module includes NIC Card and Software only, part number 162162, Qty. 1; CLIN 4. FDDI Dual Attach DAS Option for Turbo Sniffer, part number 162449, Qty. 1; CLIN 5. Fast Ethernet Sniffer 10 & 100 Base-T/X, includes NIC Card and Software only, part number 170772, Qty. 1; CLIN 6. PAC62/32 (NGC#PL62) 5 Slot 32Mb 1.0GBHD 100MHZ Pentium, Nylon Case included, part number 170422, Qty. 1. All items are FOB Jacksonville, FL. Please indicate FOB destination or include shipping charges if applicable. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Evaluation is based on best value, cost and ability to meet service requirements. 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 by close of business December 27, 1996, and can be submitted to the address shown above Attn: Delta Helm or sent by FAX to the number shown above. Inquiries regarding the solicitation will only be accepted via FAX. CITE: (I-346 SN010945) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: GSA/ITS/6KE, 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-DJH-0063 DUE 122696 POC CONTACT DELTA HELM 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-DJH-0063 is being issued as a request for quotations(RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-38. CLIN 1. AlphaStation Monitor, 21" HiRes, model#: VRC21-WA, Qty. 25. FOB Suitland, MD. Please indicate FOB destination or include shipping charges if applicable. The provision at FAR 52.212-1, instructions to offerors, applies to this acquisition. Evaluation is based on best value, cost and ability to meet service requirements. 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 by close of business December 26, 1996, and can be submitted to the address shown above Attn: Delta Helm or sent by FAX to the number shown above. Inquiries regarding the solicitation will only be accepted via FAX. CITE: (I-346 SN010946) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: U.S. Dept. of Commerce, National Technical Information Service, 5285 Port Royal Road, Room 203A, Springfield, VA 22161 SUBJECT: 70 -- HEWLETT-PACKARD SERVER SOL NS140000700013 POC Anita Tolliver, #703/487-4720; Fax #703/487-4006 DESC: This is Amendment #02 to Solicitation #NS140000700013 to extend the response time for an additional 20 calendar days from the date of this notice. The solicitation, in its entirety, was published in the 11/19/96 issue of the Commerce Business Daily. Telephone requests will not be honored. CITE: (I-346 SN011014) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: General Services Administration, bid room - room c-39 (703) 305-6211, 1941 Jefferson Davis Highway, Arlington VA 22202 SUBJECT: 71--WALL MOUNTED MARKER BOARDS SOL 3FNO-97-J506-N DUE 022597 POC James T. Reid (703) 305-6221 or FAX to (703) 305-6786 DESC: Requirements contract for wall mounted marker boards, porcelain enameled steel writing surface, wood & aluminum frame. This procurement is a 100% set-aside for small business concerns. Contract period will be October 1, 1997 or date of award, whichever is later through September 30, 1999, with 3 one yearoptions through September 30, 2002 - issue date on or about January 15, 1997 with a 30 day solicitation period from the date of issuance. Requirements contract are requested FOB destination. Items shall be in accordance with purchase description FCNE 90-512 dated 1-30-91. time of delivery is 60 days ARO. offers must be submitted in the English language and in U.S. dollars. See notecodes 1 & 12. CITE: (I-345 SN010726) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: General Services Administration, bid room - room c-39 (703) 305-6211, 1941 Jefferson Davis Highway, Arlington, VA 22202 SUBJECT: 71--HOUSEHOLD AND QUARTERS FURNITURE: UPHOLSTERED (PERFORMANCE TESTED) FURNITURE SOL 3FNO-97-J504-(1)-N DUE 021897 POC James T. Reid (703) 305-6221 or FAX to (703) 305-6786 DESC: Indefinite multiple award federal supply schedule 71 part I section E upholstered (performance tested) furniture (sofas, seep sofas, love seats, ottomans, recliners and complementing tables) "first open Season" for consideration of new offers - upholstered items must be tested in accordance with the "upholstered furniture test method" FNAE-80-214 dated April 16, 1981 and flammability test results, either state of California technical bulletin 117OR 133. All test results, both performance and flammability, where applicable must be submitted with the offer. Offerors are required to offer commercial items. Delivery requirement for all items - 90 days after receipt of order. Contract period beginning October 1, 1997 (or date of award, whichever is later)through April 30, 2001. CITE: (I-345 SN010727) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Missouri Air National Guard, Contracting and Acquisitions, 10800 Lambert Int'l Blvd, Bridgeton, Missouri 63044-2371 SUBJECT: 73--CHINA AND FLATWARE FOR DINING HALL SOL DAHA2397T5040 DUE 122096 POC Tsgt Darian Vomund, Purchasing Agent, (314) 263-6238. DESC: The Missouri Air National Guard intends to place an order of china and flatware for the Dining Hall. The following items are needed: (1) Plate, Dinner, 10-1/4", 90 dozen. (2) Bowl, 5", 90 dozen. (3) Fork, Dinner, stainless steel, 100 dozen. (4) Knife, Table, stainless steel, 100 dozen. (5) Spoon, Tea, stainless steel, 100 dozen. (6) Cup, Coffee, 5-1/2 oz, 45 dozen. (7) Bowl, Fruit, 5-1/4", 90 dozen. (8) Bowl, Salad (Grapefruit), 6-3/8", 90 dozen. (9) Plate, Dessert, 6-1/4", 90 dozen. (10) Caddy, Dish, Adjustable, 27-3/4"W x 37"L x 31-7/8"H, column depth of 18" and a plate capacity of 45-60 per column. All responsible sources may submit an offer which will be considered. CITE: (M-346 SN010787) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 74--Office Machines, Text Processing Systems and Visible Record Equipment OFFADD: Contracting Squadron, 366 CONS/LGCS, PO Box 4037, Bldg 512, Mountain Home AFB, ID 83648-4037 SUBJECT: 74-TEAC V-83 AB-F TRIPLE DECK 8MM VIDEO RECORDERS SOL F10603-97-B0003 DUE 020597 POC Point of Contact - SSgt Carlo Mosca, Contract Specialist, 208 828-6477, Contracting Officer - Terry J. Oakland, 208 828-6477 DESC: 366 Contracting Squadron has a requirement to purchase TEAC model V-83 AB-F triple deck 8mm video recorders, delivery to Mountain Home AFB, Idaho. This is a brand name solicitation only, or equal bids will not be considered. Currently, this is the only model available specifically designed to be installed on fighter aircraft. This solicitation will result in a requirements type contract. This action is being considered for 100% set-aside for Small Business (SB) concerns. The Standard Indust rial Classification for this acquisition is 3651. Intereseted SB concerns should notify this office, in writing, of their intention to bid on the project as early as possible but no later than 14 days after publication of this notice. If adequate intereset is not received from SB concerns, the solicitation shall be issued on an unrestricted basis without further notice. Therefore, replies to this office are still required from all interested business concerns as wel! l as from SB concerns. Solicitation documents will be made available o/a 30 Dec 96. Submit request to be placed on the bidders mailing list in writing or by facsimile machine (208)828-2658. (Telephone requests will not be accepted.)***** LINKURL: http://www.mountainhome.af.mil LINKDESC: EMAILADD: connerm@366wing.mountainhome.af.mil EMAILDESC: CITE: (D-345 SN010716) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives OFFADD: General Services Administration - Proc. Div. (10FTP) 400 15TH Street SW Auburn, WA 98001-6599 SUBJECT: 80--8010 - LATEX PAINT, INTERIOR AND EXTERIOR SOL TFTC-90-MT-806A4 DUE 123196 POC Yolanda Trevino (206) 931-7090 DESC: This notice is an open Season solicitatin, which will issue on or about January 15, 1997, for consideration of additional offers for standard commercialitems under FSC 80, part VI, section a - paint, latex interior and exterior, premium or better grades only, flat, semi-gloss. FOB destination - 48 contiguous states and the district of Columbia. All responsible sources may submit an offer which will be considered. Offers received for identical products which are already under contract will not be accepted and be automatically rejected. contracts will be INDEFINITE-DELIVERY-INDEFINITE quantity contracts with $100 guaranteed minimum and will incorporate a new pricereduction clause, maximum order clause and will become industrial funded for thelength of the contract period. Contract period will be 05/01/97 through 04/30/2001. GSA intends on having annual open seasons during the length of the contract period. Written requests are preferred. NOTE: incumbent contractors need not reply to this notice unless they wish to offer products under special items numbers (SIN) which were not awarded originally. Refer to the modification clause in your contract. NOTE code 12 applies. CITE: (I-345 SN010725) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--YARN SOL 1PI-B-1946-97 DUE 020597 POC Contract Specialist, CHRISTIAN, ROSANNA, 202/508-3969, FAX 202/508-8498 DESC: The UNICOR, Federal Prison Industries anticipates entering into a Firm-Fixed Price Indefinite-Quantity type contract for a period of one year commencing the date of award for the acquisition of estimated 210,000 pounds of YARN-0015, 4.5/1 KPOE cotton white yarn, no wax. Yarn to be placed on 3 degree 51 minute tapered cone. Cones are to have 2-3/4" base. All packages are to have transfer tails for creel loading. Packages are not to exceed 11" diameter. 222 grains per 25 yard skein. Min. breaking strengh 390 lbs. Yarn must be well combed and relatively free of motes and foreign matter. Guaranteed minimum quantity: 35,000 pounds. FOB Destination USP Terre Haute, IN. Delivery will be required 30 days after receipt of delivery order. Each bidders shall submit three sample cones of 2 pounds of yarn to be evaluated at UNICOR, Terre Haute for 222 grain skein weight and a minimum breaking point of 390 pounds as well as venness absence of trash contamination. This is to ensure that the quality of the yarn stays consistent through out the life of the contract. The samples are to be sent to the following address: ATTN: Mark Theisen, UNICOR, USP Terre Haute, 4200 Bureau RoadNorth, Terre Haute, IN 47808. The word "Sample" and the solicitation number should be annotated on the package. Telephone requests for the solicitation will not be honored. Please submit your request on company letterhead indicating your company's size of business. FAX: 202-508-8498. All responsible sources may submit a bid which shall be considered by the Agency CITE: (I-346 SN010933) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--BODY ARMOR, SMALL ARMS PROTECTIVE, SOFT AND HARD SOL SP0100-97-R-2002 DUE 012597 POC Contact: DPSC-FNDD buyer-marie Brywka 215/737-5639 DESC: Item 1, 6416 EA, body armor soft. item 2, 4433 EA, body armor hard, front & back. item 3, 2800 EA, body armor front only. item 4, 933 EA, plates. two 100% options. This is a best value/source selection acquiistion with factors of past performance, manufacturing pland, socioeconomic plan & DLA mentoring plan. destinations begining 240 DAA for 12 months to DD Mechanicsburg PA, DD Tracy CA, ISS Beaufort SC & ISS San Diego CA. MIL-B- 29605(as) DTD 15DEC94 & Amend 1, DTD 26SEP96 and MIL-B- 29604(as)DTD 15DEC94 & Amend 1, DTD 26SEP96. all materials are contractor furnished. this is an unrestricted acquisition with no evaluation for SDB. All responsible sources may submit offer which DPSC shall consider. CITE: (I-346 SN010731) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--COAT, WMNS, P/W, GABARDINE, MC 2312 SOL SP0100-97-R-0006 DUE 012597 POC Contact: DPSC-FRDA-1 buyerdebbie Rivello 215/737-5638 DESC: The following corrections are applicable: spec is corrected to read: MIL-C-29453 DTD 11/21/94. Request for specs/patterns, submit via facsimile to Debbie Rivello/215-737-2486. All other information which was previously publicized pertaining to this solicitation is correct. CITE: (I-346 SN010732) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Marine Corps Regional Contracting Office (Northwest Region) P. O. Box X24, MCAGCC, Twentynine Palms, CA 92278-0124 SUBJECT: 89 -- CONTRACTOR PROVIDED SOFT SERVE YOGURT MACHINES AND PURCHASE OF YOGURT SOL M67399-97-B-0002 DUE 011797 POC Staff Sergeant Fletcher M. Spencer, Contract Specialist, (619)830- 5122/Contracting Officer Captain C. R. Johnson/TeleFax (619)830-6353. DESC: Provide on a rental or lease basis, six (6) contractor-owned and maintained soft serve yogurt machines. Contractor shall install and maintain the machines at little or no cost to the Government, as long as the Government uses the Contractor's yogurt product. The Contractor shall also provide three (3) flavors of yogurt, vanilla, chocolate and a combination of vanilla/chocolate (twist). Services and supplies are requested for the period 01 February 1997 through 31 January 1998. Services and supplies shall be provided F.O.B. destination only. All services and supplies shall be shipped to the the Marine Corps Air Ground Combat Center, Twentynine palms, California. This is an unrestricted procurement. All responsible sources may submit a bid package which will be considered by this agency. Requests for solicitation packages must be submitted in writing via mail or fax. Telephonic requests for solicitation packages will not be accepted. This solicitation will utilize the Simplified Acquisition Procedures (SAP) and is a Commercial Item. CITE: (I-346 SN010852) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: DIRECTORATE OF CONTRACTING, USAFACFS, ATTN: ATZR-QB, P. O. BOX 3501, FORT SILL OK 73503-0501 SUBJECT: 89--BEVERAGE BASE SOL DABT39-97-B-0077 DUE 013097 POC Contract Specialist Gerri D. Lucas (405) 442-3404 (Site Code W804A6) DESC: SUPPLIES: Furnish and deliver the following to Fort Sill, OK: Beverage Base, five (5) or more assorted flavors, natural flavoring with nutritive carbohydrate sweetner, 5 gallon (bag-in-box) containers only, EST QTY: 12,900 gl; Beverage Base, liquid cla flavoring, low calorie, 5 gallon (bag-in-box) containers only, EST QTY: 1,000 gl; Shall be for use with carbonated beverage dispensers, high commercial grade. CO2 in cylinders, 20 pounds each, EST QTY: 1,200 ea; CO2 in cylinder, EST QTY: 200 ea. Base peiod - 1 Mar 97 thru 28 Feb 98 plus four (4) one-year option periods. Proposed procurement herein is being offered unrestricted since all known suppliers are large business concerns. Standard Industrial Classification Code applicable to this procurement is 2087. The size standard must not exceed 500 persons for it to be classified as a small business concern. All responsible sources may submit a bid which shall be cosidered. A firm-fixed price contract is contemplated. Telephone requests will not be honored. Request for bid packet shall be mailed to Directorate of Contracting, ATTN: ATZR-QB, PO Box 3501, FOrt Sill, OK 73503-0501. Indicate business size, if woman-owned or small- disadvantaged. Include a 9-digit zip code, telephone number, name and CITE: (I-346 SN010944) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 SUBJECT: 93 -- DRY DECK SHELTER HATCH FAIRINGS SOL N00102-97-R-1211 DUE 012097 POC Contact Contract Specialist, Joan Morphy, 207/438-3853, (jem%c530%pns@ns01.ports.navy.mil) or Contracting Officer, John Balz, 207/438-2775 DESC: Dry deck shelter hatch fairings, Grade B shock tested, 6 shipsets. Negotiations being conducted with Emerson & Cuming, Canton, MA. Delivery to Portsmouth Naval Shipyard, Kittery, ME. See Note 22. This notice is published for subcontracting opportunities only. EMAILADD: jem%c530%pns@ns01.ports.navy.mil) or Contracting Officer, John Balz, 207/438-2775 EMAILDESC: CITE: (I-346 SN010797) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT, 1300 E AVENUE, FORT LEE VA 23801-1800 SUBJECT: 93--FURNISH END OF AISLE SIGNS FOR USE AT COMMISSARIES IN THE SOUTHWEST REGION SOL DECA01-97-B-0012 DUE 012897 POC Contract Specialist Andre' Perry (804) 734-8667 (Site Code DECA01) DESC: End of Aisle signs DeCA DEALS, shall be constructed of white acrylic, white background with purple lettering, 24 inches in height and 48 inches in length with rounded corners, a total maximum weight of 8 pounds. Descriptive literature of signs offere shall be submitted on or before bid opening date. Scheduled release date is 26 Dec 96 with a scheduled opening date of 28 Jan 97. Delivery date is set forth in the solicitation, shipped FOB destination to each commissary. Request for the solicitation mustbe in writing. A FAX request will be accepted, FAX (804) 734-8269/8271. See Numbered Note 1. CITE: (I-346 SN010931) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 95--ALUMINUM Z- BAR SOL 1PI-R-0664-97 DUE 123096 POC Contract Specialist, MITCHELL, BETH, 202/508-3960 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation ; proposalsare being requested and a written solicitation will not be issued. The solicitation number is 1PI-R-0664-97 and this solicitation is issued as a Request for Proposal (RFP). The time for receipt of proposals is 1:00 PM, December 30, 1996. The solicitation dcument and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The Standard Industrial Classification Code is 5051, and small business size standard is 500 employees. Contract Line Item is: 3"x3"x3"x.250"x20FT,Z-Bar, 6061,T6 per QQ-A-200/16. The aluminum furnished shall be 1/4" (.250) thick with a hardness factor of T6, in accordance with Federal Specification QQ-A-200/6, aluminum alloy 6061. Anodized aluminum bars, shapes in the form of a "Z". The anodized aluminum furnished shall be 1/4" (.250) thick with hardness factor of T6 QQ-A-200/16, 6061,T6, Aluminum, extruded structural shapes. Drawing is available per request.Sample will be provided per request. Packaging and Marking: Preservation, packaging and marking for all items covered by this contract shall be in accordance with commercial practice, and adequate to insure acceptance by common carrier and safe arrival at destination. The contract number should be on or adjacent to the exterior shipping label. Each package received must be marked for type and quantit. A Certificate of Compliance must accompany each shipment. All shipments shall be labeled as follows: vendor name, purchase/delivery order number and contract number, and item description and other pertinent information. F.O.B. Destination. Delivery: 20 dys after receipt of delivery/purchase order. Estimated quantity 35,000 Feet. Type of Contract: Firm Fixed Price Requirements. Period of Performance: Two (2) years after contract award date. FAR Clause 52.216-18, Ordering, applies. Orders may be issued from date of award through 2 years after contract award date. Clause 52.216-19, Delivery Order Limitations, applies. Delivery order Minimum Quantity is 500 lnear feet per each order and Delivery Order Maximum is 9,000 linear feet per each order. Clause 52.216-21, Requirement, applies. Contractor shall not be required to make any deliveries under this contract after 20 calendar days after expiration date of conract. Variation in quantity 5% increase and 5% decrease per item per delivery order. Delivery and acceptance is F.O. B. Destination to Federal Prison Industries 3150 Horton Rd., Ft. Worth, TX 76119-5996. FAR 52.212- 1, Instructions to Offerors-Commercial, applies to this acquisition. Clause 52.212-2, Evaluation-Commercial Items is applicable. Evaluation procedure is: Past Performance and Price. Contractor must subit three (3) references and a bank reference to be used in conducting past performance evaluation( preferably gov't references and references in which you have provided like or similar items as stated in the solicitation). Price will be evaluated by multipying them by the estimated quantities shown above,with the appropriate buy american differential, if applicable. Discount for early payment if offered will not be considered in the evaluation for award. Evaluation for Past Performance: In accordance with FAR 15.605(b)(1)(ii) past performance will be evaluated based on detailed information received from the references given by the contractor and iformation received from past contract and any additional data obtained by the government. Offeror has the opportunity to submit in their proposals any problems and resolutions to those problems that offeror has had with past customers. Recent contract willbe examined to ensure that corrective measures have been implemented. Prompt corrective action is isolated instances may not outweigh overall negative trends. If an offeror , or the proposed employees from the offeror, do not have a past performance history relating to this solicitation, the offeror will not be evaluated favorably or unfavorably on this factor. Only Offerors in the competitive range willbe evaluated on past performance. Award Basis: Award will be made to the offeror submitting the proposal that is determined to be in the best overall value to the Government considering price and past performance. The Government reserves the right to make ward on initial offers received, without discussions. Offerors shall submit a signed and dated offers, either on a SF 33, or letterhead stationary to Federal Prison Industries, 320 First St., NW, 4th Floor , ACACIA BLDG. Attn: Bid Custodian, Washington, DC 20534 or Federal Express or express mail to 311 First ST. NW, ACACIA, 4th Floor, Attn: Bid Custodian. Facsimile Offers are accepted at 202/508-8498. Clause 5.215-18 Facsimile Proposals is applicable. Offers must be received by 1:00 PM, December 30, 1996 and indicate name, address and telephone number of bidder, technical description of the item(s) being offered in sufficient detail to evaluate compliance with he requirements in the solicitation, terms of any expressed warranty, price and any discount terms, remit to address if different than mailing address, a completed copy of representations and certifications at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; acknowledgements of all amendments. Offeror must hold prices firm in its offer for 30 calendar days from the dated specifie for receipt. If offer is not submitted on a SF 33, a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. All offers that fail to furnish required representations and certifications or inforation or reject the terms and conditions of the solicitation may be excluded from consideration. Clause 52.212-4, Contract Terms and Conditions- Commercial Items, Applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. Contact Beth Mitchell at 202/508-3960 for information regarding this solicittion. If you need a sample or drawing, use the same number or fax 202/508-8498. A written notice of award or acceptance of a bid mailed or otherwise furnished to the successful bidder within the time for acceptance specified in the bid, shall result in a bnding contract without further action by either part, Before a bid specified expiration time, the Government may accept a bid or part of a bid after its receipt unless a written notice or withdrawal is received before award. The bidder must specify business size and classification. Documents cited in the solicitation may be obtained from the General Services Administration, Federal Supply ServiceBureau, Specifications Section, Suite 8100, 470 L'EnFant Plaza, SW, Washington, DC 20407, 202-755-0325/0326. This is a 100% small business set aside. See CITE: (I-346 SN010924) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 95--COIL, SHEET AND BAR STEEL SOL 1PI-R-0668-97 DUE 013097 POC Contract Specialist, ODOM, JOHN, 202/508-3961 DESC: UNICOR, Federal Prison Industries, Inc. is soliciting for a four- year requirements-type contract for coil, sheet and bar steel, in accordance with various ASTM Specifications, various sizes. Estimated usage during the contract period is as follows: oil steel, 11,450,000 lb; sheet steel, 226,700 pieces; bar steel, 130,000 pieces. Contract prices will be adjusted periodically during the contract period in accordance with the Economic Price Adjustment clause. Deliveries shall be made FOB destination to NICOR, Route 5, William Penn Rd., Lewisburg, PA 17837. Deliveries are required to be made within 20 days after receipt of delivery order. Copies of the solicitation must be requested in writing or via facsimile to 202/508-8498; telephone requests will not be filled. Please indicate on your request the size of your business (large or small). All responsible sources may submit an offer which will be considered by UNICOR See Numbered Note 12. CITE: (I-346 SN010935) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: U. S. Department of HUD, Denver ASC, Kansas City Contracting Branch (7AAC), 400 State Avenue, Kansas City, KS 66101-2406 SUBJECT: 99 -- ARCHITECTURAL & ENGINEERING SERVICES SOL H07Q97701336000 DUE 013097 POC Jane E. Phillips, Contract Specialist, (913)551-5874. DESC: Compliance Review Inspection - Single Family - New Construction. The contractor shall perform Architectural Field Reviews of the Compliance Inspection Reports prepared by fee inspectors on proposed construction, under construction, and existing construction (less than one year old) properties receiving high loan-to-value financing on an as needed basis for the Eastern One-half of the State of Missouri. This purchase order will be for one (1) year plus 2 - 1 year option periods. Only written or fax (913-551-5858) request will be accepted. CITE: (I-346 SN010841) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 (CGS), P.O. Box 25486, DFC, Denver, CO 80225 SUBJECT: 99--FISH TRANSPORTATION TANKS SOL 1448-60181-97-R027 DUE 012897 POC POC: Cathleen DeBerry/Procurement Assistant, 303/236-5412 x221; David M. Clack, Contracting Officer, 303/236-5412 x228 DESC: Furnish and deliver three fiberglass fish transportation tanks F.O.B. destination to the Creston National Fish Hatchery, Kalispell, Montana. The Solicitation will be available on or about December 27, 1996. This is a total small business set-aside. Please Fax request for Solicitation package to 303/236-4791, state Solicitation No., Company Name, Mailing Address, and Telephone Number on request. CITE: (I-346 SN010882) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: USDI, Bureau of Land Management, Oregon State Office (952), P. O. Box 2965, Portland, Oregon 97208-2965 SUBJECT: 99--SECURITY GUARD FOR MEDFORD DISTRICT OFFICE AND COMPLEX SOL 1422H952-B97-2011 DUE 021198 POC Pierre Mathies, Procurement Technician, (503) 952-6218 DESC: The Contractor shall provide unarmed and armed guard services at the Medford District Office Complex, Medford, Oregon. Contract period of one year (March 1, 1997 through February 28, 1998) with options to extend the period of the Contract for four additional years. All responsible sources may submitt an offer which will be considered. See Numbered Note(s): 1 EMAIL or952mb@or.blm.gov EMAILDESC: CITE: (W-346 SN010918) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous--Potential Sources Sought OFFADD: Directorate of Contracting, Attention: ATZS-DKO-I, P.O. Box 12748, Fort Huachuca, AZ 85670 SUBJECT: 99--MISCELLANEOUS, NON-MEDICAL, X-RAY DETECTION EQUIPMENT POC Contract Specialist, Sonja Randall (520) 533-1338, Contracting Officer, Toni L. Davies (520) 538-0407. DESC: The Directorate of Contracting, Fort Huachuca, AZ is seeking sources of any size status with capability to furnish commercial items, in accordance with FAR Part 12. The system should have the capability to examine (X-ray) the following: Cars, trucks, boats, tractor trailer, and palletized container, at a port of entry to the U.S. The technology is indented to detect contraband. The contractor shall perform the work necessary to design, engineer, integrate, test, deliver, and provide logistics support including training, for the X-ray System. The system may consist of two separate X-ray sources, each associated with a separate array of transmission and back scatter detectors, a vehicle transport system for moving the vehicles through the X-ray cabinet, and an operator control console with displays for all four views of the X-ray system. Image data from the entire array of detectors shall be collected, displayed, and analyzed at a central operator control/display station located in a climate-controlled, indoor environment. As an integral feature, the console operator shall have the ability to print selected targets of interest, download data and image files. In addition, the contractor shall provide provisions in the console area for four security video monitors which can be viewed while the operator is seated at the console. All system control and safety functions, less vehicle staging and de-staging, shall be centralized at this station. The contractor shall develop/modify software as required. The contractor shall provide a warranty on defects against workmanship and a warranty against any defects or malfunctions. Forward commercial item information to the Directorate of contracting, on or before 16 December 1996. CITE: (M-346 SN010992) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Space and Strategic Defense Command, ATTN: CSSD-CM-CN, PO Box 1500, Huntsville, AL 35807-3801/106 Wynn Drive, Huntsville, AL 35805-1990 SUBJECT: A -- FY97/98 DEPLOYMENT READINESS PLANNING AND TECHNICAL SUPPORT WITH OPTIONS TO EXTEND FOR FY99/00 POC Carmen L. Correa, Contract Specialist, CSSD-CM-CN/Linda N. Bentley, Contracting Officer, CSSD-CM-CN/(205) 955-1187 CNT DASG60-97-C-0022 AMT $1,821,720 LINE CLINs 0001/0002 DTD 120996 TO Quality Research, Incorporated, 150 West Park Loop, Suite 302, Huntsville, AL 35806 CITE: (I-346 SN010837) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: DIRECTOR, USAMRAA, MCMR-AAA, BLDG 820, FORT DETRICK, FREDERICK MD 21702-5014 SUBJECT: A--COMBINATORIAL TRANSITION STATE ANALOG INHIBITOR LIBRARY FOR BOTULINUM TOXIN POC Contracting Officer Patricia M. McAllister (301) 619-7360 (Site Code DAMD17) CNT DAMD17-97-C-7021 AMT $100,000 DTD 110896 TO HAWAII BIOTECHNOLOGY GROUP, INC., 99-193 AIEA HEIGHTS DR., AIEA, HI 96701 CITE: (I-346 SN010936) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA 22310-3398 SUBJECT: A -- EXERCISE OF OPTION II POC Herbert Thompson, Negotiator, (703) 325-1182, Edward Archer, Contracting Officer, (703) 325-5028. CNT DNA001-95-C-0088-P00003 AMT $648,240.00 LINE N/A DTD 121096 TO PRIME: U.S.Sm.Bus.Admin., 1100 Vermont Ave., NW, PO Box 34500, Washington, DC 20043-4500; SUB: Research Planning, Inc., 6400 Arlington Blvd., Suite 1100, Falls Church, VA 22042 CITE: (I-346 SN011021) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA 22310-3398 SUBJECT: A -- HIERARCHICAL FILE STORAGE SYSTEM (HFSS) POC Sheila Roche, Negotiator, (703) 325-7137, Daniel Gonzales, Contracting Officer, (703) 325-6684. CNT DSWA01-97-C-0026 AMT $642,531.00 LINE N/A DTD 121196 TO A&T Systems, Inc., 12520 Prosperity Drive, Suite 300, Silver Spring, MD 20904 CITE: (I-346 SN011022) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: U.S. Department of Agriculture, Forest Service, Rogue River National Forest, 333 W. 8th St., P.O. Box 520, Medford, Oregon 97501 SUBJECT: F--LIFTING AND PROCESSING OF TREE SEEDLINGS CNT 53-04N7-7-01 AMT $416,715.01 DTD 112696 TO C & O Reforestation, 2608 Jacksonville Hwy., Medford, OR 97501 CITE: (M-346 SN010886) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road, Ann Arbor, MI 48105 SUBJECT: H -- PREVENTIVE MAINTENANCE/REPAIR OF OLDELFT SIMULEX-Y POC Mary B. Jones, (313) 930-5588 CNT V506P-2888 AMT $42,720 LINE 1 DTD 100196 TO Nucletron Oldelft Corp, 7080 Columbia Gateway Drive, Columbia, MD 21046-2133 CITE: (I-346 SN010843) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 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--CORROSION CONTROL OF HIGH MOBILITY MULTIWHEELED VEHICLES POC Contracting Officer, Mary P'Brien; Contract Specialist Aprell Bradford,(619)532-2568 CNT N00244-97-D-5018, awarded for a base period plus one option year, in response to SOL N00244-96-R-5224 AMT $735,431 DTD 112196 TO DES Systems, Inc. 33001 Calle Perfecto, San Juan Capistrano, CA 92675 CITE: (I-345 SN010720) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Operational Contracting, HSC/PKOS, 8005 9th Street Brooks AFB 78235-5353 SUBJECT: J -- AWARD OF SOLICITATION F41622-96-R0030 FOR MAINTENANCE OF LABORATORY EQUIPMENT POC Sharyn M. Timms, Contract Specialist, (210) 536-6396. CNT F41622-97-C0012 AMT $1,388,343.70 LINE 0001, 0002, 0003, 00 DTD 112796 TO Hewlett-Packard Company 2850 Centerville Road Wilmington DE 19808 CITE: (I-346 SN010842) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7, Alameda, CA 94501-5100 SUBJECT: J -- DRYDOCK & REPAIR USCG CUTTER STORIS POC Rebecca Budde, Contracting Officer (510) 437-3988 CNT DTCG85-97-C-625L55 AMT $446,634 LINE All D Items DTD 120996 TO Alaska Ship Drydock, Ketchikan, AK (907) 225-7199 LINK N/A LINKDESC: EMAIL rebecca budde/mlcpac@internet.uscg.mil EMAILDESC: Officer CITE: (W-346 SN010920) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Director, Strategic Systems Programs, Department of the Navy, 1931 Jefferson Davis Highway, Arlington, VA SUBJECT: L--FY97 ANNUAL TEST INSTRUMENTATION SUPPORT SERVICES FOR THE TRIDENT I (C4) AND TRIDENT II (D5) MISSILES POC Lawana Pressley-Lawson, (703) 607-0826. CNT N00030-97-C-0013 AMT $34,985,651.00 LINE Items 0001 through 0 DTD 112196 TO Interstate Electronics Corporation, Anaheim, CA 92803 CITE: (M-346 SN010884) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: Contracting Squadron, 366 CONS/LGCV, P O Box 4037, Bldg 512, Mountain Home AFB, ID 83648-4037 SUBJECT: M--OPERATION AND MAINTENANCE OF BASE HEAT PLANT POC Cindy Dixon, Contract Specialist, (208)828-6484 CNT F10603-97-C2001 AMT $338,088.00 LINE 0001AA-0001AB DTD 120396 TO Northern Management Services Inc. P O Box 1764, Sandpoint, ID 83864-0902 LINKURL: http://www.mountainhome.af.mil LINKDESC: EMAILADD: sheffieb@366lg.mountainhome.af.mil EMAILDESC: CITE: (D-346 SN010793) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: Contracting Squadron, 366 CONS/LGCV, P O Box 4037, Bldg 512, Mountain Home AFB, ID 83648-4037 SUBJECT: M--OPERATION AND MAINTENANCE OF BASE HEAT PLANT POC Cindy Dixon, Contract Specialist, (208)828-6484 CNT F10603-97-C2001 AMT $338,088.00 LINE 0001AA-0001AB DTD 120396 TO Northern Management Services Inc. P O Box 1764, Sandpoint, ID 83864-0902 LINKURL: http://www.mountainhome.af.mil LINKDESC: EMAILADD: sheffieb@366lg.mountainhome.af.mil EMAILDESC: CITE: (D-346 SN010794) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window Rock, AZ 86515 SUBJECT: Q--RADIOLOGY SERVICES CNT 245-97-0007 AMT $154,159.60 DTD 120196 TO Northern Arizona Radiology, P.C., 77 W. Forest Ave., Ste. 101, Flagstaff, Az. CITE: (M-346 SN010889) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window Rock, AZ 86515 SUBJECT: Q--HOSPITAL SERVICE CNT 245-95-0002 (Third Year Option) AMT $300,000.00 (Est.) DTD 010197 TO Flagstaff Medical Center, 1200 North Beaver Street, Flagstaff, AZ 86001 CITE: (M-346 SN010893) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Fleet and Industrial Supply Center, Contracting Department, 110 Yorktown Avenue, 3rd Floor, Jacksonville, FL 32212-0097 SUBJECT: Q--PHARMACIST POC N/A CNT N68836-97-C-0006 AMT $42,748.36 DTD 120996 TO AMP, Box 17641, West Haven, CT 06516 CITE: (I-346 SN010990) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window Rock, AZ 86515 SUBJECT: S--PREVENTIVE MAINTENANCE FOR BAXTER LAB EQUIPMENT POC Lorraine Tsosie, Contract Specialist (580) 871-1305/Jack Tarro, Contracting Officer (520) 871-5800. CNT 245-96-0017 AMT $14,182.50 DTD 010197 TO Dade International, One Baxter Parkway (DFY-1E), Deerfield, IL 60015 CITE: (M-346 SN010980) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window Rock, AZ 86515 SUBJECT: S--PREVENTIVE MAINTENANCE FOR INSTRUMENTATION LAB EQUIPMENT POC Lorraine Tsosie, Contract Specialist, (520) 871-1305/Jack Tarro, Contracting Officer, (520) 871-5800. CNT 245-96-0014 AMT $23,452.00 DTD 010197 TO Instrumentation Laboratory, 113 Hartwell Avenue, Lexington, MA 02173 CITE: (M-346 SN010981) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window Rock, AZ 86515 SUBJECT: S--PREVENTIVE MAINTENANCE FOR AMSCO EQUIPMENT POC Lorraine Tsosie, Contract Specialist, (520) 871-1305/Jack Tarro, Contracting Officer, (520) 871-5800. CNT 245-96-0015 AMT $38,862.00 DTD 010197 TO Stryker Sales Corporation, 6300 Sprinkle Road, Kalamazoo, MI 49001-9799 CITE: (M-346 SN010983) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Justice, Federal Bureau of Prisons, Southeast Regional Office, 523 McDonough Blvd. SE., Atlanta, GA 30315-4215 SUBJECT: S--JANITORIAL SERVICES POC Duane P. Donovan, (404) 624-5223, Contracting Officer. CNT RFQ-274-0001/P.O. 05-0404 AMT $48,000.00 LINE 6 ITEMS REFERENCING DTD 110196 TO O.J. Best Janitorial Services, Inc., P.O. Box 671744, Marietta, GA 30006 CITE: (M-346 SN011002) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: NOAA, WASC, Acquisition Management Division, WC3, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115 SUBJECT: T -- OPERATION & MANAGEMENT OF COPY CENTER CNT 50ABNA700034 AMT $144,000.00 LINE 101-113 DTD 112996 TO Xerox Business Services, 88 Spring Street, Seattle, WA., 98104 CITE: (I-345 SN010717) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS 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 43215-7034 SUBJECT: T--OFFSET/DUPLICATING PRINTING POC Contracting Officer, Steven A. Boortz, (614) 488-4616. CNT 2564-S AMT $176,506.00 DTD 110796 TO Eveco Press, P.O. Box 9785, Columbus, OH 43209 CITE: (M-346 SN010900) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 420-773 AMT $71,329.00 DTD 120496 TO News Printing Co., Inc., Old Route 220, P.O. Box 373, Claysburg, PA 16625 CITE: (M-346 SN010911) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS 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 43215-7034 SUBJECT: T--OFFSET/DUPLICATING PRINTING POC Contracting Officer, Steven A. Boortz, (614) 488-4616. CNT 2564-S AMT $61,835.00 DTD 110796 TO Meadows Printing Company, 138 West Columbus Avenue, Bellefontaine, OH 43311 CITE: (M-346 SN010967) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Hampton Regional Printing Procurement Office, U.S. Government Printing Office, 11836 Canon Boulevard, Suite 400, Newport News, VA 23606-2555 SUBJECT: T--PRINTING CNT 531-086 AMT $55,360.00 DTD 120696 TO Harmony Printing Company, 1200 E. Old 210 Hwy., Liberty, MO 64068 CITE: (M-346 SN010984) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Hampton Regional Printing Procurement Office, U.S. Government Printing Office, 11836 Canon Boulevard, Suite 400, Newport News, VA 23606-2555 SUBJECT: T--PRINTING CNT 531-084 AMT $52,000.00 DTD 120696 TO Harmony Printing Company, 1200 E. Old 210 Hwy., Liberty, MO 64068 CITE: (M-346 SN011052) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW, Room 4410, Washington, DC 20590 SUBJECT: U -- SOLICITATION NO. DTFH61-96-R-00036, "IDENTIFYING AND CONTROLLING ER OSION AND SEDIMENTATION" POC James H. Mowery III, negotiator, telephone (202) 366-4244. CNT DTFH61-97-C-00013 AMT $1,045,532.00 LINE N/A DTD 121096 TO Hydrodynamics, Incorporated, 19039 East Plaza Drive, Parker, CO 80134 CITE: (I-346 SN010856) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Military Sealift Command, Pacific, Code PM1WC3, 280 Anchor Way, Suite 1-W, Fleet Industrial Supply Center, Oakland, CA SUBJECT: V -- TOWING OF YD-253 POC Contact Jennifer N. Tsui or Ernest F. Taylor in writing by fax CNT N62383-96-C-0710 AMT $163,866 LINE N/A DTD 082396 TO SAUSE BROS.INC. 155 E. MARKET AVENUE; COOS BAY, OR. 97420 CITE: (I-346 SN010854) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: W -- RENTAL OF FORKLIFTS POC R. O'Donnell CNT N00406-97-M-D610 AMT $63,600 LINE N/A DTD 120996 TO hyster sales co 9892 40th avenue south seattle wa 98118 CITE: (I-346 SN010872) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: U.S. Department of Agriculture, Forest Service, Rogue River National Forest, 333 W. 8th St., P.O. Box 520, Medford, Oregon 97501 SUBJECT: X--RENTAL OF FACILITIES--REFRIGERATED WAREHOUSING CNT 53-04N7-7-02 AMT $86,548.00 DTD 112696 TO Naumes, Inc., P.O. Box 996, Medford, OR 97501 CITE: (M-346 SN010885) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--ECLECTIC, AL--MAIN OFFICE, AWARD OF NEW USPS LEASED POST OFFICE POC Mary S. Presnell, Real Estate Specialist, (770) 454-0612, Kerry G. Pfrimmer, Contracting Officer, (770) 454-0621. AMT $51,500.00 DTD 120496 TO MACO Management Co., Inc., P.O. Box 68, Clarkton, MS 63877-0068 CITE: (M-346 SN010910) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Commanding Officer, EFA Chesapeake, Naval Facilities Engineering Command, 901 M Street, SE, Building 212, Washington Navy Yard, Washington, DC 20374-5018 SUBJECT: Y -- ADVANCED SYSTEM INTEGRATION LABORATORY, NAVAL AIR STATION, PATUXENT RIVER, MARYLAND CNT N62477-94-C-0010 AMT $32,270,000.00 DTD 120596 TO Centex Construction Co., Inc., 10300 Eaton Place, Suite 300, Fairfax, Virginia 22030 CITE: (I-345 SN010696) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans La 70160 SUBJECT: Y -- CALCASIEU RIVER AND PASS, LA, DREDGING OF BLACK BAYOU, C/L STA. 12+00 TO C/L STA. 50+50, CALCASIEU PARISH, LA CNT DACW29-97-C-0014 AMT $213,000.00 LINE Items 0001 and 0002 DTD 120996 TO Mike Hooks, Inc.; P.O. Box 1525; Lake Charles, LA 70602 CITE: (I-346 SN010985) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225-0287 SUBJECT: Y--LIEPERS FORK, DISTRICT FACILITY POC William Slemmer, (303) 969-2047. CNT 1443CX501097901 AMT $1,243,796.00 DTD 120696 TO J. Harold Shankle Co., Inc., 2518 Plum Street, Nashville, Tennessee 37207 CITE: (M-346 SN011007) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Naval Facilities Engineering Command, P. O. Box 190010, North Charleston, SC 29419-9010. SUBJECT: Z - INSTALL FIRE PROTECTION SYSTEM, BARKSDALE AFB, LA POC N/A CNT N62467-95-C-1067 AMT $115,589.00 DTD 121096 TO RO-BAC, Inc. 2036 Wooddale Blvd., Suite H1, Baton Rouge, LA 70806 CITE: (I-345 SN010711) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NOAA, WASC, Acquisition Management Division, WC3, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115 SUBJECT: Z -- CONSTRUCTION AND INSTALLATION OF NEW CABLE TRAY SYSTEM, SUPPORTS AND RELATED WORK AT THE COMMAND AND DATA ACQUISITIONS STATION IN FAIRBANKS, ALASKA CNT 50ABNE700016 AMT $681,392.00 LINE Items No. 1 & 2 DTD 120396 TO Alcan Electrical and Engineering, Inc., P.O. Box 91499, Anchorage, AK 99509 CITE: (I-345 SN010714) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, Public Buildings Service (7PSS),Federal Protective Svc,819 Taylor St., Rm. 14A02,Fort Worth,TX 76102-6105 SUBJECT: Z-PURCHASE AND INSTALLATION OF INTRUSION POC Contact,Linda Pringle,817/978-4068,Contracting Officer,Linda K. Pringle,817 /978-4068 CNT GS-07P-96-FCM-0030 AMT $43850 DTD 120996 TO State Fire & Safety Syste,P O Box 23151,Jackson,WY 83001 CITE: (I-345 SN010715) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock Tower Building,, PO Box 2004, Rock Island, Illinois 61204-2004 SUBJECT: Z--REPAIR CENTER PIVOT MECHANISM, GOVERNMENT BRIDGE, STRUCTURE 320, PR NO. 112-96, ROCK ISLAND ARSENAL, ROCK ISLAND COUNTY, ILLINOIS CNT DACA25-97-C-0004 AMT $179,566.00 DTD 120996 TO Osage Constructors, Inc., 3200 County Rd. 257, Fulton, MO 65251- 3101(S) CITE: (I-345 SN010730) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Resident Officer in Charge of Construction, NAVFACENGCOM Code N303, Naval Postgraduate School, 166 Bouldry Road, Room 107, Monterey, CA 93943-5220 SUBJECT: Z--CHANGE-OF-OCCUPANCY MAINTENANCE AND APPLIANCE REPAIR SERVICES IN FAMILY HOUSING UNITS AT PRESIDIO OF MONTEREY, PRESIDIO OF MONTEREY ANNEX, LA MESA VILLAGE, NAVAL POSTGRADUATE SCHOOL, MONTEREY, CALIFORNIA POC Kim S. Cantrell/Contract Specialist, (408) 656-3602, Sheila Clark/Contracting Officer, (408) 656-3454. CNT N62474-96-D-7179 AMT $3,805,580.56 LINE 0001-0905 DTD 112096 TO Maytag Aircraft Corporation, 6145 Lehman Drive, Suite 300, Colorado Springs, CO 80962-2759 CITE: (M-346 SN010895) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USDA Six Rivers National Forest, 1330 Bayshore Way, Eureka, CA 95501 SUBJECT: Z--NURSERY OFFICE REROOFING ON THE HUMBOLDT NURSERY, MCKINLEYVILLE CA, SIX RIVERS NATIONAL FOREST POC Sue Ray, (707) 441-3668/No Collect Calls/Contracting Officer, Dean S. Smith (707) 441-3586. CNT 50-9A47-7-1R05 AMT $46,895.00 LINE Item 1 and Additive DTD 112796 TO McMurray and Sons, Inc. 1818 W. Allard, Eureka, CA 95503 CITE: (M-346 SN010907) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, PBS, Manhattan Prop. Mgmt. Ctr, 26 Federal Plaza, Rm 1655, New York, NY 10278 SUBJECT: Z - TERM CONTRACT-INSTALLATION OF PARTITIONS, DOORS, HARDWARE, ELECTRICAL WORK ETC. POC Digna Campos, Contract Specialist, (212) 264-7377 CNT GS02P96CUD0033 AMT $2,803,027.87 DTD 112996 TO Volmar Construction, Inc., 440 Second Avenue, Brooklyn, NY 11232 EMAIL digna.campos@gsa.gov EMAILDESC: CITE: (W-346 SN010919) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 FRANKFORD AVE, ANNISTON AL 36201-4199 SUBJECT: Z--PAINT IGLOO DOORS AND VENTS POC Contracting Officer KATHY C. HARVEY (205) 235-7558 CONTRACT SPECIALIST WANDA G. ADAMS (205) 235-6319 (Site Code DAAC01) CNT DAAC01-97-C-0002 AMT $147,990 LINE 0001 DTD 120996 TO TOM ROBERTS CONSTRUCTION CO., 103 "L" STREET, ANNISTON, AL 36201 CITE: (I-346 SN010930) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 2d Contracting Squadron, 841 Fairchild Ave, Suite 219, Barksdale AFB, LA 71110-2271 SUBJECT: Z--REPAIR ELECTRICAL DISTRIBUTION, PHASE 1 POC SSgt James R. Northup, Contract Specialist, (318) 456-6832; Kathleen A. Lee, Contracting Officer. CNT F16602-97-C0001 AMT $769,900.00 LINE 0001 DTD 120396 TO Barnes Electric Company, Inc., 55 South "A" Street, Pensacola, FL 32501-7182 CITE: (M-346 SN010963) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of NAVFAC Contracts, P.O. Box 54306, NAVSUPPACT Memphis, Millington, TN 38054-0306 SUBJECT: Z--REPLACE HVAC EQUIPMENT AT BUILDING 771 AT NAVAL SUPPORT ACTIVITY, MILLINGTON, TN CNT N62467-96-C-5243 AMT $287,000.00 DTD 120696 TO Morgan & Thornburg, Inc., 4076 Hatcher Circle, Memphis, TN 38118. CITE: (M-346 SN011003) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Cherry Point, NAVFACENGCOM Contracts, PCS Box 8006, Cherry Point, North Carolina 28533-0006 SUBJECT: Z--CONTRACT N62470-96-C-7850, REPLACE METAL ROOF, BUILDING 8048, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA CNT N62470-96-C-7850 AMT $77,126.00 DTD 120596 TO Cieszko Construction Co., Inc., P.O. Box 506, Havelock, NC 28532-0506 CITE: (M-346 SN011006) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860 SUBJECT: Z--REPAIR EXTERIOR OF BUILDING POC Brian Sadler, (307) 775-3917, contracting officer, Carrol Vye, (307) 775-2635. CNT F4860897C0004 AMT $180,220.00 DTD 112796 TO Growling Bear Inc., 2330 4th Ave, Greeley, CO 80631 CITE: (M-346 SN011009) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 319 CONS/LGC, 575 6th Ave., Bldg 418, Grand Forks AFB, ND 58205-6436 SUBJECT: Z--REPLACE CHILLER CAVALIER AIR STATION, ND CNT F3260597CC004 AMT $926,600.00 LINE 0001-0002 DTD 120596 TO Grant's Mechanical, Inc., 3239 South 15th Street, P.O. Box 7128, Fargo, ND 58109 CITE: (M-346 SN011010) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM Contracts, NAVSHIPD Bldg 491, Portsmouth, Virginia 23709-5000 SUBJECT: Z--REHAB BUILDING #5, AT USCG SUPPORT CENTER, ELIZABETH CITY, NORTH CAROLINA POC (757) 396-5121; Contract Specialist/Sandra H. Umberger; Contracting Officer, Rosalind D. Rogers. CNT N62470-96-C-5101 AMT $57,250.00 DTD 112696 TO Right Choice Contractors, 617 Crooked Run Road, Elizabeth City, North Carolina 27909 CITE: (M-346 SN011049) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 12--PLOTTING BOARD, INDI CNT SP0900-97-M-1458 AMT $45,230.72 LINE 0001 DTD 121096 TO Aero Products research Inc 11201 Hindry Ave Los Angeles CA 90045-6225 CITE: (I-346 SN010819) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--MATCHED ASSEMBLY. STEEL ALLOY, SOL SP0740-97-Q-0273 CNT SP0740-97-M-5125 AMT $53,955.00 LINE 0001 THROUGH 0002 DTD 121196 TO Vickers Inc Fluid Control and Actuation Div 4690 Colorado Blvd P.O.Box 39787 Griffith STA Los Angel Los Angeles CA 90039-1106 CITE: (I-346 SN010733) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--INSERT, WHEEL. 17-7PH STAINLESS STEEL MAT'L. SOL SP0740-95-R-1062 CNT F09603-95-G-0036-UB31 AMT $74,218.80 LINE 0001 THROUGH 0002 DTD 121196 TO BFGoodrich Co the Aerospace Div aircraft wheel and brake OPNS Waco St P O Box 340## Troy OH 45373-3835 CITE: (I-346 SN010747) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--PISTON, LINEAR ACTUATING CYLINDER; MATERIAL: STEEL CNT SP0740-97-M-4029 AMT $57,256.00 LINE 0001 DTD 121196 TO S and L Metal Products Corp precision production machinists fluid power controls 5736 58TH Pl P.O.Box 238## Flushing NY 11378-0238 CITE: (I-346 SN010749) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 BLOCK, HYDRAULIC MOTOR-PUMP. CNT F34601-95-G-0003-UBZ4 AMT $224,655.00 LINE 0001AA THROUGH 0003A DTD 121196 TO Vickers Inc Aerospace Marine Defense 5353 Highland Dr Jackson MS 39206 CITE: (I-346 SN010756) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--DISCONNECT ASSEMBLY SOL SP0920-97-Q-A049 CNT SP0920-97-M-1347 AMT $82,324.26 LINE 0001 THROUGH 0002 DTD 121196 TO Koch H and Sons Co 5410 E LA palma Ave Anaheim CA 92807-2099 CITE: (I-346 SN010782) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--GUIDE, VALVE, OXYGEN SOL SP0920-96-Q-A188 CNT N00383-95-G-M120-UBDP AMT $98,637.60 LINE 0001AA THROUGH 0001A DTD 121196 TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300 W Warner Rd Tempe AZ 85285-2200 CITE: (I-346 SN010813) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--CARRIER ASSEMBLY CNT SP0920-97-M-1346 AMT $66,440.25 LINE 0002 DTD 121196 TO Essential Components Inc 1120 Heckel Dr Mountainside NJ 07092 CITE: (I-346 SN010822) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 16 -- VH-3/VH-60 CRASH SURVIVABLE FLIGHT INCIDENT RECORDER POC Contact, Suzanne Kray-Idziak, Phone (703)604-1920 CNT N00019-96-C-0208 (Synopsis no. 30188-96) AMT $3,000,000 LINE N/A DTD 120996 TO Sikorsky Aircraft Corportation 6900 Main Street, Stratford, CT 06497-9129 CITE: (I-346 SN011036) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 16 -- VH-3/VH-60 CRASH SURVIVABLE FLIGHT INCIDENT RECORDER POC Contact, Suzanne Kray-Idziak, Phone (703)604-1920 CNT N00019-96-C-0208 (Synopsis no. 30188-96) AMT $3,000,000 LINE N/A DTD 120996 TO Sikorsky Aircraft Corportation 6900 Main Street, Stratford, CT 06497-9129 CITE: (I-346 SN011038) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--REGULATOR VALVE ASSEMBLY. ON TROQUE SOL SP0750-96-Q-B243 CNT SP0750-97-M-9284 AMT $59,425.40 LINE 0001 THROUGH 0002 DTD 121196 TO Twin DISC Inc 1328 Racine St Racine WI 53403-1758 CITE: (I-346 SN010759) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--VALVE, POPPET, ENGINE. COLT INDUSTRIES-S.E.M.T SOL SP0760-97-Q-0009 CNT SP0700-95-G-0011-0144 AMT $114,760.16 LINE 0001 DTD 121196 TO Coltec Industries Inc Fairbanks Morse engine Div 701 white Ave beloit WI 53511-5447 CITE: (I-346 SN010734) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--ENGINE BLOCK, GASOLINE. ON PORTABLE FIRE SOL SP0760-96-Q-BA92 CNT SP0760-97-M-8968 AMT $48,210.30 LINE 0001 DTD 111196 TO R P M supply Corp 5071 Brand Rd Dublin OH 43017-9530 CITE: (I-346 SN010751) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--CAMSHAFT, ENGINE (LEFT BANK). ON! SOL SP0750-96-Q-9757 CNT SP0750-97-M-7189 AMT $95,147.25 LINE 0001AA THROUGH 0002 DTD 121196 TO General Dynamics Land Systems Inc Muskegon OPNS 76 Getty St Muskegon MI 49442-1238 CITE: (I-346 SN010753) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--OUTBOARD MOTOR, GASOLINE. SOL SP0760-97-X-0016 CNT SP0760-97-M-8927 AMT $26,242.56 LINE 0001 THROUGH 0002 DTD 121196 TO Outboard marine Corp 200 sea horse Dr waukegan IL 60085 CITE: (I-346 SN010755) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--DRIVE ASSEMBLY, CAPACITOR SOL SP0770-97-X-MF02 CNT SP0770-97-M-GN43 AMT $26,564.76 LINE 0001 THROUGH 0002 DTD 121196 TO Stewart-Warner Corp Electronics Div 3701 N 25TH Ave Schiller Park IL 60176-2147 CITE: (I-346 SN010735) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--CLUTCH, MAGNETIC. SOL SP0770-97-Q-MD45 CNT SP0770-97-M-GN52 AMT $31,842.00 LINE 0001 DTD 121196 TO Accessory controls and equipment Corp 805 Bloomfield Ave Windsor CT 06095-2363 CITE: (I-346 SN010754) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--CAM, FOLLOWER, NEEDLE BEARING SOL SP0500-97-Q-C802 CNT SP0500-97-M-R925 AMT $60,600.00 LINE 0001 DTD 121196 TO Torrington Co The Needle Bearings Div 59 Field St Torrington CT 06790-4942 CITE: (I-346 SN010806) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 40--ROPE, FIBROUS, DOUBLE-BRAIDED (NYLON) SOL SP0500-96-Q-PS43 CNT SP0500-97-C-F028 AMT $26,014.99 LINE 0001 THROUGH 0002 DTD 121096 TO Crowe rope Industries L L C RR 4 box 2940 waterville winslow ME 04901 CITE: (I-346 SN010805) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 42 -- LENS, CARTRIDGE POC R. Brannan CNT N00406-97-M-C742 AMT $2,538,340 LINE N/A DTD 120496 TO b & j industrial supply co 5601 first ave s p o box 80526 seattle wa 98108 CITE: (I-346 SN010868) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--SLEEVE, SHAFT, PUMP. NICKEL-COPPER ALLOY. 4 IN. SOL SP0760-96-R-3401 CNT SP0700-96-G-0005-0011 AMT $255,906.00 LINE 0001 THROUGH 0002 DTD 121096 TO Ingersoll-dresser pump Co ingersoll-rand pump Div 942 memorial pky P.O.Box P O Box 486 Phillipsburg NJ 08865-2735 CITE: (I-346 SN010748) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--CONTROL, FEEDBACK, E/I PUMP HYDRAULIC SOL 96TKD4-42-P-0700 CNT SP0760-97-M-4646 AMT $72,980.00 LINE 0001 DTD 121196 TO Adi services Inc RT 3 box 94L Martinsburg WV 25401 CITE: (I-346 SN010757) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 43-PUMP,ROTARY POC Contact Point, Michael A Penner, 87321.13, (717)790-3632, Fax, (717)790-1569, Twx, Not-avail, Contracting Officer, Trent E Roach, 87321, (717)790-5259 CNT N0010497PBD90, Sol Nr N00104-96-Q-BY43, NIIN 014163975 AMT $75,753 DTD 122096 TO Environmental Systems Inc. , Arnold ,MD 21012-0000 CITE: (I-346 SN010947) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 44 -- TUBE BUDDLE POC D. Grimes CNT N00406-97-M-D395 AMT $28,609 LINE N/A DTD 120696 TO Aqua-chem inc p o box 421 milwaukee wi 53201 CITE: (I-346 SN010869) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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, AIR DUCT. 8 INCHES ID, 15 FEET SOL SP0750-96-Q-3012 CNT SP0750-97-M-7070 AMT $34,788.18 LINE 0001 THROUGH 0003 DTD 111196 TO C and S Industrial Supply Inc RT 1 box 75 Cuthbert GA 31740 CITE: (I-346 SN010750) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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, NONME SOL SP0770-97-Q-MG24 CNT SP0770-97-M-HP21 AMT $53,017.00 LINE 0001 DTD 121096 TO Solar turbines Inc sub of Caterpiller Inc 2200 Pacific Hwy P O Box 85376 San Diego CA 92138-5376 CITE: (I-346 SN010752) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--PARTS KIT, SWIVEL JOINT. SOL SP0770-97-Q-MA28 CNT SP0770-97-M-CP07 AMT $29,400.00 LINE 0001 DTD 121196 TO Derbyshire Machine and Tool Co 5100 Belfield Ave Philadelphia PA 19144-1788 CITE: (I-346 SN010758) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 48-VALVE,GLOBE POC Contact Point, George F Marshall, 87321.23, (717)790-2927, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent E Roach, 87321, (717)790-5259 CNT N0010497PBD87, Sol Nr N00104-96-Q-BX48, NIIN 001819466 AMT $53,571 DTD 122096 TO Waeco Valve Division , Salem ,OH 44460-2423 CITE: (I-346 SN010948) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Corpus Christi Army Depot, Directorate of Contracting, Stop 7, 308 Crecy Street, Corpus Christi, Texas 78419-5260 SUBJECT: 49--GEARS, BEARINGS RECONDITION POC Olga B. Albornoz, Contract Specialist, Telephone (512) 939-3750, FAX (512) 937-1126. Glenda M. Simnacher, Contracting Officer, (512) 939-2543. CNT DAAC83-97-C-0002 AMT $115,720.00 LINE Reconditioning of Wh DTD 112596 TO Phildelphia Gear Corporation, 4631 Winfield, Houston, TX 77039 CITE: (M-346 SN011000) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 ASSEMBLY, SHAFT, SPRING LOADED CNT SP0500-97-M-R790 AMT $75,903.10 LINE 0001 THROUGH 0002 DTD 121196 TO Crane John Marine Inc 1536 Barclay Blvd Buffalo Grove IL 60089 CITE: (I-346 SN010808) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--NUT, PLAIN, INTERNAL WRENCHING SOL SP0500-97-Q-B096 CNT SP0500-97-M-R964 AMT $77,850.00 LINE 0001AA THROUGH 0001A DTD 121196 TO Bristol Industries 630 E Lambert Road Brea CA 92622 CITE: (I-346 SN010809) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--PIN-STEPPED LOCKING CNT SP0500-97-M-L365 AMT $39,750.00 LINE 0002 DTD 121196 TO Slabe Machine Products Co 4659 Hamann Pky Willoughby OH 44094-5631 CITE: (I-346 SN010810) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212 SUBJECT: 53--VARIOUS HARDWARE ITEMS PWC, SAN DIEGO, CA POC Contracting Officer, Barbara Davis; Contract Specialist Barbara Davis,(619)532-2657 CNT N00244-97-D-5057 AMT $1,937,523.00 DTD 120996 TO San Diego Hardware, 840 5th Ave.,San Diego, CA 92101 CITE: (I-346 SN010877) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--CONTROL, RECEIVER SOL SP0970-96-Q-A283 CNT SP0970-97-M-1396 AMT $98,368.00 LINE 0001 THROUGH 0002 DTD 121096 TO Oai Inc 6960 E 12TH St Tulsa OK 74112 CITE: (I-346 SN010776) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 58-CAMERA,TV,VEHICLE POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax, (717)790-7317, Twx, Not-avail, Contracting Officer, John G Labosh, 02131, (717)790-2844 CNT N0010497CJA05, Sol Nr N00104-96-R-JA22, NIIN LLH780908 AMT $298,049 DTD 122096 TO Benthos Inc , North Falmouth ,MA 02556-0000 CITE: (I-346 SN010949) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 58-RECORDER,SIGNAL DAT POC Contact Point, Craig A Hertzog, 02132.12, (717)790-3459, Fax, (717)790-1039, Twx, Not-avail, Contracting Officer, Debora L Paules, 02132.3, (717)790-2719 CNT N0010497PLB51, Sol Nr N00104-96-Q-LF46, NIIN 013190261 AMT $94,941 DTD 122096 TO Raytheon Co , Sudbury ,MA 01776-3375 CITE: (I-346 SN010950) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA SOL SP0970-96-Q-A232 CNT SP0970-97-M-1434 AMT $60,471.49 LINE 0001 THROUGH 0002 DTD 121196 TO D and M/Chu technology Inc 2950 veterans Memorial Hwy Bohemia NY 11716-1023 CITE: (I-346 SN010772) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--DIAPHRAGM, MICROPHON SOL 96TW04-42-P-0900 CNT SP0970-97-M-1440 AMT $44,681.40 LINE 0001 THROUGH 0002 DTD 121196 TO Mine Safety Appliances Co DBA MSA defense products Dept 3880 Meadowbrook Rd Murrysville PA 15668-1753 CITE: (I-346 SN010773) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMPOSITION SOL SP0900-97-Q-0084 CNT SP0900-97-M-0044 AMT $65,235.51 LINE 0001 THROUGH 0015 DTD 121096 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-346 SN010774) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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, SENSITIVE SOL SP0930-96-Q-5578 CNT SP0930-97-M-1993 AMT $70,020.00 LINE 0001 DTD 121096 TO Associated Aircraft Supply Co 5021 W Jefferson Blvd P O Box 210069 Dallas TX 75211-3804 CITE: (I-346 SN010775) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMPOSITION SOL SP0900-97-Q-0091 CNT SP0900-97-M-0043 AMT $54,318.50 LINE 0001 THROUGH 0010 DTD 121096 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-346 SN010777) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--MOTOR ASSEMBLY, FILM SOL SP0960-96-Q-A262 CNT SP0960-97-M-1005 AMT $99,417.15 LINE 0001 DTD 121096 TO EMC Inc DBA EMC aviation 54 Wrightstown cookstown Rd P O Box 249 cookstown NJ 08511-0249 CITE: (I-346 SN010778) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--AMPLIFIER, RADIO FREQUENCY SOL SP0935-96-Q-A078 CNT SP0935-97-M-1387 AMT $48,000.00 LINE 0001 THROUGH 0002 DTD 121096 TO Rodelco Electronics Corp 111 Haynes CT Ronkonkoma NY 11779-7221 CITE: (I-346 SN010779) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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-R-A165 CNT SP0960-97-M-1284 AMT $75,582.00 LINE 0001 THROUGH 0004 DTD 121196 TO Parmatic filter Corp 88 Ford Rd denville NJ 07834 CITE: (I-346 SN010780) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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, PRESSURE SOL SP0930-96-Q-A266 CNT SP0930-97-M-2003 AMT $93,183.60 LINE 0001AA THROUGH 0002A DTD 121096 TO Hydra electric 3151 kenwood St Burbank CA 91505-1052 CITE: (I-346 SN010781) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMP SOL SP0900-97-Q-0078 CNT SP0900-97-M-0027 AMT $26,398.32 LINE 0001 THROUGH 0009 DTD 111196 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-346 SN010814) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMP SOL SP0900-97-Q-0081 CNT SP0900-97-M-0039 AMT $65,853.01 LINE 0001 THROUGH 0010 DTD 121096 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-346 SN010815) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED COMPOSITION SOL SP0900-97-Q-0077 CNT SP0900-97-M-0042 AMT $58,166.19 LINE 0001 THROUGH 0014 DTD 121096 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-346 SN010816) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMPOSITION SOL SP0900-97-Q-0083 CNT SP0900-97-M-0046 AMT $95,617.39 LINE 0001 THROUGH 0011 DTD 121196 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-346 SN010817) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMP SOL SP0900-97-Q-0080 CNT SP0900-97-M-0047 AMT $70,643.18 LINE 0001 THROUGH 0009 DTD 121196 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-346 SN010818) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--REACTOR CNT SP0905-97-M-0845 AMT $80,080.00 LINE 0001 THROUGH 7001 DTD 121196 TO Lockheed Martin electro-optical systems Inc 600 E Bonita Ave P.O.Box 2737 Pomona CA 91767-2737 CITE: (I-346 SN010820) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--CAPACITOR, FIXED, PAPER SOL SP0905-96-Q-4565 CNT SP0905-97-M-1078 AMT $43,568.80 LINE 0001 THROUGH 7001 DTD 121196 TO CSI capacitors a Div of CSI Technologies Inc 810 rancheros Dr San marcos CA 92069-3009 CITE: (I-346 SN010821) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RELAY, ELECTROMAGNETIC SOL SP0930-96-Q-A232 CNT SP0930-97-M-2060 AMT $44,340.00 LINE 0001 THROUGH 0002 DTD 120996 TO Deutsch Co the Deutsch relays Inc Div 65 daly Rd East northport NY 11731-6304 CITE: (I-346 SN010823) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA CNT SP0970-97-M-1098 AMT $46,190.00 LINE 0001AA THROUGH 0001A DTD 121096 TO Datron/Transco Inc 200 W Los Angeles Ave Simi Valley CA 93065-1650 CITE: (I-346 SN010824) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--WAVEGUIDE ASSEMBLY SOL SP0970-96-Q-A261 CNT SP0970-97-M-1417 AMT $67,180.00 LINE 0001 DTD 120996 TO Microwave Engineering Corp DBA microwave research Corp 1551 Osgood St North Andover MA 01845-1012 CITE: (I-346 SN010825) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL 61299-5000 SUBJECT: 59--CABLE ASSEMBLY POC Contracting Officer Donald L. Crosby (309) 782-8644 (Site Code DAAA08) CNT DAAA08-97-C-0009 AMT $147,501 LINE 0001-0002 DTD 120696 TO T & T PRODUCTS, 4075 L B MCLEOD RD, ORLANDO, FL 3281156610 CITE: (I-346 SN010937) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 61 -- POWER SUPPLY POC R. Jacobson CNT N00406-97-M-D641 AMT $70,690 LINE N/A DTD 120996 TO transistor devices inc 85 horsehill road cedar knolls nj 07927 CITE: (I-346 SN010870) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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 M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 61-POWER SUPPLY POC Contact Point, Rebecca A Mentzer, 02131.16, (717)790-3062, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John G Labosh, 02131, (717)790-2844 CNT N0010497CJA06, Sol Nr N00104-96-R-JA74, NIIN 013132593 AMT $61,206 DTD 122096 TO Eg&g Power Systems Inc , Covina ,CA 91724-2103 CITE: (I-346 SN010951) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Chief, Acquisition & Materiel Mgt. Svc. (90C), VA Medical Center, 17273 State Route 104, Chillicothe, OH 45601 SUBJECT: 65 -- PRESCRIPTION EYEGLASSES POC Linda Burns, Contracting Officer, 614-772-7014 CNT V538P3063 AMT $140,552 LINE N/A DTD 120696 TO Kaban Optical Lab Service, 1729 E Palm Canyon Drive #114, Palm Springs, CA 92262 CITE: (I-346 SN010875) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 66 -- THERMAL DESORPTION POC D. Grimes CNT N00406-97-M-D062 AMT $33,107 LINE N/A DTD 120996 TO peterson builders 41 n 3rd ave p o box 648 sturgeon bay wi CITE: (I-346 SN010871) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS 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,FROST POI 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 N0010497CDA05, Sol Nr N00104-96-R-DF28, NIIN 013139706 AMT $117,300 DTD 122096 TO Howell Laboratories, Inc. , Bridgton ,ME 04009-0389 CITE: (I-346 SN010952) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 66-EYEPIECE ASSEMBLY,O POC Contact Point, Michael A Penner, 87321.13, (717)790-3632, Fax, (717)790-1569, Twx, Not-avail, Contracting Officer, Trent E Roach, 87321, (717)790-5259 CNT N0010497G70025034, Sol Nr N00104-96-Q-VZ62, NIIN 013876010 AMT $44,900 DTD 122096 TO Adirondack Electronics Inc , Albany ,NY 12205-0000 CITE: (I-346 SN010953) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--COLD FOOD COUNTER, MECHANICALLY REFRIGERATED SOL SP0500-96-Q-PQ74 CNT SP0500-97-M-F094 AMT $32,535.00 LINE 0001 THROUGH 0003 DTD 121196 TO Dietary equipment Co 2205 N Main St Columbia SC 29202 CITE: (I-346 SN010807) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--COLD FOOD COUNTER, MECHANICALLY REFRIGERATED SOL SP0500-97-Q-TY08 CNT SP0500-97-M-F522 AMT $50,814.00 LINE 0001 THROUGH 0003 DTD 121196 TO Bayonne stainless products 98 Ave E Bayonne NJ 07002-2526 CITE: (I-346 SN010811) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--SEWING EQUIPMENT POC Contracting Officer, CLARK, MILLIE, 202/508-3970 CNT 1PI-C-2885-97 AMT $76,485 DTD 120996 TO Cutting/Sewing Room Equipment & Company, 1816 Briarwood Industrial Court, Atlanta, GA 30329 CITE: (I-346 SN010925) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 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--SEWING EQUIPMENT POC Contracting Officer, CLARK, MILLIE, 202/508-3970 CNT 1PI-C-2889-97 AMT $33,165 DTD 120996 TO MID-SOUTH SEWING, INC., 4296 COWAN ROAD, PO BOX 1974, TUCKER,, GA 30085 CITE: (I-346 SN010926) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 FRANKFORD AVE, ANNISTON AL 36201-4199 SUBJECT: 84--DENIM COVERALLS, BASE YEAR AND FOUR ONE- YEAR OPTION PERIODS. ESTIMATES OF COSTS BASE YEAR $70,898.40, 1ST OPTION $74,333.40, 2ND OPTION $77,968.40, 3RD OPTION $79,598.70 AND 4TH OPTION $84,638 POC Contracting Officer HARVEY, KATHY C. (000) 571-7558 (205) 235-7558 (Site Code DAAC01) CNT DAAC01-97-D-0001 AMT $0 DTD 120996 TO UNIFORMS MANUFACTURING INCORPORATED, P O BOX 430632, PONTIAC, MI 48343 CITE: (I-346 SN010929) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: 1st Contracting Squadron, 74 Nealy Avenue, Suite 100, Langley Air Force Base, VA 23665-2088 SUBJECT: 84--FLIGHT SUITS POC Sandy Mount, (804) 764-5802/Contracting Officer, Michael W. Durst, (804) 764-3246. CNT F44600-97-D0008 AMT $814,482.00 DTD 103196 TO Barrier Wear, Inc., 2400 Industrial Lane, Suite 2800, Broomfield, CO 80020 CITE: (M-346 SN010998) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: CONTRACT AWARDS 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--ROLLER ASSY., BACKUP CNT 198525-97-B-0235 AMT $173,220.00 LINE Item(s) 1 DTD 120496 TO Coronet Machinery Corp., PO Box 470, Yonkers, NY 10703-0470 CITE: (M-346 SN010899) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: SPECIAL NOTICES OFFADD: National Small Business Council, Inc., 6440-E Dobbin Road, Columbia, MD 21045, (301) 596-0770, FAX (301) 596-4619, shows@nsbc.org SUBJECT: BROOKS AFB AND RANDOLPH AFB, SAN ANTONIO, TEXAS, TECHNOLOGY EXPOSITIONS DESC: These are two separate events: The 68th Intelligence Squadron at Brooks Air Force Base will be hosting an on-site technology exposition at Brooks AFB on Wednesday, January 15, 1997. The event will run from 10:00 a.m. to 2:00 p.m. All Brooks AFB technical and contracting personnel are invited to attend. We expect between 200-400 or more targeted government attendees. Since there are too many technologies to list, a sample of some of the requested technologies follow: Workstations, Network Security, Expert Systems, Video Conferencing, Multimedia, Internet, Storage Devices, Presentation Systems, Office Automation, Network Software, Spreadsheets, and Database Management. The 37th Communication Squadron at Randolph Air Force Base will also be hosting an on-site technology exposition at Randolph AFB on Thursday, January 16, 1997. This event will run from 10:00 a.m. to 2:00 p.m. All Randolph AFB technical and contracting personnel are invited to attend. In the past, we have had approximately 350 government attendees. Just a sample of the appropriate technologies include: Video Teleconferencing, Internet/Intranet, UNIX, Office Automation, Presentation Systems, E-Mail, LAN/WAN, Multimedia, Advanced Graphics, Color/Laser Printers, CD-ROM, Document Imaging, etc. At these expositions, companies are encouraged to bring two representatives from their company and display their company's products or services on a six foot table top display. By bringing literature on your company, you too will be able to gain exposure and contacts to the personnel located at Brooks AFB or Randolph AFB. For more information on these expositions and the technology exposition at Kelly AFB on Tuesday, January 14, 1997, please call Christie Kozak at NSBC, Inc., at (301) 596-0770 or 1-800-333-6722 outside the DC Metropolitan Area. CITE: (M-346 SN010788) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: SPECIAL NOTICES SUBJECT: N/A -- MISPRINT OF SNYOPSIS PUBLISHED IN NOVEMBER 22, 1996 COMMERCE BUSINESS DAILY (CBD). DESC: This notice is published to correct five synopsis' that were erroneously published in the Commerce Business Daily on 22 November 1996. This office had no knowledge of this transmission. The synopsis' were 1) maintenance agreement for tms, solicitation M6739996T3708, 2) survey/assessment consulting services for qol council, solicitation M6739996R0009, 3) rental and laundering of shop/mechanic rags and towels, solicitation M6739996T3711, 4) rental and waste removal of parts cleaners and rental of and painting of paint booth, solicitation M6739996T3710, 5) purchase of saber communication equipment, solicitation M6739996T3549. All solicitations have either been awarded or cancelled and there is no pending solicitations. This office is not taking requests for these solicitations. If you have questions please call point of contact as listed above. Our office apologizes for any inconvenience and request that all contractors/vendors continue to monitor the CBD for any solicitations we may have in the future. CITE: (I-346 SN010851) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: SPECIAL NOTICES SUBJECT: NATIONAL COMMISSION ON RESTRUCTURING THE IRS; PROCUREMENT INFORMATION DESC: The National Commission on Restructuring the Internal Revenue Service has negotiated a protocol for handling requests for procurement and other sensitive information from the IRS that the Commission may need to review in the course of preparing its report. Relevant materials will be made available for public inspection when they are provided to members of the Commission. For more information please contact Lisa McHenry at (202) 225-7004. LINK http://www.house.gov/natcommirs/main.htm LINKDESC: EMAIL lisa.mchenry@mail.house.gov EMAILDESC: on Restructuring the IRS CITE: (W-346 SN010902) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 13, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: USDA - Forest Service, 515 W. 1st St., Box 338, Duluth, MN 55801-0338 SUBJECT: N/A -- SALE OF SEASONAL CABINS AND MISC. BLDGS. DUE 012897 POC (MN Shared Service Contracting Unit, 218-720-5336 DESC: Sale consists of four seasonal cabins, one mobile home and one small garage which are to be dismantled and removed from property. Buildings are located north of Winton, MN. Both the Border Lakes Outfitters and the Edgewater (fomerly Hibler) properties are located on Government Lot 3 of Section 19, Township 63 N, Range 11 West (Lake County) with a very small tract of land of Border Lakes (west end) falling within Lots 1 and 2 of Section 24 of Township 63 North, Range 12 West, St. Louis County. The Edgewater property is located east of Border Lakes with a small tract of land inbetween the two. Bid packages will be available December 31, 1996. An open house inspection will be held on Friday, January 17, 1997, between 10 am and 1 pm, local time. CITE: (W-346 SN010956)