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

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 214.2, Greenbelt,
  MD 20771
SUBJECT: A -- RELEASE OF DRAFT DOCUMENTS FOR THE ANTICIPATED
  PROCUREMENT OF THE GEOSTATIONARY OPERATIONAL ENVIRONMENTAL
  SATELLITE (GOES) N-Q SPACECRAFT
SOL N/A
POC Sandra Marshall, Contracting Officer, (301) 286-9228.
DESC: Geostationary Operational Environmental Satellite (GOES)
  N-Q Spacecraft -- This is a solicitation for information and
  planning purposes. The NASA Goddard Space Flight Center intends
  to make available a preliminary Statement of Work, Performance
  Specifications, Contract Data Requirements, and Instrument
  Interface Control Documents on December 18, 1996. The objective
  of this release is to allow industry the opportunity to verify
  the reasonableness and feasibility of the requirements, as
  well as to promote competition. Prospective offerors are invited
  to submit comments for any possible improvements to the Statement
  of Work or more effective approaches to the Government's requirements.
  This preliminary information is being made available for planning
  purposes only, subject to FAR Clause 52.215-3, entitled "Solicitation
  for Information or Planning Purposes." It does not constitute
  a Request for Proposal, Invitation for Bid, or Request for
  Quotation, and it is not to be construed as a commitment by
  the Government to enter into a contract. This procurement is
  subject to review or cancellation at any time. The preliminary
  documents described in this notice constitute all information
  concerning the GOES spacecraft procurement that will be furnished
  at this time. A draft Request for Proposal (RFP) will be released
  at a later date. Firms interested in obtaining a hardcopy of
  this preliminary request must submit a request, in writing,
  to Sandra Marshall, Code 214.2, NASA/GSFC, Greenbelt, Maryland
  20771. The GSFC desires to meet with potential prime offerors
  in late January, to discuss their capabilities in performing
  these requirements and to get further insight into submitted
  comments on the draft documents being released in this notice.
  Potential prime contractors who desire to take advantage of
  this opportunity must submit a 6-10 page capability statement
  demonstrating their relevant experience, familiarity with the
  appropriate technology, experienced personnel, and plant facilities/equipment.
  Interested firms are requested to submit any comments and suggestions
  on the preliminary documents, along with their capability statement,
  by January 15, 1997 to the address cited above. The anticipated
  release date for the official solicitation is in March 1997.
  It is the Offeror's responsibility to monitor the NASI/World
  Wide Web for solicitation release as the solicitation will
  be released as soon as practicable.
CITE: (I-347 SN011753)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Office of Naval Research, 800 North Quincy Street, Arlington,
  VA 22217-5660
SUBJECT: A -- ADVANCED MULTIFUNCTION PF SYSTEM
SOL N00014-
POC Dr. Mun Won Fenton (703) 696-2602.
DESC: The Advanced Multifunction RF System (AMFRS) BAA that appeared
  in the CBD announcement on December 2, 1996 (announcement #BAA
  96-023) has been released mistakenly. This BAA was previously
  announced on October 2, 1996. Although we are accepting white
  papers for the BAA now, we do not have any additional funding
  to fund any white papers received as a result of the announcment
  # BAA 96-023 on 2 December 1996. The white papers from the
  original October CBD announcement have been revewed and full
  proposals have been requested.
CITE: (I-348 SN011921)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: A -- INTEGRATED COMBAT WEAPON SYSTEM INTEGRATED LOGISTICS
  SUPPORT
SOL N61331-97-Q-0001
DUE 122696
POC Don Mcmanus, Purchasing Agent, (904)235-5795 Mark Ross, Contracting
  Officer, (904)235-5624.
DESC: The Coastal Systems Station, Dahlgren Division, NSWC, Panama
  City, FL intends to contract with TRISTAR ENGINEERING, Bedford,
  IN for the Logistics Support and Test and Evaluation support
  for the PMS-407 Integrated Combat System, Anticipated contract
  type is Firm-Fixed Price. Due to urgency requirement award
  will be made prior to time indicated in Note 22. Note 22 applies.
CITE: (I-348 SN011956)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U.S. Army Engineer Waterways Experiment Station,
  Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, MS  39180
SUBJECT: A--BROAD AGENCY ANNOUNCEMENT FOR EXPERIMENTAL, DEVELOPMENT,
  TEST AND BASIC AND APPLIED RESEARCH  WORK.
SOL N/A
POC ERROR--NITA SHAW, 601-634-3747,  E-MAIL :shawj@ex1.wes.army.mil
DESC:  The U.S. Army Engineer Waterways Experiment Station (WES)
  is issuing its Broad Agency Announcement (BAA) under the provisions
  of FAR 6.102(d)(2).  This BAA covers research interests in
  the broad fields of hydraulics, dredging, coastal engineering,
  instrumentation, oceanography, remote sensing, earthquake engineering,
  soil effects, vehicle mobility, self-contained munitions, military
  hydrology, fixed camouflage, environmental impact, environmental
  engineering, geophysics, pavements, protective structures,
  aquatic plants, water quality, dredged material, treatment
  of hazardous waste, wetlands, computer science, telecommunications
  management and business automation, graphic arts and printing,
  library services, and records management.  It is intended to
  cover, in a general nature, most research  areas of interest
  to WES.  The BAA will be available only through the internet
  on or about 20 December, 1996.  Potential offerors may view
  and/or download the BAA and all amendments from the following
  internet address: http://ebs.wes.army.mil.  
LINK HTTP://TSN.WES.ARMY.MIL
LINKDESC: 
EMAIL shawj@ex1.wes.army.mil
EMAILDESC: 

CITE: (W-348 SN011973)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U.S. Army Engineer Waterways Experiment Station,
  Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, MS  39180
SUBJECT: A--BROAD AGENCY ANNOUNCEMENT FOR EXPERIMENTAL, DEVELOPMENT,
  TEST AND BASIC AND APPLIED RESEARCH  WORK.
SOL N/A
POC NITA SHAW, 601-634-3747, e-mail: shawj@ex1.wes.army.mil
DESC: This is to modify previous Submission No. 011973 to delete
  "POC ERROR" and correct internet address to "http://tsn.wes.army.mil"
LINK http://tsn.wes.army.mil
LINKDESC: 
EMAIL shawj@ex1.wes.army.mil
EMAILDESC: 
CITE: (W-348 SN012044)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute of Standards and Technology, Acquisition
  & Assistance Division, Building 301, Room B117, Gaithersburg,
  MD
SUBJECT: A -- IMPACT ASSESSMENT STUDY
SOL 52SBNT7C1049
DUE 013097
POC Marsha Rodgers (301)975-6398
DESC: The National Institute of Standards and Technology (NIST)
  has a requirement from the National Telecommunications and
  Information Administration (NTIA) to procure services to conduct
  a study that consists of a comprehensive assessment of the
  impact of the grants funded during the first two years of the
  Telecommunications and Information Infrastructure Assistance
  Program (TIIAP).  The study will also develop a mechanism for
  ongoing data collection and evaluation of TIIAP.  Established
  under P.L. 103-317 as part of the Administration's National
  Information Infrastructure (NII) initiative, TIIAP is a competitive
  matching grant program which promotes the widespread and efficient
  use of advanced telecommunications services in the public and
  non-profit sectors to serve America's communities.  The study
  will enable NTIA to examine its efforts in meeting program
  objectives and to prepare to accept and apply the results of
  ongoing, systematic evaluation of the program and the projects
  it supports.  The objectives of the study are to gain the following:
  (1) an assessment of short term impacts of the 210 projects
  that have been funded by TIIAP in its first two years; (2)
  an examination of the potential for long-term impacts, including
  spillover effects to other communities, of the projects; (3)
  the development of a structured reporting system that will
  enable the program to collect relevant data and conduct ongoing
  analysis of the projects and their impacts; (4) an understanding
  of the current reach of the program, through profiling and
  analysis of the organizations that request application materials,
  the organizations that submit applications, and the organizations
  that are awarded grants; (5) the development of an ongoing
  feedback loop of valuable information that will assist the
  program's management in refining the program's policies and
  strategies; and (6) an increased understanding of the methods
  that can be used to evaluate the broad range of projects that
  the program supports.--The period of performance for the base
  contract shall be nine months from date of award.  The contract
  shall contain four one-year option periods to extend the study
  for an assessment of the grants funded in FY 1996-1999 and
  related evaluation activities. --F.O.B. Destination, Washington,
  D. C.--Offeror's responses shall demonstrate that the team
  of personnel involved in the design, testing and implementation
  of this study have demonstrated past performance and knowledge
  of the following subjects: (1) program evaluation, (2) evaluation
  of information infracture projects, with particular emphasis
  on productivity and organizational change, and (3) public and
  non-profit sector organizations and services, (4) development
  and execution of survey instruments, (5) case study analysis,
  and (6) statistical analysis.  In addition, the contractor
  and/or proposed subcontractors shall have the organizational
  capacity to complete the scope of work within the specified
  time frame.  Responses shall contain sufficient documentation
  to establish a bonafide capability to fulfill the requirements.--All
  responsible sources may submit a proposal which shall be considered
  by the agency.  Please request copies of the solicitation in
  writing by fax number (301)963-7732 or email contracts@nist.gov.
   See Numbered Note 26.
CITE: (I-348 SN012061)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute of Standards & Technology, Acquisition
  & Assistance Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899
SUBJECT: A -- IMPACT ASSESSMENT STUDY
SOL 52SBNT7C1049
POC Marsha Rodgers (301) 975-6398
DESC: A -- IMPACT ASSESSMENT STUDY  SOL 52SBNT7C1049  DUE 013097
   POC  Marsha Rodgers (301)975-6398 The National Institute
  of Standards and  Technology (NIST) has a requirement from
  the National  Telecommunications and Information Administration
  (NTIA) to procure  services to conduct a study that consists
  of a comprehensive  assessment of the impact of the grants
  funded during the first two  years of the Telecommunications
  and Information Infrastructure  Assistance Program (TIIAP).
   The study will also develop a mechanism  for ongoing data
  collection and evaluation of TIIAP.  Established  under P.L.
  103-317 as part of the Administration's National  Information
  Infrastructure (NII) initiative, TIIAP is a competitive  matching
  grant program which promotes the widespread and efficient 
   use of advanced telecommunications services in the public
  and  non-profit sectors to serve America's communities.  The
  study will  enable NTIA to examine its efforts in meeting
  program objectives and  to prepare to accept and apply the
  results of ongoing, systematic  evaluation of the program
  and the projects it supports.  The  objectives of the study
  are to gain the following: (1) an assessment  of short term
  impacts of the 210 projects that have been funded by  TIIAP
  in its first two years; (2) an examination of the potential
   for long-term impacts, including spillover effects to other
   communities, of the projects; (3) the development of a structured
   reporting system that will enable the program to collect
  relevant  data and conduct ongoing analysis of the projects
  and their impacts;  (4) an understanding of the current reach
  of the program, through  profiling and analysis of the organizations
  that request application  materials, the organizations that
  submit applications, and the  organizations that are awarded
  grants; (5) the development of an  ongoing feedback loop of
  valuable information that will assist the  program's management
  in refining the program's policies and  strategies; and (6)
  an increased understanding of the methods that  can be used
  to evaluate the broad range of projects that the program 
  supports.--The period of performance for the base contract
  shall be  nine months from date of award.  The contract shall
  contain four  one-year option periods to extend the study
  for an assessment of the  grants funded in FY 1996-1999 and
  related evaluation activities.  --F.O.B. Destination, Washington,
  D. C.--Offeror's responses shall  demonstrate that the team
  of personnel involved in the design,  testing and implementation
  of this study have demonstrated past  performance and knowledge
  of the following subjects: (1) program  evaluation, (2) evaluation
  of information infracture projects, with  particular emphasis
  on productivity and organizational change, and  (3) public
  and non-profit sector organizations and services, (4)  development
  and execution of survey instruments, (5) case study  analysis,
  and (6) statistical analysis.  In addition, the contractor
   and/or proposed subcontractors shall have the organizational
   capacity to complete the scope of work within the specified
  time  frame.  Responses shall contain sufficient documentation
  to  establish a bonafide capability to fulfill the requirements.--All
   responsible sources may submit a proposal which shall be
  considered  by the agency.  Please request copies of the solicitation
  in writing  by fax number (301)963-7732or email contracts@nist.gov.
   See  Numbered Note 26.  
EMAIL Contracts@NIST.GOV
EMAILDESC: 
CITE: (W-348 SN012086)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Cancer Institute, Research Contracts Branch,
  PCCS 6120 Executive Blvd, EPS/635, Bethesda, MD 20892-7226
SUBJECT: A -- PLCO CANCER SCREENING TRIAL-SCREENING CENTER SPECIAL
  STUDIES
SOL SEE BELOW
POC Susan K. Hoffman, Contracting Officer, 301-496-8603.
DESC: The National Cancer Institute (NCI), Division of Cancer
  Prevention and Control, Early Detection Branch intends to negotiate
  with the Maimonides Medical Center, NY, N01-CN-25523; Georgetown
  University Medical Center, DC, N01-CN-25522; Henry Ford Hospital,
  MI, N01-CN-25512; Straub Pacific Health Foundation, HI, N01-CN-25515;
  Marshfield Medical Research & Education Foundation, WI, N01-CN-25518;
  University of Colorado Health Sciences Center, CO, N01-CN-25514;
  University of Minnesota, MN, N01-CN-25513; University of Pittsburgh,
  PA, N01-CN-25511; University of Utah, UT, N01-CN-25524 and
  Washington University, MO, N01-CN-25516 for the inclusion of
  new work under the current contracts. These are the Screening
  Centers under contract with the NCI for performance of the
  Prostate, Lung, Colorectal and Ovarian (PLCO) Screening Trial.
  Emerging issues which will affect NCIs ability to operationalize
  the findings of the PLCO Trial need to be investigated. These
  issues include but are not limited to quality of life, cost-effectiveness
  and test performance and other integral aspects of screening
  in large populations. Therefore, the statement of work has
  been modified to include performance of special studies which
  would determine quality of life, cost-effectiveness and test
  performance. Authority: 41 USC 253(c)(1), as set forth in FAR
  6.302-1(a)1. No collect calls will be accepted See Numbered
  Note(s): 22.
CITE: (I-348 SN012091)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: A--BROAD AGENCY ANNOUNCEMENT (PART 1 OF 3)
SOL DAAE0797QBAA1
POC POC:  Marlene Ross (810) 574-5273
DESC: This notice constitutes a Broad agency announcement (BA
  A) as  authorized by 6.102(D)(2) and 35.016 of the feder AL
  acquisition  regulation (FAR) which provides for the competitive
  selection of basic  research proposals. beca use the BAA is
  a solicitation, there will be no  formal Request for Proposals
  or further solicitations regardin G this  announcement. potential
  offerors should monitor the CBD for potential  changes to this
  announcment. the government reserves the right to select  for
  award any, all, part or none of the proposals received in response
  to  this announcement. offerors may submit proposals for any
  number of topics  but only one topic per proposal is permitted.
  this BAA closes on 12 March  1997 unless exte nded, cancelled
  or withdrawn earlier. topics:  the u.s.   Army Tank-Automotive
  and armaments command is solicitin G proposals for  innovative
  Technologies for advanced VE hicle active protection to advance
   the state of the ART in military ground vehicle survivability.
  these  technol ogies must be useful to more than one existing
  military ground  vehicle. studies and/or demonstrations and/or
  te sting or any combination  of these three areas for the T
  opics shown below are:  (1) active  protection system (AP S)
  detection Technologies which would lead to  upgrades to existing
  hardware that could eventually be applied T O a range  of combat
  vehicle systems; (2) improved advan CED physical disrupt  countermeasure
  concepts:  and/or (3) effectiveness of active protection  system
  concepts and components which have the potential for application
  to  various vehicles. abstract instructions:  we suggest that
  you submit an  abstract first to see if your proposed research
  is of interest to US  before you expend efforts/funds to develop
  a formal proposal. your  technical abstract must identify your
  proposed project, identify your  technical approach and summarize
  the total estimated cost of the work.  the technical abstract
  shall be no longer than three (3) pages,  single-sided and
  IN 12-PITCH. the abstract submitted to this BAA will be  subjected
  to peer and scientific review. those contractors with a  technology
  found to have merit will be asked to submit a full technical
   and cost proposal for contract award consideration.  Detailed
   instructions for preparation and submission of proposals will
  also be  contained in your invitation letter. such invitation
  will not assure that  the offeror will be awarded a subsequent
  contract.  Abstracts must be  submitted by 4:00 P.M. Eastern
  standard time (EST), 24 January 1997 and  must be transmitted
  via electronic media to:  ROSSMA@CC.TACOM.AR MY.MIL.  proposal
  instructions:  proposals responding to this announcement shall
   reference the BAA number DAAE07 -97-QBAA1. the offeror must
  indicate if  this or a related proposal has been offered to,
  or is under consideration by,  any other government agency.
  the offeror's cost proposal must remain  valid for a minimum
  of 180 days from the date of the proposal. mail  proposals
  to MS. Marlene Ross, U.S. Army tank-automotiv E and armaments
   command, Attn: AMSTA-AQ-MCD (mailstop 274), Warren, MI 48397-5000.
   interested offerors should submit an original plus two copies
  of each cost  and technical proposal. type must be no smaller
  than 12 pitch and  proposals should be marked "cost" or "technic
  AL". the technical  proposals should not exceed thirtyfive
  tpyed pages and must include a  discussion of the nature and
  scope of the reseach and the planned technic  AL approach.
  proposals shall not contain any data classified above the 
  secret classification level. the technical proposal shall include
  a one  page executive.
CITE: (I-347 SN011765)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: A--BROAD AGENCY ANNOUNCEMENT (PART 2 OF 3)
SOL DAAE0797QBAA1
POC POC:  Marlene Ross (810) 574-5273
DESC: Summary; a section on company history in this technical
  area; a  proposed scope of work (SOW) detailing the technical
  tasks to be  accomplished under the proposed effort together
  with a one-page task  milestone chart which corresponds to
  the proposed scope of work.  The SOW  may become the body of
  any resulting contract and should be identified as " scope
  of work" in the proposal.  Unnecessarily elaborate brochures
  or  presentations beyond that sufficient to present a complete
  and effective  proposal are not desired.  Any resultant contract
  will require two trips  to TACOM, Warren, MI during the course
  of performance. contract  reporting requirements will include
  quarterly technical reports, monthly  financial reports, and
  a final technical report.  The cost proposal has  no page limit;
  however, offerors are asked to submit no more than 15  pages.
   Cost proposals should include a SF1411 together with supporting
   detailed cost data, including any subcontrac tor cost data
  prepared in  accordance with FAR 15.804-6 and it table 15-3.
   Offerors that are large  business must submit a subcontracting
  plan in accordance with FAR clauses  52.219-8, and 52.219-9
  and dfars clause 252.219-7003.  If available,  offerors are
  asked to provide their Commercial and Government Entity  (CAGE)
  code in their proposal cover letter.  Full proposals must be
   received by 12 March 1997, 2 O'clock Eastern standard time
  (EST).   Proposals received after the cutoff date and time
  specified herein shall  be treated per FAR 52.215-10.  It is
  anticipated that the proposal S will  be awarded by 30 May
  1997. basis for award:  all responses must fall  under FAR
  35.016 (A) to be consider Ed; the definitions of basic and
   applied research can be found at FAR 35.001.  The selection
  of one or more  proposals for award will be based on a peer
  and scientific evaluation of  each offeror's response (both
  technical and cost aspects) to determine the  overall merit
  of the proposal in response to this announcement.  The  technical
  area is significantly more important than the cost area. the
   technical area, shall be evaluated based on the following
  criteria in  descending order of importance:  (1) overall scientific
  and technical  merit:  (the technical approach must address
  every critical aspect of the  effort.  The nature and sequence
  of tasks outlined by the offerer will be  evaluated.  The estimat
  Ed technical risk (Chance of success) will also  be evaluated.
   In this factor we assess:  feasibility, practically,  thoroughness,
  and clarity of the proposed work.  (2) contribution to  ground
  vehicle active protec tion system (APS) technology:  we evaluate
   potential contributions of the proposed project to improve
  APS technology  components or systems for ground vehicles by
  developing, testing or utilizing  new Technologies.  (3) offeror's
  capabilities:  we review the offeror's  capabilities and experience
  in the technical area as a critical factor along  with the
  facilities, personnel and equipment available for performance
  of  the proposed project.  (4) realism of schedule and budget:
   we evaluate  the proposed schedule and budget for the work
  to determine whether these  estimates are reasonable and realistic
  for the technical and management  approach offered, and to
  determine the offerer's practical understanding  of the effort.
   The budget should reflect a realistic estimation of  dollars
  necessary to successf ully perform the work.  The cost area
  will  be adjudged on realism, reasonableness and affordability.
   The proposal  must give sufficient detail to allow assessment
  of the realism and  reasonableness of the.
CITE: (I-347 SN011766)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: A--BROAD AGENCY ANNOUNCEMENT (PART 3 OF 3)
SOL DAAE0797QBAA1
POC POC:  Marlene Ross (810) 574-5273
DESC: Proposed amounts.  The consistency of the proposal cost
  data with  the offeror's technical proposal reflects the offeror's
  understanding of  the work required and abilit Y to perform
  the scope of work for the amount  proposed.  The offeror's
  cost proposal must identify (1) any judge Ment  factors applied
  and the mathematical or other method used in the estimate,
   and (2) the nature and amount of any contingencies included
  in the proposed  cost amounts.  Each offeror's proposal is
  presumed to represent their  best effort to respond, and any
  apparent inconsistency between promised  performance and price
  must be explained.  Further, any significant  inconsistency,
  if unexplained, raises a fundamental question as to the  offeror's
  understanding of the work required and of his ability to perform
   the contract.  Funding:  projected funding under this announcement
  is  expected to be around $3M.  No funding is available at
  this time.  The  number of projects and the final dollar value
  of each project will depend  on the funds availabl E at the
  time we award the contracts.  Proposals  under $750,000 are
  expected, so as to allow for a numver of the proposed  projects
  to be awarded.  Offerors are cautioned that only a warranted
   contracting officer can commit government funds and that contractual
   commitment S must be recieved in writing.  General:  pursuant
  to FAR 3.104,  "procurement integrity," all technical discussions
  and/or  clarifications regarding this acquisition must be directed
  solely to the  contracting officer (through the contract specialist).
   The cost of  preparing abstracts and proposals in response
  to this announcement is not an  allowable change to any resultin
  G contract or any othe contract, but it  may be allowabl E
  expense to normal BOD and proposal indirect cost specified
   on FAR 31.205-18.  The provisions of FAR 9.5, organizational
  conflict of  interest, apply in any award under this BAA. 
  Accordingly, a potential  offeror is cautioned to review its
  contract and subcontract histor Y,  before incurring substantial
  proposal preparation expense to determine  whether or not in
  its judgement a real or potential conflict of interest does
  or   might exist that will prevent the contracting officer
  from considering its  proposal or making an award under this
  BAA.  No portion of this BAA will be  set aside for historically
  Black colleges and universities (hbcu) and  minority institutions
  (MI) due to the impracticability of reserving  discrete or
  severable areas of research in survivability technology for
   exclusive competition among these entities.  However, small
  businesses,  hbcus and MIS are encouraged to submit proposals.
  all correspondence and  questions on the BAA should be submitted
  to the following address:  U.S.  Army tankautomotive and armaments
  command, AMSTA-AQ-MCD/274 BAA, Warren,  MI 48397-5000. see
  NOTE:  N/A.  All responsible sources may submit an  offer which
  will be considered.
CITE: (I-347 SN011767)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U.S. Nuclear Regulatory Commission, Division of Contracts,
  Mail Stop: T-7-I-2, Washington, D.C. 20555
SUBJECT: B -- ANALYTICAL SUPPORT FOR CONTAIN CODE ASSESSMENTS
SOL N/A
POC Mary H. Mace, Contracting Officer, 301/415-7314/Sharon D.
  Mearse, Contract Specialist, 301/415-6591
DESC: The NRC intends to negotiate a sole source contract with
  Jack Tills Associates (JTA) for the services of Mr. Jack Tills
  in performance of an effort entitled "Analytical Support for
  CONTAIN Code Assessments." Specifically, the contractor will
  be required to perform highly qualified CONTAIN calculations
  for selected LWR plant designs and/or for selected experimental
  tests (including International Standard Problems (ISPs); assess
  the adequacy of selected integral and separate effects experiments
  as related to the suitability in performing code assessments
  (to include determining the adequacy of instrumentation and
  the underlying scaling rationale; analyze and reduce data for
  code assessments; interact with the CONTAIN code developers
  as needed (e.g., make recommendations to improve code user
  guidance and documentation, eliminate errors in the code, etc.);
  provide technical assistance to NRC, i.e., perform limited
  studies and review relevant technical reports; and participate
  in meetings, conferences, and workshops. In order to perform
  this effort, it is imperative that the contractor has: 1) expertise
  in the field of containment thermal-hydraulics, 2) extensive
  experience with the CONTAIN code and its interaction with various
  LWR designs, including advanced LWR designs, 3) extensive knowledge
  and experience in analyzing containment related integral and
  separate effects experiments (including knowledge of instrumentation,
  data analysis and understanding the underlying scaling rationale)
  for code assessment, 4) experience with and the ability to
  perform high quality CONTAIN code calculations of containment
  facilities and/or related designs, 5) experience with and have
  participated in performing containment related International
  Standard Problems (ISPs), and 6) knowledge of NRC's licensing
  containment analysis methods. As the CONTAIN code has been
  associated within the regulatory framework of NRC, the use
  of the code domestically has been narrowly restricted to Sandia
  National Laboratories (SNL) and only two commercial firms.
  One firm's experience has only recently been acquired through
  a contract with NRC and is limited to only running the code
  in consultation with the second firm (JTA), but does not have
  the required knowledge base and experience needed in the field
  of containment thermal-hydraulics and expert ability to use
  the CONTAIN code in a highly qualified manner. JTA has been
  involved with this work since 1983 as a subcontractor to SNL
  and is a recognized expert in the field of containment thermal-hydraulics.
  JTA, with the use of Mr. Tills, is the only commercial contractor
  in the United States which exhibits the required skills and
  experience in running the CONTAIN code, is knowledgeable in
  NRC licensing containment analysis methods, and has extensive
  knowledge in experimental testing which includes determining
  the suitability of instrumentation. The period of performance
  is three years with two one-year options. This is a notice
  of intent to contract only. A solicitation document does not
  exist. Interested parties should submit written technical documentation,
  to the NRC, demonstrating their ability to furnish the services
  specified to the U.S. Nuclear Regulatory Commission, Division
  of Contracts, Attn: Sharon D. Mearse, Mail Stop: T-7-I-2, Washington,
  DC 20555. Telephonic and/or telegraphic responses and responses
  providing insufficient information for evaluation will not
  be considered. See Note(s): 22.
CITE: (I-348 SN012090)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential
  Sources Sought
OFFADD: U. S. Department Of Housing And Urban Development, Office
  Of Procurement And Contracts, Program Support Division (arcs),
  451 7th Street, Sw, Room 5256, Washington, Dc  20410
SUBJECT: B--RANDOM DIGIT DIALING (RDD) SURVEYS TO DETERMINE HUD
  FAIR MARKET RENTS (FMRS)
DUE 011097
POC Alan Fox, HUD/PD&R, 202-708-9426 x328 or E-mail to alan_fox@hud.gov
DESC: This announcement is for the purpose of adding qualified
  firms to a guide which is used by Public Housing Agencies (PHAs)
  when they contract for professional Random Digit Dialing (RDD)
  surveys to assist them in commenting on Fair Market Rents (FMRs).
   The guide describes in detail how such surveys must be conducted.
   In brief, these are computer-assisted telephone interview
  (CATI) or Mitofsky-Waksberg design.  Firms which have already
  been deemed capable of providing such services to PHAs are
  listed in the guide and need not respond to this announcement;
  they will not be deleted from the guide unless they request
  deletion.  New firms wishing to be added to the guide must
  obtain the guide, review the work requirements contained in
  it, and submit a capability statement by the required date.
  The capability statement must clearly demonstrate the firm's
  capacity to do the survey work as set forth in the guide, and
  must also include references and a list of previously completed
  RDD work.  Most jobs will involve an RDD survey of a single
  area only.  The guide is entitled:  Random Digit Dialing Surveys:
   A Guide to Assist Larger Public Housing Agencies in Preparing
  Fair Market Rent Comments.  The guide is available from, and
  capability statements are to be submitted to:  Alan Fox, HUD
  Office of Policy Development and Research, Room 8224, 451 7th
  Street, SW, Washington, DC 20410.  The phone number is 202-708-9426
  x328 or you may E-mail alan_fox@hud.gov.  Capability statements
  are due on or before January 10, 1997 (this is an extension
  from January 3, 1997 in the previous announcement).  This announcement
  is a clarification of an announcement that originally appeared
  in the CBD on December 5, 1996.  Firms which have already responded
  to that announcement need not respond again.  This is not a
  sources sought announcement for a future direct procurement
  by the Federal government.  
LINK http://www.hud.gov/cts/ctsoprty.html
LINKDESC: 
  this and other announcements 
EMAIL alan_fox@hud.gov
EMAILDESC: 
CITE: (W-347 SN011770)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Department Of The Navy, Naval Facilities Engineering
  Command, Commander, Atlantic Division, Contracts Office, Code
  02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699
SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR GEOTECHNICAL ENGINEERING
  SERVICES AT VARIOUS ACTIVITIES LOCATED WITHIN THE ATLANTIC
  DIVISION, NAVAL FACILITIES ENGINEERING COMMAND
SOL N62470-97-R-3002
DUE 012097
POC Point of Contact - Bayla Mack, 757-322-8271 - Dean Koepp,
  Head, Contract Support Branch, 757-322-8270
DESC: Architect-Engineer or Engineering Services are required
  for subsurface investigation, field and laboratory material
  testing and evaluation, geotechnical/foundation analysis including
  monitoring, sampling and analysis of soil and groundwater for
  environmental contamination, various tests on construction
  and building materials.  Field investigation will require locating
  borings, securing utility checks with appropriate equipment,
  and arranging for security clearance for drillers and all equipment.
   Incidental monitoring, sampling and analysis of soil and groundwater
  for environmental contamination shall include, but not be limited
  to:  providing capability to monitor boreholes for combustible
  gas or petroleum vapors at sites of potentially contaminated
  soil material and/or groundwater, and providing labor, equipment
  and protection measures (EPA Levels C and D) for performing
  subsurface investigations.  Services shall also include providing
  soils and environmental personnel (technical and professional)
  at field and laboratory locations to perform or evaluate subsurface
  investigation, testing or inspection for subsequent design
  or construction.  Services shall include a complete written
  report containing the results of investigation/testing performed,
  discussion of sampling procedures and site conditions influencing
  investigation/testing, and recommendations based upon interpretation
  of test results.  Completed boring logs and laboratory test
  results shall also be provided on 3 1/2" disks in an AUTOCAD
  compatible format (either .DFX or .DWG).  Geographic area of
  the work shall be primarily Virginia, North Carolina, and West
  Virginia, but shall include other various activities within
  the Continental United States, the Caribbean and Europe.  Required
  services will include mobilization to locations using transportation
  not provided by the U. S. Government.  The A&E must demonstrate
  his and each key consultant's qualifications with respect to
  the published evaluation factors for all services.  Evaluation
  factors (1) through (5) are of equal importance; factors (6)
  and (7) are of lesser importance and will be used as "tie-breakers"
  among technically equal firms.  Specific evaluation factors
  include:  (1) Specialized Experience - Firms will be evaluated
  in terms of:  (a) their past experience with regard to geotechnical
  and environmental investigations, testing and analysis; and
  (b) knowledge of local codes, laws, permits and construction
  materials and practices of the contract area (greater weight
  will be given to the States of Virginia, North Carolina and
  West Virginia); (2) Professional qualifications and technical
  competence in the type of work required:  Firms will be evaluated
  in terms of the design staff's:  (a) active professional registration
  including registration in Puerto Rico either within the firm
  of via consultant for projects in Puerto Rico; (b) experience
  (with present and other firms) and roles of staff members specific
  to geotechnical and environmental investigations, testing and
  analysis; (c) capability to provide qualified backup staffing
  for key personnel to ensure continuity of services and ability
  to surge to meet unexpected project demands; and (d) organization
  and office management as evidenced by management approach (management
  plan for this contract), and personnel roles in organization
  - Individual and joint venture qualifications should be identified
  with particular emphasis on credentials of the firm's proposed
  point of contact for the Government requested services.  Identify
  professional qualifications and experience of the geotechnical
  and environmental professionals to be used for analysis and
  report preparation.  Identify in-house and consultants' capabilities
  for providing environmental monitoring, sampling, material
  testing, soil borings and foundation analysis.  Identify ability
  of the firm to mobilize to the location of required services
  (specify in response capabilities of the firm to provide air
  or ship transportation), to provide scoping of underground
  utilities prior to drilling, and to obtain supplies of required
  boring and monitoring well installation at remote locations
  of work; (3) Ability to perform the work within the firm's
  permanent staff, projected workload during the anticipated
  contract period and the firm's history of successfully completing
  projects in compliance with performance schedules in general.
   Provide specific experience and related timeframes to accomplish
  similar services.  Identify ability to complete an emergency
  work order of $20,000 or less within 10 working days.  If consultants
  are involved, address history of working relationships; (4)
  Past Performance - Firms will be evaluated in terms of:  (a)
  Past performance on contracts with Government agencies and
  private industry in terms of type of work, quality of work,
  compliance with performance schedules; and (b) demonstrated
  long term business relationships and repeat business with Government
  and private customers, and performance awards/letters of recommendations
  received; (5) Quality Control Program - Firms will be evaluated
  on the acceptability of their internal quality control program
  used to ensure a technical accurate product; (6) Firm location
  and knowledge of the locality of the contract (provided that
  application of this criterion leaves an appropriate number
  of qualified firms, given the nature and size of the contract);
  and (7) Volume of Work - Firms will be evaluated in terms of
  work previously awarded to the firm by DOD with the objective
  of affecting an equitable distribution of DOD A&E contracts
  among qualified A&E firms, including small and small disadvantaged
  business firms and firms that have not had prior DOD contracts.
   The contract requires that the selected firm have an on-line
  access to E-mail via the internet for routine exchange of correspondence.
   The duration of the contract will be for one (1) year from
  the date of an initial contract award.  The proposed contract
  includes two (2) one (1) year Government options for the same
  basic professional skills.  The total A&E fee that may be paid
  under this contract will not exceed $500,000; however, the
  yearly maximum may total up to $250,000.  No other general
  notification to firms for other similar projects performed
  under this contract will be made.  Type of contract:  Firm
  Fixed Price Indefinite Quantity Contract.  Estimated start
  date is April 1997.--Architect-Engineer firms which meet the
  requirements described in this announcement are invited to
  submit completed Standard Forms (SF) 254 (unless already on
  file) and 255, U. S. Government Architect-Engineer Qualifications,
  to the office shown above.  In Block 10 of the SF 255, discuss
  why the firm is especially qualified based upon synopsized
  evaluation factors; and provide evidence that your firm is
  permitted by law to practice the professions of architecture
  or engineering, i.e., State registration number.  For selection
  evaluation factor (1), 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".  Use Block 10 of the SF 255 to provide any
  additional information desired and continue Block 10 narrative
  discussion on plain bond paper.  All information must be included
  within the SF 255.  Provide a synopsis of the scope of work,
  point of contact and telephone number for each project listed
  in SF 255 Block 8.  Firms having a current SF 254 on file with
  this office and those responding by 4:00 p.m. EST, __ January
  1997 will be considered .  Late responses will be handled in
  accordance with FAR 52.215-10.  Neither hand carried proposals
  nor facsimile responses will be accepted.  Firms responding
  to this advertisement are requested to submit only one copy
  of qualification statements.  The qualification statements
  should clearly indicate the office location where the work
  will be performed and the qualifications of the individuals
  anticipated to work on the contract and their geographical
  location.--This proposed contract is being solicited on an
  unrestricted basis, therefore, replies to this notice are requested
  from all business concerns.--The small business size standard
  classification is SIC 8711 ($2,500,000).--This is not a request
  for proposals.  Inquiries concerning this project should mention
  location and contract number.  See Note 24.  
LINK http://cbdnet.access.gpo.gov/cgi-bin/cbdsubmit.cgi
LINKDESC: 
EMAIL mackbl@efdlant.navfac.navy.mil
EMAILDESC: 
CITE: (W-347 SN011187)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Department Of The Navy, Naval Facilities Engineering
  Command, Commander, Atlantic Division, Contracts Office, Code
  02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699
SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR GEOTECHNICAL ENGINEERING
  SERVICES AT VARIOUS ACTIVITIES LOCATED WITHIN THE ATLANTIC
  DIVISION, NAVAL FACILITIES ENGINEERING COMMAND
SOL N62470-97-R-3002
DUE 012097
POC Point of Contact - Bayla Mack, 757-322-8271 - Dean Koepp,
  Head, Contract Support Branch, 757-322-8270
DESC: Architect-Engineer or Engineering Services are required
  for subsurface investigation, field and laboratory material
  testing and evaluation, geotechnical/foundation analysis including
  monitoring, sampling and analysis of soil and groundwater for
  environmental contamination, various tests on construction
  and building materials.  Field investigation will require locating
  borings, securing utility checks with appropriate equipment,
  and arranging for security clearance for drillers and all equipment.
   Incidental monitoring, sampling and analysis of soil and groundwater
  for environmental contamination shall include, but not be limited
  to:  providing capability to monitor boreholes for combustible
  gas or petroleum vapors at sites of potentially contaminated
  soil material and/or groundwater, and providing labor, equipment
  and protection measures (EPA Levels C and D) for performing
  subsurface investigations.  Services shall also include providing
  soils and environmental personnel (technical and professional)
  at field and laboratory locations to perform or evaluate subsurface
  investigation, testing or inspection for subsequent design
  or construction.  Services shall include a complete written
  report containing the results of investigation/testing performed,
  discussion of sampling procedures and site conditions influencing
  investigation/testing, and recommendations based upon interpretation
  of test results.  Completed boring logs and laboratory test
  results shall also be provided on 3 1/2" disks in an AUTOCAD
  compatible format (either .DFX or .DWG).  Geographic area of
  the work shall be primarily Virginia, North Carolina, and West
  Virginia, but shall include other various activities within
  the Continental United States, the Caribbean and Europe.  Required
  services will include mobilization to locations using transportation
  not provided by the U. S. Government.  The A&E must demonstrate
  his and each key consultant's qualifications with respect to
  the published evaluation factors for all services.  Evaluation
  factors (1) through (5) are of equal importance; factors (6)
  and (7) are of lesser importance and will be used as "tie-breakers"
  among technically equal firms.  Specific evaluation factors
  include:  (1) Specialized Experience - Firms will be evaluated
  in terms of:  (a) their past experience with regard to geotechnical
  and environmental investigations, testing and analysis; and
  (b) knowledge of local codes, laws, permits and construction
  materials and practices of the contract area (greater weight
  will be given to the States of Virginia, North Carolina and
  West Virginia); (2) Professional qualifications and technical
  competence in the type of work required:  Firms will be evaluated
  in terms of the design staff's:  (a) active professional registration
  including registration in Puerto Rico either within the firm
  of via consultant for projects in Puerto Rico; (b) experience
  (with present and other firms) and roles of staff members specific
  to geotechnical and environmental investigations, testing and
  analysis; (c) capability to provide qualified backup staffing
  for key personnel to ensure continuity of services and ability
  to surge to meet unexpected project demands; and (d) organization
  and office management as evidenced by management approach (management
  plan for this contract), and personnel roles in organization
  - Individual and joint venture qualifications should be identified
  with particular emphasis on credentials of the firm's proposed
  point of contact for the Government requested services.  Identify
  professional qualifications and experience of the geotechnical
  and environmental professionals to be used for analysis and
  report preparation.  Identify in-house and consultants' capabilities
  for providing environmental monitoring, sampling, material
  testing, soil borings and foundation analysis.  Identify ability
  of the firm to mobilize to the location of required services
  (specify in response capabilities of the firm to provide air
  or ship transportation), to provide scoping of underground
  utilities prior to drilling, and to obtain supplies of required
  boring and monitoring well installation at remote locations
  of work; (3) Ability to perform the work within the firm's
  permanent staff, projected workload during the anticipated
  contract period and the firm's history of successfully completing
  projects in compliance with performance schedules in general.
   Provide specific experience and related timeframes to accomplish
  similar services.  Identify ability to complete an emergency
  work order of $20,000 or less within 10 working days.  If consultants
  are involved, address history of working relationships; (4)
  Past Performance - Firms will be evaluated in terms of:  (a)
  Past performance on contracts with Government agencies and
  private industry in terms of type of work, quality of work,
  compliance with performance schedules; and (b) demonstrated
  long term business relationships and repeat business with Government
  and private customers, and performance awards/letters of recommendations
  received; (5) Quality Control Program - Firms will be evaluated
  on the acceptability of their internal quality control program
  used to ensure a technical accurate product; (6) Firm location
  and knowledge of the locality of the contract (provided that
  application of this criterion leaves an appropriate number
  of qualified firms, given the nature and size of the contract);
  and (7) Volume of Work - Firms will be evaluated in terms of
  work previously awarded to the firm by DOD with the objective
  of affecting an equitable distribution of DOD A&E contracts
  among qualified A&E firms, including small and small disadvantaged
  business firms and firms that have not had prior DOD contracts.
   The contract requires that the selected firm have an on-line
  access to E-mail via the internet for routine exchange of correspondence.
   The duration of the contract will be for one (1) year from
  the date of an initial contract award.  The proposed contract
  includes two (2) one (1) year Government options for the same
  basic professional skills.  The total A&E fee that may be paid
  under this contract will not exceed $500,000; however, the
  yearly maximum may total up to $250,000.  No other general
  notification to firms for other similar projects performed
  under this contract will be made.  Type of contract:  Firm
  Fixed Price Indefinite Quantity Contract.  Estimated start
  date is April 1997.--Architect-Engineer firms which meet the
  requirements described in this announcement are invited to
  submit completed Standard Forms (SF) 254 (unless already on
  file) and 255, U. S. Government Architect-Engineer Qualifications,
  to the office shown above.  In Block 10 of the SF 255, discuss
  why the firm is especially qualified based upon synopsized
  evaluation factors; and provide evidence that your firm is
  permitted by law to practice the professions of architecture
  or engineering, i.e., State registration number.  For selection
  evaluation factor (1), 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".  Use Block 10 of the SF 255 to provide any
  additional information desired and continue Block 10 narrative
  discussion on plain bond paper.  All information must be included
  within the SF 255.  Provide a synopsis of the scope of work,
  point of contact and telephone number for each project listed
  in SF 255 Block 8.  Firms having a current SF 254 on file with
  this office and those responding by 4:00 p.m. EST, __ January
  1997 will be considered .  Late responses will be handled in
  accordance with FAR 52.215-10.  Neither hand carried proposals
  nor facsimile responses will be accepted.  Firms responding
  to this advertisement are requested to submit only one copy
  of qualification statements.  The qualification statements
  should clearly indicate the office location where the work
  will be performed and the qualifications of the individuals
  anticipated to work on the contract and their geographical
  location.--This proposed contract is being solicited on an
  unrestricted basis, therefore, replies to this notice are requested
  from all business concerns.--The small business size standard
  classification is SIC 8711 ($2,500,000).--This is not a request
  for proposals.  Inquiries concerning this project should mention
  location and contract number.  See Note 24.  
LINK http://cbdnet.access.gpo.gov/cgi-bin/cbdsubmit.cgi
LINKDESC: 
EMAIL mackbl@efdlant.navfac.navy.mil
EMAILDESC: 
CITE: (W-347 SN011192)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: GSA, PBS, Contracts Division (WPP),7th & D Streets, SW,RM
  2634,Washington,DC 20407
SUBJECT: C-MINOR ARCHITECTURAL DESIGN WITH HISTORIC
SOL GS-11P-97-EGD-0001
DUE 011697
POC Contact,Kimberly A. Johnson,202/708-7765,Contracting Officer,Clarie
  J. Cash well,202/708-8062
DESC: Supplemental Architect-Engineer contract for performance
  of minor architect ural/structural design services with historic
  impact, utilizing metrics, in conn ection with construction
  projects, for the National Capital Region (NCR), Solici tation
  Number GS11P97EGD0001.  The nature of the professional services
  which the A-E shall provide under this contract include architectural,
  historic preservat ion architecture, structural, civil, mechanical/electrical,
  elevators, cost esti mating, fire and life safety, asbestos
  removal design, handicapped facilities, l andscape/site improvement
  studies as appropriate to design, engineering surveys/ reports,
  certified roofing consultants, feasibility studies, space planning/inte
  rior design, and the like. Services may include provision of
  preparation of repo rts, preparation of contract documents
  including design, provision of post const ruction contract
  award services (PCCS), review of shop drawings, and may also
  re quire construction inspection services.  Additionally, architectural/structural
  emergency surveys may be required under this contract.  All
  services will be pro cured through the issuance of work orders.
   Duration of the contract shall be on e (1) base period and
  three (3) option periods, not to exceed $750,000 per perio
  d, for an aggregate dollar value of $3,000,000 over a period
  of approximately fo ur (4) years.  More than one contract will
  be awarded as a result of this solici tation.  Consideration
  for this procurement is limited to firms or joint venture s
  (either with consultants) located within Maryland, Virginia,
  or the District o f Columbia demonstrating the capability to
  coordinate the required services in t heir own active production
  offices located in the NCR.  Firms not currently loca ted within
  a 50-mile radius of the Washington Metorpolitan Area (NCR)
  must estab lish a local active production office within 30
  days after contract award.  The NCR includes the following:
   the District of Columbia, Montogmery and Prince Geo rges counties
  in Maryland, the cities of Alexandria, Falls Church, and Fairfax
  i n Virginia, and the counties of Arlington, Fairfax, Prince
  William, and Loudoun in Virginia.  Travel will not be paid
  for projects in the NCR.  The evaluation c riteria for selection
  are as follows:  I.  PROFESSIONAL QUALIFICATIONS (35%):  A
  .  Relevant key individual experience and professional qualifications.
   B.  Team experience and accomplishments on similar renovation
  projects that represented major interest in historic preservation.
   C.  Background and references (persona l and professional),
  including resumes of team members.  II.  CAPABILITIES OF FI
  RM (25%):  A.  Sufficiency of staff and technical resources
  available, not commi tted to other contracts, to undertake
  this contract.  B.  Location of firm and k nowledge of the
  locality of the project.  III.  SPECIALIZED EXPERIENCE AND
  TECHN ICAL COMPETENCE (20%): A.  Suitability of the firm's
  previous concentration to t he type of work required herein.
   B.  Based on specific examples shown, does the firm provide
  a well organized, accurate, and fully coordinated set of contract
  documents, and show examples of completed projects specially
  accomplished in arc hitectural/historical preservation design?
   C. Firm produces drawings in CADD an d uses Metric units of
  measure.  IV. PAST PERFORMANCE (20%):  A. Does the firm p rovide
  specific data which exhibits cost control throughout the design
  process v ersus actual construction cost for projects completed
  in the past five years? B. Suitability of the firm's past performance
  in contracts with government agenci es.  Programming and compliance
  with performance schedules:  Does the firm convi ncingly demonstrate,
  through specific project examples and supporting data, comm
  itment to on-time completion of projects?  C.  Is client feedback
  provided (refe rences cited) which verifies that previous clients
  are satisfied with the firm's overall performance?  Each A-E
  will be required to provide at least two (2) but no more than
  three (3) project examples similar in nature to the proposed
  proje ct and bound in 8 1/2" x 11" format, as part of their
  proposal, including drawin gs, specifications, final cost estimate,
  and summary of project scope/objectives , and name, address,
  and telephone numbers of client contacts.  Firms having the
  capabilities to preform the services described in this announcement
  are invited to respond by submitting completed SF 254s (for
  firm, joint ventures, and consu ltants) which must not be dated
  more than six (6) months before the date of this synopsis,
  and an SF 255, along with a letter of interest identifying
  the projec t by solicitation number.  Each SF 255 shall include
  partial project examples as similar in nature to the tentative
  project as possible, bound in 8 1/2" x 11" f ormat.  Also include
  in Block 10 as the last entry the following certification:
  "I hereby certify the firm (or joint venture) and consultants
  listed for this p roject meet the geographic limitations stated
  in the CBD announcement for this s olicitation," or a statement
  certifying establishment of a local office within 3 0 days
  after award.  This procurement is being set aside for small
  business conc erns only.  Submissions shall be made to: General
  Services Administration, 7th & D Streets, SW, Bid Room 1701,
  Washington, DC  20407 by 3:30 p.m. local time.  T he following
  must be on the outside of the envelope:  1) Solicitation number,
  2) Due date, and 3) Closing time.  Late submissions are subject
  to FAR provision 5 2.215-10.  This is not a request for proposals.
CITE: (I-347 SN011819)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: C1, 14, F210, OIC of NAVFAC Contracts, 1 Simonpietri
  Dr., NETC Newport, RI 02840
SUBJECT: C -- A/E SERVICES FOR VARIOUS ARCHITECTURAL EXTERIOR
  REPAIR PROJECTS AT THE NAVAL COMPLEX, NEWPORT, RI
SOL N62472-96-D-6978
DUE 012297
POC Mrs. Beverly Dutra, Contract Specialist, 401-841-2544.
DESC: This acquistion is restricted to small business - set aside.
  The SIC code is 8711 and the size standard is $2,500,000. Architectural
  and Engineering Services are required for the preparation of
  plans, specifications, cost estimates and/or conduct of surveys
  and preparation of reports for a variety of general architectural
  projects at the Naval Complex, Newport, Rhode Island, each
  of which will require a broad range of expertise, especially
  in the area of building modification, renovation and conversion.
  Also included may be checking of shop drawings, preparation
  of "as-built" drawings and consultation during construction.
  There may be asbestos, lead or toxic waste connected with projects
  that may be included in this contract. A/E firms responding
  to the announcement will be evaluated on the above requirements
  based upon the following criteria in relative order of importance.
  a) Specialized experience and capabilities in a broad range
  of architectural work, particularly renovations. b) Professional
  qualifications of staff to be assigned, including all consultants
  that may be required, with special emphasis of field personnel
  to be utilized. c) Location of firm in the general geographic
  area of the projects, provided there is an appropriate number
  of qualified firms therein for consideration. d) Familiarity
  with Federal and State laws as to the removal and disposal
  of asbestos, lead and other contaminants. e) Cost control effectiveness.
  f) Volume of work previously awarded to the firm by the Department
  of Defense. Engineering firms which meet requirements described
  in this announcement are invited to submit a completed Standard
  Form 254 Architect-Engineer and Related Service Questionnaire
  and Standard Form 255, Architect-Engineer and Related Service
  Questionnaire for Specific Project, to ROICC, NAVFAC Contracts,
  NETC, Building 1, Simonpietri Dr., Newport, RI 02841-1712.
  Firms Responding to this Announcement by 22 Jan 1997 will be
  considered. Services will be required within one year of the
  date of contract award under the basic contract. There will
  be an option to extend the contract an additional year. The
  Government reserves the right to exercise the option to this
  contract. A minimum fee of $5,000 is guaranteed under the basic
  contract and under the option year. Subject to necessary changes,
  the total A/E fee that may be paid under this contract will
  not exceed $500,000 for the basic contract and will not exceed
  $500,000 for the option year. This Is Not A Request For Proposal
  N62472-96-D-6978.
CITE: (I-348 SN011953)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: ACQUISITION & MATERIEL MANAGEMENT (90C), VA MEDICAL CENTER,
  1900 E MAIN ST, DANVILLE, IL 61832
SUBJECT: C -- A/E SERVICES TO PROVIDE PRELIMINARY ENGINEERING
  DESIGN ANALYSIS AND 100% COMPLETE DESIGN TO UPGRADE THE HVAC
  SYSTEM IN BLDG. 98 AS INDICATED AT THE VA MEDICAL CENTER, DANVILLE,
  ILLINOIS
SOL 550-4-97
DUE 011697
POC Kathy Thoma, Chief, Purchasing & Contracting, (217)-431-6535
DESC: Seeking an architectural/engineering firm to provide a
  preliminary engineering design analysis and 100% complete design
  plus construction period services to Upgrade the HVAC system
  in Bldg. 98. The A/E firm must have extensive experience in
  the design of: HVAC systems for a hospital setting, including
  the ability to address the special concerns associated with:
  storage of pharmaceuticals, lab specimens, and other sensitive
  chemicals, comfort of patients in various stages of care and
  other issues in an ambulatory care facility. Modification and
  optimal utilization of existing building service equipment
  such as air handling units, chillers, etc. The avoidance/abatement
  of asbestos-containing materials and lead-based paint. The
  geographical limitation for consideration is within a 150 mile
  radius of the VA Medical Center, 1900 E. Main St., Danville,
  Illinois. A/E firms interested in submitting their SF 254's
  and SF 255's must submit them by close of business January
  16, 1997. This is a small business set aside procurement. Only
  those firms within FAR limitations designated as small business
  may apply. The standard industrial classification code for
  this procurement is 8711. FAR small business size standards
  for this procurement are $2.5 million average annual receipts
  for the preceding three (3) years.
CITE: (I-348 SN012095)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: VA Medical Center, 3601 S. 6th Avenue, Tucson, AZ 85723
SUBJECT: C -- ADD CHILLER, BLDG 40
SOL N/A
DUE 011797
POC Pam Hayes, 520-629-4611
DESC: Provide A/E services to complete design, construction documents,
  estimates, and limited construction period service for project
  678-97-102 "Add Chiller, Bldg 40". This project will add an
  additional chiller (500-600 ton) and supporting services and
  equipment (cooling tower, pumps, piping, electrical, controls,
  etc.) to the Medical Center's existing chilled water central
  plant (Bldg 40). A/E services will include an evaluation and
  study of the existing chilled water central plant and distribution
  system, as a whole, in an effort to identify existing problems
  and various alternatives for improvement of the overall energy
  and operational efficiency of the system. The results of this
  study will be used and implemented to some degree as a part
  of this project, but will also form the basis for other future
  central plant improvement projects. The estimated time frame
  for design is from February 1997 to June 1997 with construction
  award expected in August 1977. Estimated construction cost
  range is $250,000 to $500,000. The proposed construction contract
  shall be competitive bid (no restrictions). A/E selection criteria
  will include (in order of importance): 1) Recent specialized
  experience of the firm (including consultants) in the area
  of central plant chilled water design; 2) Professional qualifications
  of the staff to be assigned to this project. List only the
  team members who actually will perform major tasks under this
  project. Qualifications should reflect the individual's potential
  contributions to this project; 3) Past performance on projects
  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. Indicate
  firm's present workload and the availability of the project
  team (including consultants) for the specified contract performance
  period; 5) Location and availability in the general geographic
  area of the project and knowledge of the locality of the project.
  This project is set aside for Emerging Small Business. Standard
  Industrial Classification (SIC) Code is 8712 ($1.25 million).
  Those Architectural/Engineering firms with the requirements
  described in this announcement and which to be considered,
  must submit one copy each of a SF 254 and a SF 255 for the
  firm and an SF 254 for each consultant listed in block 6 of
  the firm's SF 255. One copy of SF 254/255 must be received
  before 4pm, on January 17, 1997. Send SF 254/255 to Pam Hayes,
  Contracting Officer (90C), VA Medical Center, 3601 S. Sixth
  Ave., Tucson, AZ 85723. Telegraphic and facsimiles will not
  be accepted. This acquisition is restricted to emerging small
  businesses under the Small Business Competitiveness Demonstration
  Program located with one-hundred (100) miles of the Tucson
  VA Medical Center.
CITE: (I-348 SN011927)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION,
  P.O. BOX 2711, LOS ANGELES CA 90053-2325
SUBJECT: C--CIVIL (GEOTECHNICAL/ENVIRONMENTAL) ENGINEERING FOR
  CIVIL WORKS PROJECTS.
SOL DACW09-97-R-0014
DUE 011597
POC Contact: A-E Contracting Branch, James W. Hogan, Jr. (213)
  452-3244 or Colleen Trickey, (213) 452-3246, Technical Information,
  Jeffrey Devine, (213) 452-3578. (Site Code DACW09)
DESC: 1. CONTRACT INFORMATION: Architect-Engineer Services (Brooks
  A-E Act, PL 92-582) for Indefinite Delivery Contracts with
  emphasis on Civil Engineering, including geotechnical and environmental
  disciplines for Civil Works and Hazardous and Toxic Waste rojects
  at various locations in the Los Angeles District (Southern
  California, Southern Nevada, Southwestern Utah and Arizona)
  (BLOCK 1 OF SF 255). The majority of the Work and services
  will be for civil works projects. However, there may be a smaller
  porton of the work and services for military projects.This
  announcement is open to all businesses, regardless of size.
  If a large business is selected for this contract, it must
  comply with FAR 52.219-9, regarding the requirement for a subcontracting
  plan on that part of the work it plans to subcontract. The
  subcontracting goals for this contract are that a minimum of
  60% of the contractor's intended subcontract amount wil be
  placed with small businesses (SB), including small disadvantaged
  businesses (SDB), 10%, and woman-owned businesses (WOB) 5.0%.
  The plan is not required with this submittal. There will be
  (2) indefinite delivery contracts for Architect- Engineer service.
  The top ranked firm will be awarded the first contract. There
  may be a delay, not to exceed twelve months, between the award
  of the first and second contracts. Ordinarily, task orders
  will be placed with the top ranked firm. However, a task order
  may be placed with the next ranked firm for the second contract,
  if the top ranked contractor does not have the capability to
  complete the task order in the rquired time period, or the
  top ranked contractor has performed unsatisfactorily on previous
  task order(s) under the awarded contract and/or significantly
  less work has been placed under the second contract. The General
  Requirements (Appendix A) are similarfor both contracts. Total
  cumulative amount of each is not to exceed $1,000,000.00. The
  contracts will include the option for extension for second
  and third years, with each optional year amount not to exceed
  $1,000,000.00. The government has the option to exercise contract
  options before the expiration of the base year period of preceding
  option year periods, if the contract amount for the base yearperiod
  or preceding option year periods has been exhausted or nearly
  exhausted. The estimated contract start date is March 97 for
  a period of 12 months (through March 98). Work is subject to
  availability of funds. Estimated construction cost is not applicale.
  2. PROJECT INFORMATION: The work and services shall primarily
  consist of engineering and design for coastal and inland flood
  control projects. Typical studies include field investigations,
  evaluations of data, seismic evaluation of large dams, development
  of seismic analyses parameters, Hazardous and Toxic Waste expertise,
  ground water modeling and rock slope stability.The firm(s)
  will have the capacity o perform vibracore drilling and sampling,
  geophysical testing and interpretations, geotechnical sampling
  and testing for hazardous wastes and materials and for coarse
  grained soils for large dams in highly active seismic environments.
  The firm selected fo this contract will be expected to submit
  a quality assurance plan and adhere to it during the work and
  services required under the delivery orders where applicable.
  In Block 10 of the SF 255 describe the firm's Design Quality
  Control Plan (DQCP), including Design Quality Assurance Plan
  (DQAP) of subcontractor(s). The plans must be prepared and
  approved by the Government as a condition of contract awad,
  but are not required with this submission. 3. SELECTION INFORMATION:
  The significant evaluation factors in order of relative importance
  are listed in FAR part 36. The selection criteria are listed
  below in the descending order of importance (first by maor
  criterion and then by each subcriterion). Criteria A through
  E are primary. Criteria F through H are secondary and will
  only be used as "tie-breakers" among technically equal firms.
  A. Professional qualifications: Personal qualified civil engineering
  with specialized qualifications that include recent knowledge
  and experience: (1) Geotechnical Engineering, to include civil
  engineers, geologists and soilsand materials engineers experienced
  in geotechnical engineering. (2) Environmental Engineering.
  Supporting disciplines will include: (1) Geology. (2) Chemistry.
  B. Specialized experience and technical competence in: (1)
  geology , (2) geotechnical engineerig, (3) ground water, (4)
  seismology, (5) rock mechanics, (6) geophysical exploration,
  (7) drilling, (8) trenching and material sampling, (9) chemistry
  for Hazardous and Toxic Waste and geochemistry. C. Capacity
  to accomplish the work in the required time and the availability
  of an adequate number of personnel in key disciplines. D. Past
  performance on DOD contracts and other contracts with respect
  to cos control, quality of work and compliance with performance
  schedules. E. Knowledge of the locality, such as geological
  features, climatic conditions, local material resources and
  local construction methods. F. Geographic proximity (physical
  location) of thefirm to the location of the project(s). G.
  Extent of participation of SB, SDB, historically black colleges
  and universities, and minority institutions in the proposed
  contract team, measured as a percentage of the estimated effort.
  H. Volume of DOD contracts awards in the last 12 months As
  described in Note 24. All firms that submit an Sf 255 shall
  be notified with a post card acknowledging receipt of thir
  response. The firms which are not recommended by the Pre-Selection
  Board to the Selection Board for the further consideration
  shall also be notified with a post card. The firms which are
  considered by the Selection Board, but are not ranked for negotiaton
  shall be notified with a post card. The firms which are ranked
  for negotiation but are not selected for an award shall be
  notified after award of the contract. The contract award shall
  be announced in the Commerce Business Daily. Consistent with
  the Department of Defense policy of effecting an equitable
  distribution of contracts among qualified Architect Engineer
  firms, including small disadvantaged ownd firms and firms that
  have not had prior DOD contracts (see Note 24), qualified small
  disadvantaged firms will receive consideration during selection
  and all other selection criteria evaluation being equal, small
  disadvantaged firm status or small disadvataged firm participation
  in a joint venture may become a determining factor for selection.
  Therefore, all offerors' submittal should specifically identify
  in the appropriate portions of the SF 255, all proposed small
  disadvantaged firm participation in the proposed activity to
  be accomplished by the contractor (See Note 24). The Los Angeles
  District and Minority Business Development Agency are working
  with lcal Business Development Centers (BDCs) to provide assistance
  to small Disadvantaged Business Concerns to participate in
  Government contracts. 4. SUBMISSION REQUIREMENTS: Interested
  A-E firms having capabilities for this work are invited to
  submit one (1) et of completed Standard Form (SF) 254 and 255,
  revised editions dated Nov 92, Architect-Engineer and Related
  Services Questionnaires for the prime and one (1) set SF 254
  only for each subcontractor/consultant, by addressing a transmittal
  letter to the office shown. Lengthy cover letters and generic
  corporation brochures, or other presentations (such as Binding
  of SF 254 and 255) beyond those sufficiet to present a complete
  and effective response are not desired. Phone calls and personal
  visits are discouraged. Response to this notice must be received
  within 30 calendar days from the date of issuance of this synopsis.
  If the 30th day is a weekend day o a Federal Holiday, the deadline
  is the close of business of the next business day. Include
  ACASS number in Block 3b. Call the ACASS Center at (503) 326-3459
  to obtain a number. No other general notification will be made
  of this work. Solicitation packages are not provided for A-E
  contracts. Firms desiring consideration shall submit appropriate
  data as in number note 24.
CITE: (I-348 SN011967)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Saint Lawrence Seaway Development Corporation, P.O. Box
  520, Massena, New York 13662-0520
SUBJECT: C--A/E SERVICES FOR RECONNAISSANCE, PLANNING, DESIGNING,
  PREPARING REPORTS, SPECIFICATIONS AND DRAWINGS AND PERIODIC
  ON-SITE INSPECTIONS OF CONSTRUCTION WORK IN PROGRESS
SOL DTSL55-97-N-C0287
POC Linda M. Harding, (315) 764-3244/Contracting Officer, Linda
  M. Harding, (315) 764-3244.
DESC: The Saint Lawrence Seaway Development Corporation (Corporation)
  plans to award two (2) indefinite delivery, multidiscipline
  Architect Engineer (A/E) contracts, each for one (1) year,
  with options to extend them for up to four (4) additional one
  (1) year periods. The total combined contract for both firms
  for the first year shall not exceed $50,000.00. Work may consist
  of reconnaissance, planning, designing, preparing reports,
  specifications and drawings (AutoCad compatible and provided
  in required format and sizes), and periodic on-site inspections
  of construction work in progress. Work may include studies,
  capital improvement projects and maintenance projects. The
   work will be concentrated at the Corporation's facilities
  in Massena, New York, primarily at Eisenhower and Snell Locks.
  The selected firms must be located within a one hundred fifty
  (150) mile radius of Massena, NY, and must have architectural
  and engineering capabilities through their staffs or through
  the use of consultants which include expertise and experience
  in the following disciplines: Civil, Mechanical, Environmental,
  Structural, Electrical, Geotechnical, Sanitary, Fire Protection,
  Architectural and Surveying. After award, task orders will
  be given to an A/E firm based on any or all of the following
  criteria: availability/workload, specialized  experience, project
  requirements and cost. Firms qualified to provide the services
  described in this announcement and submitting Standard Forms
  254 and 255, by C.O.B. 4:30 p.m. on the 30th day after the
  date of this publication will be considered, subject to any
  limitations indicated with respect to size and geographic location
  of firm, specialized technical expertise or other requirements
  listed. Following an evaluation of the qualifications and performance
  data submitted, the two firms considered to be the most highly
  qualified to provide the type of services required will be
  awarded contracts. The Corporation shall evaluate each potential
  contractor in terms of its--(1)  Professional qualifications
  necessary for satisfactory performance of required services;
  (2) Specialized experience and technical competence in the
  type of work required; (3) Capacity to accomplish the work
  in the required time; (4) Past performance on contracts with
  Government agencies and private industry in terms of cost control,
  quality of work, and compliance with performance schedules;
  (5) Location in the general geographic area of the project
  and knowledge of the locality of the project; (6) Demonstrated
  success in prescribing the use of recovered materials and achieving
  waste reduction and energy efficiency in facility design; and,
  (7) Acceptability under other  appropriate evaluation criteria.
  This is not a Request for Proposals. This is issued in accordance
  with the ``Small Business Competitiveness Demonstration Program''.
  The Standard Industrial Classification (SIC) Code is 8711.
  All responsible sources may respond.
CITE: (M-348 SN011983)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: U.S.Department of Energy, Document Control Specialist,
  P.O. Box 2500, Washington, DC 20013
SUBJECT: D -- INTERLATA TELECOMMUNICATION SERVICES FOR THE DEPARTMENT
  OF ENERGY
SOL DE-AC01-97AD33333
DUE 020397
POC Jody Naleppa, Contract Specialist, 202-634-4578 David Tyma,
  Contracting Officer, 202-634-4574.
DESC: The U.S. Department of Energy intends to award a sole-source
  contract (DE-AC01-97AD33333) to Bell Atlantic for a continuation
  of (but not limited to), Intra LATA telecommunications services
  for the Department in the Washington D.C. LATA, No. 236. The
  LATA includes Washington, D.C. and portions of Maryland and
  Virginia. The services with the local Bell Atlantic tariffs
  covering Intra LATA services and include Centrex Service (other
  than GSA) for 730 Jackson Place N.W., Washington, D.C., Centrex
  Service Billing, Direct-In-Dial (DID) service, Direct-Out-Dial
  Service, DID Telephone number blocks (586,287,903 which cannot
  be changed),Business Telephone Service, Foreign Exchange Service,
  DS1 Facilities, Switched Megabite Data Service, Digital Data
  Service, Voice Grade off-premise PBX extension, Broadcast video
  services, directory assistance and operator service, telephone
  features (call hold, call waiting, call forwarding), Long distance
  and Intra Lata call access. The proposed contract is for supplies
  or services for which the Government intends to solicit and
  negotiate with only one source under Authority of FAR 6.302.
  This is a notice of intent. It is not a request for competitive
  proposals. Interested parties may identify their interest and
  capability. All proposals received within 30 days after date
  of publication of the synopsis will be considered by the Government.
  A determination by the Government not to compete this proposed
  contract based upon responses to this notice is solely within
  the discretion of the Government. Information received will
  normally be considered solely for the purpose of determining
  whether to conduct a competitive procurement See Numbered Note(s):
  22.
CITE: (I-348 SN011915)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Office of Naval Intelligence, 4251 Suitland Rd., Washington,
  D.C. 20395-5720
SUBJECT: D -- AUTOMATIC DATA PROCESSING AND TELECOMMUNICATION
  SERVICE
SOL N00015970003
POC Patty Mason, Purchasing Agent, (301)669-4044.
DESC: The Office of Naval Intelligence intends to solicit with
  TRW Systems Integration Group for a software maintenance contract
  of the PANDORA Digital Acoustic Signal Processing System under
  the authority of FAR 6.302. Maintenance to include: 1)Emergency
  calls (including travel and labor) 2)Identifying problems;
  and 3)Evaluate cost to repair the problems. This notice of
  intent is not a request for competitive proposals since TRW
  is the orginal designer of the PANDORA Digital Acoustic Signal
  Processing System and has the knowledge, historical background
  and the experienced personnel to complete the maintenance.
  The estimated cost is less than $100,000.00. Estimated start
  date is 01Jan97 - 30Sep97.
CITE: (I-348 SN011918)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: US Department of Commerce/National Oceanic and Atmospheric
  Administration (NOAA), PGAS, Procurement Operations Division,
  1325 East West Highway, Station 4301, Silver Spring, MD  20910-3283
SUBJECT: D -- INSTALLATION OF VOICE AND DATA CABLING SYSTEMS
  AND VOICE MAIL REARRANGEMENT IN SUPPORT OF NOAA CONSOLIDATION
  EFFORT.
SOL 7-Q-09015
POC Pat Swailes, Contract Specialist and Diane C. Husereau, Contracting
  Officer, (301) 713-0829
DESC: US Department of Commerce/National Oceanic and Atmospheric
  Administration (NOAA), Acquisition Management Division, 1325
  East West Highway, Station 4301, Silver Spring, MD  20910-3283
   D -- INSTALLATION OF VOICE AND DATA CABLING SYSTEMS AND VOICE
  MAIL REALIGNMENT IN SUPPORT OF NOAA CONSOLIDATION EFFORT. 
  SOL 7-Q-09015 POC Pat Swailes, Contract Specialist and Diane
  C. Husereau, Contracting Officer (301) 713-0829. NOAA requires
  contractor support for voice mail realignment, installation
  of voice and datacabling systems.  This work may include de-cabling,
  re-cabling and installation of new cables asrequired by the
  rearrangement of system furniture and construction of new areas.
   De-cabling isto be accomplished prior to the dismantling of
  Herman Miller System Furniture.  Re-cabling may begin as soon
  as the system furniture reconfiguration is completed in a specific
  area; and must beaccomplished prior to five business days from
  the completion of the system furniture rearrangement.  New
  cable installations will have the same scheduling requirement
  as reinstalledcabling.  New cabling will be required if the
  existing cabling is not suitable.  Work will alsoinclude making
  realignments to Legend Telephone Systems, AT&T voice mail and
  AVA voice mail.  Offeror must demonstrate its ability to perform
  in all areas defined in the statement of work.  Responses to
  the RFQ will be evaluated on a "best value" basis.  Offeror
  will be evaluated based on past performance in areas specified
  in the statement of work which includes installation of voice
  and data cabling systems, voice mail realignment and the ability
  to staff tasks (up to 10 nstallers for specified tasks including
  acquiring materials within a 5-business days notice) which
  are critical factors.  Request for Quotations can be attained
  by written request to the contact person listed above or requests
  may be faxed to (301) 713-0808, ATTN: Pat Swailes. Quotations
  are due January 6, 1997. This acquisition is being accomplished
  via Simplified Acquisition Procedures which means award will
  be less than $100,000.-----------------------------------------------------------------
  The actual published form will appear different due to the
  type-setting process used to create the publication. Other
  modifications to the style may be made at the publisher's discretion.
CITE: (I-348 SN011980)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: D --ICBM
SOL F42650-97-T-6372
DUE 012297
POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional
   information contact Paulette Crowell/Pkosc/[801]777-9506
DESC: Software maintenance for the ICBM weapons system. Period
  of  performance: Award thru Sep 30 97 Destn: Hill AFB UT 84056
  Cadence is the manufacturer of the software and therefore is
  the only source who can provide the maintenance which is used
  in support of the ICBM weapon system. The approximate issue/response
  date will be 02 Jan 97. The anticipated award date will be
  22 Jan 97. Written procedure will be used for this solicitation.
  To: Candence, San Jose CA 95134. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. It
  is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Request for
  copies of solicitations must reference the entire solicitation
  number, including purchasing office identification number.
  To expedite your request, limit the number of individual solicitation
  numbers requested per letter to not more than 10. Don't request
  information on this requirement until after the issue date.
  An Ombudsman has been appointed to hear concerns from offerors
  or potential offerors during the proposal development phase
  of this acquisition. The purpose of the Ombudsman is not to
  diminish the authority of the program director or contracting
  officer, but to communicate contractor, concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to the source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call Jack S. Jones if your
  concerns are not satisfied by the contracting officer (801)777-6991.
CITE: (I-348 SN012038)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: D --SOFTWARE LICENSE/MAINTENANCE
SOL F04606-97-R-17022
DUE 020397
POC For copy, Ferguson.2af/Pklxa/[916]643-5697, For additional
   information contact Ferguson.2af/Pklxa/[916]643-5697
DESC: Software License/Maintenance for 5799-EED RTX for a period
  of 12  months (1 Oct 96-30 Sep 97). CPU location is Falcon
  AFB, CO. FAX REQUESTS TO JAN FERGUSON, 916-643-2021 The approximate
  issue/response date will be 02 Jan 97. To: Ibm Corp, Bethesda
  Md 20817 0000. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. See Note (s) 22.
CITE: (I-348 SN012040)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: D --SOFTWARE MAINTENANCE/SUBSCRIPTION
SOL F04606-97-R-17023
DUE 020397
POC For copy, Ferguson.2af/Pklxa/[916]643-5697, For additional
   information contact Ferguson.2af/Pklxa/[916]643-5697
DESC: Software Maintenance/Subscription Service for IBM ES 9121-570,
   IBM ES/9121-570, IBM 4381/Q24, IBM ES9121-260 (misc. product
  names) for period (1 Oct 96-30 Sep 97). Fax requests to Jan
  Ferguson, 916-643-2021. The approximate issue/response date
  will be 02 Jan 97. The anticipated award date will be 03 Mar
  97. Written procedure will be used for this solicitation. To:
  Computer Associates Intl Inc, Reston Va 22090 3231. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 22.
CITE: (I-348 SN012041)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: U.S. Property & Fiscal Office, DE, Grier Bldg, Contracting
  Office, 1161 River Road, New Castle, DE 19720-5199
SUBJECT: D--MAINTENANCE OF AUTOMATED DATA PROCESSING EQUIPMENT
  FOR THE DELAWARE ARMY NATIONAL GUARD
SOL DAHA07-97-R-0002
DUE 031297
POC Contact Mary Brewin 302/326-7358 or Diane Chappius 302/326-7356
DESC: The description of the proposed maintenance will consist
  of but not limited to provide provide services for annual maintenance
  agreement for the following types of automated data procesing
  systems and related equipment:  two UNISYS 5000/80 Systems
  with 68040 CPU and all associated equipment.  The Standard
  Industrial Code (SIC) is 7378.  This solicitation is unrestricted
  and open to all responsive and responsible sources.  This contract
  will be for a base period of twelve months to include Options.
   The anticipated award date will be the first week in April
  1997.  The date for issuing the Request for proposal (RFP)
  is 15 days from the publishing date of this CBD announcement
  on or about January 16, 1997.  Please send a written request
  to USPFO-DE, Contracting Officer, 1161 River road, New Castle,
  DE 19720-5199 in order to receive a request for proposal package.
   There will be no charge and only one proposal package per
  firm will be issued.  The estimated performance period will
  run for a period of twelve months (12) months beginning on
  or about April 4, 1997 through April 4, 1998.  The cumulative
  estimated amount for this maintenance service is between $25,000
  and $100,000. 
EMAIL P&Cde@de-ngnet.ngb.army.mil
EMAILDESC: 
CITE: (W-348 SN011895)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: U.S. Army Construction Engineering Research Lab. (USACERL),
  Attn: Contracts Office, P. O. Box 9005, Champaign, IL 61826-9005
SUBJECT: F--FACTORS AFFECTING ADVANCED OXIDATION PROCESSES: 
  ACETALDEHYDE IN PROPELLANT WASTEWATER TREATMENT AND PHOTOLYSIS
  SYNERGISM IN TNT/RDX
SOL DACA88-97-Q-0054
DUE 011797
POC Ms. Diane Biggs, Purchasing AGent, (217) 352-6511, ext. 7575;
  or Mr. Wayne Kurokawa, Contracting Officer, (217) 373-6748.
DESC: USACERL requires expansion of an existing mechanistic model
  to incorporate the effects of a major by-products and synergistic
  action in the mechanistic model of ADVOX treatment of nitro-aromatics
  and nitramines.  Period of service will be no later than 31
  August 1997.  The proposed procurement will be on a sole-source
  basis.  The Contracts Office intends to negotiate a firm  fixed-price
  contract with Illinois State Water Survey.  Services to be
  provided will be accomplished through a simplified acquisition
  procedure.  Request for Quotation (RFQ No. DACA88-97-Q-0054)
  will be issued on or about 30 December 1996 with the closing
  date on or about 15 January 1997.  Requests for copies of the
  RFQ shall be made in writing and addressed to USACERL, ATTN:
   Contracts Office, P.O. Box 9005, Champaign, IL 61826-9005.
   There will be no telephone requests accepted.  Requests for
  this RFQ may be submitted via facsimile at (217) 373-6774.
LINK http://www.cecer.army.mil/contracting.html
LINKDESC: 
EMAIL w-kurokawa@cecer.army.mil
EMAILDESC: 
  e-mail
CITE: (W-348 SN012089)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: 28th Contracting Squadron, 2704 George Drive, Suite 1,
  Ellsworth AFB, SD 57706-4910
SUBJECT: J-REBUILD EIGHT JP-8 FUEL PUMPS
SOL F39601-97-R0066
DUE 123196
POC SrA Rankin or A1C Williams (605)385-1732 or fax (605)385-1731
DESC: Non-personal services to rebuild eight JP-8 refueling pumps
  in the C.A.S.S. hydrant refueling system to original manufacturer's
  specifications.  It is critical that only original replacement
  parts are used with machining to factory specifications.  Work
  is to include replacements of mechanical seals, all bearings,
  and any defective parts.  Pumps are used for pumping JP-8 and
  must be rebuilt to original manufacturer's specifications.
   Pumps must be re-machined.  Initially 3 pumps will be furnished
  and shipped to company for rebuilding and repair.  After 3
  pumps are rebuilt and returned to the government, the government
  will then ship 2 more more pumps.  Once these 2 pumps are completed
  and returned, the government will ship out 1 pump.  Upon completion
  and return of the 1 pump to the government, the government
  will determine the need for the remaining 2 pumps to be rebuilt.
   If the government needs the the last 2 pumps rebuilt, the
  government will ship them out at that time.  
EMAIL rankins@cons28.ellsworth.af.mil
EMAILDESC: 
CITE: (W-347 SN011772)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 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 REPAIR OF THE USCGC JARVIS (WHEC 725)
SOL DTCG85-97-R-625L76
DUE 013197
POC Contracting Officer Myrna O. Takakuwa (808) 541-2424
DESC: Dockside repair of the USCGC JARVIS (WHEC 725) at homeport
  at Sand Island, Honolulu, Hawaii is scheduled for 7 July through
  22 August 1997.  Major work items include Allied D5000CT single
  point davit overhaul, anchor windlass overhaul, reduction gear
  inspection, electric brake overhaul, warping capstan overhaul,
  electric motor overhaul, evaporator overhaul, fuel oil purifier
  overhaul, ammunition hoist inspection, padeye test, vent ducting
  cleaning, fire pump renewal, turbine inlet screen renewal,
  expansion joint renewal, firemain valve overhaul, watertight
  fitting renewals, boiler casing insulation renewal, vent duct
  mod, and vent fan overhaul.  Work must be completed no later
  than 22 August 1997.  Solicitation is pursuant to the Small
  Business Competitive Demonstration Program and is scheduled
  for release 2 January 1997.  All responsible sources may submit
  offers which shall be considered by the agency.
LINK n/a
LINKDESC: 
EMAIL Myrna Takakuwa/mlcpac@internet.uscg.mil
EMAILDESC: 
  Officer
CITE: (W-347 SN011776)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: HU25 Contract Section, USCG Aircraft Repair & Supply
  Center, Elizabeth City, NC  27909-5001
SUBJECT: J--REWORK OF NOSE COWLING FOR THE HU25 AIRCRAFT
SOL DTCG38-97-R-100003
DUE 021597
POC Contact Ms. Linda D. Hutzler, Purchasing Agent, 919-335-6496/Mrs.
  Joyce Hudson, Contracting Officer, 919-335-6142
DESC: Rework of 10 each Nose Cowlings, NSN 1560-01-107-3460,
  P/N 553-0170-3 for the Coast Guard HU25 aircraft.  Delivery
  to ARSC, Elizabeth City, NC, is desired within 60 days and
  required within 90 days after receipt of material.  This will
  be a contract for the rework of these 10 items and will be
  completed within the 90 days after receipt of material.  The
  Coast Guard intends to solicit and negotiate a firm fixed price
  contract on a sole source basis with Metal Air Service in accordance
  with FAR 6.302-1.  Technical data is not owned nor available
  from the Coast Guard.  The standard industrial classification
  (SIC) code for this acquisition is 3728. Request for solicitation
  must be in writing.  Telephone requests will not be honored.
   All responsible sources may submit a proposal which shall
  be considered by the agency.  NOTICE:  For Minority, Women-Owned
  and Disadvantaged Business Enterprise:  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 it $500,000.  For further information
  and applicable forms concerning the STLP, please call the ASDBU
  at 800-532-1169.  See Notes 22 and 26.
CITE: (I-348 SN011851)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: USDA, Forest Service, Kootenai National Forest, 506 U.S.
  Highway 2 West, Libby, Montana, 59923
SUBJECT: J--VEHICLE REPAIRS AND SERVICE
SOL RFQ 14-97-017
DUE 011497
POC Contracting, (406) 293-6211, Ext. 2223
DESC: Quotes are being solicited from businesses within a ten
  (10) mile radius of the city of Libby, Montana for mechanical
  repairs and service on Forest Service vehicles for 1997, with
  an option to extend for one additional year. Estimated start
  work date is January 15, 1997. All responsible sources may
  submit a quote which will be considered. See numbered notes
  1 and 26.
CITE: (I-348 SN011920)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO
SUBJECT: J -- MAINTENANCE AND OVERHAUL OF CONTROLLER, DE-ICER
SOL DAAJ09-96-R-0617
DUE 022897
POC Mary Lou Stamme, Contracting Officer, AMSAT-A-PNBA, (314)
  263-0630.
DESC: ATCOM proposes the maintenance and overhaul of the Controller,
  De-Icer, NSN: 1650-01-257-1432, P/N: 7-311A10023-7, Min. Qty:
  10 each, Max. Qty: 86 each (which includes 5 for Foreign Military
  Sales (FMS) requirements) applicable to the AH-64 aircraft.
  The technical data, knowledge, expertise and test equipment
  exist at McDonnell Douglas Helicopter Company, 5000 E. McDowell
  Road, Mesa, AZ 85205 or AEG Aktiengesellschaft Marine, Hamburg
  Germany. Justification and approval is FAR 6.302-1. See Numbered
  Note(s): 22.
CITE: (I-348 SN011940)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: J -- DECK COVERING
SOL N00140-97-Q-0837
DUE 122696
POC Wil Helie, Contract Negotiator, (215)697-9674.
DESC: The FISC Norfolk Detachment Philadelphia intends to acquire
  under other than full and open competition services on a sole
  source basis the services, utilities, deck covering removals,
  preparation, preservation and underlayment of exposed surfaces
  within designated areas identified on board Naval ships for
  SUPSHIP Pascagoula, MS. The services are required beginning
  1 April 1997 through 30 September 1997 plus three one month
  options and will be obtained by modification to the existing
  contract with the incumbent contractor, Surface Technologies
  Corporation, in order to provide continuity of services until
  a follow-on contact is awarded. The applicable Standard Classification
  Number is 3731.
CITE: (I-348 SN011951)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: HQS, USARAK, DIRECTORATE OF CONTRACTING, P.O. BOX 5-525
  FORT RICHARDSON, ALASKA, 99505-0525
SUBJECT: J--MAINTENANCE OF TRUNKED RADIO AND ASSOCIATED SYSTEMS
  AT ELMENDORF AIR FORCE BASE, FORTS RICHARDSON, WAINWRIGHT,
  AND GREELY, ALASKA
SOL DAHC76-97-R-0001
DUE 012497
POC Contract Specialist, Kristine Orr (907) 384-7358, or Contracting
  Officer, Shirley A. Lucas, (907) 384-7105; Facsimile (907)
  384-7112 (Site Code DAHC76)
DESC: Furnish all materials, labor, transportation, tools, supplies,
  test equipment, replacement parts (on a reimbursable basis),
  and personnel necessary to perform remedial and scheduled maintenance
  on trunked radio and associated systems at Elmendorf AirForce
  Base, Forts Richardson, Wainwright and Greely, Alaska. A firm
  fixed price contract for a base year and four (4) consecutive
  12-month option periods is contemplated. The Base year will
  cover the period of 01 February 1997 through 31 January 1998.
  Conrctor technicians must have completed the Ericsson EDACS
  System Maintenance course and must be able to respond within
  2 hours whenever emergency services are required. All responsible
  sources may submit a proposal which will be considered by this
  agency.
CITE: (I-348 SN011966)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commanding Center (Code 047), Procurement Branch, USCG
  Engineering Logistics Center, 2401 Hawkins Point Rd., Baltimore,
  MD 21226
SUBJECT: J--REQUIREMENT TYPE CONTRACT FOR REPAIR OF VARIOUS CCTV
  CAMERAS FOR A PERIOD OF ONE YEAR WITH OPTIONS FOR TWO ADDITIONAL
  YEARS
SOL DTCG40-97-B-70013
DUE 022497
POC Catherine Baskin, Contract Specialist, (410) 762-6483, James
  McGuirk, Contracting Officer, (410) 762-6486. Please fax request
  to Telefax Number (410) 762-5056.
DESC: Solicitation No. is changed from DTCG40-97-B-7BH004 to
  DTCG40-97-B-70013. Also, change delivery to 45/60 days ARO
  and Bid opening date to 24 February 1997.
CITE: (M-348 SN011969)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commanding Center (Code 047), Procurement Branch, USCG
  Engineering Logistics Center, 2401 Hawkins Point Rd., Baltimore,
  MD 21226
SUBJECT: J--REQUIREMENT TYPE CONTRACT FOR REPAIR OF VARIOUS CCTV
  CAMERAS FOR A PERIOD OF ONE YEAR WITH OPTIONS FOR TWO ADDITIONAL
  YEARS
SOL DTCG40-97-B-70013
DUE 022497
POC Catherine Baskin, Contract Specialist, (410) 762-6483, James
  McGuirk, Contracting Officer, (410) 762-6486. Please fax request
  to Telefax Number (410) 762-5056.
DESC: Solicitation No. is changed from DTCG40-97-B-7BH004 to
  DTCG40-97-B-70013. Also, change delivery to 45/60 days ARO
  and Bid opening date to 24 February 1997.
CITE: (M-348 SN011975)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commanding Officer (Code 047), Procurement Branch, USCG
  Engineering Logistics Center, 2401 Hawkins Point Rd., Baltimore,
  MD 21226
SUBJECT: J--REQUIREMENT TYPE CONTRACT FOR REPAIR OF THE 270'
  MAIN PROPULSION CONSOLE SYSTEM (50 ITEMS) FOR A PERIOD OF ONE
  YEAR WITH OPTIONS FOR TWO ADDITIONAL YEARS
SOL DTCG40-97-B-70016
DUE 022797
POC Catherine Baskin, Contract Specialist, (410) 762-6483, James
  McGuirk, Contracting Officer, (410) 762-6486.
DESC: Change Solicitation No. DTCG36-96-B-BER016 to DTCG40-97-B-70016
  and Bid opening date to 27 February 1997. Please FAX request
  to Telefax Number (410) 762-5056.
CITE: (M-348 SN011981)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: Naval Air Warfare Center Training Systems Division, Code
  27324, 12350 Research Parkway, Orlando, FL  32826-3224
SUBJECT: J -- LIFE CYCLE CONTRACTOR SUPPORT (LCCS) FOR COMMAND
  CONTROL, COMMUNICATIONS/SIGNAL INTELLIGENCE (C3I)
SOL N61339-97-R-0011
POC Jane Waller, Contract Specialist (407)380-4017 or Larry J.
  Grauert, Contracting Officer (407)380-4603
DESC: This synopsis supercedes and replaces the synopsis appearing
  in the Commerce Business Daily Issue PSA 1730 dated 27 Nov
  96 under Supply Code 69.  A requirement exists for the conduct
  of complete Life Cycle Contractor Support (LCCS) for Command
  Control, Communications/Signal Intelligence (C3I) devices at
  designated Army installations and activities located world
  wide.  C3I includes, but is not limited to, the following Training
  Devices: Simulation Network System (SIMNET), Army Training
  Battle Simulation System (ARTBASS), Morse Mission Trainer (MMT),
  Signal Intelligence/Electronic Warfare (SIGINT/EW) Equipment
  Operator Simulator (SEOS), Corps Battle Simulation (CBS), Battalion/Brigade
  Simulation (BBS), Basic Electronic Maintenance Trainer (BEMT),
  Basic Morse Mission Trainer (BMMT), JANUS, Guardrail Maintenance
  Trainer (GRMT), Non-Communication Signal Recognition Trainer
  (NCSRT), G-2 Workstations, All Source Analysis System (ASAS),
  Trailblazer/Quickfix Maintenance Trainer (TQMT), and Un-Manned
  Aerial Vehicle (UAV).  These devices are used to provide initial
  and sustainment training to Officer, Warrant Officer, Noncommissioned
  Officer and Enlisted personnel.  They are key to Distributed
  Interactive Simulation (DIS) exercises such as Synthetic Theater
  of War (STOW), Prairie Warrior, Army Warfighting Exercises
  (AWEs), and Force XXI.  The contractor shall provide total
  LCCS which includes labor, maintenance, materials, supply support,
  FAMSIM Simulation Center (SC)  Support, Life Cycle Software
  Engineering (LCSE) and engineering services.  The contractor
  shall be responsible for maintaining a minimum 90% operational
  availability (Ao) for the scheduled utilization of each training
  device.  From time to time the Government will require the
  contractor to provide LCCS for additional training devices
  that fall within the family of C3I devices.  It is anticipated
  that the Close Combat Tactical Trainer (CCTT), Communication
  Traffic Simulator-Upgrade (CTS-U), Defense Satellite Communication
  System (DSCS), Intelligence/Electronic Warfare Tactical Proficiency
  Trainer (IEWTPT), WARSIM 2000, Intelligence/Electronic Warfare
  Common Sensor Trainer (IEWCST), Airborne Reconnaissance Low-Multifunction
  Trainer (ARL), Launch and Recovery Training System (LRTS),
  Aviation Reconfiguration Manned Simulator (ARMS) and some Foreign
  Military devices will be incorporated into this contract for
  LCCS support at a later date.  Also during the period of this
  contract, we may require you to provide SC Support for other
  CBS, BBS and JANUS sites.  A draft Statement of Work (SOW)
  for this requirement may be viewed via the STRICOM Home Page
  at www.stricom.army.mil under Procurement Information.  Interested
  concerns are invited to provide comments on this SOW.  Electronic
  responses should be sent to Ms. Jane Waller at wallerj@stricom.army.mil.
   Hard copy, if so desired, should be sent to the following
  address: Commanding Officer, US Army Simulation, Training and
  Instrumentation Command, ATTN:AMSTI-ACC, Code 27324(J.Waller),
  12350 Research Parkway, Orlando, Florida 32826-3276. The Government
  intends to provide information updates on this program to all
  interested parties via electronic means only.  It is anticipated
  that a formal Request for Proposal (RFP), N61339-97-R-0011,
  will be issued on or about 23 December 1996.  A pre-proposal
  conference/site visit will be held three weeks after release
  of the formal RFP, on or about the week of 13 Jan 1997, at
  Ft. Knox, KY and at Ft. Huachuca, AZ.
CITE: (I-348 SN011901)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: M -- ALONGSIDE AIRCRAFT FUEL DELIVERY AND RELATED SERVICES
  AT DFSP MOFFETT FIELD, CA
SOL SP0600-97-R-0052
DUE 022897
POC Contact S. Stovall, Contract Specialist, (703) 767-9339/B.
  DeLong, Contracting Officer, (703) 767-9336
DESC: Alongside aircraft fuel delivery services and operation
  of the petroleum storage facilities at DFSP Moffett Field,
  CA, for the period of 01 Jun 97 through 31 May 2002.  Source
  selection procedures will be used.  Facsimile offers are authorized,
  (703) 767-8506.  All responsible sources may submit a proposal
  which shall be considered.
CITE: (I-347 SN011812)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: NASA, George C. Marshall Space Flight Center, Procurement
  Office, Code GP12, Marshall Space Flight Center, Huntsville,
  Alabama, 35812, Attn: Space
SUBJECT: M -- BASE MAINTENANCE MISSION SERVICES
SOL DRAFT RFP 8-P-6-AB-30975
POC Contact PATRICIA S. FUNDUM, GP56, 205-544-8436/Contract Specialist,
  or T.JERRY WILLIAMS, GP56/Contracting Officer
DESC: NASA/MSFC plans to issue a DRAFT Request for Proposal (RFP)
  via NASA Acquisition Internet Service (NAIS) for the BASE
  MAINTENANCE MISSION SERVICES for George C. Marshall Space
  Flight Center -- Copies of the DRAFT RFP will be available
  by downloading from the Internet -- Prospective offerors shall
  not submit a proposal in response to this notice -- The purpose
  of this notice is to afford industry the opportunity to comment
  on any perceived issues with regard to the impact of Performance
  Based Contracting and to allow the Government to receive the
  benefit of industry comments. Industry comments are requested
  on or before January 3, 1997, by direct mail to Procurement
  Office, Building 4201, Room 600C, Mailstop GP56-C, Marshall
  Space Flight Center, AL 35812, or facsimile to 205-544-4401
  or by Internet e-mail to patricia.fundum@msfc.nasa.gov --
  All responsible business sources may submit comments which
  shall be considered by the agency -- The proposed contract
  will contain a 1 - year base period and 4 one-year options
  as detailed in the DRAFT RFP -- An ombudsman has been appointed
  to hear concerns from offerors, potential offerors, and contractors
  during the preaward and postaward phases of this acquisition
  -- The purpose of the ombudsman is not to diminish the authority
  of the contracting officer or the selection official, but to
   communicate concerns, issues, disagreements, and recommendations
  of interested parties to the appropriate Government personnel
  and to work to resolve them -- When requested, the ombudsman
  will maintain strict confidentiality as to the source of the
  concern -- The ombudsman does not participate in the evaluation
   of offers, the source selection process, or the adjudication
  of formal contract disputes -- Interested parties are invited
  to call the installation ombudsman, Susan M. Smith at 205-544-0012
  -- Concerns, issues, disagreements, and recommendations which
  cannot be resolved at the installation may be referred to
  the NASA ombudsman, Thomas S. Luedtke at 202-358-2090 -- Before
  consulting with any ombudsman, interested parties must try
  to resolve their concerns with the contract specialist or
  the contracting officer -- DO NOT CALL THE OMBUDSMAN FOR SOLICITATION
  REQUESTS/INFORMATION -- The solicitation and any documents
  related to this procurement will be available over the Internet
  -- These documents will be in ASCII format and reside on a
  World-Wide Web (WWW) server, which may be accessed using client
  browsers, such as, MOSAIC -- The WWW address, or URL, of the
  MSFC Procurement home page is: "http://procure.msfc.nasa.gov".

LINK http://msfcinfo.msfc.nasa.gov/midrange/presol/notices/notices.html
LINKDESC: 
  at MSFC
EMAIL patricia.fundum@msfc.nasa.gov
EMAILDESC: 
CITE: (W-347 SN011816)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: VA Medical Center, 215 Perry Hill Road, Montgomery, Alabama
  36109
SUBJECT: Q -- HOME OXYGEN SERVICES
SOL 619-8-97
DUE 020497
POC Harriet N. Manning, Contracting Officer, 334-260-4103
DESC: Furnish home oxygen service to approximately 150 veteran
  patients in a multicounty area including parts of central and
  south Alabama, part of the Florida panhandle, and part of eastern
  Georgia. Contractor must be accredited by JCAHO for the entire
  duration of the contract. Contract period will be from 3-1-97
  through 2-28-98 with two one year options. Documents must be
  requested in writing. SIC Code 8099.
CITE: (I-348 SN011911)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NOAA/SAO Procurement Staff, Integrated Program Office
  (IPO), 8455 Colesville Road, Suite 1450, Silver Spring, MD
SUBJECT: R -- SOLE SOURCE WITH ANSER CORPORATION FOR ELECTRONIC
  SOURCE SELECTION FACILITY
SOL 52-SPNA-7-00005
DUE 013097
POC Jay W. Moore, Contracting Officer, 301-472-2126, extension
  112
DESC: The NOAA, Integrated Program Office (IPO), requires the
  turn-key Electronic Source Selection (ESS) facilities at the
  Anser Corporation, in Arlington, VA, during the 3rd and 4th
  quarters of FY 1997.  Anser is the one responsible source which
  is capable of supplying the ESS computer tools and software
  and the ability to readily modify these tools; a secured and
  accessible facility for protection of proprietary and classified
  information; and a trained and qualified staff which can support
  the IPO's evaluation as an independent support team, at a reasonable
  cost to the Government.  The combination of the Anser Corporation's
  facilities, its tested software tools; and its experienced
  professional support team provides the single available source
  in the Washington, D.C. area which can lower the IPO's risk
  of delays in its time-critical evaluation schedule.  Certain
  risks which the Government avoided by selecting the Anser facility
  included: (1) the risk of a facility which uses untested or
  unevolved software tools; (2) the risk of using an ESS contractor
  which could not easily segregate its business interests from
  its ability to support this evaluation as an "independent broker";
  (3) the risk of using a source which has not demonstrated experience
  using paperless evaluation tools; (4) or, the risk of using
  a facility support team which did not have experience supporting
  time-critical, high-dollar acquisitions, such as the IPO's,
  using ESS tools.  The Washington-based Anser Corporation demonstrated
  its capability to provide the facilities, tools, and an experienced
  support team through its: knowledge of posting RFPs electronically;
  experience handling electronic proposals and Q&As; in-depth
  knowledge of ESS software; experience handling BAFOs and negotiationselectronically;
  freedom from technical bias or other business conflicts of
  interest; and Anser's fully-integrated, accessible, and multi-purpose
  facility which can simultaneously handle large interactive
  conferences, break-out evaluation teams, or individualized
  evaluators, including the sufficient levels of technical and
  administrative support personnel.  Based on Anser's demonstrated
  corporate capability, the logistical depth of its facilities,
  and its unique staff capability, it is the single source which
  is capable of supporting this high-demand evaluation process,
  while reducing acquisition costs and mitigating the risks of
  discontinuity in the evaluation process, IAW 41 U.S.C. 253(c)(1).
  Any party desiring consideration must identify its full capability
  in writing to the Contracting Officer within 45 days of this
  publication. No RFP or solicitation is available. No further
  CBD notice is planned.  POC:  Jay W. Moore; (301) 427-2126,
  extension 112.  SEE NOTE 22.
CITE: (I-347 SN011774)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Purchase Services Branch, Attn:  Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth, NH  03801-2590
SUBJECT: R -- TECHNICAL AND ENGINEERING SERVICES
SOL N00102-97-R-0905
DUE 013097
POC Contracting Officer, John Balz, 207/438-2775 or Donna Flagg,
  Contract Specialist, 207/438-2585.
DESC: Technical and Engineering Services to redesign circuit
  cards and manufacture a battery scanner electronic assembly
  to support the Deep Submergence Systems Program.  Includes
  an option item for 12 battery scanner electronic assemblies.
   Negotiations to be conducted with Batelle Memorial Institute,
  Columbus, OH 43201-2631.  See note 22.
CITE: (I-348 SN011893)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Office Of Personnel Management, 1900 E Street, NW.,
  Room SB-247, Washington, DC 20415
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, MANAGEMENT SUPPORT
  SERVICES TO CONDUCT CLASSIFICATIONS STUDIES.
SOL OPM-RFQ-97-00236JDH
DUE 011597
POC J. Harris 202 606-1570; Alfred Chatterton 202 606-2240, Fax
  202 606-1464
DESC: The Office of Personnel Management intends to issue Request
  For Quote Number OPM-RFQ-97-00236JDH that will lead to the
  award of multiple blanket purchase  agrements for classification
  services supporting the Office of Merit Systems  Oversight
  in Washington, DC.  The contractors will be required to perform
  the  following tasks for assigned General Schedule positions:
   (1) conduct fact-finding telephone intervies; (2) apply OPM
  classification standards; (3) apply Fair Labor Standards Act
  (FLSA) coverage criteria; (4) making classiffications and FLSA
  determinations, (5) assess related factors such as position
  description accuracy, and (6) document those determinations
  in written evaluation statements.  The contractors must possess
  knowledge of classification principles and policies, the FLSA,
  and the classification audit process.  The contractos must
  also be able to communicate effectively orally and in writing
  and have a familiarity with the OPM and/or other Federal agency
  classification appeals process.  The period of  performance
  is from the date of award through September 30, 1997.  This
  procurement is a small business set-aside.  The SIC code is
  8742.  To be considered a small business, the firm's maximum
  annual receipts can not exceed $5 million dollars.  Requests
  for copies of the solicitation should be received in writing,
  no later than ten days from the date of  this listing.  Fax
  request will only be acceptable.  Fax number is 202 606-1464.
  See note 26.  All responsible sources may submit an offer which
  will be considered.
LINK http://www.opm.gov/procure
LINKDESC: 
EMAIL afchatte@opm.gov
EMAILDESC: 
CITE: (W-348 SN011896)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 375 CON LGC 102 E. Martin Street, Scott AFB, IL 62225-5015
SUBJECT: R--AIRSHOW DEMONSTRATION AIRCRAFT
SOL F11623-97-T0979
DUE 123096
POC SSgt Gould, (618)256-1500x325, Dennis Harmon, (618)256-1500x222
DESC: Service, Nonpersonal: provide all material, equipment,
  labor and transportation  required to provide demonstration
  aircraft for the 1997 Scott AFB Airshow.  The list of aircraft
  required includes: (2) B-17s, (4) C-47s, C-54, B-25, (2) P-51s,
  P-38 and  AD-4.  The contractor must also provide an airboss
  and announcer.  Period of performance is 6-8 June 1997.  Telephone
  requests will not be honored.  All requests must be in writing.
   Please provide your company's name, telephone number and
  mailing address, including th plus-four zip code.  All responsible
   sources may submit a quote which shall be considered by the
  agency.   This  procurement is unrestricted. 
EMAIL gouldm@wing.safb.af.mil
EMAILDESC: 
CITE: (W-348 SN011899)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement
  Office, Redstone Arsenal, AL 35898-5275
SUBJECT: R -- R612, UPDATE OF PAULUS ASSOCIATES SUMMARY CHART
  OF DEPARTMENT OF DEFENSE DIRECTIVE 5000.1 AND DEPARTMENT OF
  DEFENSE INSTRUCTION 5000.2
SOL RA7MAQ05
DUE 011797
POC (RDPC) Vickie Beaver, Contract Specialist, AMSMI-AC-CRBB,
  205/876- 3139, or Andy Eiermann, Contracting Officer, 205/876-8278,
  Synopsis No. R119-96.
DESC: Update the 4 September 1992 edition of the Paulus Associates
  Summary Chart of Department of Defense Directive 5000.1 and
  Department of Defense Instruction 5000.2 Acquisition Milestones,
  Phases, and Documentation to summarize the requirements of
  the latest Department of Defense (DoD) Directives and Instructions
  which define the new DoD system acquisition requirements. Transitions
  from ACTDs to Engineering, Manufacturing, and Production shall
  be addressed in a manner which comprehensively summarizes the
  DoD Directive 5000.1 and 5000.2. The contractor shall prepare
  summaries of plans to transition the RFPI programs from ACTD
  to formal acquisition cycle. Two thousand (2000) copies of
  the revised color chart shall be delivered to the MICOM Research,
  Development, and Engineering Center (AMSMI-RD) not later than
  120 days after award date. No other vendor can provide the
  services necessary to be compatible with original editions.
  All responsible sources may submit a bid, proposal, or quotation
  which shall be considered by the agency. See Numbered Note(s):
  22.
CITE: (I-348 SN011916)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Disa/ditco/dts6 2300 East Drive Scott Afb Il 62225- 5406
SUBJECT: R---CHARTER SUBSCRIBER TO GOVERNMENT MANAGEMENT TECHNOLOGY
  MGMT CENTER
SOL DCA200-97-Q-0045
DUE 010297
POC Linda Goff, DITCO/DTS6, 618-256-9486
DESC: The Defense Information Technology Contracting Office,
  Computer Technology Division, Procurement Branch (DITCO/DTS6),
  Scott AFB IL intends to issue a sole  source purchase order
  to The International Institute of Business Technologies, 
  8150 Leesburg Pike, Suite 1010, Vienna VA  22182 to become
  a Charter  Subscriber to the Institute's Government Technology
  Management Center for a  period of one year.  A Charter membership
  will enable the Defense Information  Systems Agency (DISA)
  to obtain Government information technology and  management
  education programs; showcases of DISA business technologies;
   surveys of government technology buying plans and other research
  publications; special application and system technology certification
  initiatives; public-private sector management improvement
  and technology transfer programs; and diverse  on-site franchise
  marketing support and facilities services.  Note 22 applies.

LINK n/a
LINKDESC: 
EMAIL goffl@ditco.disa.mil
EMAILDESC: 
CITE: (W-348 SN011984)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, Naval Sea Systems Command, SEA 0264,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: R--ADP AND MANAGEMENT SUPPORT SERVICES
SOL N00024-97-R-6412
POC Patricia Watchorn, Contract Specialist, (703) 602-7501
DESC: The Naval Sea Systems Command intends to issue a sole source
  bridge modification to CSC Professional Services, Incorporated,
  on contract N00024-89-C-6056.  This modification will be for
  13,536 manhours over a period of 3 months and is intended only
  to be a continuation of existing ADP and Management Support
  Services for the Submarine Directorate.  These services are
  necessary to maintain program support until the follow-on competitive
  procurement is awarded.  Questions concerning this procurement
  may be directed to Patricia Watchorn at (703) 602-7501.  See
  Numbered Note(s):  22 and 40.
CITE: (I-348 SN011985)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, Naval Sea Systems Command, SEA 0264,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: R--FINANCIAL MANAGEMENT AND SUPPORT SERVICES
SOL N00024-97-R-6413
POC Patricia Watchorn, Contract Specialist, (703) 602-7501
DESC: The Naval Sea Systems Command intends to issue a sole source
  bridge modification to Advanced Engineering and Planning Corporation,
  Incorporated, 15800 Crabbs Branchway, Suite 300, Rockville,
  MD  20855, on contract N00024-96-C-6400.  This modification
  will be for 36,080 manhours over a period of 4 months and is
  intended only to be a continuation of existing financial management
  and support services to the Naval Sea Systems Command Comptroller's
  Office.  These services are necessary to maintain program support
  until the follow-on competitive procurement is awarded. Questions
  concerning this procurement may be directed to Patricia Watchorn
  at (703) 602-7501.  See Numbered Note(s):  22 and 40.
CITE: (I-348 SN011986)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard
  AFB TX 76311-2739
SUBJECT: S--P/U, DELIVERY & CLEANING OF SOILED RAGS
SOL F41612-97-Q0176
POC Point of Contacts: LGCV/Amn Travis Martin, Contract Specialist,
  817/676-7204; Contracting Officer - Mark Snyder, 817/676-1115.
DESC: Provide all necessary services, materials, transportation
  & labor necessary to clean soiled rags (pickup & delivery).
  Performance period 14 Jan 97 through 30 Sep 97. Requests for
  quotation package must be made by letter or fax (817/676-7644).
  Estimated mailing date of solicitations will be 27 Dec 96.
  Quotes will be due back 6 Jan 97. Solicitations will be issued
  for small business set-aside.  
CITE: (W-347 SN011755)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Commanding Officer, Southern Division, Naval Facilities
  Engineering Command, 2155 Eagle Drive, P.O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: S--JANITORIAL SERVICES, MARINE CORPS RESERVE TRAINING
  CENTER, MEMPHIS, TN
SOL N62467-97-Q-0655
DUE 011797
POC No telephone orders for the specification can be accepted.
   To order solicitation package, request must be in writing
  and received by 13 Jan 97 at Southern Division, Naval Facilities
  Engineering Command, P.O. Box 190010, North Charleston, SC
  29419-9010, Attention: Code 0231-DAR. Contact point, Debby
  Raposa (803) 820-5686
DESC: The Contractor shall provide all labor, transportation,
  equippment, materials supplies and supervision and management
  necessary to provide janitorial services at the Marine Corps
  Reserve Training Center, Memphis, TN. A site visit is strongly
  recommended. The small business size standard of $12,000,000.00.
CITE: (I-347 SN011805)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: GSA, PBS, Property Management (4PMP),Suite 2500,401 West
  Peachtree St. NW,At lanta,GA 30365-2550
SUBJECT: S-NEW-CLEANING FOR SECRET SERVICE POST
SOL GS-04P-97-EWC-0015
DUE 012297
POC Contact,Wendell Chason,404/331-7427,Contracting Officer,Elizabeth
  Worley,40 4/331-7746
DESC: Contractor to provide cleaning services for the Secret
  Service Post, Plains , Georgia.  Total Small Business Set-aside.
   Anticipated Issue date January 3, 1 997.  Estimated cost range
  $10,000 to $20,000 per annum. Secret Clearance requir ed for
  contract personnel.  Includes Options to extend contract for
  four (4) add itional one (1) year periods.  Request for Proposals
  maybe made in writing to GS A-Atlanta Property Management Center
  (4PMA), 75 Spring St., SW, Box 54, Atlanta, GA 30303-3311.
   FAX No. is (404) 331-6888.
CITE: (I-347 SN011811)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: USDA Forest Service, Fremont N.F. 524 North G Street,
  Lakeview OR 97630
SUBJECT: S--TREE THINNING
SOL SOL R602-97-0559
DUE 021097
POC Contact, Sonya Hickman, Procurement Technician (541) 947-6228
DESC: Project consists of approximately 463 acres of tree thinning
  on the Bly Ranger District of the Fremont National Forest in
  Oregon. State of Oregon Farm/Forest Contractor License and
  a valid Farm Labor Contractor Certificate of Registration will
  be required. See Numbered Note 1.
CITE: (I-348 SN011925)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 437th Contracting Squadron, 102 Long Street, Charleston
  AFB, SC 29404-4829
SUBJECT: S -- WEEKLY NEWSPAPER "AIRLIFT DISPATCH"
SOL F38610-97-R0001
DUE 011597
POC Frances C. Jenkins, Contract Specialist, 803-566-5155 Ext
  232, Elaine Garbett, Contracting Officer, 803-566-5155 Ext
  230.
DESC: Newspaper produced weekly to be known as the "Airlift Dispatch,"
  a commercial enterprise newspaper published to provide news
  and command information to personnel of Charleston Air Force
  Base, SC, for the base period of two years beginning 27 Mar
  97 thru 26 Mar 99 with two two-year option periods, 27 Mar
  99 thru 26 Mar 2001; 27 Mar 2001 thru 26 Mar 2003. This publication
  is subject to the requirements of Department of Defense Instruction
  (DODI) 5120.4, 21 Jun 95; AFI 35-301. Each issue of the "Airlift
  Dispatch" shall consist of not less than 20 pages and not more
  than 36 pages in tabloid format; printed on newsprint no less
  than thirty (30) pound weight. Tentative issue date is 31 December
  96. All requests shall be in writing and/or faxed to (803)
  566-2850. Telephone requests will not be honored. SIC code
  is 2711.
CITE: (I-348 SN011952)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: COMMANDER, USAYPG, STEYP-CR/BLDG 2100, YUMA AZ 853659106
SUBJECT: S--INSTALLATION SUPPORT SERVICES OF LOGISTICS, MUNITIONS
  STORAGE AND MAIL DISTRIBUTION OPERATION
SOL DAAD01-97-R-0011
DUE 021897
POC Contract Negotiator Cynthia A. Ford (520) 328-6357 (Site
  Code DAAD01)
DESC: This acquisition will be solicited using multi-phase techniques.
  The requirement is to perform facility management support services
  to include the following areas: equipment pool, transportation
  and movements, supply services, munitions storage operaions
  and mail distribution in support of the Logistics Directorate
  at the U.S. Army Yuma Proving Ground (USAYPG), Arizona. The
  equipment pool operation includes dispatch, utilization, control
  and coordination of non-tactical, general purpose and special
  pupose vehicles. The transportation and movements services
  include inbound and outbound freight and associated coordination
  and administrative functions. The supply services include receipt,
  inspection, classification, acceptance, storage, packing, crating,
  issue and shipment of all classes of supplies. The munitions
  storage operations include all phases of storage, receiving,
  issuing, inventory and monitoring of muniions up to and including
  SECRET classification. The mail distribution services include
  pick-up and delivery of official and personal mail on USAYPG.
  The contract base period is six months with seven one-year
  options. A firm-fixed-price award fee contract i anticipated.
  The acquisition is being solicited under the competitive 8(a)
  program. Offerors must be 8(a) certified and eligible under
  SIC code 8744 with a business size of $5 million. This notice
  represents phase one of this multi-phase solicitation. During
  this phase the Government will use evaluation criteria to down-select
  to those offerors who will be requested to participate in future
  phases. Faiure to participate in this first phase will make
  you ineligible to participate in subsequent phases. The following
  evaluation factors are of equal weight and will be rated using
  a color code system. A red rating indicates failure to meet
  the minimum requirments. A blue rating indicates acceptability.
  A green rating indicates that the minimum requirements are
  exceeded by a significant amount. 1. The offeror has at least
  three years experience performing similar services. (At least
  7 years to exceed). 2. The offeror's proposed project manager
  has at least 10 years experience with similar services. (At
  least 15 years to exceed). 3. The offeror maintains an actie
  and effective safety program which has resulted in an experience
  factor of at least 90% for their workman's compensation insurance.
  (82% or lower to exceed). 4. The offeror's employee benefit
  package meets the minimum requirements of the Department of
  Laor. (To exceed, the package must offer extra benefits that
  promote employee retention and stability). Anyone who meets
  the above eligibility requirements and wishes to participate
  in this acquisition shall submit four sets of the following
  information to the above address not later than 5:00 PM MST
  7 Jan 1997: 1) A synopsis of current and past contracts that
  indicate your company's experience in performing imilar services.
  2) A resume for your proposed project manager. 3) Your latest
  quote for workman's compensation insurance. 4) Your employee
  benefit package. The Late Submissions, Modifications and Withdrawals
  of Proposals provision at Federal Acquisition Rgulation (FAR)
  52.215-10 is applicable. The information may not be submitted
  by facsimile. This requirement was previously synopsized as
CITE: (I-348 SN011964)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: U.S. Army Corps Of Engineers, Fort Worth District, P.O.
  Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX
  76102-0300
SUBJECT: S--MOWING SERVICES AT WACO PROJECT OFFICE, WACO, TX
SOL DACW63-97-B-0014
DUE 020997
POC Natalie Allen, Contract Specialist, 817/978-4813
DESC: Contractor shall furnish all labor, equipment, materials,
  plant and tools to perform mowing services.  Solicitation will
  issue on or about 06 January 1997 with bid opening on or about
  05 February 1997.  The contract period of performance will
  be from date of award through 30 September 1997.  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 procedures will
  be utilized on initial mailing of solicitation packages.
LINK http://www.ed1.swf.usace.army.mil/contract/
LINKDESC: 
  Division
EMAIL natalie.allen@SWF01.usace.army.mil
EMAILDESC: 
CITE: (W-348 SN012081)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: U -- TRAINING SERVICES
SOL N00140-97-R-0132
POC Mary Lou Dickens, Contract Negotiator, (215)697-9627.
DESC: The Fleet and Industrial Supply Center Norfolk Detachment
  Philadelphia, intends to acquire through full and open competition
  C-130H aircraft flight simulator and ground school trainng
  services for the Kuwait Air Force. The resultant contract will
  consist of a base period and two-one year option periods. The
  base period will consist of fourteen (14) crews (two crews
  trained each month) for the period 1 March 1997 through 30
  September 1997. The options will consist of twenty-four (24)
  crews (two crews trained each month) for the periods 1 October
  1997 through 30 September 1998 and 1 October 1998 through 30
  September 1999, respectively. The applicable Standard Industry
  Code (SIC) is 8748. Requests for solicitations should be made
  by letter or facsimile to the attention of the Bid Officer,
  Code 0343C, (215)697-9738 (fax).
CITE: (I-348 SN011948)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: U -- EDUCATION AND TRAINING SERVICES
SOL N00140-97-R-0774
DUE 022897
POC Scott Cobb, Contract Negotiator, (215)697-9645.
DESC: The Fleet and Industrial Supply Center Norfolk Detachment,
  Philadelphia intends to acquire through full and open competitive
  procedures EDUCATION AND TRAINING SERVICES which include curriculum
  maintenance, curriculum development, and instruction of the
  following courses: Advanced Avionics Integrated Weapons Systems
  Maintenance Course Class C1, Avionics Technician I Level Course,
  Class A1, Marine Air Traffic Control Basic Technician Course,
  Class A1, Avionics Technician Common Core, Class AV (A1), Aviation
  Warfare Systems Operator Course, Class A1, Aviation Electrician's
  Mate, Class A1, AN/TPX-42A(V) 10 Route Air Traffic Control
  Facility Direct Altitude Identity Readout Maintenance, Class
  C1, AN/TPX-42A(V) 5 Direct Altitude Identity Readout Maintenance,
  Class C1, AN/FPN-63(V) Precision Approach Radar System Maintenance,
  Class C1, AN/GPN-27 Airport Surveillance Radar System Maintenance,
  Class C1, AN/UYX-1(V) Brands Maintenance, Class G1, Air Traffic
  Control Maintenance Preparatory Course, Class G1, AN/SPN-46
  PALS Maintenance, Class G1, RD-379(V)/UNH Maintenance, Class
  G1, AN/FAC-6 Fiber Optic Intersite Maintenance, Class C1, Flight
  Data Input/Output Maintenance, Class G1, AN/FSC-104(V) Standard
  Emergency Communication System, Class G1, Air Traffic Controller
  Course, Class A1, Advanced Radar Air Traffic Control Course,
  Class C1, JOBS Electronics Strand IVA, Class AP, JOBS Aviation
  Mechanical Ratings Strand VII, Class AP, Aviation Support Equipment
  Technician Course, Class A1, Aviation Structural Mechanic E
  Common Core, Class A1, Aircrew Survival Equipmentman Basic
  Skills (PR) Common Core, LOX Converter Test Stand/LOX Converter
  SKU Repair, Class C1, Aircraft Non-Destructive Inspection (NDI)
  Technician Class (C-1), AO'A1' Common Core, Class AO(A1), and
  NALCOMIS IMA, Aviation Maintenance Phase 2 Data Base Administration
  (Phase II DBA/A). The Education and Training Services are in
  support of the Naval Air Technical Training Center (NATTC),
  Millington and will be conducted at Government facilities located
  in Pensacola, FL. The period of performance is 1 October 1997
  through 30 September 1998, plus four (4) one (1) year option
  periods. A fixed price with award fee type contract is contemplated
  for instructor services, a labor hour indefinite delivery type
  contract is contemplated for curriculum development services.
  Copies of the solicitation should be requested within 15 days
  of this synopsis in writing from the address in paragraph #7
  above to the attention of Code 0343C (215) 697-9738 (fax).
  The applicable Standard Classification Number is 8249. All
  responsible sources may submit a proposal which shall be considered
  by the FISC Norfolk Det Phila. The solicitation will require
  the submission of cost/price and technical proposals. Requests
  for solicitations should be made by letter or telegram directed
  to FISC Code 0343C (215)697-9738 (fax).
CITE: (I-348 SN011949)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management
  Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle,
  WA  98115
SUBJECT: V -- VESSEL CHARTER
SOL 52ABNF700040
DUE 020797
POC For a copy of the solicitation call 206-526-6425. For further
  information call Contract Specialist Linda Shaw at 206-526-6461
DESC: The Government intends to charter a vessel, with master
  and crew, and at least two biologists provided by the contractor
  to conduct baited longline assessments of sablefish and other
  groundfish resources in the Gulf of Alaska and a portion of
  the Eastern Bering Sea. The vessel shall have an overall length
  of at least 41m(135ft), minimum main engine continuous horseower
  of 1,000, capable of a cruising speed of 18.5 km/hr(10kts),
  be completely rigged to fish longlines, and have sufficient
  living quarters to accomodate up to 14-20 persons (a crew of
  10-16 and 4 scientists). The accomodations must include a two-bunk
  stateroom for female scientists. The Government will provide
  all groundlines, chains, gangions, hooks and repair buoyline.
  Anchors and bait are to be provided by the contractor. The
  contractor will be permitted to process and sell the catch
  after scientific observations and the necessary sampling have
  been completed. The charter will commence on or about May 20,
  1997 in Dutch Harbor, Alaska and end aproximately September
  6, 1997 in Juneau, Alaska. The contractor shall provide a manned
  submersible to work along with the fishing vessel from approximately
  August 20, 1997 through approximately September 3, 1997. All
  responsible sources may submit a proposal which shall be considered
  by the agency.
CITE: (I-347 SN011771)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Drug Enforcement Administration, 700 Army Navy Drive,
  Arlington, Virginia 22202
SUBJECT: V -- HOTEL/CONFERENCE ROOMS WASHINGTON METRO AREA 4/15/96-5/2/96
SOL DEA-96-Q-0192
POC Yolanda Jordan, Purchasing Agent, (202) 307-7805.
DESC: Conference rooms, shuttle service to & from Dulles Airport,
  breakfasts/lunches, A/V services, telephones, fax and xerox
  accessibility. Requests may be faxed to (202) 307-7818 15 Days
  from date of publication.
CITE: (I-348 SN011946)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL
  62225-5302
SUBJECT: V--LONG AND SHORT RANGE INTERNATIONAL AIRLIFT SERVICES
SOL F11626-97-R0003
DUE 022897
POC Mary E. Green, Contracting Officer, 618-256-4716
DESC: International long- and short-range passenger and cargo
  airlift services.  Period of performance will be 01 October
  1997 thru 30 September 1998.  Offeror must be certified under
  Part 121 of the Federal Aviation Regulation (14 CFR 121) and
  be willing to commit to the Civil Reserve Air Fleet (CRAF).
   Offeror may obtain a copy of the solicitation by requesting
  it in  writing from HQ AMC/DOYAI, 402 Scott Drive, Unit 3A1,
  Scott AFB IL 62225-5302. Solicitation will be issued on diskette
  unless otherwise specified.  Specify size and format of diskette.
   If you wish to receive the solicitation via Next Day Delivery,
  please provide the carrier and your account number you wish
  to use.  Awards will be based on offeror's aircraft commitment
  to the CRAF.  
CITE: (W-348 SN012047)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL
  62225-5302
SUBJECT: V--LONG AND SHORT RANGE INTERNATIONAL AIRLIFT SERVICES
SOL F11626-97-R0003
DUE 022897
POC Mary E. Green, Contracting Officer, 618-256-4716
DESC: International long- and short-range passenger and cargo
  airlift services.  Period of performance will be 01 October
  1997 thru 30 September 1998.  Offeror must be certified under
  Part 121 of the Federal Aviation Regulation (14 CFR 121) and
  be willing to commit to the Civil Reserve Air Fleet (CRAF).
   Offeror may obtain a copy of the solicitation by requesting
  it in  writing from HQ AMC/DOYAI, 402 Scott Drive, Unit 3A1,
  Scott AFB IL 62225-5302. Solicitation will be issued on diskette
  unless otherwise specified.  Specify size and format of diskette.
   If you wish to receive the solicitation via Next Day Delivery,
  please provide the carrier and your account number you wish
  to use.  Awards will be based on offeror's aircraft commitment
  to the CRAF.  
CITE: (W-348 SN012049)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: USDA - Wenatchee National Forest, 215 Melody Lane, Wenatchee,
  WA 98801
SUBJECT: W -- VEHICLE RENTAL, WENATCHEE NATIONAL FOREST, CHELAN
  COUNTY, WASHINGTON
SOL RFQ R6-17-97-08
DUE 020697
POC Rosie McDonald, 509/664-2715
DESC: Vehicle Rental. Solicitation is for approximately 12 vehicles
  to be used on 1 Ranger District, Wenatchee Supervisor's Office
  and the Forestry Sciences Laboratory. Vehicles include pick-ups,
  trucks and full size utility vehicles from 3800 GVWR to 8500
  GVWR. Estimated rental period ranges from 3/15/97 to 10/31/97.
  Quotation packages will be available approximately 1/8/97.
CITE: (I-348 SN011926)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Peace Corps, Office of Contracts, Rm. 6368, 1990 K St.
  N.W., Washington, DC 20526
SUBJECT: X--CONFERENCE AND LODGING FACILITIES FOR PEACE CORPS
  COUNTRY DIRECTORS CONFERENCE
DUE 123196
POC Neil Xavier, Contracting Officer, (202)606-9510
DESC: The Peace Corps is looking for a vendor to host their World-Wide
  Conference in June 1997.  There will be 175 to 200 conference
  participants.  They will arrive at the contracting site on
  Sunday, June 1, 1997 and depart on Thursday, June 5, 1997.
   The vendor should be between 50 and 85 miles outside of Washington
  DC and have an academic atmosphere.   The vendor shall provide
  single rooms for all participants.  No more than two single
  rooms shall share a single toilet/shower facility.  All the
  rooms shall be air conditioned and have a bed, closet, desk
  and chair.  The Peace Corps Conference will need at least twelve
  small break-out rooms, one large office, and one large auditorium.
   All twelve break-out rooms should accommodate no less than
  20 people.  The office should accommodate at least 15 people,
  and it shall have at least three working telephone lines and
  telephones.  (Peace Corps shall reimburse the vendor for all
  long distance calls.)  The office must have space to accommodate
  the following Peace Co rps furnished office equipment:  a photocopier,
  a fax machine, a computer, and a printer.  The auditorium should
  hold at least 200 people.  Breakout rooms should have enough
  chairs and desks/tables for all participants.   All of these
  rooms should be air conditioned.  The conference will also
  require a meals service on site.  This meals service shall
  provide the participants with three meals a day including one
  formal sit-down dinner, one lunch picnic, and one dinner barbecue
  for all present participants. The Peace Corps shall be billed
  for meals based on occupancy.  Selection for award will be
  based on the lowest price suitable facility as determined by
  a site visit/evaluation. Interested vendors should submit pricing
  and descriptive information addressing the above requirements.
   Submissions should be received no later than December 31,
  1996.  Send to:  Peace Corps, 1990 K Street, NW, Office of
  Contracts, Room 6368, Washington, DC  20526, Attention: Neil
  Xavier.  This notice may represent the only officia l notice
  of such requirements.
CITE: (I-348 SN011902)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: United States Property and Fiscal Office for New Jersey,
  131 Eggert Cro ssing Road, Lawrenceville, New Jersey 08648
SUBJECT: Y--CONSTRUCT COMPOSITE RANGE OPERATIONS FACILITY
SOL DAHA28-96-B-0005
DUE 020497
POC Contract Specialist - NICOLE KLCO, (609)530-6762, Base Civil
  Engineer  Project Manager - Capt Paul Novello, (609)724-6090
DESC: This is a Solicitation notice.  The New Jersey National
  Guard proposes to  award a contract for the construction of
  a Composite Range Operations Facility  for the New Jersey Air
  National Guard located at Warren Grove Gunnery Range, W arren
  Grove, New Jersey.  The facility consists of 8,625 square feet
  of area.   This facility shall be sized and configured to support
  range operations.  Funct ional areas include vehicle maintenance,
  vehicle operations, supply storage and  range operations. 
  This facility shall include reinforced concrete foundations
  , floor slabs, steel frame and roof, paved access, fire protection,
  and all nec essary utilities and support.  Underground storage
  tanks require replacement.   This award provides for multiple
  line items and additive bids, all of which mus t be addressed
  in order to be considered for this solicitation.  The contractor
   shall provide all labor, equipment and materials required
  to perform the work  in strict accordance with the contract
  documents.  The estimated cost range is  between $500,000 and
  $1,000,000.  It is anticipated that a firm fixed price con
  tract will be awarded as a result of this solicitation.  The
  applicable Standar d Industrial Classification number is 1542.
   This solicitation is unrestricted  and subject to the evaluation
  criteria contained in DFAR 252.219-7003, NOTICE O F EVALUATION
  PREFERENCES, FOR SMALL DISADVANTAGED BUSINESS CONCERNS CONSTRUCTIO
  N ACQUISITIONS - TEST PROGRAM (APR 1996).  Women-owned, small
  and small disadva ntaged businesses are encouraged to compete.
   All responsible sources may submi t a bid which shall be considered
  by this agency.  A subcontracting plan will b e required if
  the successful bidder is a large business.  Solicitation packages
   will be available on 3 January 1997.  Closing time for receipt
  of bid response s is 2:00 p.m. on 4 February 1997.  The bid
  opening will be held in the United  States Property and Fiscal
  Office Conference Room located at 131 Eggert Crossin g Road.
  Lawrenceville, New Jersey.  There will be a Pre-Bid Meeting
  at 2:00 p.m . on 16 January 1997.  The location of the Pre-Bid
  Meeting will be the Base Civ il Engineering Conference Room
  located in Building 33-12, McGuire AFB, New Jers ey.  A non-refundable
  charge of $150.00 per set is required prior to receipt of 
  bid package.  Requests for bid documents must be in writing
  accompanied by a c heck made payable to the U.S. Treasury.
   A street mailing address should be inc luded.  Please indicate
  in your written request if contractor's business is a l arge
  or small business.  Facsimile and telephone requests will not
  be accepted.   The bid number should be identified in all correspondence.
   Requests shall be  submitted to the United States Property
  and Fiscal Office for New Jersey, Atte ntion:  Contracting
  Office, 131 Eggert Crossing Road, Lawrenceville, New Jersey
  , 08648-2898.  Technical questions shall be addressed in writing
  and submitted  via facsimile to the USPFO Contracting Office
  at (609)530-6715.
EMAILADD: klco@dmava.state.nj.us
EMAILDESC: 
CITE: (D-347 SN011756)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: United States Property and Fiscal Office for New Jersey,
  131 Eggert Cro ssing Road, Lawrenceville, New Jersey 08648
SUBJECT: Y--CONSOLIDATED FUEL SYSTEM, MAINTENANCE AND CORROSION
  CONTROL DOCK
SOL DAHA28-96-B-0001
DUE 020697
POC Contracting Officer - CPT Simms, 609-530-6760.  Point of
  Contact - Lt  Maldonado, 609-530-6759
DESC: This is a Solicitation notice.  The New Jersey National
  Guard proposes to  award a contract to construct a Consolidated
  Fuel System, Maintenance and Corr osion Control Dock at McGuire
  AFB, New Jersey.  The facility consists of 8,625  square feet
  of area.  This solicitation provides for multiple line items
  and ad ditive bids, all of which must be addressed in order
  to be considered for this  solicitation.  Interested contractors
  should notify this office in writing of t heir intention to
  bid the project as a Prime Contractor with their request for
   bid package.  The contractor shall provide all labor, equipment
  and materials r equired to perform the work in strict accordance
  with the contract documents.   The estimated cost range is
  between $1,000,000 and $5,000,000.  It is anticipat ed that
  a firm fixed price contract will be awarded as a result of
  this solicit ation.  The applicable Standard Industrial Classification
  number is 1542.  All  request for solicitation package must
  include solicitation number, point of con tact, telephone number
  and facsimile number.  Bidders must also identify their  status
  as small disadvantaged business (SDB), emerging small business
  (ESB), se ction 8(a) small business act contractors, small
  business, or large business.   Women-owned, small and small
  disadvantaged businesses are encouraged to compete .  Subject
  solicitation will be issued as unrestricted and subject to
  the evalu ation criteria contained in DFAR 252.219-7003, NOTICE
  OF EVALUATION PREFERENCES , FOR SMALL DISADVANTAGED BUSINESS
  CONCERNS CONSTRUCTION ACQUISITIONS - TEST PR OGRAM (APR 1996).
     Solicitation packages will be available 7 January 1997.
   C losing time for receipt of packages is 2:00 p.m. 6 February
  1997.  The bid open ing will be held in the United States Property
  and Fiscal Office Conference Roo m located at 131 Eggert Crossing
  Road. Lawrenceville, New Jersey 08648.  There  will be a Pre-Bid
  Meeting at 10:00 a.m. 16 January 1997.  The location of the
  P re-Bid Meeting will be the Base Civil Engineering Conference
  Room located in Bu ilding 33-12, McGuire AFB, New Jersey. 
  A non-refundable charge of $100.00 per  set is required.  Requests
  for bid documents must be in writing accompanied by  a check
  made payable to the U.S. Treasury.  Facsimile and telephone
  requests wi ll not be accepted.  The bid number should be identified
  in all correspondence.   Requests shall be submitted to the
  United States Property and Fiscal Office f or New Jersey, Attention:
   Contracting Office, 131 Eggert Crossing Road, Lawren ceville,
  New Jersey, 08648-2898.  Technical questions regarding this
  project ma y be addressed in writing to MAJ Kokas, facsimile
  number (609)724-2453.
EMAILADD: klco@dmava.state.nj.us
EMAILDESC: 
CITE: (D-347 SN011757)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: United States Property and Fiscal Office for New Jersey,
  131 Eggert Cro ssing Road, Lawrenceville, New Jersey 08648
SUBJECT: Y--CONSTRUCT COMPOSITE RANGE OPERATIONS FACILITY
SOL DAHA28-96-B-0005
DUE 020497
POC Contract Specialist - NICOLE KLCO, (609)530-6762, Base Civil
  Engineer  Project Manager - Capt Paul Novello, (609)724-6090
DESC: This is a Solicitation notice.  The New Jersey National
  Guard proposes to  award a contract for the construction of
  a Composite Range Operations Facility  for the New Jersey Air
  National Guard located at Warren Grove Gunnery Range, W arren
  Grove, New Jersey.  The facility consists of 8,625 square feet
  of area.   This facility shall be sized and configured to support
  range operations.  Funct ional areas include vehicle maintenance,
  vehicle operations, supply storage and  range operations. 
  This facility shall include reinforced concrete foundations
  , floor slabs, steel frame and roof, paved access, fire protection,
  and all nec essary utilities and support.  Underground storage
  tanks require replacement.   This award provides for multiple
  line items and additive bids, all of which mus t be addressed
  in order to be considered for this solicitation.  The contractor
   shall provide all labor, equipment and materials required
  to perform the work  in strict accordance with the contract
  documents.  The estimated cost range is  between $500,000 and
  $1,000,000.  It is anticipated that a firm fixed price con
  tract will be awarded as a result of this solicitation.  The
  applicable Standar d Industrial Classification number is 1542.
   This solicitation is unrestricted  and subject to the evaluation
  criteria contained in DFAR 252.219-7003, NOTICE O F EVALUATION
  PREFERENCES, FOR SMALL DISADVANTAGED BUSINESS CONCERNS CONSTRUCTIO
  N ACQUISITIONS - TEST PROGRAM (APR 1996).  Women-owned, small
  and small disadva ntaged businesses are encouraged to compete.
   All responsible sources may submi t a bid which shall be considered
  by this agency.  A subcontracting plan will b e required if
  the successful bidder is a large business.  Solicitation packages
   will be available on 3 January 1997.  Closing time for receipt
  of bid response s is 2:00 p.m. on 4 February 1997.  The bid
  opening will be held in the United  States Property and Fiscal
  Office Conference Room located at 131 Eggert Crossin g Road.
  Lawrenceville, New Jersey.  There will be a Pre-Bid Meeting
  at 2:00 p.m . on 16 January 1997.  The location of the Pre-Bid
  Meeting will be the Base Civ il Engineering Conference Room
  located in Building 33-12, McGuire AFB, New Jers ey.  A non-refundable
  charge of $150.00 per set is required prior to receipt of 
  bid package.  Requests for bid documents must be in writing
  accompanied by a c heck made payable to the U.S. Treasury.
   A street mailing address should be inc luded.  Please indicate
  in your written request if contractor's business is a l arge
  or small business.  Facsimile and telephone requests will not
  be accepted.   The bid number should be identified in all correspondence.
   Requests shall be  submitted to the United States Property
  and Fiscal Office for New Jersey, Atte ntion:  Contracting
  Office, 131 Eggert Crossing Road, Lawrenceville, New Jersey
  , 08648-2898.  Technical questions shall be addressed in writing
  and submitted  via facsimile to the USPFO Contracting Office
  at (609)530-6715.
EMAILADD: klco@dmava.state.nj.us
EMAILDESC: 
CITE: (D-347 SN011758)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of Agriculture, Agricultural Research
  Service, 6303 Ivy Lane, Room 616-A, Greenbelt, Maryland  20770-1433
SUBJECT: Y--CONSTRUCTION OF PHASE VII, RENOVATION OF THE WESTERN
  REGIONAL RESEARCH CENTER, ALBANY, CALIFORNIA
SOL 8161-3K15-97
DUE 022897
POC Contracting Officer, Lucian J. Grembocki, 301-344-0245
DESC: Pre-Solicitation Notice - The Government intends to issue
  a Request for Proposal (RFP) for technical and cost proposals
  for construction of Phase VII, Renovation of the Western Regional
  Research Center (WRRC), Albany, California.  The facility is
  an existing four story building.  The estimated cost of construction
  for this project is between $4.0 million and $5.0 million.
   Time for completion will be 480 calendar days after Notice
  to Proceed is issued.  A pre-proposal/site visit conference
  will be held on or about February 13, 1997.  Sets of plans
  and specifications will be available  for a non-refundable
  charge of $250 payable by check or money order to USDA, Agricultural
  Research Service, and submitted to Tectonics, Architects Planners
  Engineers, 49 Stevenson, Suite 828, San Francisco, California
   94105-2909, Attention:  Mr. Joel Pathman.  The solicitation
  is scheduled to be issued on or about January 28, 1997, with
  proposal due on or about February 28, 1997.  Proposals will
  be requested in accordance with Federal Acquisition Regulations
  Part 15, Contracting by Negotiation.  No formal bid opening
  will be conducted.  Offers will be evaluated on the basis of
  technical and cost as specified in the solicitation.
CITE: (I-347 SN011804)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Washington Metropolitan Area Transit Authority, Department
  of Procurement, 600 Fifth St., N. W., Washington, DC  20001
SUBJECT: Y-CONSTRUCTION
SOL IFB C-1005/Contract 1Z6142
DUE 011597
POC Robert P. Zaepfel, (202) 962-2676
DESC: Sealed bids are invited for IFB-C-1005, Contract 1Z6142,
  for the design, fabrication, installation and testing of a
  total of seven (7) elevators. Two elevators each are located
  at the Columbia Heights and Georgia Ave./Petworth Stations
  on the Mid-City E Route, and three are located at the Glenmont
  Station on the Outer-B route in Montgomery County, MD. Estimated
  cost range is $1,000,000 to $5,000,000; work on Outer B Route
  is to be completed by May 1, 1998 and on Mid-City E Route by
  June 18, 1999; DBE goal is 21%. Bids open on or around 01/15/
  97. Set of Contract Spefifications cost $20; Full size drawings
  cost $50/each set; Set of Half size drawings $30 and the Insurance
  Specs. or the Safety manual $5/each. To purchase Specs. and
  plans, call 202- 269-4575; Fax. (202)-635-6431; or write to
  WMATA Plans Room, 900 Franklin Street, N.E., Washington D.C.
  20017. For technical questions, call Chris Beres at 202-962-1510
  and for other questions, call Robert P. Zaepfel at 202-962-2676
  or Jonathan Cole at 202-962- 1710. SKR.
CITE: (I-347 SN011813)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy
  Space Center, FL 32899
SUBJECT: Y--VISITOR'S VIEWING GALLARY TO THE SPACE STATION PROCESSING
  FACILITY
SOL RFO 10-97-0012
DUE 020297
POC Jan Pirkle, Contract Specialist, OP-ESO-A, 407-867-7230
DESC: The work to be performed consists of providing the labor,
  equipment, and materials to add a Visitor's Viewing Gallery
  (VVG) to the Space Station Processing Facility (SSPF) and en
  elevated covered walkway connecting the new Viewing Gallery
  and the Engineering Development & Laboratory Facility (EDL)
  in the industrial area at the Kennedy Space Center, Florida.
  Plan to issue solicitation package on or before 1/2/97. Magnitude
  of project is between $1,000,000 and $5,000,000. Period of
  performance: 10 months calendar days after notice to proceed.
  Point of contact for solicitation package Mail Code: OP-ESO-A,
  Jan Pirkle, 407-867-7230, or ATS-PRO, 867-2851 or FAX request
  407-867-9187. All responsible sources may submit a bid/proposal
  which shall be considered by the agency. An ombudsman has been
  appointed to hear concerns from offerors, potential offerors,
  and contractors during the preaward and postaward phases of
  this acquisition -- The purpose of the ombudsman is not to
  diminish the authority of the contracting officer or the selection
  official, but to communicate concerns, issues, disagreements,
  and recommendations of interested parties to the appropriate
  Government personnel and to work to resolve them -- When requested,
  the ombudsman will maintain strict confidentiality as to the
  source of the concern -- The ombudsman does not participate
  in the evaluation of quotes, the source selection process,
  or the adjudication of formal contract disputes -- Interested
  parties are invited to call the installation ombudsman, Mr.
  J. A. Thomas at 407-867-2355. Concerns, issues, disagreements,
  and recommendations which cannot be resolved at the installation
  may be referred to the NASA ombudsman, Mr. Thomas S. Luedtke
  at 202-358-2090.   
CITE: (W-348 SN011900)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of Agriculture, Agricultural Research
  Services, 6303 Ivy Lane, Room 616A, Greenbelt, Maryland  20770-1433
SUBJECT: Y--CONSTRUCTION OF PHASE VII, RENOVATION OF THE WESTERN
  REGIONAL RESEARCH CENTER, ALBANY, CALIFORNIA
SOL 8161-3K15-97
DUE 022897
POC Contracting Officer, Lucian J. Grembocki, 301-344-0245
DESC: Pre-Solicitation Notice - The Government intends to issue
  a Request for Proposal (RFP) for technical and cost proposals
  for construction of Phase VII, Renovation of the Western Regional
  Research Center (WRRC), Albany, California.  The facility is
  an existing four story building.  The estimated cost of construction
  for this project is between $4.0 million and $5.0 million.
   Time for completion will be 480 calendar days after Notice
  to Proceed is issued.  A pre-proposal/site visit conference
  will be held on or about February 13, 1997.  Sets of plans
  and specifications will be available for a non-refundable charge
  of $250 payable by check or money order to USDA, Agricultural
  Research Service, and submitted to Tectonics, Architects Planners
  Engineers, 49 Stevenson, Suite 828, San Francisco, California
   94105-2909, Attention: Mr. Joel Pathman.  The solicitation
  is scheduled to be issued on or about January 28, 1997, with
  proposal due on or about February 28, 1997.  Proposals will
  be requested in accordance with Federal Acquisition Regulations
  Part 15, Contracting by Negotiation.  No formal bid opening
  will be conducted.  Offers will be evaluated on the basis of
  technical and cost as specified in the solicitation.
CITE: (I-348 SN011910)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Smithsonian Institution, Office of Contracting & Property
  Management, 955 L'Enfant Plaza, SW, Suite P-114, Washington,
  DC 20024
SUBJECT: Y -- CONTSTRUCTION OF MODULAR CONTROL BUILDING
SOL 9736SOL0009
POC Lloyd McGill, Contract Specialist, (202)287-3679, Lynn Spurgeon,
  Manager, Federal & Trust Contracting Division, (202)287-3238.
DESC: The Smithsonian Institution is seeking proposals to furnish
  all necessary supervision, labor, materials and equipment for
  the construction of a Modular Control Building for the Submillimeter
  Array as set forth on the drawings and specfications for Office
  of Physical Plant (OPP) Project No. 915110B. Work shall include,
  but not be limited to, at a minimum, the supplying of a 320
  square meter (sm), two (2) story modular building, configured
  so that it can be supplied in the form of six (6) custom designed
  modular units, each 13.3 meters in length and either 3.6 or
  4.3 meters in width. Each module includes specific provisions
  for lighting, heating, air conditioning, and communications
  conduits, as well as robust electrical circuits for the customer
  provided lab equipment. One (1) module is to be shielded from
  RF interference. The project includes the factory construction
  of the modules, transportation to the site and the subsequent
  errection on pre-existing foundations. A test stacking to permit
  final inspection of the modules at the supplier's factory will
  be required. The site is approximately 72 kilometers (km) from
  Hilo, Hawaii at 4,045 meters elevation near the summit of Mauna
  Kea, known as Millimeter Valley. Copies of the drawings and
  specifications may be purchased by interested parties at their
  own expense, the cost of which is not refundable, from Leet-Melbrook,
  Inc., Department R, 18810 Woodfield Road, Gaitersburg, MD 20877,
  Phone (301)670-7874 (Contact Linda Stout, (301)670-7874, for
  price and ordering information for drawings and specifications
  for OPP Project No. 915110B). Solicitation documents are available
  upon written request from the Smithsonian Institution, Office
  of Contracting and Property Management, 955 L'Enfant Plaza,
  SW, Suite P-114, Washington, DC 20024, Attn.: Code 32. Request
  for documents should be written on company letterhead and should
  have complete street address, telephone and telefacsimile numbers
  and the name of the company point of contact. Prospective Offerors
  may request solicitation documents by FAX, (202)287-2008, Attn.:
  Lloyd McGill (Code 32). The time, date and location for receipt
  of offers and a site tour will be included in the solicitation
  documents. All firms responding to the solicitation will be
  required to submit separate, comprehensive technical and price
  proposals to be evaluated by the Smithsonian Institution. Evaluation
  shall include: (1) Plan of Accomplishment and Contract Time;
  (2) Quality Assurance; (3) Key Personnel and Subcontractors;
  (4) Firms's Experience and Past Performance; and, (5) Price.
  The estimated value of this procurement is between $500,000.00
  and $1,000,000.00. All responsible firms may submit a proposal
  which will receive consideration.
CITE: (I-348 SN011944)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code
  540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198
SUBJECT: Y -- P-707, BEQ AND DINING FACILITY AT NAVAL AUXILIARY
  LANDING FIELD (NALF), SAN CLEMENTE ISLAND, CALIFORNIA
SOL N68711-95-R-7560
DUE 030497
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  Rose Hussak/Contracting Officer, Janet Buyson/For Bid Results
  call 619-532- 2355.
DESC: PRESOLICITATION NOTICE. This is a design build procurement.
  Work includes on-site and off-site demolition and the design,
  engineering and construction of a Bachelor Enlisted Quarters
  and Dining Facility complete with all site work and utilities,
  at Naval Auxiliary Landing Field (NALF), San Clemente Island,
  California, complete and ready for use.--The contract is to
  be awarded to the responsible offeror who submits the proposal
  considered most advantageous to the Government considering
  "Price" and "Technical" evaluation factors. The following evaluation
  criteria has been established: Factor 1 (Price) and Factor
  2 (Technical) which are weighted equally. Within the "Technical"
  factor, the following subfactors are listed in order of importance:
  Subfactor "1" Design and Construction, Subfactor "2" Experience
  and Qualifications of Contractor/A-E/Subcontractor, Subfactor
  "3" Schedule, Subfactor "4" Subcontracting Effort. A preproposal
  conference is scheduled at 9:00 a.m., local time, on 15 January
  1997, in the Training Room, second floor of the Military Housing
  Welcome Center, COMNAVBASE, 3544 Albacore Alley, San Diego,
  CA. Participants must reserve seating a minimum of two (2)
  days in advance of the conference date by contacting Rose Hussak
  at (619) 556-9345.--This is not a public bid opening.--The
  estimated cost is between $10,000,000 to $15,000,000.--Firm
  Fixed Price Construction Contract. Proposals will be considered
  from all responsible sources.--This project is unrestricted.--The
  Standard Industrial Code is 1522 and the annual size standard
  is $17 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.--Telephone
  requests will not be accepted.--Requests for the solicitation
  package must be in writing stating RFP number N68711-96-R-7560,
  with complete name, address, area code and phone number and
  whether bidding as a prime/subcontractor/supplier. There will
  be a charge for plans and specs. Please call Plan Issue at
  619-532-2082 to find out the price for this project.---Checks
  are to be made out to DEFENSE PRINTING SERVICE.---FEES ARE
  NOT REFUNDABLE--Mail requests to Southwest Division, Naval
  Facilities Engineering Command (Plan Issue), 1220 Pacific Highway,
  Bldg. 132, San Diego, CA 92132-5187.--Submit one (1) check
  per project.-Solicitation packages are limited to two (2) per
  prime and one (1) per subcontractor/supplier.--Plans and specifications
  will be available on or about 02 January 1997.
CITE: (I-348 SN011954)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--SEPTIC TANK/DRAINFIELDS
SOL 235-97-B0002
DUE 022597
POC Roger Simpson (916) 566-7001
DESC: This is a requirements contract for a two year period for
  the construction  of approximately 18 septic tank/drainfields
  and 8 water service connections in the counties of Amador,
  Butte, Colusa, El Dorado, and Placer in California. The sites
  are unknown and will be known throughout the period of the
  contract. Estimated release date of the solicitation is January
  24, 1997.  Fax requests to (916) 566-7043.  The range of this
  project is $100,000 to $250,000.  
CITE: (W-348 SN011974)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--REPAIR NOSE DOCK RAMPS, FAIRCHILD AFB, WASHINGTON
SOL F4561397R0004
DUE 021097
POC Lt. James O'Quinn, Contract Management Officer, (509) 247-2237
DESC: Correction: This action originally submitted to CBD 10
  DEC 96.   The purpose of this change is to adjust the dollar
  threshold and the performance period of subject contract.
  The performance period for this contract will be 165 calendar
  days. Estimated construction cost is between $1,000,000 and
   $5,000,000. All other information publicized in original synopsis
  is correct.  
CITE: (W-347 SN011777)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA Property Mgmt. Center Contracts Br.,Atrium West,
  Suite 121,7771 West Oak land Pk Blvd,Sunrise,FL 33351
SUBJECT: Z-TERM PARTITION FOR MIAMI, FLORIDA
SOL GS-04P-97-LCD-0003
DUE 022597
POC Contact,Bill Murray,954/356-7640,Contracting Officer,Pamela
  D. Kelley,953/3 56-7685
DESC: The General Service Administration is issuing  a Procurement
  for a Term Par tition Contract. Partition and Miscellaneous
  Repairs Contract to include all cou nties covered under Miami
  Customer Service Center (From Ft. Pierce, Florida to K ey West,
  Florida). Bid issue date on or about January 21, 1997.  Bid
  opening dat e on or about February 25, 1997.  Award of indefinite
  Delivery Contract will res ult from this solicitation.  Minimum/Maximum
  Contract Value $50,000/$500,000.  T he term of Contract will
  be twelve months with two (1) year options. No phone ca lls
  accepted, written or faxed requests only.
CITE: (I-347 SN011793)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration (8PC),Public Buildings
  Service,P. O. Box 255 46,Denver,CO 80225-0546
SUBJECT: Z-REPAIR & ALTERATION, STATE OF COLORADO
SOL GS-08P-97-JBD-0006
DUE 012397
POC Contact,Cindy Wahrle,303/844-4083,Contracting Officer,Cindy
  J. Wahrle,303/8 44-4083
DESC: Provide all labor, material, supervision, equipment and
  tools necessary for general repairs and alterations to Government-owned
  and leased facilities at va rious locations in the State of
  Colorado.  This will be an Indefinite Quantity C onstruction
  Contract(s) with the ability to perform associated design services
  f or construction projects ranging from approximately $2,000
  to $100,000.  The est imated cost of construction for a given
  year under this contract is approximatel y $1,200,000.  Offerors
  will be evaluated using the source selection procedures/ greatest
  value method outlined in the solicitation.  The Government
  may make mul tiple awards and estimates to make four awards
  under the subject solicitation. Individual delivery orders
  exceeding $2,000 may be competed among the selected f irms
  under the contract unless the Government deems otherwise an
  individual task order basis.  Individual orders will be placed
  with the contractor with the low est price when only price
  is a factor.  The contracts will be for a one year bas e period
  with four (4) one year unilateral options on the part of the
  Government .  The requirement is being solicited through full
  and open competition.  SIC Co de 1542.  Responses should be
  mailed or faxed to the attention of GSA Ofc of Bus iness Development
  (8PB), PO Box 25006, Denver, CO 80225; Fax (303) 236-7408.
   Th e specifications will be available on or about 12/30/96.
   A presolicitation noti ce will be issued O/A 12/16/96. There
  will be no public opening of offers.
CITE: (I-347 SN011808)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 81 CONS/LGCC, 200 FIFTH STREET, ROOM 104, KEESLER AFB,
  MS 39534-2102 Attn:/William Geary
SUBJECT: Z-REPLACE/REPAIR ROOFING
SOL F2260097B0024
DUE 030597
POC William Geary tel: 601/377-1825/Robert Winland, Contracting
  Officer, 601/377-3642
DESC: Contractor to provide all plant, labor, transportation,
  materials, equipment, and the performance of all work necessary
  to repair built-up roofs, sheet metal roofs, fiberglass shingle
  roofs and flashing, and to install complete new roofing of
  various types are required on various buildings or structures
  and incidental related work located on Keesler Air Force Base,
  Mississippi.  The intention of the Government is to award a
  requirements contract.  Estimated period of performance is
  one year with two one year option periods.  Estimated cost
  of construction for the basic year and the two one year option
  periods combined is between $1,000,000 and $5,000,000.  This
  action is being solicitated on an unrestricted basis.  Project
  requirements will be available on or about 31 Jan 97.  Estimated
  bid opening date is 05 Mar 97.  All requests for the bid package
  to include specifications must be submitted in writing by letter
  or fax (601-377-1811) and should contain the solicitation number,
  your company's name, address, phone number, fax number, and
  your company's point of contact.  No direct phone requests
  for a bid package will be accepted.  All responsible sources
  may submit a bid which shall be considered.
CITE: (I-347 SN011810)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, PBS, Property Mgmt Div.,Engineering Svcs Br WPMOD,7th
  & D Sts., SW, RM 2634,Washington,DC 20407
SUBJECT: Z-REPLACEMENT OF EXISTING FIRE ALARM
SOL GS-11P-97-MQC-0012
DUE 020597
POC Contact,Mae Delores Peterson,202/708-7431,Contracting Officer,Michael
  J. Vr obel,202/708-7853
DESC: Replacement of Existing Fire Alarm System, GSA/ROB, 7th
  & D Streets, SW, Wa shington, DC 20407.  Bid Invitation Date
  January 6, 1997.  Estimated Cost Range $250,000 to 500,000.
   This procurement is not set-aside for small Women-owned bu
  sinesses are encouraged to submit bids and so state that they
  are women owned. All responsible sources may submit an offer
  which will be considered by the agen cy.  To request a copy
  of the solicitation you may contact: GSA, NCR, Property M anagement
  Division, WPMOD, 7th and D Streets, SW, Room 2609, Washington,
  DC 2040 7, Telephone 202-708-9903.
CITE: (I-347 SN011815)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration,Property Mgmt. Div. (1PM),10
  Causeway St, 9t h floor,Boston,MA 02222-1077
SUBJECT: Z-INDEFINITE QUANTITY CONTRACT
SOL GS-01P-97-BZD-0005
DUE 021997
POC Contact,Marie Fouhey,617/565-7308,Contracting Officer,Marie
  A. Fouhey,617/5 65-7308
DESC: Provide all labor, material, supervision, tools and equipment
  necessary to perform general repairs and alterations to Government
  owned/leased facilities in the States of Massachusetts and
  Rhode Island.  This will be an Indefinite Quant ity Contruction
  Contract(s) with the ability to perform associated design servic
  es for construction projects ranging from approximately $2,000
  to $1.6 million. The estimated cost of construction for a given
  year under this contract(s) is a pproximately $3.2 million.
  Offerors will be evaluated using the source selection procedures/greatest
  value method outlined in the solicitation.  The Government
  may make multiple awards and estimates making a maximum of
  five (5) awards under the subject solicitation.  Individual
  delivery orders exceeding $2,000 may be c ompeted among the
  selected firms under the contract(s) unless the Gov't deems
  ot herwise on an individual task order basis.  Individual orders
  will be placed wit h the contractor with the low price when
  only price is a factor.  The contracts will be for a one year
  base period with four (4) one year options.  The applicab le
  SIC code is 1542.  This procurement is open to both large and
  small businesse s under the Small Business Competitiveness
  Demonstration program.  Requests for the solicitation package
  should be made to Mike Kelliher at (617)565-8386 or fax ed
  to (617)565-7144.  Address other questions to Charles Barr
  at (617)565-7133. The specifications will be available on or
  about January 17, 1997.  There will be no public opening of
  offers.  This is the Pre-Invitation Notice synopsis.  A Pre-Invitation
  Notice is being issued 12/13/96.
CITE: (I-348 SN011894)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Z -- FUEL FARM WITH AIRCRAFT DIRECT FUELING FACILITY
  AT THE NAVAL AIR FACILITY, EL CENTRO, CALIFORNIA
SOL N68711-97-B-8510
DUE 012197
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  Julie Torres/Contracting Officer, Alice Barker/For Bid Results
  call 619-532-2355.
DESC: DESCRIPTION OF WORK--The work includes the addition of
  a new bulk fuel farm which includes two 3 million liter aboveground
  vertical cone roof fuel storage tanks and associated pumps,
  piping, valves and other related equipment. Project also includes
  a day tank area which includes two 111,000 liter aboveground
  horizontal fuel storage day tanks. A 5 m x 5 m pre-engineered
  building control house is included to support the day tank
  area. Four 2200 liter per minute vertical turbine pumps supply
  fuel to four new direct aircraft fueling pantograph stations.
  Day tank area also includes filter separators, valves, piping
  and other associated equipment. The bulk fuel farm supplies
  the day tank area by way of a new 1700 meter above ground 200
  mm supply pipeline. Electrical communication between the two
  sites is made with a new fiber optic cable which runs along
  with the supply pipe. Four new 23 m x 95 m PCC fueling lanes
  will be added along with a 23 m x 70 m PCC entrance throat.
  A new 38 m x 135 m asphalt staging area will be added adjacent
  to the fueling area. Demolition of two 2 million liter and
  one 159,000 liter concrete steel-line underground fuel storage
  tanks will also be included in this contract. Included in this
  project is associated electrical, site work, civil and incidental
  related work, complete and ready for use.--The estimated cost
  is between $1,000,000 and $5,000,000.--Firm Fixed Price Contract.--Contract
  duration is 300 calendar days.--Bids will be considered from
  all responsible sources.--This project is unrestricted.--The
  Standard Industrial Code is 1629 and the annual size standard
  is $17 million.--It is recommended the subcontracting plan
  goals reflect a minimum goal of 5% for Small Disadvantaged
  Business subcontracting effort.--NOTE: Plans and specs will
  not be mailed to firms within a 20 mile radius of the issuing
  office. The fee will be charged for all plans and specs. The
  cost per plans and spec will be determined at a later date.--Solicitation
  packages may be acquired in person from Plan Issue or by mail.--Telephone
  requests will not be accepted.--Requests for the solicitation
  package must be in writing stating solicitation number N68711-97-B-8510,
  complete name, address, area code and phone number and whether
  bidding as a prime/subcontractor/supplier. -Plan holders lists
  will not be faxed.--Mail requests to Southwest Division, Naval
  Facilities Engineering Command (Plan Issue), Building 132,
  1220 Pacific Highway, San Diego, CA 92132-5187 with a check
  payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit
  one (1) check per project.--Solicitation packages are limited
  to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans
  and specifications will be available on or about 20 Dec 1996.
CITE: (I-348 SN011922)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Z -- REPAIR/REPLACE ROOF, MAIN BUILDING, AT THE NAVAL
  MARINE CORPS RESERVE CENTER, TUCSON, ARIZONA
SOL N68711-96-B-2087
DUE 012397
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  Julie Torres/Contracting Officer, Alice Barker/For Bid Results
  call 619-532-2355.
DESC: DESCRIPTION OF WORK--The work in the Main Building includes
  the removal and disposal of existing smooth surfaced, built-up
  roofing systems, sheet metal flashings, gutter assemblies,
  lightweight concrete fill where deteriorated,and the provision
  of replacement of lightweight concrete fill, insulation, gravel
  surfaced built-up roof systems, bituminous and sheet metal
  flashings, gutters, conductor heads, and throughwall scuppers,
  building wall sealants, removal of asbestos containing roofing
  materials and lead-based paint and incidental related work,
  complete and ready for use.--The estimated cost is between
  $100,000 and $250,000.--Firm Fixed Price Contract.--Contract
  duration is 120 calendar days.--Bids will be considered from
  all responsible sources.--This project is unrestricted.--The
  Standard Industrial Code is 1761 and the annual size standard
  is $7 million.--NOTE: Plans and specs will not be mailed to
  firms within a 20 mile radius of the issuing office. A fee
  will be charged for all plans and specs. The cost for plans
  and spec will be determined at a later date.--Solicitation
  packages may be acquired in person from Plan Issue or by mail.--Telephone
  requests will not be accepted.--Requests for the solicitation
  package must be in writing stating solicitation number N68711-96-B-2087,
  complete name, address, area code and phone number and whether
  bidding as a prime/subcontractor/supplier. -Plan holders lists
  will not be faxed.--Mail requests to Southwest Division, Naval
  Facilities Engineering Command (Plan Issue), Building 132,
  1220 Pacific Highway, San Diego, CA 92132-5187 with a check
  payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit
  one (1) check per project.--Solicitation packages are limited
  to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans
  and specifications will be available on or about 23 Dec 1996.
CITE: (I-348 SN011923)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: Z -- DEMO INTERIOR BLDG 57
SOL F33601-97-B-0004
DUE 020697
POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: L. ANDERSON/PKWOEB/937-257-4844
  Fax No 937-257-2825.
DESC: PRESOLICITATION NOTICE. Project No. WP960086. Period of
  Performance is SIC 1542 SIZE STANDARD $17.0 M FEE $15.00. Demo/Renovate
  Interior FAC 20057 at Wright-Patterson AFB OH. Estimated cost
  of proposed acquisition is between $500,000.00 and $1,000,000.00.
  No tel requests. Only written requests received directly from
  the requestor are acceptable. Requests for solicitation documents
  must be accompanied by a non-refundable check or money order
  in the amount of $15.00, made payable to Accounting and Finance.
  This solicitation will be issued approx 97 Jan 06. 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. When requesting
  bid set(s), provide information as to whether your organization
  (together with its affiliates) is a large or small business.
  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 the provisions of Public Law 95-507.
  Businesses requesting copies of solicitations must furnish
  representation with their request as to whether they are a
  small disadvantaged business. Direct all requests for solicitations
  and routine communication concerning this acquisition to Leslie
  Anderson, Contract Specialist, 937-257-6571 X4140. 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.
CITE: (I-348 SN011934)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Northern Division, NAVFACENGCOM, 10 Industrial Highway,
  Mail Stop #82, Lester, PA 19113-2090
SUBJECT: Z -- ELECTRICAL REPAIRS, VARIOUS BUILDINGS, NAVAL SECURITY
  GROUP ACTIVITY, WINTER HARBOR, ME
SOL N62472-96-B-0432
DUE 041397
POC Marge Finiello, Contract Specialist, 610-595-0630.
DESC: This is a Pre-Solicitation Notice: Bidders/Offers interested
  in obtaining plans and specification for this project, must
  send their request on company letterhead, stating if they are
  bidding as a prime contractor or sub-contractor/supplier along
  with a Company Check, Cashier's check, Money order and Visa
  or Mastercard can also be used for payment in the amount of
  $38.00 to: DEFENSE AUTOMATED PRINTING OFFICE, PHILADELPHIA
  NAVAL BASE, BUILDING 77-L, PHILADELPHIA, PA 19112. NORTHERN
  DIVISION IS NOT ISSUING THE PLANS AND SPECIFICATION. Each check
  must be made payable to the U.S. Treasury and annotated with
  the applicable solicitation number. Two set of plans and specification
  will be sent via First Class U S Mail upon availability to
  those contractors who have tendered payment. If a contract
  number is not annotated as required or your check is not made
  payable to the U.S. Treasury, your check will be returned unprocessed.
  NO PERSONAL CHECKS WILL BE ACCEPTED. If you would like information
  on the mailing of the solicitation package via expedited courier
  service please contact: Donna Szlener at Defense Automated
  Printing Office at 215-897-6551. NO PLANS AND SPECIFICATIONS
  WILL BE ISSUED UNTIL PROPER PAYMENT HAS BEEN RECEIVED. The
  work includes the removal of electrical panels, conduit and
  wire; the provision of electrical panels, conduit and wire;
  and incidental related works. Estimates cost range: $100,000
  - $250,000. The Sic Code is 1731 and the small business size
  standard is $7.0 (million) are applicable to this contract.
  The proposed contract (solicitation) will be issued as unrestricted
  and the subject solicitation is subject to evaluation criteria
  set forth in DFAR 252.219-7003 - Notice of Evaluation Preference
  for Small Disadvantaged Business Concerns - Construction Acquisitions
  - Test Program (APR 1996). For technical questions only concerning
  the subject notice please faxed question to Marge Finiello
  at (610) 595-0644. DO NOT FAXED REQUEST TO SHEILA BROWN, she
  is not issuing the bid packages.
CITE: (I-348 SN011935)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Northern Division, NAVFACENGCOM, 10 Industrial Highway,
  Mail Stop #82, Lester, PA 19113-2090
SUBJECT: Z -- REPAIR UTILITY SYSTEMS BLDGS 153/154, NAVAL SECURITY
  GROUP ACTIVITY, WINTER HARBOR, ME
SOL N62472-95-B-0019
DUE 011497
POC Ted Wallace, Contract Specialist, 610-595-0630.
DESC: This is a modification to make some changes: Bid opening
  date for this project is 14 January 1997 at 2:30 P.M. NORTHERN
  DIVISION IS NOT ISSUING THE BID PACKAGES, SO PLEASE DO NOT
  FAXED YOUR REQUEST TO SHEILA BROWN. NO OTHER CHANGES.
CITE: (I-348 SN011941)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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 013197
POC 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 business set-aside. All responsible sources may
  submit a proposal which shall be considered by the agency.
CITE: (I-348 SN011942)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Management and Training Corporation, Potomac Job Corps
  Center, #1 DC Village Lane, SW., Washington, DC 20032
SUBJECT: Z--MODULAR BUILDING (SECURITY)
SOL SOL96-03
DUE 012397
POC Mary Y. Taylor, Purchasing Agent, (202) 574-5020.
DESC: Fixed Price Bid Solicitation. A mandatory pre-bid conference
  and site visit has been scheduled for Thursday, January 10,
  1997 at 9:30 a.m. at the Potomac Job Corps Center, #1 DC Village
  Lane, SW., Washington, DC 20032. All interested sources may
  submit a capability statement along with a check (cashiers
  and/or certified check) and/or a money order in the amount
  of $30.00 to receive a bid package. These packages will not
  be available until Monday, December 16, 1996. All requests
  must be done in writing only. No telephone requests for solicitation
  packages will be accepted.
CITE: (M-348 SN011970)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Management and Training Corporation, Potomac Job Corps
  Center, #1 DC Village Lane, SW., Washington, DC 20032
SUBJECT: Z--AIR CONDITIONING & WINDOW REPLACEMENT
SOL SOL96-04
DUE 012896
POC Mary Y. Taylor, Purchasing Agent, (202) 574-5020.
DESC: Fixed Price Bid Solicitation. A mandatory pre-bid conference
  and site visit has been scheduled for Tuesday, January 14,
  1997 at 9:30 a.m. at the Potomac Job Corps Center, #1 DC Village
  Lane, SW., Washington, DC 20032. All interested sources may
  submit a capability statement along with a check (certified
  and/or cashiers) and/or money order in the amount of $30.00
  to receive a bid package. These packages will not be available
  until Monday, December 16, 1996. All requests must be done
  in writing only. No telephone requests for solicitation packages
  will be accepted.
CITE: (M-348 SN011971)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Management and Training Corporation, Potomac Job Corps
  Center, #1 DC Village Lane, SW., Washington, DC 20032
SUBJECT: Z--MODULAR BUILDING (SECURITY)
SOL SOL96-03
DUE 012397
POC Mary Y. Taylor, Purchasing Agent, (202) 574-5020.
DESC: Fixed Price Bid Solicitation. A mandatory pre-bid conference
  and site visit has been scheduled for Thursday, January 10,
  1997 at 9:30 a.m. at the Potomac Job Corps Center, #1 DC Village
  Lane, SW., Washington, DC 20032. All interested sources may
  submit a capability statement along with a check (cashiers
  and/or certified check) and/or a money order in the amount
  of $30.00 to receive a bid package. These packages will not
  be available until Monday, December 16, 1996. All requests
  must be done in writing only. No telephone requests for solicitation
  packages will be accepted.
CITE: (M-348 SN011976)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Management and Training Corporation, Potomac Job Corps
  Center, #1 DC Village Lane, SW., Washington, DC 20032
SUBJECT: Z--AIR CONDITIONING & WINDOW REPLACEMENT
SOL SOL96-04
DUE 012896
POC Mary Y. Taylor, Purchasing Agent, (202) 574-5020.
DESC: Fixed Price Bid Solicitation. A mandatory pre-bid conference
  and site visit has been scheduled for Tuesday, January 14,
  1997 at 9:30 a.m. at the Potomac Job Corps Center, #1 DC Village
  Lane, SW., Washington, DC 20032. All interested sources may
  submit a capability statement along with a check (certified
  and/or cashiers) and/or money order in the amount of $30.00
  to receive a bid package. These packages will not be available
  until Monday, December 16, 1996. All requests must be done
  in writing only. No telephone requests for solicitation packages
  will be accepted.
CITE: (M-348 SN011977)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse
  Hill Road, Coatesville, PA  19320
SUBJECT: Z--REPLACE SEWER LINES, BUILDINGS 16 AND 138
SOL 542-9-97
DUE 010397
POC Point of Contact - John Cox, Contracting Officer, 610-383-0203
DESC: This VA Medical Center is seeking a professional Architect
  Engineering firm for the development of complete working drawings,
  specifications, cost estimates and Construction Period Services
  for Project No. 542-97-106, Replace Sewer Lines, Buildings
  16 and 138.  This project includes excavation and removal of
  approximately 1600 feet of sanitary sewer line and replacement
  with new plastic pipe along with T's elbows and fittings as
  needed. A small lift station will also be required along with
  backfilling, landscaping and electrical work.  The new work
  shall meet all VA Criteria Codes and Life Safety Codes.This
  advertisement for A/E Services is set aside for small bussinesses.
   The Standard Industrial Classification Code is 8712, and the
  Small Business Size Standard is $2.5 million as an average
  annual revenue during the last three complete years.  Interested
  qualified small businesses, that meet this criteria must submit
  Standard Forms 254 and 255 to the Contracting Officer listed
  above by close of business (4:30) on January 3, 1997. This
  request for these Standard Forms is restricted to A/E firms
  located within a 150 mile radius of Coatesville, PA.  Submittals
  from firms not meeting the small business criteria or firms
  located outside the 150 mile limit will be returned without
  consideration.  This is not a solicitation for construction
  bids.  Any submittals regarding this announcement that are
  not received by the designated date and time will be returned
  without consideration.  The cost range for this A/E contract
  is $25,000 to $100,000.  The cost range for the construction
  phase is $250,000 to $500,000.  cvamc7@ worldaxes.com   Contact
  this E-mail address for inquires.
CITE: (D-348 SN011987)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse
  Hill Road, Coatesville, PA  19320
SUBJECT: Z--FIRE &ETY IMPROVEMENTS, VARIOUS BUILDINGS
SOL 542-8-97
DUE 010397
POC Point of Contact - John Cox, Contracting Officer, 610-383-0203
DESC: This VA Medical Center is seeking a professional Architect
  Engineering firm for the development of complete working drawings,
  specifications, cost estimates and Construction Period Services
  for Project No 542-97-104, Fire and Safety Improvements in
  Various Buildings.  This project will include the adding of
  sprinklers in the telephone closets of 15 buildings, the sealing
  of all wall penetrations in smoke and fire barriers, replacing
  existing 1/2 hour rated fire doors and frames with 2 hour rated
  doors in 12 different buildings and replace fusible links in
  air conditioning ducts at fire barriers in 10 buildings.  The
  project will include all necessary demolition, clean-up, painting,
  caulking and meet all applicable VA criteria and codes.  The
  contract will include weekly site visits, providing contract
  prints and as-builts on Autocadd, Versions R12 or R13.  This
  advertisement for A/E Services is set aside for small bussinesses.
   The Standard Industrial Classification Code is 8712, and the
  Small Business Size Standard is $2.5 million as an average
  annual revenue during the last three complete years.  Interested
  qualified small businesses, that meet this criteria must submit
  Standard Forms 254 and 255 to the Contracting Officer listed
  above by close of business (4:30) on January 3, 1997.  This
  request for these Standard Forms is restricted to A/E firms
  located within a 150 mile radius of Coatesville, PA.  Submittals
  from firms not meeting the small business criteria or firms
  located outside the 150 mile limit will be returned without
  consideration.  This is not a solicitation for construction
  bids.  Any submittals regarding this announcement that are
  not received by the designated date and time will be returned
  without consideration.  The cost range for this A/E contract
  is $25,000 to $100,000.  The cost range for the construction
  phase is $250,000 to $500,000.  cvamc7@ worldaxes.com   Contact
  this E-mail address for inquires.
CITE: (D-348 SN011991)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse
  Hill Road, Coatesville, PA  19320
SUBJECT: Z--FOOD DELIVERY SITE PREP
SOL 542-10-97
DUE 010397
POC Point of Contact - John Cox, Contracting Officer, 610-383-0203
DESC: This VA Medical Center is seeking a professional Architect
  Engineering firm for the development of complete site prepararion,
  working drawings, specifications, cost estimates and Construction
  Period Services for Project No. 542-97-105, Food Delivery Site
  Prep. This project will include the site preparation and utility
  services to support the installation of an advanced food preparation
  and tray delivery system for use by Dietic Service to replace
  the motorized tray delivery system.  The new advanced prep
  and tray delivery system will consist of a central blast refrigerator
  in Building 138, Tray Line relocation from Building 8 to Building
  58, Tray Line holding refrigerator in Building 58 and rethermalization
  refrigeration units on 12 selected Nursing units located throughout
  the medical center.  All utility services, ventilation requirements
  and architectural considerations will be provided to serve
  all system components.  Electric utility connections will be
  from an emergency power source.  Contract prints and as-builts
  must be on Autocadd R13. This advertisement for A/E Services
  is set aside for small bussinesses.  The Standard Industrial
  Classification Code is 8712, and the Small Business Size Standard
  is $2.5 million as an average annual revenue during the last
  three complete years.  Interested qualified small businesses,
  that meet this criteria must submit Standard Forms 254 and
  255 to the Contracting Officer listed above by close of business
  (4:30) on January 3, 1997.  This request for these Standard
  Forms is restricted to A/E firms located within a 150 mile
  radius of Coatesville, PA.  Submittals from firms not meeting
  the small business criteria or firms located outside the 150
  mile limit will be returned without consideration.  This is
  not a solicitation for construction bids.  Any submittals regarding
  this announcement that are not received by the designated date
  and time will be returned without consideration.  The cost
  range for this A/E contract is $25,000 to $100,000.  The cost
  range for the construction phase is $100,000 to $250,000. 
  cvamc7@ worldaxes.com   Contact this E-mail address for inquires.
CITE: (D-348 SN011995)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: Z --INSTALL EXTERIOR LIGHTS
SOL F42650-97-Q-0170
DUE 012397
POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional
   information contact Susan Jones/Pkoe/[801]775-2373
DESC: All work necessary to install 3 street lights with transformer
   tapped into existing line. This is in a controlled area. Estimated
  Range: $25,000 - $100,000 Performance Period: 120 days Place
  of performance: Hill AFB UT Bldg 2026 The approximate issue/response
  date will be 09 Jan 97. The anticipated award date will be
  23 Jan 97. Written procedure will be used for this solicitation.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Request for copies of solicitations
  must reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. An Ombudsman has been
  appointed to hear concerns from offerors or potential offerors
  during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
CITE: (I-348 SN012037)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse
  Hill Road, Coatesville, PA  19320
SUBJECT: Z--ROOF REPLACEMENT, BUILDINGS 18 AND 57
SOL 542-11-97
DUE 010397
POC Point of Contact - John Cox, Contracting Officer, 610-383-0203
DESC: This VA Medical Center is seeking a professional Architect
  Engineering firm for the development of complete working drawings,
  specifications, cost estimates and Construction Period Services
  for Project No. 542-97-102, Replace Roofs, Buildings 18 and
  57. This project will Replace all existing slate roof and metal
  flashing on Building 18 and Building 57.  The area of roof
  involved in this project is approximately 31,000 square feet.
   The project includes all necessary demolition and installation
  of new metal flashing and fiberglass reinforced asphalt roof
  shingles which resemble slate.  The construction also includes
  gutter repair, tuckpointing, coping repair, sheathing replacement,
  reinstallation of lightning protection and eyebolt flashing.
   All prints and as-builts must be on Autocadd Version R13.
  This advertisement for A/E Services is set aside for small
  bussinesses.  The Standard Industrial Classification Code is
  8712, and the Small Business Size Standard is $2.5 million
  as an average annual revenue during the last three complete
  years.  Interested qualified small businesses, that meet this
  criteria must submit Standard Forms 254 and 255 to the Contracting
  Officer listed above by close of business (4:30) on January
  3, 1997.  This request for these Standard Forms is restricted
  to A/E firms located within a 150 mile radius of Coatesville,
  PA.  Submittals from firms not meeting the small business criteria
  or firms located outside the 150 mile limit will be returned
  without consideration.  This is not a solicitation for construction
  bids.  Any submittals regarding this announcement that are
  not received by the designated date and time will be returned
  without consideration.  The cost range for this A/E contract
  is $25,000 to $100,000.  The cost range for the construction
  phase is $100,000 to $250,000.  cvamc7@ worldaxes.com   Contact
  this E-mail address for inquires.
CITE: (D-348 SN012043)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), Department of Veterans Affairs,
  Medical and Regional Office Center, Togus, Maine 04330
SUBJECT: Z -- SITE PREPARATION FOR TELEPHONE SYSTEMS REPLACEMENT
SOL I.F.B. 402-1-97
DUE 020697
POC Michael LeClair, Contracting Officer (90C)
DESC: Furnish labor, material, and equipment necessary to perform
  site preparation for a Telephone Systems Replacement at the
  Department of Veterans Affairs, Medical and Regional Office
  Center, Togus, Maine. Work includes general construction, demolition,
  alterations and electrical work throughout all buildings. Work
  will consist of the installation of conduit, risers, raceways,
  Construction of telephone closets, telephone rooms, and ventilation
  systems. It will also include excavation, restoration, and
  installation of underground duct banks. All work shall be performed
  in strict accordance with the plans and specifications. Completion
  Time: 180 calendar days. A $100.00 refundable deposit is required
  in the form of a cashiers check or money order for each set
  of plans and specs. All requests for plans and specs. must
  be in writing to the Contracting Officer (90C), Department
  of Veterans Affairs, Medical and Regional Office Center, Togus,
  Maine 04330. Only one (1) set of Bid Documents will be issued
  to each proposed bidder. Bid documents will be available on
  a first come, first serve basis, when the supply is depleted,
  no more plans or specs. will be printed.(50 sets will be printed).
  Plans and specs. will be available on/or about 1/17/97. A Pre-Bid
  meeting will be held on 1/23/97 at 10:00 a.m. local time in
  the Engineering Conference Room, Bldg. 202. Bid opening date
  will be on 2/6/97 at 2:00 p.m. local time in Bldg. 205, 3rd
  floor, Room 316B, Acquisition and Materiel Management Conference
  Room. All bids must be time and date stamped in Bldg. 205,
  Room 312 prior to the 2:00 p.m. bid opening. SIC Code: 1731.
  This project is being advertised on an unrestricted basis in
  accordance with PL-100656. Construction Cost Range: $500,000
  and $1,000,000.
CITE: (I-348 SN012092)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1162,
  Bldg. 2521, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 10 -- MOD1 MOUNT WIN .50 CALIBER M2HB SOFTMOUNT
SOL N00164-97-Q-0052
DUE 010397
POC Contact point, Ms. Joyce Loughmiller, Purchasing Agent, Code
  1162N3, 812-854-3902
DESC: 40 EACH MK 95 MOD 1 MOUNT, TWIN .50 CALIBER M2#B SOFTMOUNT.
  DELIVERY TO BE 180 DAYS AFTER AWARD. INSPECTION AND ACCEPTANCE
  FOB DESTINATION, CRANE, IN. THE FOLLOWING GFM WILL BE FURNISHED
  P/N'S 7117795(CHUTE, FLEXIBLE AMMO.) 7109640 (ADAPTER, GUN
  END, LEFT) 7117793 (ADAPTER, GUN END, RIGHT) 6650402 (SHOCK
  DAMPENER). SOLICITATION TO BE ISSUED ON ABOUT 97 JAN 07. See
  Note(s): 1.
CITE: (I-347 SN011743)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1162,
  Bldg. 2521, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 10 -- FRONT & REAR HAND GUARDS & SHOULDER STOCK /MK6
  RIFLE
SOL N00164-97-Q-0051
DUE 013197
POC Contact point, Ms. Joyce Loughmiller, Purchasing Agent, Code
  1162N3, 812-854-3902
DESC: 2000 EACH FRONT HAND GUARDS, 2000 EACH REAR HAND GUARDS,
  2000 EACH SHOULDER STOCKS FOR MK 6 DRILL RIFLE. MTERIAL-PROPYLENE
  PLASTIC - -IAW: STM-4101, PP0348. DELIVERY TO BE 60 DAYS AFTER
  AWARD-FOB DESTINATION-CRANE, IN. INSPECTION AND ACCEPTANCE
  AT DESTINATION. REQUEST FOR QUOTE TO BE ON OR ABOUT 1-13-97.
  See Note(s): 1.
CITE: (I-347 SN011744)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--STUD NUT.  CORROSION RESISTANT STEEL MATERIAL. 
  ONE END HAS  SOCKET HEAD, OTHER END HAS
SOL SP0740-97-Q-0598
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Sara  Hansford/AEBA1/614-692-3644
DESC: PR-NO:  YPC96310002562 NSN 1095-01-065-9833, CAGE D0680
  Part No  CA18009N-43 CAGE 29372 Part No CA18009N-43 CAGE 29372
  Part No CA18370N-43  stud nut.  Corrosion resistant steel material.
   Passivated finish.   4,000 -EA Del to Lathrop CA 95330 Del
  30 days after award 4,000 -EA Del  to New Cumberland PA 17070-5001
  Del 30 days after award solicitation not  available until 15
  days after published in the CBD. specifications, plans  or
  drawings are not available. Automated Best Value Model (ABVM)
  applies.   While price may be a significant factor in the evaluatio
  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 performanc
  as described in this solicitation.  All  responsible sources
  may submit offer which DCSC shall consider.
CITE: (I-348 SN011886)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 13-CARTRIDGE ACTUATED CUTTER, MK 18 MOD 0
SOL N0010497RK012
DUE 021497
POC Contact Point, R. L. Cleaver, 0242.3, (717)790-2706, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, R.L. Cleaver,
  0242.3, (717)790-2706
DESC: NSN 2E-1377-00-777-5670, Qty 104 EA, Delivery FOB Origin--
  Except as modified or ampliied in RFP.  This item contains
  class "C" explosives.  DFAR 252.223.7002, Safety Precaustions
  for Ammunitions and  Explosvies applies.  100% option clause
  included, 90 days.  All responsible  sources may submit an
  offer which, if received in a timely manner, will be  considered.,
  See Note 9
CITE: (I-347 SN011800)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 13-PIN PUSHER, 12.0 SECOND DELAY, CTG.
SOL N0010497RK021
DUE 013197
POC Contact Point, R. L. Cleaver, 0242.3, (717)790-2706, Fax,
  (717)790-2284, Twx, Not-avail
DESC: NSN 2E-1377-01-135-6856, Qty 532 EA, Delivery FOB Origin--
  Except as modified or amplified in RFP.  This item contains
  class "C" explosives.  DFAR 252.223-7002, Safety Precautions
  for Ammunition and  Explosives applies.  All responsible sources
  may submit an offer which, if  received in a timely manner,
  will be considered., See Note 9
CITE: (I-347 SN011801)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--INITIATOR, PROPELLAN
SOL F42630-97-Q-20521
DUE 012297
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Genee Ringel/Likm/[801]775-2093
DESC: Item 0001 NSN 1377-01-166-4262ES P/N: 6028300, Acft ejection
  sys  (life support) ballistic dev. Predominant matl is aluminum
  with expl charge of 0.0013 lb. Length 3.50", dia 1.97" and
  is propagation initiated. Alternate NSN: 1377-01-203-1959ES,
  P/N: 821019-1; NSN: 1377-00-138-3770ES, P/N: 812666-9 and NSN:
  1377-01-289-4632ES, P/N: 6065300 64ea. Applicable to: F-15.
  Destn: FMS Countries. Delivery: 31 Dec 97 64 ea The approximate
  issue/response date will be 02 Jan 97. The anticipated award
  date will be 22 Jan 97. Written procedure will be used for
  this solicitation. To: Teledyne Mccormick Selph, Hollister
  Ca 95024 0006. To: Scot Inc, Downers Grove Il 60515-0705. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Request for copies
  of solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. An Ombudsman
  has been appointed to hear concerns from offerors or potential
  offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  The Government does not own the data or the rights to the data
  needed to purchase this part from additional sources. It has
  been determined to be uneconomical to buy the data or rights
  to the data. It is uneconomical to reverse engineer the part.
  See Note (s) 26.
CITE: (I-348 SN012033)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: U.S. Army ARDEC, AMSTA-AR-PCW-D, Bldg 10, Picatinny Arsenal,
  New Jersey 07806-5000
SUBJECT: 13 -- MK42 FUZE
SOL DAAE30-97-Q-0006
DUE 010397
POC Errol T. Chisholm, Contract Specialist, email=chisholm, 201-724-5770.
DESC: The US Army ARDEC has a requirement for engineering analysis,
  engineering design, hardware fabrication and testing of MK420
  Dual Mode Fuze test components. The period of performance will
  be 45 days. At the conclusion of the effort a final report
  will be provided in contractor format which details the entire
  effort including the test hardware configurations, test set-ups,
  test results and engineering analysis of the results. Award
  of a purchace order on a sole source basis to Action Manufacturing
  Co., Philadelphia PA, as the only responsible source is anticipated.
  See note 22. Information regarding this action can be accessed
  at http://procnet.pica.mil.
CITE: (I-348 SN012093)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: U.S. Army TACOM-ARDEC, AMSTA-AR-PCW-B, Building 10, Picatinny
  Arsenal, New Jersey 07806-5000
SUBJECT: 13 -- SELECTABLE LIGHTWEIGHT ATTACK MUNITIONS PRODUCTION
SOL N/A
DUE 020697
POC Anita Jones email=anjones, Contract Specialist, 201-724-3997
  Paul Milenkowic email=pmilen, Contracting Officer, 201-724-5391.
DESC: The US Army TACOM-ARDEC Picatinny Arsenal, NJ intends to
  acquire under the authority of FAR 6.302-1, Only One Responsible
  Source, a production effort for M2 and M4 Selectable Lightweight
  Attack Munitions (SLAMs), M3 Demolition Attack Munitions (DAMs),
  and M299 Training Kits. The estimated quantities are 2,400
  M2s, 2,200 M3s, 9,000 M4s, and 307 M299s. The Government intends
  to utilize Alliant Techsystems, Inc. located in Hopkins, MN.
  This effort is expected to be awarded in second quarter fiscal
  year 1997 as an add-on to the current contract DAAE30-95-C-0105.
  See Numbered Note 22.
CITE: (I-348 SN012094)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought
OFFADD: U.S. Army ARDEC, AMSTA-AR-PCW-A Bldg10, Picatinny Arsenal,
  New Jersey 07806-5000
SUBJECT: 13 -- 13--PROCUREMENT OF M795 155MM HE PROJECTILE
SOL DAAE30-97-R-0049
POC Jean Grinter, Contract Specialist, email=jgrinter, 201-724-4166;
  David Banashefski, Contracting Officer, 201-724-4113.
DESC: The Army has a requirement for the manufacture of metal
  parts for approximately 84,000 M795 High Explosive Projectiles.
  The M795 design utilizes high fragmentation steel to increase
  its effectiveness. A qualified manufacturer must possess at
  his site the capability and facility to forge, heat treat,
  nose, overlay weld, machine, and inspect the M795 and the capacity
  to meet the required schedules. Interested producers are requested
  to submit capabilities statements to U.S. Army TACOM-ARDEC,
  ATTN: AMSTA-AR-PCW-A, Jean Grinter, Building 10, Picatinny
  Arsenal, NJ 07806-5000. Inquiries must be in writing. No solicitation
  will be issued as a result of this market survey which is for
  informational purposes only.
CITE: (I-347 SN011747)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought
OFFADD: U.S. Army ARDEC, AMSTA-AR-PCW-A Bldg10, Picatinny Arsenal,
  New Jersey 07806-5000
SUBJECT: 13 -- 13--PROCUREMENT OF M795 155MM HE PROJECTILE
SOL DAAE30-97-R-0049
POC Jean Grinter, Contract Specialist, email=jgrinter, 201-724-4166;
  David Banashefski, Contracting Officer, 201-724-4113.
DESC: The Army has a requirement for the manufacture of metal
  parts for approximately 84,000 M795 High Explosive Projectiles.
  The M795 design utilizes high fragmentation steel to increase
  its effectiveness. A qualified manufacturer must possess at
  his site the capability and facility to forge, heat treat,
  nose, overlay weld, machine, and inspect the M795 and the capacity
  to meet the required schedules. Interested producers are requested
  to submit capabilities statements to U.S. Army TACOM-ARDEC,
  ATTN: AMSTA-AR-PCW-A, Jean Grinter, Building 10, Picatinny
  Arsenal, NJ 07806-5000. Inquiries must be in writing. No solicitation
  will be issued as a result of this market survey which is for
  informational purposes only.
CITE: (I-347 SN011749)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15-LEADING EDGE,AIRCRA
SOL N0038397QA059
DUE 012197
POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1560-99-577-3001-SR, Ref Nr 75A160201-1003, Qty 2 EA
  , Delivery FOB Origin--NOTE:The U.S.Naval Inventory Control
  Point-Philadelphia does not have manufact uring drawings of
  this item.  Item is a component of the AV-8B "Harrier" wing
  assembly and is, therefore, a critical safety-of-flight component.---,
  See Note 22
CITE: (I-347 SN011778)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15-DUCT ASSEMBLY,AIR C
SOL N0038397QA063
DUE 012197
POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1560-01-152-9696-SR, Ref Nr 75A667108-1001, Qty 6 EA
  , Delivery FOB Origin--Note: the Naval Inventory Control Point-Philadelphia
  does not have drawings of  this item. Item is used on board
  the AV-8B "Harrier" aircraft.---, See Note 22
CITE: (I-347 SN011779)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15-FAIRING,FUSELAGE,AI
SOL N0038397QN068
DUE 012197
POC Contact Point, Dorothy   Henderson, 0233.06, (215)697-2814,
  Fax, (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-1560-00-865-3660-QH, Ref Nr 65205-06001-048, Qty 19
  EA, Delivery FOB Origin-----, Drawings not available., See
  Note 22
CITE: (I-347 SN011780)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--DOOR ASSEMBLY
SOL SP0460-97-Q-B599
DUE 010397
POC Contact:  for copies of RFQ solicitations contact buyer.
  Jea  nne Yonce BV617/804-279-5145, FAX 804-279-6078. KO Kim
  berly S. Ratliff  804-279-4535.
DESC: PR-NO:  YPG96332000359 NSN 1560-01-076-8983, door assembly
   Lockheed Martin Corp CAGE 81755 Dwg 16B5519, Rev "AJ" P/N
  16B5519-11.   Specifications, plans or drawings relating to
  the procurement described are  not available and cannot be
  furnished by the government.  Unrestricted.   Other than full
  and open sole source.  Intended source Lockheed Martin  Corp.
   Solicitation will be made in writing.  37 -EA Del to New 
  Cumberland PA 17070-5001 Del by 176 days.  15 -EA Del to Stockton
  CA  95296 Del by 176 days.  All responsible sources may submit
  offer which DGSC  shall consider.
CITE: (I-347 SN011832)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--LONGERON
SOL SP0460-97-R-0514
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer, BA rbara
  Stansbury BV417 (804)279-3416 KO Kimberly  Hansen (804)279-3624
  FAX (804) 279-6078/4300
DESC: PR-NO:  YPG96334000195 NSN 1560-01-432-5841, @ITEM namelongeron
   @OVERALL LENGTH44.000 inches nominal @III END item IDENTIFICATIONF-16C/D
   aircraft @AIRCRAFT mission design SERIESF-16C/D @MATERIALALUMINUM
  alloy  160 -EA Del to (Call contracting office) Del by 12 Jul
  97 (120 DARO) mfr:   Lockheed Martin Corp CAGE 81755 Dwg 16B5121
  Rev "N" PN 16B5121-31  source:  progressive Inc. CAGE 64900
  specifications, plans or drawings  relating to the procurement
  described are not available and cannot be  furnished by the
  government.  All responsible sources may submit offer which
   DGSC shall consider.
CITE: (I-347 SN011833)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--LONGERON
SOL SP0460-97-R-0515
DUE 021497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer, BA rbara
  Stansbury BV417 (804)279-3416 KO Kimberly  Hansen (804)279-3624
  FAX (804)279-4300/6078
DESC: PR-NO:  YPG96334000196 NSN 1560-01-432-5843, @ITEM namelongeron
   @OVERALL LENGTH44.000 inches nominal @III END item IDENTIFICATIONF-16C/D
   aircraft @AIRCRAFT mission design SERIESF-16C/D @MATERIALALUMINUM
  alloy  160 -EA Del to (Call contracting office) Del by 13 Jul
  97 (120 DARO) mfr:   Lockheed Martin CAGE 81755 Dwg 16B5121
  Rev N PN 16B5121-32 source:   progressive Inc. CAGE 64900 sources
  other than progressive may be required  to perform FAT. specifications,
  plans or drawings relating to the  procurement described are
  not available and canno be furnished by the  government.  All
  responsible sources may submit offer which DGSC shall  consider.
CITE: (I-347 SN011834)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--MANIFOLD, FLUID, AIRCRAFT
SOL SP0460-97-Q-B604
DUE 010697
POC Contact:  for copies of RFQ solicitations contact the buyer.
    Dorothy CAR-TER/BV412/804-279-4134, FAX 804-279-6078.  KO
  is Dolores  O'BRIEN804-279-4567.
DESC: PR-NO:  YPG96339000300 NSN 1560-01-162-6715, manifold,
  fluid,  aircraft. Rockwell Intl Corp CAGE 43999.  P/N L5344538-0001
  Rev "a"  specifications, plans, or drawings relating to the
  procurement described  are not available and cannot be furnished
  by the government.  Other than  full and open more than one
  source.  Intended sources, 58730 and 10000 6 - EA Del to Barstow
  CA 92311-5014 Del by 112 days.  All responsible sources  may
  submit offer which DGSC shall consider.
CITE: (I-347 SN011835)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--COVER, ACCESS
SOL SPO460-97-Q-C452
DUE 020697
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement. for copies of RFQ Sol
  icitations,  contact thebuyer:  Robert Tobin/BU713/804-2 79-3639
  contracting officer:   Margaret Adams/804-279-51 37
DESC: PR-NO:  YPG96332000317 NSN 1560-00-076-6621, cover, access
   Lockheed Martin, CAGE 98897 P/N 3F11092-101 Rev 'e' and eco
  96C0001 Tech  data package availability:  23 -EA Del to Robins
  AFB GA 31098-1887 Del  by:  147 DARO first article test required.
   Specifications, plans or  drawings relating to the procurement
  described are not available and  cannot be furnished by the
  government.  Other than full and open (10  U.S.C. 2304(C)(1)
  (FAR 6.302-1) more than one source, intended sources:   Lockheed
  Martin, CAGE 98897 honeycomb Co. of America, CAGE 99115 HAC
   Corp., CAGE 1N454 GSE Dynamics, CAGE 29183 total small business
  (SB)  set-aside (NOTE 1) critical application item.  All responsible
  sources  may submit offer which DGSC shall consider.
CITE: (I-347 SN011843)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--HEATER, VENTURI
SOL SP0460-97-R-0513
DUE 021497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer, BA rbara
  Stansbury BV417 (804)279-3416 KO Kimberly  Hansen (8040279-3624
  FAX (804)279-4300/6078
DESC: PR-NO:  YPG96332000348 NSN 1560-00-798-5687, Tech data
  package  availability:  25 -EA Del to New Cumberland PA 17070-5001
  39 -EA Del to  Stockton CA 95296 delivery schedule:  with first
  article testing 274 DARO  (13 Dec 97); with FAT waived 109
  DARO (1 Jul 97) mfr:  McDonnell Douglas  Corp CAGE 76301 Dwg
  32-63092 Rev "L" PN 32-63092-5 source:  Essex  Industries Inc.
  CAGE 83533 PN 5400010100-5 specifications, plans or  drawings
  relating to the procurement described are not available and
   cannot be furnished by the government. 100% quantiy option
  include all  responsible sources may submit offer which DGSC
  shall consider.
CITE: (I-347 SN011844)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO
SUBJECT: 15 -- IMPROVED DATA MODEM (IDM), SYSTEMS ENGINEERING
  STUDY ASSESSING THE INTERFACE REQUIREMENTS FOR THE PLANNED
  INTEGRATION OF IDM ION 3 WITH MIL-STD-188-220/VARIABLE MESSAGE
  INTO THE AH-64
SOL DAAJ09-94-G-0009
POC Mary Sands, Contract Specialist, 314-263-0695, Michael H.
  Bond, Contracting Officer, 314-263-2872, ATTN: AMSAT-A-PMAA.
DESC: The proposed contractor is McDonnell Douglas Helicopter
  Systems, 5000 East McDowell Road, Mesa, Arizona 85215-9797.
  The U.S. Government does not have detailed design data, manufacturing
  drawings, material or process specifications or firm interface
  document which would allow any source other than MDHS to effect
  the integration and qualification of the Improved Data Modem.
  See note 22.
CITE: (I-348 SN011938)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 16--CYLINDER ASSEMBLY
SOL F41608-97-R-74120
DUE 020397
POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional
   information contact Torres, F. R./lck2586/[210]925-6837
DESC: Item 0001 NSN 1650-01-355-0729LD P/N: 17P1C2126-503, CYLINDER
   ASSY, ACTUATING LINAR, DOUBLE ACTING SINGLE CYLINDER;EXTENDED
  LENGT H = 33.967 INCHES NOMINAL COMPRESSED LENGTH = 21.547
  IN NOMINAL; END ITEM ID = C17 ACFT 6EA. Applicable to: C-17a
  Acft. Destn: FB2065, _ACCT 09. Delivery: 31 Jul 97 6 ea Government
  drawings and/or specifications are NOT available. The approximate
  issue/response date will be 02 Jan 97. The anticipated award
  date will be 03 Mar 97. Written procedure will be used for
  this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca
  90807-4418. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 22,26.
CITE: (I-347 SN011377)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: ASC/YPKKB, 1981 Monahan Way, Bldg 12, Wright-Patterson
  AFB OH 45433- 7205
SUBJECT: 16 -- ALE-50 ALTERNATE MISSION EQUIPMENT FOR THE F-16
  AIR COMBAT FIGHTER PROGRAM
SOL F33657-97-R-0006
DUE 011597
POC Contact Captain James B. Smith (513) 255-6581; Contracting
  Officer, Sandra Palmatier (513) 255-0723.
DESC: The F-16 System Program Office, ASC/YPKKB, intends to issue
  RFP No. F33657-97-R-0006 for sole source negotiations to produce
  pylon adapters, document and maintain interface control with
  both the F-16 aircraft and the AN/ALE-50(V)2 system, maintain
  and update F-16 AN/ALE-50(V)2 computer based training (CBT),
  provide F-16 site activation and logistics support for the
  pylon and AN/ALE-50(V)2 systems, including an ability for aircrews
  to load system software through the Enhanced Diagnostic Aid,
  and maintain and update appropriate technical publications
  for F-16 Block 40/42/50/52. Initial procurement will be for
  up to 961 pylons, CBT updates, technical publication maintenance,
  and logistics support. The pylon is an underwing adapter which
  houses and provides a power and multiplexer BUS (1553) interface
  from the F-16 to the AN/ALE-50(V)2 system. The AN/ALE-50(V)2
  is an F-16 platform specific application of the generic AN/ALE-50(V)
  Towed Decoy System. The associated technical publications describe
  all operation and maintenance actions required for the system.
  The CBT provides a personal computer DOS-based training capability
  covering the operation and maintenance of the pylon and AN/ALE-50(V)2
  system. The Engineering and Manufacturing Development (EMD)
  phase of the F-16 16S350 pylon and AN/ALE-50(V)2 launcher/controller,
  contracted with Lockheed Martin Tactical Aircraft Systems,
  and the Advanced Airborne Expendable Decoy (AAED) decoy round,
  contracted with E-Systems, Goleta Division, are nearing completion.
  Reprocurement data and interface control data for the 16S350
  pylon are not available at this time. Source software code
  for the computer based training is also not available. We anticipate
  a one year production contract with annual options to be awarded
  in CY97 with the first deliveries in late CY97 or early CY98
  in order to meet aircraft capabilities requirements. The pylons
  and associated support must be delivered concurrently with
  the AN/ALE-50(V)2 launcher/controllers to ensure complete warfighting
  capability. The contractor shall possess the capability to
  provide for the handling of unclassified hardware and classified
  software up to the SECRET level. Minimum personnel security
  clearance requirements for the software effort are SECRET.
  Lockheed Martin Tactical Aircraft Systems is the intended source
  pursuant to the authority of 10 U.S.C. 2304 (c) (1) (see note
  22). Direct all requests concerning this acquisition to Captain
  James B. Smith, Buyer, ASC/YPKKB, 1981 Monahan Way, Bldg. 12,
  Wright-Patterson AFB OH 45433-7205 at (513)255-6581. 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 concerns 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, Deputy Director, Systems
  Management, ASC/SY, Bldg 52, 2475 K. Street, Suite 1, WPAFB
  OH, 45433-7642, at (937) 255-3855 with serious concerns only.
  Routine communication concerning this acquisition should be
  directed to the points of contact listed in item 11 above.
CITE: (I-347 SN011750)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: 168 LS/LGC, 3127 Wabash Avenue, Ste 101, Eielson AFB,
  Alaska 99702-1794
SUBJECT: 16 - AIRCRAFT SEATING
SOL DAHA51-97-Q-2032
DUE 123196
POC Connie Lamprecht, Contracting Officer, (907) 377-2917
DESC: Purchase twenty-five (25) pairs of refurbished first class
  aircraft seats; ten (10) left side mount and fifteen (15) right
  side mount.  Shall be high backed and have serving tables and
  seat belts.  Must be constructed of an FAA approved fire block
  material and have  lightweight alloy frames as well as "G"
  rated FWD and AFT.  All seats must have a manufacturing date
  of after 1990 and be identical in design as well as fabric
  color.  These seats will be installed in a KC-135 model aircraft.
   Requests for Quotation (RFQ) will be issued on or about 31
  Dec 96 and receipt of quotation is required by 17 Jan 97. 
  No telephone requests will be accepted - only written or telefaxed
  requests received directly from the requester are acceptable.
   Facsimile number is (907) 377-2919.  The Government reserves
  the right to cancel this solicitation, either before or after
  the closing date, with no obligation to the offeror by the
  Government.
EMAIL clamprecht@AKEIL.ANG.AF.MIL
EMAILDESC: 
  e-mail.
CITE: (W-347 SN011773)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-SHAFTXASSY,COOLER
SOL N0038397QN070
DUE 012197
POC Contact Point, Dorothy   Henderson, 0233.06, (215)697-2814,
  Fax, (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1615-00-915-7124-QH, Ref Nr 65361-11000-042, Qty 43
  EA, Delivery FOB Origin-----, Drawings not available., See
  Note 22
CITE: (I-347 SN011781)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-ACTUATOR,ELECTRO-ME
SOL N0038397RA057
DUE 013197
POC Contact Point, Joel M Hoffman, 0223.09, (215)697-3534, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Kent  
  Hall, 0223.03, (215)697-6548
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-1680-01-181-1374-BP, Ref Nr DL1326M40-4, Qty 49 EA,
  Delivery FOB Origin----- DRAWINGS NOT AVAILABLE.  Due to the
  unavailability of drawings or other  data, this requirement
  will be restricted to (12511) Simmonds Precision  Products.
   Requests for copies of solicitatiion should be FAXED to (215)
   697-3161.  Estimated Award Date is 30 APR 97., See Note 22
CITE: (I-347 SN011782)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-STRAP,WEBBING       - AND SIMILAR REPLACEMENT PART
SOL N0038397RB027
DUE 012197
POC Contact Point, Tanya D Bailey, 0231.23, (215)697-3440, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Kathryn
  M Andrews, 0231.01, (215)697-5980
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-1680-01-436-9878-LX, Ref Nr 361D630-1, Qty 33 EA, Delivery
  FOB Origin--NO DRAWINGS ARE AVIALABLE ---, See Note 22
CITE: (I-347 SN011783)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--CUSHION, SEAT-SURVIVAL KIT
SOL SP0460-97-Q-B598
DUE 010297
POC Contact:  for copies of RFQ solicitations contact buyer.
  Jea  nne Yonce BV 617/804-279-5145, FAX 804-279-6078. KO Ki
  mberly S. Ratliff  804-279-4535.
DESC: PR-NO:  NPG96323001264 NSN 1680-01-364-3760, cushion, seat
   survival kit East/ West Industries Inc. CAGE 30941 P/N 366E671-5.
   specifications, plans or drawings relating to the procurement
  described are  not available and cannot be furnished by the
  government. unrestricted.   Other than full on open only one
  source.  Solicitation will be made in  writing.  62 -EA Del
  to Jacksonville FL 32212-0097 Del by 123 days.  71 - EA Del
  to New Cumberland PA 17070-5001 Del by 123 days.  126 -EA Del
  to  Stockton CA 95296 Del by 123 DATS, all responsible sources
  may submit offer  which DGSC shall consider.
CITE: (I-347 SN011838)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--ARM TRAY SUBASSEMBLY
SOL SP0460-97-Q-B603
DUE 010697
POC Contact:  for copies of RFQ solicitations contact buyer.
  Dor  othey Carter BV412/804-279-4134, FAX 804-279-6078. KO
  Dolores O'Brien  804 279-4567.
DESC: PR-NO:  YPG96330000801 NSN 1680-01-277-8952, arm tray subassembly
   Enginetics Corp CAGE 60168.  P/N 0001840033. specifications,
  plans or  drawings relating to the procurement described are
  not available and  cannot be furnished by the government. 
  Other than full and open.  Only  one source.  112 -EA Del to
  Richmond VA 23297-5900 Del by 100 days.   All responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-347 SN011842)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--CONTROL ASSEMBLY, LEVER TYPE
SOL SP0460-97-Q-B602
DUE 010697
POC Contact:  for copies of RFQ solicitations contact the buyer
   Dorothy CARTERBV412, FAX 804-279-4134, FAX 804-279-607 8.
  KO Dolores  O'Brien 804-279-4567.
DESC: PR-NO:  YPG96340000394 NSN 1680-01-053-0565, control assembley,
   lever type Pacific scientific company CAGE 45402.  P/N 011363612.
   specifications, plans, or drawings relating to the procurement
  described  are not available and cannot be furnished by the
  government. other than  full and open only one source.  65
  -EA Del to Hill AFB UT 84056-5734 Del  by 111 days.  85 -EA
  Del to New Cumberland PA 17070-5001 Del by 111 days.   All
  responsible sources may submit offer which DGSC shall consider.
CITE: (I-347 SN011845)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-LANDING GEAR,RETRAC
SOL N0038397QB030
DUE 012297
POC Contact Point, William M Fitzpatrick, 0231.10, (215)697-3820,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Anthony
  C Etheridge, 0231.21, (215)697-2560
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1620-01-191-5694-PF, IAW Ref Nr A51G9100-51, Qty 11
  EA, Delivery FOB Origin--OFFERORS NOTE:DUE TO THE UNAVAILABILITY
  OF DRAWINGS AND OTHER DATA, THE PART  MUST BE ACQUIRED FROM
  A SOURCE SPECIFIED ON A SOURCE CONTROL DRAWING.  THE  PART
  REQUIRES ENGINEERING SOURCE APPROVAL (FLIGHT CRITICAL ITEM),
  THEREFORE  THIS ITEM WILL BE RESTRICTED TO 17576 COLTEC-MENASCO.---,
  See Notes 22,23
CITE: (I-348 SN011847)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-SERVOCYLINDER
SOL N0038397QD106
DUE 020697
POC Contact Point, Katherine R Rachubinski, 0221.06, (215)697-2813,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Suzanne
    Brophy, 0221, (215)697-6519
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1650-01-351-3373-GF, Ref Nr 287800-1009, Qty 44 EA,
  Delivery FOB Origin----- The estimated award date is 140 days
  after date of synopsis.  Due to the  unavailability of drawings
  or other data this requirement will be restricted to Parker
  Hannifin., See Note 22
CITE: (I-348 SN011848)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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, ACTUATOR.
SOL SP0740-97-Q-0603
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Sara  Hansford/AEBA1/614-692-3644
DESC: PR-NO:  YPC96311000850 NSN 1650-01-013-0419, CAGE 26512
  Part No  2733820 CAGE 92003 Part No 2733820 cylinder, actuator.
   Grumman  Aerospace Corp, part number 2733820 and Parker-Hannifin
  Corp, part  number 2733820.  26 -EA Del to McClellan AFB CA
  95652-1621 Del 30 days  after award solicitation not available
  until 15 days after published in the  CBD. specifications,
  plans or drawings are not available. Automated Best  Value
  Model (ABVM) applies.  While price may be a significant factor
  in the  evaluatio 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 the solicitation.  All responsible sources may submit offer
  which  DCSC shall consider.
CITE: (I-348 SN011889)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: 16 -- TESTING ANALYSIS OF A REDESIGNED STEEL FILTER
  HOUSING
SOL N00140-97-Q-0495
POC Rosa Cedeno-Stout, Contract Negotiator, (215)697-9602.
DESC: FISC Norfolk Detachment Philadelphia, intends to acquire
  thru Other Than Full and Open competition, the requirement
  of the Redesign and replacement of the filter housing to the
  filter housing to the Rudder Hydraulic Servocylinder as well
  as delivery of Prototype, Verification, Basic, Maintenance
  Trainer and Spare Kits. The requirement will be acquired on
  a sole source basis, with Moog Aircraft Group, Torrance, CA,
  to be delivered to Orange Park, FL. The statutory authority
  permitting other than full and open competition is 10 U. S.
  C. 2304 (c)-1. The applicable standard Industrial Classification
  Number is 8711. Requests for copies of this solicitation should
  be made by letter or telegram directed to FISC Code 0343C at
  (215)697-9738 (fax).
CITE: (I-348 SN011950)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Aeronautical Systems Center, ASC/VXAK, 102 West D Ave,
  Suite 300, Eglin AFB FL 32542-6808
SUBJECT: 16--AIRCRAFT LAUNCHER INTERFACE COMPUTERS (ALICS)
SOL N/A
POC Major Wendy Motlong, Contracting Officer, 904/882-2456, Ext
  5014
DESC:    The Lethal SEAD Division of the Weapons, Air Base,
  and Range Product Support Office plans to award a firm fixed
  price, sole source, Foreign Military Sales (FMS) contract to
  Texas Instruments Incorporated (TI), Lewisville TX, for the
  procurement of 16 Aircraft Launcher Interface Computers (ALICs).
   Each ALIC will be integrated with a LAU-118/A launcher which
  will be provided as GFE.  A priced option for 12 additional
  ALICs and associated integration is also contemplated.  Delivery
  of the integrated ALICs must begin NLT March 1998.  This procurement
  is a continuation of an on-going production effort performed
  by TI.  The ALIC provides a physical and functional interface
  between the High Speed Anti-Radiation Missile (HARM) and the
  F-16 aircraft.  Hardware modifications were made to the ALIC
  phase III baseline by TI for parts obsolescence and producibility.
   A reprocurement package incorporating these changes has not
  been kept up to date by the government and is not available
  for competitive reprocurement.  The government further requires
  that ALIC hardware undergo extensive acceptance tests requiring
  use of the TI-developed ALIC Acceptance Test Equipment (AATE).
   The AATEs are committed to existing contracts and are not
  available for another contractor to start up a production line
  for 16 ALICs.  Software modifications to upgrade the ALIC and
  improve performance will be a part of this procurement.  The
  software upgrades will incorporate previously evaluated System
  Problem Improvement Reports (SPIRs) submitted by TI. This synopsis
  is for planning purposes only and shall not be considered an
  IFB or an RFP and is not to be considered as a commitment by
  the government.  All responsible sources shall be screened
  on the following qualification:  knowledge and production capability
  of the ALIC systems, knowledge of the AATE operating procedures/capabilities;
  and ability to meet the delivery schedule.  It is anticipated
  that only one source, TI, developer and sole producer, can
  satisfy the government's minimum needs for this small requirement.
   This contractual action is expected to be executed using "other
  than full and open competition" procedures pursuant to FAR
  6.302-1(a)(20(ii)/see numbered note 22.  The request for proposal
  is anticipated to be released in 30 days. Firms wishing to
  be considered for this effort should submit their qualifications
  to the contracting officer, ASC-LKGK, Attn:  Major W. Motlong,
  102 West D Ave Ste 300, Eglin AFB FL 32542-6808.  The firm
  must specifically address all requirements of this synopsis,
  and should include a statement whether or not the firm is large,
  small or small disadvantaged business concern as defined in
  FAR 52.219-7000.  Responses to this notice must be received
  no later than 15 calendar days after publication in the Commerce
  Business Daily.  An Ombudsman has been appointed to hear concerns
  from offerors or potential offerors during the proposal development
  phase of this acquisition.  The purpose of the Ombudsman is
  not to diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
   When requested, the Ombudsman will maintain strict confidentiality
  as to the source of the concern.  The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
   Interested parties are invited to call Col Timothy R. Kinney
  at (904) 882-9051.  The Ombudsman should only be contacted
  with issues or problems that have been previously brought to
  the attention of the contracting officer and could not be satisfactorily
  resolved at that level.  Routine communications concerning
  this acquisition should be directed to the contract officer,
  Major Wendy Motlong at (904) 882-2456 ext 5014 or the program
  manager, Ms. Nancy Kirkwood, at (904) 882-4808 ext 2194.  Collect
  calls will not be accepted.  
CITE: (W-348 SN011988)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--WHEEL SET ASSY
SOL F34601-97-08156
DUE 020397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Bob Kelley/Lidab/[405]739-5459
DESC: Item 0001 NSN 1660-00-079-3627 P/N: 204292-4, DIM: 6.750
  INCHES  IN DIAMETER, 1.750 INCHES IN THICKNESS, 13 BLADES MILLED
  ON CONTOUR. FUNC: TO STABILIZE CABIN TEMPERATURE. MATL: ALUMINUM.
  19EA. Applicable to: C5a,B. Destn: Tinker Air Force Base Ok
  73145-3028. Delivery: 31 DEC 97 19 ea The approximate issue/response
  date will be 03 Jan 97. The anticipated award date will be
  28 FEB 97. Written procedure will be used for this solicitation.
  To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. See Note (s) NOTE 26.
CITE: (I-348 SN011998)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--BAFFLE ASSY
SOL F34601-97-08175
DUE 020397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Bob Kelley/Lidab/[405]739-5459
DESC: Item 0001 NSN 1660-00-286-2655 P/N: ---------571448-1,
  P/N  571448-1 BAFFLE IS 6.2 INCHES MINUMUN TO 6.22 INCHES MAXIMUM
  DIAMETER OF 347 CRES STEEL. SERVES AS HEAT SHIELD ON COMPRESSOR
  END OF TURBINE. -- F-15 AIRCRAFT . 28EA. Destn: Tinker Air
  Force Base Ok 73145-3028. Delivery: 31 JUL 97 28 ea The approximate
  issue/response date will be 03 Jan 97. The anticipated award
  date will be 28 FEB 97. Written procedure will be used for
  this solicitation. To: Allied Signal-Allied Signal Aero, Tempe
  Az 85285-2200. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. See Note (s) NOTE 26.
CITE: (I-348 SN011999)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--VALVE ASSY, OXYGEN
SOL FD2030-97-08157
DUE 020397
POC For copy, Paul Dubey/Lidab/[405]739-5460, For additional
   information contact Paul Dubey/Lidab/[405]739-5460
DESC: Item 0001 NSN 1660-00-537-0578BO P/N: 295-117, P/N MS21964-21
   Dim: 2 inches long, 1 inch wide at activator mount,. 360 inch
  inside dia. at threaded end,. 468 inch inside dia. at hose.
  Matl: Brass QQ B 626 alloy 377 1/2 hard components are of various
  materials. Provides oxygen to user from 1800 pounds per square
  in oxygen cylinder. Must be manufactured and packaged in accordance
  with MS21964 and Air Force drawing 8148650. 1027EA. Applicable
  to: Common. Destn: Tinker Air Force Base Ok 73145-3028. Delivery:
  31 JAN 97 208 ea 28 FEB 97 208 ea 31 MAR 97 208 ea 31 JUL 97
  403 ea The approximate issue/response date will be 03 Jan 97.
  The anticipated award date will be 28 FEB 97. Written procedure
  will be used for this solicitation. To: Erie Mfg Co, Milwaukee
  Wi 53221-1726. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Caution: The drawings which will be furnished
  under this RFP and any resultant contract are proprietary to
  the Boeing Company. Firms interested in proposing on this RFP
  must have on file a current OC-SAF/66, "Rights Guard Certificate",
  signed by an individual authorized to bind your company, or
  the bid package will not be furnished. This certificate may
  be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Note:
  An Ombudsman has been appointed to hear concerns from offerors
  or potential Offerors during the proposal development phase
  of this acquisition. The purpose of the Ombudsman is not to
  diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) NOTE 26.
CITE: (I-348 SN012011)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--CHANNEL
SOL F42630-97-Q-21909
DUE 012297
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Landing Gear/Photo/Likl/[801]777-6501
DESC: Item 0001 NSN 1630-01-311-2813 P/N: 5010009, Dimensions:
  1 1/2"  X 3/4" X 1/2". Material: steel. Function: to protect
  carbon disk from wheel drive key to distribute torque delivered
  by wheel. 13252ea. Applicable to: F16. Destn: Hill Air Force
  Base, Ut 84056-5825. Delivery: 30 Apr 97 1000 ea 31 Jul 97
  12062 ea 30 May 97 190 ea The approximate issue/response date
  will be 02 Jan 97. The anticipated award date will be 22 Jan
  97. Written procedure will be used for this solicitation. To:
  Aircraft Braking Systems Corp, Akron Oh 44306-4186. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Specifications, plans, or drawings relating to the
  procurement described are incomplete or not available and cannot
  be furnished by the Government. Request for copies of solicitations
  must reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. An Ombudsman has been
  appointed to hear concerns from offerors or potential offerors
  during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  The Government does not own the data or the rights to the data
  needed to purchase this part from additional sources. It has
  been determined to be uneconomical to buy the data or rights
  to the data. It is uneconomical to reverse engineer the part.
  See Note (s) 28.
CITE: (I-348 SN012034)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--PISTON, SNUBBER ASSE
SOL F42630-97-R-21882
DUE 020497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Landing Gear/Photo/Likl/[801]777-6501
DESC: Item 0001 NSN 1620-00-869-9881 P/N: 90-8652-3, Material:
  4340  steel. Dim: ID. 940", OD 1.362". Used on the MLG snubber.
  454ea. Applicable to: Kc-135. Destn: Hill Air Force Base, Ut
  84056-5825. Delivery: 31 Dec 98 454 ea Item 0002 data, 1 lot
  Qualification requirements: Sources must be qualified prior
  to being considered for award. The solicitation will contain
  instructions for obtaining further information on this requirement.
  The requirements of FAR 9.202(A) have been completed and copies
  of the qualification requirements and standards may be obtained
  as described in the solicitation. These qualification requirements
  apply to line item(s) all The approximate issue/response date
  will be 02 Jan 97. To: Hydromach Inc, Canoga Park Ca 91304-1416.
  To: Yeager Mfg Co Inc, Anaheim Ca 92806-1229. To: B & B Manufacturing
  Co, Valencia Ca 91355-1209. To: Loud Engineering & Mfg Inc,
  Ontario Ca 91761-0934. To: Hydro Mill Co, Chatsworth Ca 91311-5202.
  First article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one,
  or a limited number of sources under the authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within forty-five days (thirty days
  if award is issued under an existing basic ordering agreement)
  after date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  Award will be made only if the offeror, the product/service,
  or the manufacturer meets qualification requirements at the
  time of award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements is cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Request for copies of solicitations must reference
  the entire solicitation number, including purchasing office
  identification number. To expedite your request, limit the
  number of individual solicitation numbers requested per letter
  to not more than 10. Don't request information on this requirement
  until after the issue date. This proposed procurement is under
  a 100 percent small business set aside, the size standard for
  which is 1,000 employees. An Ombudsman has been appointed to
  hear concerns from offerors or potential offerors during the
  proposal development phase of this acquisition. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate contractor,
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to the source of the
  concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  Data is claimed to be proprietary to Boeing and is protected
  under the "Government Purpose License Rights" (GPLR). The right
  of the government, to use that data to purchase this part from
  additional sources has been established under the "Government
  Purpose License Rights", settlement agreement in CL. CT.#309-89C.,
  to provide the DOD procuring agencies the use of the data claimed
  to be proprietary by Boeing for competitive reprocurement of
  replenishment spares. See Note (s) 1,26.
CITE: (I-348 SN012036)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 17--GLAND ASSEMBLY, VALVE.
SOL SP0770-97-Q-MH78
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)  Michael Cordi (614) 692-4763
DESC: PR-NO:  YPC96312001215 NSN 1710-00-798-2636, CAGE 21439
  Part No  52D248-1 gland assembly, valve. I/A/W E.W. Bliss drawing
  number 52-D-248,  P/N:  52D248-1.  55 -EA Del to New Cumberland
  PA 17070-5001 Del by 20  Aug 98.  26 -EA Del to Lathrop CA
  95330 Del by 20 Aug 98.  See NOTE #1.  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) 6922344. requests should
  include the  IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC
  or NPC number; buyer's  name and your complete name and address.
  federal, military and  commercial specifications cannot be
  provided by DSCC. Automated Best  Value Model (ABVM) applies.
  while price may be a significant factor in the  evaluation
  of offers, the final award decision will be based upon a  combination
  of price and past performance, as described in the solicitation.
    Delivery Evaluation Factor (DEF) applies. while price is
  a significant  factor in the evaluation of offers, the final
  award decision will be based  upon a combination of price and
  past performance as described in this  solicitation.  All responsible
  sources may submit offer which DCSC shall  consider.
CITE: (I-348 SN011890)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: USDA Forest Service, 310 W. Wis. Ave., Milwaukee, WI
  ,53203
SUBJECT: 17 -- SUPPLY AND INSTALL PROPELLERS
SOL R9-97-02
DUE 122896
POC Contracting Officer, Tina F.Williams, 414-297-3637
DESC: Replacement propellers are needed to maintain an airworthiness
  standard in the Regional king Air. This replacement need is
  the result of the combination of a five year overhaul requirement
  due in12/96, coupled with an Airworthiness directive requiring
  the replacement of our current propeller hubs prior to 1998.
  The required specifications of the system include: A Hartzell/Raisbeck
  four bladed aluminum propeller system, constant speed, full
  feathering, and reversible. The system shall include the propeller
  blades, hubs, spinners, cam assembly, wiring, installation,
  and rigging to manufacturer's specifications. The system must
  be approved per Supplemental Type Certificate (STC) for installation
  and operation on a Beechcraft B-90 model King Air, serial number
  LJ-472, powered by Pratt and Whitney PT6A-28 engines installed
  per STC SA1206S0. Cost of transporting the aircraft to and
  from the point of install ation, and the pilots lodging and
  per diem costs, will be considered in evaluating the overall
  cost to the Government.
CITE: (I-348 SN011914)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: U.S. Coast Guard Engineering Logistics Center; Propulsion
  Systems Contracting Branch (Code 046); Mail Stop 26; 2401 Hawkins
  Point Road; Baltimore, MD 21226-5000
SUBJECT: 20--MANUFACTURE PROPULSION SHAFTS
SOL DTCG40-97-B-60015
DUE 022197
POC Linda Mannion, Contract Specialist (410) 762-6475, Contracting
  Officer--Sandra McKay, (410) 762-6476.
DESC: Provide all labor and materials required to forge, machine,
  test, inspect, preserve, package, mark and ship propulsion
  shafts to be used on 82'C WPB, 65' WYT and 65'B WYT vessels;
  Sleeve sets to be provided as Government Furnished Material
  include: 2010-01-223-7554 and 2010-01-006-4843. Test and inspection
  procedures shall be required for approval of forgings and completed
  shafts. Shaft material shall be as specified in ASTM-A564-95,
  type 630, class a. Delivery shall be made F.o.b. Destination
  to the U.S. Coast Guard Engineering Logistics Center, Baltimore,
  MD 21226-5000 within approximately 90 calendar days after receipt
  of a delivery order. A requirements contract for   one (1)
  base year and four (4) option years is anticipated. All responsible
  sources may submit a bid which shall be considered by the agency.
  See Numbered Notes 1 and 26. THIS NOTICE IS FOR INFORMATIONAL
  PURPOSES FOR MINORITY, WOMEN-OWNED, AND DISADVANTAGED BUSINESS
  ENTERPRISES: The Department of Transportation (DOT), Office
  of Small and Disadvantaged Business Utilization (OSDBU), has
  a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts. Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable   financing.
  The maximum line of credit is $500,000.00. 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-348 SN011982)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 23--M992 FAASV UPGRADE
SOL DAAE0797RX018
POC For a solicitation copy or for information on this procurement,
   Call Hal porter/rich chaput (810) 574-8101/7175
DESC: Item:  M992 FAASV upgrade to A2 version. NSN:  unassigned.
  qty:   172 EA. FOB:  origin. see NOTE:  22.
CITE: (I-347 SN011759)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 23--HIGH MOBILITY TRAILER
SOL DAAE0797RX024
POC For a solicitation copy or for information on this procurement,
   Call R. morency (810) 574-8737
DESC: Three (3) year multiyear contract. item:  high mobility
  trailer  (hmt).  Hmt light.  NSN:  2330-01-387-5443. qty: 
  1,532 EA.  Hmt  heavy.  NSN:  2330-01-387-5426.  Qty:  76 8
  EA.  Option:  1,000 EA.   Hmts, 1000 EA.  Tactical quiet generator
  trailers and 1000 EA.  Heavy  chassis.  FOB:  origin. this
  procurement is subject to program approval.  see NOTE:  22.
CITE: (I-347 SN011760)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: DVA Medical Center, 3200 Vine Street, Bldg 1, Room B128,
  Cincinnati, OH 45220
SUBJECT: 23-TRUCK, PERSONAL OR CARGO
SOL 539-12-97
DUE 122696
POC Contact Point, Bonnie L. Moore (513) 475-6337, Additional
  Contact, Judith Blasingame, (513) 475-6335
DESC: This is a synopsis/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; Invitation For Bids (IFB)
  are being requested and a written solicitation will not be
  issued. Solicitati on document and incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular 34. This is an unrestricted procurement. Contractor
  shall provide a quantity of three (3) Pargo Trucks with the
  following features and accessories: Cushman, Titan Model 336-
  electric, 13 MPH, 3000 LB, 2 passenger, 4-wheel, yellow diamond
  pattern, 14 gauge steel unitized body, steel frame, rear wheel
  hydraulic brakes, built-in Lestroni c II Automatic Charger,
  swing-out battery system, 220 AMP HR batteries, electronic
  speed controller, backup alarm, stoplights, horn. Factory Installed
  battery, 6-volt, 244 AMP HR (6); DELETE CHARGER. Dealer Installed
  Accessories: Box sides and tailgate; Bumper, front and/or rear;
  Bumper, rear and clevis hitch; Cab, fiberglass front with electric
  wiper color- yellow; Charger, 36-volt 440 AMP, 60-cycle; Deck,
  floor plate, steel; Door set, fiberglass color-yellow; Headlights;
  Meter, battery condition 36-volt; Meter, hour; Static return
  to off (SRO); Turn signals; Three (3) parts manuals; Three
  (3) maintenance manuals; Vehicle and accessory set up; Warranty.
  Contractor shall train two (2) VA employees on site. Delivery
  shall be made to the VA Medical Center Cincinnati via F.O.B.
  destination. All cost associated with the purchase, delivery,
  installation, training and adaptat ion of equipment shall be
  included in Contractor's offer. Delivery and installation shall
  be accomplished within sixty (60) days after contract award.
  The following provisions apply to this acquisition: 52.212-1
  Instructions to Offerors--commercial Items; 52.212-2 Evaluation-
  - -Commercial Items; 52.212-3 Offer Representations and Certifications--
  Commercial Items; 52.212-4 Contract Terms and Conditions; 52.212-5
  Contract Terms and Conditions to Implement Statutes or Executive
  Orders--Commercial Items, including clauses incorpor ated by
  reference under Section (b) (1) through (11) and (15). Bidders
  responding to this announcement shall submit a unit price for
  each truck along with the information required in 52.212-1,
  and a completed copy of provision 52.212-3, by December 26,
  1996, 2:00 p.m. local time.
CITE: (I-348 SN011932)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles--Potential Sources Sought
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 23--CONTAINER ROLL-IN/OUT PLATFORMS
SOL DAAE0797RX028
POC For a solicitation copy or for information on this procurement,
   Call Earl Rashid (810) 574-7153
DESC: Draft request for proposal (DRFP) DAAE07-97-R-X028 for
  information  or planning purposes will be released for industry
  comments.  The DRFP is  for a container roll-in /out platform
  (crop) with a quantity up to 10,000  each in support of the
  palletized load system (pls), which was described in  the market
  survey draft specifications dated 12 Aug 96.  It is planned
  to  solicit this requirement for crops with up to three awards,
  one of which  will be a competitive 8(A) set-aside instead
  of a small business set-aside.   The crop is cargo carrying
  platform, of a permanent character, suitabke  for repeated
  use with the pls load handling system (LHS) and compatible
   for the transport on the pls truck and pls trailer, and international
   organization for standardization (ISO) 1CC dry cargo container.
   Those  offerors who responded to the market survey of 12 Aug
  96 will be mailed a  copy of the DRFP.  All other offerors
  may request a copy of the DRFP by  contacting Earl Rashid via
  FAX at (810) 574-7306.  No telephone requests  will be honored.
  see NOTE:  N/A.  All responsib le sources may submit an  offer
  which will be considered.
CITE: (I-347 SN011761)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 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--ENGINE, DIESEL
SOL DAAE0797RT193
DUE 021297
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Kathy Dory-O'Neill
  (810) 574-8076
DESC: NSN:  2815003694994, qty:, FOB:  origin, opt:  none item:
    engine, Diesel.  NSN:  2815-00-369-4994; PN:  50 33-7001;
  qty:  12  EA.  NSN:  2815-01-025-3729; PN:  70 83-7000; qty:
   35 E see NOTE:   22.  The offer due date is on or about 021297
  (see soliciation for actual  offer due date).
CITE: (I-347 SN011764)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-PARTS KIT,TURBINE E
SOL N0038397QA061
DUE 012197
POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-2835-99-051-7690-SR, Ref Nr 82404834, Qty 33 EA, Delivery
  FOB Origin--NOTE: The U.S.Naval Inventory Control Point-Philadelphia
  does not have  manufacturing drawings of this item. Required
  material is for repair of the mission-critical, on-board electrical
  generation system of the AV-8B "Harrier"  aircraft.---, See
  Note 22
CITE: (I-347 SN011784)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-NOZZLE,TURBINE,TURB
SOL N0038397QA065
DUE 012197
POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-2840-99-000-6339-SR, Ref Nr 82403726, Qty 91 EA, Delivery
  FOB Origin--NOTE: The U.S.Naval Inventory Control Point-Philadelphia
  does not have  manufacturing drawings of this item, a mission-critical
  component of the  on-board electrical generation system of
  the AV-8B "Harrier" aircraft.---, See Note 22
CITE: (I-347 SN011785)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--VANE, TURBINE ENGINE
SOL SP0480-97-R-0464
DUE 020197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Buyer:  Alice  Collier/PLBL570/804/279-4556. KO:  stephe N
  M. Mason/279-3724.
DESC: PR-NO:  YPG96289001821 NSN 2835-01-074-3779, vane, turbine
   engines U.S. Army Tank Automotive command (CAGE 19207) P/N
  12286222 Rev " J" sources:  lpi Corp (CAGE 13779) Alliedsignal
  (CAGE 91547) General  Dynamics (CAGE 01417) 13,628 -EA Del
  to Anniston AL 36201 Del 111 days.   7,003 -EA Del to Tracy
  CA 95376-5000 Del 111 days.  7,009 -EA Del to  New Cumberland
  PA 17070-5001 Del 111 days.  Unrestricted.  More than one 
  source.  Option to Inc qty 100%.  QPL (NOTE 23).  Trade Agreements
  Act  (NOTE 12).  Configuration control applies.  100% quantity
  option  included.  Specifications, plans or drawings relating
  to the procurement  describe described are not available and
  cannot be furnished by the Gov't.   All responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-347 SN011841)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Boulevard, St. Louis, MO
SUBJECT: 28 -- AUXILLIARY POWER UNITS FOR THE AH-64D APACHE LONGBOW
  HELICOPTERS
SOL DAAJ09-97-Q-0454
POC Contact Clyde Hightower, AMSAT-A-PMCB, Contract Specialist,
  (314) 263-0721.
DESC: The proposed acquisition is for supplies for which the
  Government does not have detailed design data, manufacturing
  drawings, material or process specifications. Interesting contractors
  must be able to demonstrate they possess data, skill, and technical
  expertise to perform this requirement within the schedule timeframe
  for delivery (2 in 1997, 5 in 1998, 5 in 1999, 6 in 2000, and
  12 in 2001). The Government anticipate awarding the contract
  to Allied Signal Engines, 111 South 34th Street, Phoenix, Arizona
  85072 because the time required for approval of new suppliers
  is such that award and delivery cannot be delayed pending approval
  of new source(s). All responsible sources may submit a proposal
  which shall be considered. Other firms are encouraged to compete
  for future solicitations by contacting ATCOM Competition Advocacy
  & Spares Management Office, (314) 263-2424. See Numbered Note
  22.
CITE: (I-348 SN011937)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: USCG Engineering Logistics Center, Auxiliary Systems
  Contracting Branch, CODE 045/53, 2401 Hawkins Point Rd, Baltimore,
  MD 21226
SUBJECT: 28--ENGINES, TURBINES AND COMPONENTS
SOL DTCG40-97-R-70010
DUE 012597
POC Jo Ann L. deBullet, Contract Specialist, (410) 636-4366 or
  Nancy M. Dean, Contracting Officer (410) 636-4367.
DESC: The USCG Engineering Logistics Center anticipates awarding
  a firm-fixed contracts for Solar Turbine starter replacement
  kits, P/N 179882K205B. These replacement starter kits will
  be utilized on the emergency generator gas turbines for the
  378' WHEC's. It is the Government's belief that only Solar
  Turbines, Inc., 9330 Sky Park Court, San Diego, CA 92123 can
  fulfill this requirement. QTY 10 each, FOB Destination "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-348 SN011972)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: USCG Engineering Logistics Center, Auxiliary Systems
  Contracting Branch, CODE 045/53, 2401 Hawkins Point Rd, Baltimore,
  MD 21226
SUBJECT: 28--ENGINES, TURBINES AND COMPONENTS
SOL DTCG40-97-R-70010
DUE 012597
POC Jo Ann L. deBullet, Contract Specialist, (410) 636-4366 or
  Nancy M. Dean, Contracting Officer (410) 636-4367.
DESC: The USCG Engineering Logistics Center anticipates awarding
  a firm-fixed contracts for Solar Turbine starter replacement
  kits, P/N 179882K205B. These replacement starter kits will
  be utilized on the emergency generator gas turbines for the
  378' WHEC's. It is the Government's belief that only Solar
  Turbines, Inc., 9330 Sky Park Court, San Diego, CA 92123 can
  fulfill this requirement. QTY 10 each, FOB Destination "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-348 SN011978)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--GUTTER, FLAMEHOLDER.
SOL F34601-97-Q-49450
DUE 020397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Georgette Strub/Lpdpb/[405]739-4382
DESC: Item 0001 NSN 2840-01-326-0759PR P/N: 1452M28G01, The radial
   gutter is an integral part of the flameholder. The gutter
  PN 1452M28G01 serves as a center stabilizer for the flameholder.
  Dims are 4.5 inches wide X 6.34 inches length. Material is
  ams 5608. used on F110100 engine, F16C/D acft. 326EA. Applicable
  to: F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery:
  30 May 97 163 ea 30 Jun 97 163 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 03 Jan 97. The anticipated award date will be
  28 Feb 97. Written procedure will be used for this solicitation.
  To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Galaxy
  Aircraft Parts Inc, Hialeah Fl 33010-0000. First article test
  required. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. Note: An Ombudsman
  has been appointed to hear concerns from offerors or potential
  Offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written
  Quotation will be issued. The anticipated award date will be
  60 days after the issuance of this notice. See Note (s) 1.
CITE: (I-348 SN012008)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 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--ANGLE DRIVE, COOLING
SOL DAAE0797RT212
DUE 021297
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Angie Huhn (810)
  574-7092
DESC: NSN:  2990007121280, qty:, FOB:  origin, opt:  none item
  name:   Angle drive, cooling; part number:  10863320.  Indefinite
  quantity  contract - 3 year.  Qty:  192 minimum guaranteed
  qty, maximum 3 year  qty:  720, 240 each year PRC.  Eval see
  NOTE:  01.  All responsible  Sou rces may submit an offer which
  will be considered.  The offer due date  is on or about 021297
  (see soliciation for actual offer due date).
CITE: (I-347 SN011763)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29-SHAFT ASSY,DRIVE
SOL 963130053
DUE 020397
POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-2915-00-483-8734-NQ, Ref Nr 2529545, Qty 304 EA, Delivery
  FOB Origin, Approx Due Date O/A Feb 03 97-----. Drawings are
  not available. Since this is a "source controlled" item,  competition
  will be limited to Allied Signal Aerospatiale., See Note 22
CITE: (I-348 SN011849)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO
SUBJECT: 29 -- EXCITER ASSY, IGNITI
SOL DAAJ09-97-Q-0373
DUE 013197
POC Karen Jean Jones, Purchasing Agent, 314-263-0758.
DESC: Exciter Assy, Igniti, NSN: 2925-01-078-7854, P/N: 6899093,
  Quantity 115 each. Applicable to T53/T63 Engine. F.O.B. Destination
  Camp Carroll, Korea; New Cumberland, PA; Gulfport, MS; Texarkana,
  TX and Stockton, CA. All offerors must meet prequalification
  requirements in order to be eligible for award. Firms are encouraged
  to seek source approval in order to compete for this or future
  solicitations by submitting documentation in accordance with
  the Competition Advocate's Shopping List Procedures. These
  procedures may be obtained from the Competition Advocate's
  Office (AMSAT-DP) 314-263-1712. No phone requests will be accepted.
  Requests will be by FAX 314-263-9012 or mail only. Justification
  for Other Than Full and Open Competition is FAR 6.302-1. Approved
  sources are Allison Engine Company, Inc., 2001 S. Tibbs Avenue,
  Indianapolis, IN 46241 and Unison Industries Ltd. Partnership,
  7575 Baymeadows Way, Jacksonville, FL 32216. Numbered Note
  26 also applies to this requirement. See Numbered Note(s):
  23.
CITE: (I-348 SN011936)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 30--HEAD, HYDRAULIC MOTO
SOL DAAE0796RT705
DUE 021197
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:  3040007223536, qty:  174, FOB:  destination, opt:
   100%  item:  head, hydraulic motor-pump; approximately 7.17
  in length H,  largest OD see NOTE:  22.  The offer due date
  is on or about 021197 (see  soliciation for actual offer due
  date).
CITE: (I-347 SN011762)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 30-HOUSING,MAIN GEAR
SOL N0038397QA060
DUE 012197
POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-3040-01-341-7398-SR, Ref Nr 82402838, Qty 15 EA, Delivery
  FOB Origin--NOTE: The U.S.Naval Inventory Control Point-Philadelphia
  does not have  manufacturing drawings of this item.---, See
  Note 22
CITE: (I-347 SN011786)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--CONNECTING LINK, RIGID
SOL SP0740-97-Q-0605
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Sara  Hansford/AEBA1/614-692-3644
DESC: PR-NO:  YPC96312001356 NSN 3040-01-207-3361, CAGE 07482
  Part No  9538M26G01 connecting link, rigid 74 -EA Del to Tinker
  AFB OK 73145-9013  Del 30 days after award solicitation not
  available until 15 days after  published in the CBD. specifications,
  plans or drawings are not available.  Automated Best Value
  Model (ABVM) applies.  While price may be a significant  factor
  in the evaluation of offers, the final award decision will
  be based  upon a combination of price and past performance,
  as described in the  solicitation.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 the solicitation.  All responsible sources may submit offer
  which  DCSC shall consider.
CITE: (I-348 SN011891)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--CUP, TAPERED ROLLER BEARING SOURCE CONTROLLED DATA
SOL SP0500-97-Q-H091
DUE 011797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Steve Ewing/HAB20/215-697-9236 B uyer:
   Steve  Ewing/HAB20/215-697-9236
DESC: PR-NO:  YPI96339000950 NSN 3110-01-398-0695, -E 98747,
  source  controlled data....  @OUTSIDE DIAMETER10.5635 inches
  nominal @OVERALL  WIDTH0.7283 inches nominal @MATERIALSTEEL
  overall 250 -EA Del to Hill AFB  UT 84056-5734 Del by 19 Aug
  97.  See NOTES 9, 22, RFQ due date:   97JAN17 primary qty:
   250 delivery schedule:  200 days offers will be  evaluated
  with a 10% preference for small disadvantaged business concerns.
    This contract action is for supplies for which the government
  does not  possess complete, unrestrictive technical data; therefore
  the government  intends to solicit and contract with only approved
  sources under the  authority of 10 U.S.C. 2304 (C)(1).  Approved
  sources are:  the timken  company while price will be a significant
  factor in the evaluation of offers,  the final contract award
  price will be based upon a combination of price  and delivery
  as described in section M of this solicitation.  Drawings/specs
   are not required.  To obtain a copy of this solicitation please
  send FAX  request to 215-697-6333 or X1462 or X2978.
CITE: (I-348 SN011863)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, DUPLEX THE BOEING CO (81205)
SOL SP0500-97-R-0041
DUE 012097
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Darrell morei/HAB20/X9236 buyer:  Steve
   Ewing/HAB20/X9236
DESC: PR-NO:  YPI96267000396 NSN 3110-00-157-6097, bearing, ball,
   duplex; I/A/W Boeing Co., CAGE 81205, P/N BACB10A145.  O.E.M.
   engineering source approval required.....  235 -PR Del to
  New  Cumberland PA 17070-5001 Del by 13 Jul 97.  100 -PR Del
  to Tinker AFB OK  73145-9013 Del by 05 Dec 96.  RFP due date
  97 Jan 20 specs:  Boeing  P/NBACB10A145 primary quantity 335
  delivery schedule:  180 days offers  will be evaluated with
  a 10% preference for small disadvantaged business  concerns.
   This contract action is for supplies for which the government
   does not possess complete, unrestrictive technical data; therefore
  the  government intends to solicit and contract with only approved
  sources  under the authority of 10 U.S.C 2304(C) (1).  Approved
  sources are:   Torrington Co & Kaydon Corp while price will
  be a significant factor in the  evaluation of offers, the final
  contract award price will be based upon a  combination of price
  and delivery as described in section M of this  solicitation.
   Specs/Dwgs are not required.
CITE: (I-348 SN011867)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL SIKORSKY ACFT DIV (78286)
SOL SP0500-97-Q-H176
DUE 012397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Lee Schiller/HBC21/215-697-6942 buyer:
   Lee  Schiller/HCB21/215-697-6942
DESC: PR-NO:  YPI96331000914 NSN 3110-00-457-6990, 65952-11414-104,
   vendor substantion required 40 -EA Del to New Cumberland PA
  17070-5001  Del by 18 Jun 97.  RFQ due date:  97JAN23 specs:
   Sikorsky actf Div P/N  65952-11414-104 incremental bidding:
   primary qty:  40 1ST alt qty:  60  2ND alt qty:  80 deliveries
  to CONUS (excluding Alaska) delivery schedule:   120 days offers
  will be evaluated with a 10% preference for small  disadvantaged
  business concerns.  This contract action is for supplies  for
  which the government does not possess complete, unrestrictive
   technical data; therefore the government intends to solicit
  and contract  with only approved sources under the authority
  of 10 U.S.C. 2304 (C)(1).   Approved sources are:  McGill Mfg
  Co drawings/specs are not required.   To obtain a copy of this
  solicitation please send FAX request to  215-697-6333 or X1462
  or X2978.
CITE: (I-348 SN011871)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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, 601-634-3062 or Rufus McClodden, 601-634-2880
DESC:  Solicitation No. DACW39-97-B-0003 is hereby amended as
  follows:  Paragraph 17, so much as reads "27 December 1996,
  at 1400 hours"  is changed to read "30 December 1996, at 1400
  CST."  All others terms of this solicitation remain unchanged.
LINK http://www.wes.army.mil/contract.htm
LINKDESC: 
EMAIL cessna@ex1.wes.army.mil
EMAILDESC: 
CITE: (W-348 SN011903)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 34--PRESS BRAKE
SOL SP0490-97-Q-V068
DUE 011597
POC Contact:  for copies of RFQ Call Martha Meadows at (804)2796611
   or send afax to (804)279-5948.
DESC: PR-NO:  PR# 97-11-1017 this solicitation is amended to
  read as  follows:  unrestricted solicitation for a press brake,
  hydraulic or  mechanical, IAW salient characteristics for NSN
  3441-00-231-2825 dated  Oct 17, 1995.  Deliver by government
  GBL 120 days ARO to vanderberg AFB,  CA.
CITE: (I-347 SN011837)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 34--CNC STYLE PUNCHING/FORMING SYSTEM
SOL 1PI-R-0650-97
DUE 122796
POC Contract Specialist, ODOM, JOHN, 202/508-3961
DESC: This modification is issued to change the due date for
  offers, to add the complete statement regarding funds availability
  which was partially cut off in the last modification, to make
  changes to the requirements previously stated and to add requiremets
  to those previously stated. The due date for offers is changed
  to December 27, 1996 at 1:00 PM EST. The statement regarding
  funds availability is as follows: THIS PROCUREMENT IS SUBJECT
  TO AVAILABILITY OF FUNDS. IF FUNDS DO NOT BECOME AVAILABLE,
  NO AWAR WILL BE MADE. In the original CBD synopsis/solicitation,
  in the requirements for the item to be furnished, find the
  phrase which begins "operator safety mats . . ."; delete that
  phrase and replace it with the following: "operator safety
  mats to be installed in operation pinch point areas, operation
  lamp, orange, rotating, visible for 360 degrees." Delete the
  sentence which begins "The software shall have . . ."and replace
  it with the following: "The software shall have the following
  capabilities: AUTOCAD compatible conversions; fold/unfold of
  a 3D AUTOCAD DXF drawing file into a 2D flat pattern/program
  view and autonesting of various parts." Prior to the sentenc
  which begins "On-site training for three students . . .", insert
  the following sentence: "Machine controller shall be capable
  of programming during the run cycle." Delete the sentence which
  begins "On-site training for three students . . ." and replace
  it with the following: "On-site training for three students
  on machine programming and operation." Change the sentence
  which begins "A roller ball load/unlad table . . ." to read:
  "Two roller ball load/unload tables . . .". Following this
  sentence, insert "Each offeror shall provide the name, address
  and telephone number of its technical representative for the
  Milan, MI area." The additional requirements addd by this synopsis
  modification are as follows: Each offeror shall provide a working
  demonstration of its machine's capabilities in the functions
  listed below. The machine demonstrated shall be the same make
  and model offered in response to this solicitation, shall be
  connected to a remote terminal, and shall be presented in an
  operational setting. The remote terminal IS NOT required to
  be the same make an model as the computer specified in this
  solicitation. Each offeror shall provide the name and telephone
  number of the individual responsible for setting up the demonstration.
  The capabilities to be demonstrated are as follows: 1. Programming
  the machine a the controller and at a remote terminal. A drawing
  of the part to be programmed will be provided at the beginning
  of the demonstration by the UNICOR representative in attendance.
  2. Downloading a program file from a remote terminal to the
  controller. The drawing submitted for programming will be downloaded.
  3. Programming a new part at the controller while the machine
  is punching a resident memory part The resident memory part
  will be the offeror's choice. A drawing will be provided for
  the new part to be programmed. 4. The version of fold/unfold
  and autonest software offered will be demonstrated on a remote
  terminal. The drawing format for the part to e demonstrated
  will be AUTOCAD. This programming will be accomplished in two-dimensional
  view for the flat pattern and nesting. A three-dimensional
  view will be required for the folded part. 5. Punching of 14-gauge
  and 1/4- inch carbon steel with round and square punches (both
  shapes shall be punched into both thicknesses of metal). The
  following punches shall be demonstrated: 1" square - three
  hits; 1/2" quare - three hits; 3" round - three hits; and 3/8"
  round - three hits. 6. The offeror shall provide a run time
  sheet for punching one each 4" louver into 20-gauge carbon
  steel. The run time sheet shall indicate how the louver is
  formed (single hit or multple hit).
CITE: (I-348 SN011963)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North
        Charleston, SC 29419-9022
SUBJECT: 36--COMMERCIAL MATERIAL CONSISTING OF AN INTEGRATED
  PORTABLE       WIREFREE COMMUNICATIONS SYSTEM (IPWDS).
SOL N65236-97-R-0325
DUE 011597
POC Point of Contact - Nina Burgsteiner, Code 1115NB,       803-743-4362,
  Contracting Officer, Jean C. Duncan
DESC: This procurement is intended to a competitive contract
  for firm fixed  priced commercial items.  The government will
  consider split award of the land  mobile radio (LMR) and personal
  communications service (PCS) portions of the  system.  Material
  requested is to provide the USS Rushmore (LSD 47) with an 
  integrated portable wirefree communications system (IPWCS)
  capability. The  government will design and install the LMR
  antenna system.  The government and  contractor will together
  determine optimum placement of the PCS cell repeaters.  The
  government will install  the system in accordance with contractor's
   instructions.  The government will witness the contractor's
  pre-delivery  testing, and the  contractor and government will
  jointly test the system after  installation. The contractor
  will provide commercial technical manuals,   installation and
  instructions, parts lists, system programming instructions,
  and training materials.  The contractor will provide  training
  for the system  administrator, users, and maintenance/repair
  personnel.  The IPWCS LMR will  provide flight deck, well 
  deck, damage control, and engineering portable radios for use
  throughout the ship, and must operate within the 406.1 MHz
  to 420  spectrum. The LMR base station will include six low-power
  RF repeaters (under 20 watts RF power per channel) and an 8-channel
  central combiner (including  duplexer), and should fit into
  minimum installation space.  The LMR will provide interfaces
  to telephone lines from the existing ship service telephone
  switch  system, and one interface to the flight deck announcing
  system (5MC).  A variety of LMR portable radios will be required,
  including: low-power (under 100  milliwatts);  higher-power
  (one to five watts); and flight deck helmets with  portable
  radios.   The portable LMR radios must provide privacy encryption
  in  accordance with FIPS 140-1.  The LMR radios must provide
  a low-battery alarm,  and resist damage from six-foot drops,
  oil, saltwater, and common solvents.  The LMR radios must operate
  on the weatherdecks of the ship in an extremely noisy,  windy
  environment, with heavy potential for severe electromagnetic
  interference.  The LMR radios must operate in simplex mode
  if the LMR  base station fails.   The IPWCS PCS capability
  will provide a low-power, full-duplex, portable  telephone
  system operating within the unlicensed spectrum authorized
  for PCS  or cordless telephone devices.  The PCS base station
  must be interoperable with the existing ship service telephone
  system, and should fit into minimum installation space. The
  PCS system is expected to provide coverage to at least 90 percent
  of  the LSD 47 ship volume,  with sufficient channel capacity
  to provide a two  percent grade of service (in the busiest
  hour of the day) for approximately 100  subscribers.  A standard
  PCS and system handset will be required. The standard  PCS
  and system handset must operate in the generally protected
  interior  environment of the ship, with resistance to occasional
  weatherdeck exposure.  A  ruggedized PCS and system handset
  is also desired, to resist the same damage and operate in the
  same weatherdeck environment as the LMR radios.  The PCS and
   system handsets must provide privacy encryption to prevailing
  commercial  standards, with compliance to FIPS 140-1 desirable.
   Requests for the  solicitation should be sent to NISE East,
  P.O. Box 190022, North Charleston, SC  29419-9022, Attn: Nina
  Burgsteiner, Code 1115NB or faxed to 803-743-6160.
EMAILADD: burgsten@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-348 SN012048)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 43--MAIN PUMP
SOL F34601-97-R-52875
DUE 020397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Jim Stephens/Lpdpa/[405]739-5501
DESC: Item 0001 NSN 4320-00-943-8325RV P/N: 547012, MAIN OIL
  PUMP,  CONSISTS OF SCAVENGE PUMP AND PRESSURE PUMP. ITEM IS
  ENGINEERING CRITICAL. U/O 2840006178169RV. TF33-P7/7A/100/100A
  ENGINES. 50EA. Applicable to: Tf33-P7/7a/100/100a E. Destn:
  Tinker Air Force Base Ok 73145-3015. Delivery: 30 MAR 98 50
  ea Qualification requirements: Sources must be qualified prior
  to being considered for award. The solicitation will contain
  instructions for obtaining further information on this requirement.
  The qualification requirements for this item were established
  prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do
  not apply. These qualification requirements apply to line item(s)
  0001 The approximate issue/response date will be 03 Jan 97.
  To: United Technologies/Pratt & Whitney, West Palm Beach Fl
  33410-9600. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Note: While price will
  be a significant factor in the evaluation of offers, the final
  contract award decision may be based upon a combination of
  price and past performance factors as detailed in the solicitation.
  Note: An Ombudsman has been appointed to hear concerns from
  offerors or potential Offerors during the proposal development
  phase of this acquisition. The purpose of the Ombudsman is
  not to diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 26.
CITE: (I-348 SN012010)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--TUBE, METALLIC. TITANIUM, STARBOARD SIDE, AV-8 AIRCRAFT.
   ASSUMED CRITICAL ITEM.
SOL SP0740-97-Q-0617
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Kent morioka 614/69 2-3899
DESC: PR-NO:  YPC96305000955 NSN 4710-01-243-9596, CAGE 76301
  Part No  75A581106-1015 tube, metallic. Titanium, starboard
  side av-8 aircraft.  per McDonnell Douglas part number 75A581106-1015.
  no technical data  available at DCSC for this solicitation.
   70 -EA Del to Mechanicsburg PA  17055-0789 Del 220 days after
  award.  Solicitation not available until 15  days after published
  in the CBD.  Specifications, plans or drawings are not  available.
   This acquisition is for supplies for which the government
   does not possess complete, unrestrictive technical data; therefore,
  the  government intends to solicit and contract with only approved
  sources  under the authority of 10 U.S.C. 2304(C)(1).  Approved
  sources are:   McDonnell Douglas Corp. (76301).  Automated
  Best Value Model (ABVM)  applies.  While price may be a significant
  factor in the evaluations 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 the solicitation.   All responsible sources may submit offer
  which DCSC shall consider.
CITE: (I-348 SN011885)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--PLUG, FUSIBLE, BRAKE. ALUMINUM ALLOY.  END ITEM:
   F-4,  C-141, A-10, T-33 AND C-130
SOL SP0740-97-Q-0599
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Sara  Hansford/AEBA1/614-692-3644
DESC: PR-NO:  YPC96310003043 NSN 4730-00-941-0804, CAGE 0B9R9
  Part No  9526479 plug, fusible, brake. aluminum alloy.  Per
  aircraft braking  systems P/N 9526479.  1,457 -EA Del to New
  Cumberland PA 17070-5001 Del  30 days after award 2,618 -EA
  Del to Hill AFB UT 84056-5734 Del 30 days  after award solicitation
  not available until 15 days after published in the  CBD. specifications,
  plans or drawings are not available. Automated Best  Value
  Model (ABVM) applies. while price may be a significant factor
  in the  evaluation of offers, the final award decision will
  be based upon a  combination of price and past performance,
  as described in the  solicitation.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-348 SN011887)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 48-VALVE, BUTTERFLY
SOL N00FMS97YQ023
DUE 013097
POC Contact Point, Joyce L Curry, 0223.05, (215)697-6510, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-4810-01-085-7038-BP, Ref Nr (05624) BYLB50496, Qty 10
  EA, Delivery FOB Origin--Drawings are not available from NAVICP-Philadelphia.---,
  See Note 22
CITE: (I-347 SN011787)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 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,SAFETY RELIEF
SOL N0010496QTS59
DUE 013097
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-4820-00-288-6884, SPEC NR TDP VER 003, Qty 7 EA,
  FMS Requirement - Destination will be Furnished Upon Request,
  See Note 9
CITE: (I-347 SN011802)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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 ASSEMBLY, HYDRAULIC. (VALVE, SAFETY RELIEF
  ),  MATERIAL STEEL OVERALL, MEDIA HYDRAULIC FLUID
SOL SP0740-97-Q-0602
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Sara  Hansford/AEBA1/614-692-3644
DESC: PR-NO:  YPC96310003105 NSN 4820-00-767-6814, CAGE 06177
  Part No  1694-1 CAGE 76823 Part No 2-43922 CAGE 76823 Part
  No 2-43922-1 CAGE 81982  Part No A70173H CAGE 99643 Part No
  13440 "valve assembly, hydraulic  (valve, safety relief), material
  steel overall, media hydraulic fluid,  mineral base; max oper.
   Press. 3500.0 PSI; discharge flow rate 2.0  GPM; connection
  type threaded external boss; nom.  Thread size UNF  0.625 IN;
  disk spring loaded.  143 -EA Del to Tracy CA 95376-5000 Del
   30 days after award PR-NO:  YPC96319001045 191 -EA to Tracy
  CA  95376-5000 Del 30 days after award solicitation not available
  until 15  days after published in the CBD. written requests
  for drawings are to be  submitted to Defense Construction Supply
  Center, Attn: dscc-vrtd, PO Box  3990, Columbus OH 43216-5000.
  by FAX 614-692-2998 or Call 614-692-2344.  requests should
  include the IFB/RFP/RFQ number, opening/closing date,  NSN
  YPC/ZPC or NPC number; buyer's name and your complete name
  and address.  federal, military and commercial specifications
  cannot be provided by  dscc.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.
   While price will be a significant factor in  the evaluation
  of offers, the final contract award price may be based upon
  a  combination of price and delivery as described in this solicitation.
   All  responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-348 SN011888)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--KIT, OVERHAUL, DEPOT.  ON GENERAL DYNAMICS MODEL
  F-16  AIRCRAFT.
SOL SP0740-97-Q-0606
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Sara  Hansford/AEBA1/614-692-3644
DESC: PR-NO:  YPC96320000885 NSN 4810-01-153-8560, CAGE 79318
  Part No  43477 kit, overhaul, depot.  I/A/W Whittaker Corp
  part number 43477.   20 -EA Del to New Cumberland PA 17070-5001
  Del 60 days after award 16 - EA Del to Kelly AFB TX 78241-5312
  Del 60 days after award solicitation not  available until 15
  days after published in the CBD. specifications, plans  or
  drawings are not available. Automated Best Value Model (ABVM)
  applies.   While price may be a significant factor in the evaluatio
  of offers, the final  award decision will be based upon a combination
  of price and past  performance, as described in this 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-348 SN011892)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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,BALL
SOL N0010497QCB11
DUE 013197
POC Contact Point, Linda H Thomas, 02111.6, (717)790-6473, Fax,
  (717)790-2284, Twx, Not-avail
DESC: NSN 1H-4820-01-033-7241, SPEC NR TDP VER 005, Qty 35 EA,
  Deliver to Defense Distrbution Depot San Diego San Diego CA
  , Receiving Officer Fisk Norfolk Norfolk VA , Contract 100
  Percent Small Business Set Aside, See Notes 8,9
CITE: (I-348 SN011908)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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,DIAPHRAGM,STO
SOL N0010497T0999
DUE 013197
POC Contact Point, Linda H Thomas, 02111.6, (717)790-6473, Fax,
  (717)790-2284, Twx, Not-avail
DESC: NSN 7H-4820-01-412-2028, SPEC NR TDP VER 001, Ref Nr DVNL22A9J2QL,
  Qty 1 EA, Deliver to Gsa Warehouse  M F Us Navy Auburn WA --SOLE
  SOURCE PART NUMBER BUY...NO DRAWINGS AVAILABLE., See Notes
  9,22
CITE: (I-348 SN011909)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 49-MAIN ROTOR HEAD HUB
SOL N0038397RP437
DUE 012197
POC Contact Point, Helen M Rogers, 0222.09, (215)697-4072, Fax,
  (215)697-3161, Twx, Not-avail
DESC: NSN 1R-4920-01-174-6768-LU, SPEC NR TDP VER 003, Ref Nr
  65720-10142-041, Qty 8 EA, Deliver to Defense Distribt'n Depot
  San Diego San Diego CA , Contract 100 Percent Small Business
  Set Aside
CITE: (I-347 SN011788)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SPACER, SPECIAL SHAPED ALLISON ENGINE CO INC (63005)
SOL SP0500-97-Q-H029
DUE 020397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Timothy Burbidge/VBC70/215-697-0 256
  buyer:  tarra  power/VBC02/215-697-0686
DESC: PR-NO:  NPI96331000948 NSN 5365-01-369-3242, 10 -EA Del
  to (Call  contracting office) Del by 04 Dec 96.  RFQ due date:
   97FEB03 specs:   Allison P/N 23033464 primary qty:  22 EA
  delivery schedule:  90 days  offers will be evaluated with
  a 10% preference for small disadvantaged  business concerns.
   This solicitation also contains:  NPI96284000896.   Drawings/specs
  are not required.  To obtain a copy of this solicitation  please
  send FAX request to 215-697-6333 or X1462 or X2978.
CITE: (I-348 SN011869)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--FASTENER, PAWL US ARMY ELECTRONICS COMMAND (80063)
SOL SP0500-96-T-AV13
DUE 012097
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Eric Miller/MBA04/X0302 buyer:  eri
  C  Miller/MBA04/X0302
DESC: PR-NO:  YPI96138000076 NSN 5340-01-387-0353, 200 -EA Del
  to New  Cumberland PA 17070-5001 Del by 05 Nov 97.  See NOTES
  9, 22, RFQ due  date 97 Jan 20 incremental bidding primary
  quantity 200 1ST alt quantity  300 2ND alt quantity 400 deliveries
  to CONUS (excluding Alaska).   Delivery schedule:  180 days
  offers will be evaluated with a 10%  preference for small disadvantaged
  business concerns.  NOTE 9 applies  this purchase is for a
  national defense item and therefore restricted to  U.S. sources.
   While price will be a significant factor in the evaluation
   of offers, the final contract award price will be based upon
  a  combination of price and delivery as described in section
  M of this  solicitation.  Other NOTES:  to obtain a copy of
  this solicitation  please send FAX request to (215) 697-6333ORX1462ORX2978.
CITE: (I-348 SN011870)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--POLE, LINE CONSTRUCTION, WOOD, (PRESERVATIVE TREATED);
   POLE SHALL CONFORM TO THE REQUIREMENTS
SOL SP0500-97-R-0040
DUE 020397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jeff Kochanowicz/WAA04/X5509 buye R:
   P.  brown/WAA02/X3601
DESC: PR-NO:  YPI96285000993 NSN 5510-00-161-2759, pole, wood;
  I/A/W  ANSI O5.1.  Treated I/A/W TT-W-571 (AWPA C4) 40 feet/class
  2.  Full and  open competition apply 1,473 -EA Del to Nellis
  AFB NV 89191-7222 Del by  18 Oct 96.  RFP due date 97 Feb 03
  specs:  ANSI 05.1, TT-W-571 table II -  utility poles predominant
  mater:  brown size/dimen:  length:  40 feet  primary quantity
  1473 deliveries to CONUS (excluding Alaska).  Delivery  schedule:
   090 days or sooner.  Subject to Trade Agreements Act.  Offers
   will be evaluated with a 10% preference for small disadvantaged
  business  concerns.  Specs/Dwgs are not required.
CITE: (I-348 SN011868)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army CECOM, C4IEW Acquisition Center, Fort Monmouth,
  New Jersey 07703-5008
SUBJECT: 58 -- 58- AN/VVS-2(V)1A MOUNTING BRACKET
SOL DAAB07-97-Q-J061
DUE 012097
POC Contract Specialist, George M. Guattare, (908)532-3507, Contracting
  Officer, William H. Applegate.
DESC: NSN: 5855-01-096-9294, AN/VVS-2(V)1A MOUNTING BRACKET,
  IAW SM-D-771473-1 and all associated drawings, 214 each, 100%
  option. Delivery to Stockton, CA and New Cumberland, PA. Most
  recent price history is $159.36 for a quantity of 63. This
  proposed procurement will be a 100 percent Small Business Set
  Aside. The Government provides this data without assuming responsibility
  for its accuracy or for any conclusions or interpretations
  which may be drawn from this data. The data is provided solely
  for information purposes and should not be relied upon as a
  basis for preparation of an offer. The solicitation may include
  more detailed information concerning price history. Only written
  requests for this solicitation submitted via facsimile will
  be accepted. FAX (908)532-6019. All responsible sources may
  submit a bid which will be considered by the agency. See Numbered
  Note(s): 1.
CITE: (I-347 SN011751)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703- 5008
SUBJECT: 58 -- RECEIVER, PRESELECTOR AND AMPLIFIER, P/O RT-859A/APX-72
SOL DAAB07-97-R-B006
DUE 013197
POC Shirley A. Rezetko, Contract Specialist, AMSEL-ACCA-B-AJ,
  (908) 532- 4964. FAX (908) 532-4783. Frank F. Elliott, Contracting
  Officer, AMSEL-ACCA-B-AJ, (908) 532-2628.
DESC: The synopsis for the Receiver, Preselector and Amplifier,
  P/O RT-859A/APX-72, IAW P/N C20521, P/N 2050899-0701, P/N 205089-0701,
  P/N 4023428-0701, or P/N 4023426, as published on or about
  December 3, 1996, is hereby amended to correct the anticipated
  solicitation closing date. It is anticipated that the solicitation
  will close on or about 31 JAN 1997.
CITE: (I-347 SN011754)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-TELESCOPE,NON-INVER
SOL N0038397QA066
DUE 012197
POC Contact Point, K. Hall, 0223.03, (215)697-6548, Fax, (215)697-3161,
  Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-5855-01-363-0332-SF, Ref Nr 6096310-113, Qty 5 EA, Delivery
  FOB Origin--DRAWINGS NOT AVAILABLE ---, See Note 22
CITE: (I-347 SN011789)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-RECORDER,SOUND
SOL N0038397RA055
DUE 013197
POC Contact Point, Joel M Hoffman, 0223.09, (215)697-3534, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Kent  
  Hall, 0223.03, (215)697-6548
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-5835-01-394-3810-FP, Ref Nr 600336-07, Qty 6 EA, Delivery
  FOB Origin----- DRAWINGS NOT AVAILABLE.  Due to the unavailability
  of drawings or other  data, this requirement will be restricted
  to (54089) Precision Echo. Requestes for copies of solicitation
  should be FAXED to (215) 697-3161. Estimated Award Date is
  30 APR 97., See Note 22
CITE: (I-347 SN011790)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--RECEIVER-TRANSMITTE
SOL SP0970-97-Q-A113
DUE 012797
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:  YPE96285000374 NSN 5825-01-338-8015, CAGE 62526
  Part No  ic-m125 114 -EA Del to Lathrop CA 95330 Del by 06
  Dec 96.  19 -EA Del  to Mechanicsburg PA 17055-0789 other than
  full and open competition:   part numbered item.products offered
  clause applies.  Various increments  solicited:  1-25, 25-99,
  100-249, 250-500.  PR quantity:  133 each.   Line 1 quantity
  114 -W62G2T Stockton CA 95296-0130.  Line 2 quantity  19-SW3100
  Mechanicsburg PA 1705-0789.  Delivery schedule:  133 within
  30  days AD0, balance at a rate of 50 ea.within ea.30 days.
   Set-aside:   total small business set-aside.  Size standard:
   750.  All responsible  sources may submit offer which DESC
  shall consider.
CITE: (I-348 SN011860)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--BEACON SET, INFRARED
SOL SP0970-97-Q-A104
DUE 012297
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:  YPE96295001028 NSN 5850-01-339-6801, CAGE 0CDN3
  Part No  2012-0703-03-1 23 -EA Del to Mechanicsburg PA 17055-0789
  delivery  schedule:  23 EA within 180 days ADO; balance within
  30 days thereafter.   Various increments solicited:  1--25,
  26--40, 41--60.  Threshold PR  quantity:  23 EA.  Standard
  size:  750.  Unrestricted (sole  source/single source) (no
  preference).  Other than full and open  competition:  part
  numbered item. products offered clause applies.   Issue date:
   02 Jan 97; closing date:  22 Jan 97.  All responsible  sources
  may submit offer which DESC shall consider.
CITE: (I-348 SN011861)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 58 -- VARIOUS SUPPLIES AND SERVICES EFFECT INSPECTION
  AND REPAIR OF THE LIGHT AND SPECIAL DIVISION ITERIM SENSOR
  (LSDIS) DEPOT LEVEL REPARABLE ITEMS
SOL DAAH01-97-R-A001
DUE 011097
POC AMSMI-AC-CDCC, Ellaphine Ragland Contract Specialist, 205-842-7637
  AMSMI-AC-CDCC, Patti Page Contracting Officer, 205-842-6021.
DESC: Synopsis No. 5370-96 (MA) This is a sole source requirement
  to requirement and FY 98 - FY 01 options requirement to acquire
  all supplies and services to effect inspection and repair of
  the Light and Special Division Interim Sensor (LSDIS) depot
  level reparable items consisting of various NSNs and part numbers.
  Suggest that small business firms or others interested in subcontracting
  opportunities in connection with this procurement, make contact
  with the firm(s) listed. The only responsible source and no
  other supplies or services will satisfy agency requirements.
  See Numbered Note(s): 22.
CITE: (I-348 SN011913)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement
  Office, Redstone Arsenal, AL 35898-5275
SUBJECT: 58 -- 2 EACH WIDEBAND RECEIVERS
SOL N/A
DUE 010697
POC (RDPC) Lady Tucker, AMSMI-AC-CRAX, Contract Specialist, 205-842-7424,
  Raymond Shores, Contracting Officer, 205-876-3432, Synopsis
  Number R117-96.
DESC: Supply 2 each of Microdyne Corporation Wideband Receivers
  configured with part number and description as follows: 1400-WBA
  Wideband Receiver Base Chassis; 1415-E RF Tuner 2185-2485 Mhz;
  1420-WB(10/15) Filter, Selectable BW 10, 15 Mhz; 1420-WB(20/25)
  Filter, Selectable BW 20, 25 Mhz; 1448-WB Wide Band FM Demodulator;
  1461-S(WB) Spectrum Display Unit; Special Paint, Paint Number
  26492 per FS 595A. A non-competitive negotiation is proposed
  to be conducted with Microdyne Corporation, 491 Oak Road, Ocala,
  FL 34471. Complete hardware compatibility is essential to the
  functioning and performance of the total enhanced system. The
  ability to interchange receiver modules with existing receivers
  is mandatory in the event of a possible failure or a change
  in user requirements. No other manufacturer can provide these
  systems due to compatibility issues such as module interfacing,
  etc. without duplication of costs that would not likely be
  recovered through open competition. All Responsible sources
  may submit a bid, proposal, or quotation NLT 010697 which shall
  be considered by this agency. See Numbered Note(s): 22.
CITE: (I-348 SN011917)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 58 -- DSCS SPECTRUM MANAGEMENT SYSTEM(DSMS)
SOL DAAB07-
POC PM, Milsatcom, Mr. Victor Phillipuk, (908) 532-9728, X5821
  Mr. Rick N. Forsberg, Contracting Officer, CECOM, (908) 532-5548.
DESC: DSCS Spectrum Management System (DSMS). The Government
  has a need to replace the current Defense Satellite Communications
  System (DSCS) Automatic Spectrum Analyzer (DASA) with new or
  upgraded Hardware/Software, that maintains critical DASA functionality.
  The upgrade will provide a number of additional enhancements
  that implement efficient spectral bandwidth control, and power
  management of limited satellite assets. These enhancements
  will enable DSCS control operators to reduce co-channel interference
  between communicators. DSMS is one of a number of subsystem
  upgrades intended to achieve the future Objective DSCS Operations
  Control System (ODOCS) configuration. DSMS is intended to contribute
  to the modernization of the DSCS Operations Control System(DOCS),
  with automation, increased efficiency/reliability, improved
  ease of operation, which will extend the life of the control
  system. The DSMS architecture shall be modular and extensible
  to easily support other SHF space assets such as commercial,
  and or future SHF satellite systems. DSMS shall be compliant
  with the Army Technical Architecture and support the ODOC Operational
  Requirements Document(ORD). DASA is currently fielded at DSCS
  Operations Centers(DSCSOCs), the Signal School, Ft. Gordon,
  GA, and the Integrated Research Facility, Ft. Monmouth, NJ.
  DASA provides automatic monitoring of Frequency Division Multiple
  Access(FDMA) communication links. DASA gathers actual signal
  data from the spectrum analyzer and compares this data with
  the parameter values predicted by the DSCS Operational Support
  System(DOSS). The DSMS upgrade will enable the DSCSOC to improve
  the operating efficiency of satellite transponders (bandwidth/power).
  DASA presently consists of a DEC Vax 8250 computer with peripherals,
  and a Hewlett Packard HP-8566B Spectrum Analyzer. This equipment
  is technologically obsolete, lacks the capability for advanced
  signal analysis, and it is becoming increasingly difficult
  and costly to maintain. The Government's intention is to upgrade
  the software, modernize the computer, and the spectrum analyzer,
  to incorporate digital signal processing techniques. DSMS must
  be capable of interoperating with future control subsystems
  that are Common Operating Environment(COE) compliant. Written
  replies may be forwarded to US Army, PM Milsatcom, ATTN: SFAE-C3S-MSA-DC,
  Mr. Victor Phillipuk, Fort Monmouth, NJ 07703-5509, by COB
  15 Jan 1997. Written replies should include a summary of services
  or supplies produced, and a statement supporting the responding
  company's capability to provide the required DSMS. This notice
  is not a solicitation. The purpose of this notice is to seek
  capable interested sources for planning purposes. The Government
  is not interested in any product/system demonstrations at this
  time.
CITE: (I-347 SN011752)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Naval Surface Warfare Center, Crane Division, 300 Highway
  361, Crane, IN 47522-5001
SUBJECT: 59 -- PRINTED WIRING BOARDS
SOL N00164-97-Q-0048
DUE 011797
POC Contact -- Ms. Kathy Noel, Code 1165Z7, 812-854-3692, Fax
  812-854-3465/Ms. Mary Sheetz, Contracting Officer
DESC: This requirement is for the purchase of printed wiring
  boards in accordance with NAVSEA drawings. Drawing numbers
  are 6823935, 6823938, and 6823989. Some requirements of the
  drawings are as follows: Finished Board-MIL-C-55110D, Material-MIL-P-13949/4
  and MIL-P-13949/12, Finish-MIL-C-14550 and MIL-G-45204, Board
  Traceability-MILSTD-275E. Quantity for each drawing is 10 each.
  Delivery shall be FOB Destination to NSWC Crane, IN with inspection
  and acceptance at destination. Delivery is required by 31 March
  1997. This action is 100% set-aside for small business. All
  responsible sources may submit an offer which shall be considered
  by this agency. See Note(s): 1.
CITE: (I-347 SN011745)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Immigration & Naturalization Service, Procurement Division,
  425 I Street, N.W., Room 2208, Washington, DC 20536
SUBJECT: 59 -- FINGERPRINT MATCHER COMPONENT SUBSYSTEM SOLICITATION
  AND BIOMETRIC APPLICATIONS INDUSTRY CONFERENCE
SOL N/A
POC Vernon Carter, Contracting Officer, Immigration and Naturalization
  Service, Procurement Division, 425 I Street, N.W., Room 2208,
  Washington, DC 20536
DESC: 17. Point of contact: Vernon Carter, Contracting Officer,
  Immigration and Naturalization Service, Procurement Division,
  425 I Street, N. W., Room 2106, Washington, D.C. 20536, phone
  (202-514-0587). This notice is a combined pre-proposal conference
  announcement and solicitation synopsis. This synopsis shall
  be the only notification issued of this solicitation. No further
  notices will be synopsized. The INS will conduct a pre-proposal
  conference on January 6, 1997, beginning at 9:00 a.m. at Immigration
  and Naturalization Service, Sixth Floor, Shaughnessy Room,
  425 I Street, N. W., Washington, D.C. Besides discussing the
  procurement, the conference will be an open forum for the exchange
  of ideas on the application of commercially available biometric
  solutions to the INS mission. Biometric applications include
  but are not limited to: fingerprint minutiae matching systems,
  identity verification, access limitation, retinal scanning,
  secure data transmission, and the use of biometric applications
  to speed passenger throughput at ports of entry. The Request
  for Proposals (RFP) contemplated by this synopsis is for the
  award of a competitive contract for an Automated Fingerprint
  Identification System (AFIS) Matching Component Subsystem (MCS)
  that can be integrated into the existing INS Automated Fingerprint
  Identification System (IDENT) environment. The MCS must be
  capable of receiving fingerprint images captured and compressed
  using FBI/NIST standards. The MCS capability must include performing
  image decompression and feature extraction to produce the required
  feature to match records to the fingerprint repository. The
  MCS component must be capable of being integrated into the
  open-system architecture of IDENT. INS will not incur any liability
  for, nor will it pay any cost incurred by any company in forwarding
  comments. For those companies interested in attending the pre-proposal
  conference, please submit names of attendees to Vernon Carter,
  Contracting Officer via facsimile (202-514-3353) not later
  than December 27, 1996. Telephonic responses will not be accepted.
  Attendance at the conference will be limited to two (2) representatives
  from each responding company and preregistration is required
  due to limited seating. RFPs will be available on or about
  December 30, 1996. RFPs must be requested in writing only.
  Telephonic requests will not be accepted. Facsimile requests
  are acceptable and must be directed to Vernon Carter, Contracting
  Officer, facsimile number 202-514-3353. See Note 12. This synopsis
  supersedes any previous synopsis for the same requirement.
  Also, this synopsis changes the type of conference from an
  industry briefing to a pre-proposal conference. The date of
  the conference is changed to January 6, 1997.
CITE: (I-347 SN011748)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-CABLE ASSEMBLY,SPEC
SOL N0038397QP440
DUE 012197
POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax,
  (215)697-3161, Twx, Not-avail
DESC: NSN 1R-5995-01-209-3117-LX, SPEC NR TDP VER 005, IAW Ref
  Nr M22442/26-3, Qty 1356 EA, Deliver to Defense Distribt'n
  Depot San Diego San Diego CA , NSC Bldg 110Naval Air Station
  Jacksonville FL --This a a QPL item. Awardees must be listed
  on the Qualified Products List  22442-15 dated 08 July 1996.
CITE: (I-347 SN011791)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-CIRCUIT CARD ASSEMBLY
SOL N0038397Y6510
DUE 011597
POC Contact Point, Debra B Brinn, 0225.10, (215)697-4383, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-5999-01-266-7273, Ref Nr 74D462024-1003, Qty 10 EA,
  Delivery FOB Origin--THIS IS A REPAIR REQUIREMENT.  DUE TO
  THE UNAVAILABILITY OF DATA THIS  REQUIREMENT WILL BE RESTRICTED
  TO NORTHROP CORPORATION (76823).---, See Note 22
CITE: (I-347 SN011792)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--CAPACITOR, FIXED, CERAMIC
SOL SP0900-96-T-N184
DUE 123196
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96157000276 NSN 5910-01-171-8693, CAGE K6961
  Part No  VA-85-0322-091 CAGE 08241 Part No CK05BX104M CAGE
  81349 Part No  M39014/22-1094 @CAPACITANCE value per section
  0.100 microfarads single  section @NONDERATED continuous voltage
  rating and type P er section 50.0  DC single section @BODY
  style 34H dual inline @SCHEMATIC diagram  designator 1R no
  common or GR ounded electrode 12,556 -EA Del to W62G2T  Stockton
  CA 95330-0130 other than full and open competition:  part 
  numbered item.  Products offered clause applies, various increments
   solicited:  from 1 to 11999 from 12000 to 49999, from 5000
  to 75000. PR  quantity:  12556, DODAAD dest:  W62G2T Stockton
  CA 95296-0130,  delivery schedule:  120 days, all responsible
  sources may submit offer  which DESC shall consider.
CITE: (I-348 SN011856)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--SOLENOID, ELECTRICAL
SOL SP0900-96-T-R583
DUE 123096
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96197000182 NSN 5945-01-079-2910, CAGE 07797
  Part No  12285834 CAGE 19200 Part No 12285834 CAGE 81983 Part
  No l-5210 CAGE 99743  Part No 20029 150 -EA Del to Mechanicsburg
  PA 17055-0789 Del by 01 Apr 97.   Other than full and open
  competition:  part numbered item. products  offered clause
  applies solicited various increments from:  150 PR qty:   150
  EA delivery schedule:  150 days standard size:  3679 set-aside
  type:   total small business et-aside all responsible sources
  may submit offer which  DESC shall consider.
CITE: (I-348 SN011857)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--THIS IS A PGC ITEM
SOL SP0970-97-R-X023
DUE 013097
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96249000468 NSN 5985-00-274-2265, CAGE 76301
  Part No  68-870043-101 CAGE 82152 Part No 11D27700-2 CAGE 85226
  Part No  DMCNI8-11/A-2 design type blade single antenna; frequency
  rating 225.000  megahertz minimum and 400.000 megahertz maximum
  and 0.960 gigahertz  minimum and 1.220 gigahertz maximum single
  antenna element.  220 -EA Del  to Mechanicsburg PA 17055-0789
  Del by 15 Mar 97.  162 -EA Del to Lathrop  CA 95330 Del by
  15 Mar 97.  See NOTES 9, 22, other than full and open  competition:
   part numbered item.products offered clause applies.   Various
  increments solicited:  100-249, 250-499, 500-749.  PR quantity:
    382 EA.  Line 1 quantity 220 SW3100-MECHANICSBURG PA 17055-0789.
   Line  2 quantity 162 W62G2T -Stockton CA 95296-0130.  Delivery
  schedule:  200  ea.within 120 days and 50 per month thereafter.
   Set-aside:  total small  business set-aside.  Size standard:
   750.  All responsible sources may  submit offer which DESC
  shall consider.
CITE: (I-348 SN011858)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--HOLDER, PRINTED CIRC
SOL SP0960-97-Q-A068
DUE 013097
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96281001847 NSN 5998-01-254-4582, CAGE 91417
  Part No  565085-G04 1 -EA Del to see Preface to Navy address
  Co Del by 12 Oct 96.   1 -EA Del to Yuma AZ 85369-6070 Del
  by 12 Oct 96.  1 -EA Del to Camp  Pendleton CA 92055-6090 Del
  by 12 Oct 96.  3 -EA Del to Mechanicsburg PA  17055-0789 Del
  by 09 Oct 97.  Other than full and open competition:   part
  numbered item products offered clause applies various increments
  1-3  4-6 7-10 11-14 size standard:  500 delivery schedule:
   6 EA within 110  days, any balance 10 EA every 30 days thereafter
  set-aside type:   g-unretricted (sole source/single source)
  (no preference) no drawings  available all responsible sources
  may submit offer which DESC shall consider.
CITE: (I-348 SN011859)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--FUSEHOLDER, BLOCK
SOL SP0930-97-Q-A109
DUE 011397
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:  YPE96334000484 NSN 5920-01-216-6128, CAGE 58475
  Part No  303-13-004 CAGE 89946 Part No 655D258G06 299 -EA Del
  to Bremerton WA  98314-5000 Del by 31 Mar 97.  Other than full
  and open competition:   part numbered item. products offered
  claue applies.  Solicited various  increments from:  200 to
  499 PR qty:  299 EA delivery schedule:  30  days standard size:
   750 set-aside type:  total small business set-aside  all responsible
  sources may submit offer which DESC shall consider.
CITE: (I-348 SN011862)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, TOGGLE
SOL SP0930-97-Q-A113
DUE 020397
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:  YPE96317000723 NSN 5930-01-070-7597, CAGE 81640
  Part No  H11-1170-3 CAGE 81755 Part No C8805-3-3 CAGE 91929
  Part No 622EN112-R 50 - EA Del to Lathrop CA 95330 Del by 15
  Jan 98.  64 -EA Del to  Mechanicsburg PA 17055-0789 Del by
  15 Jan 98.  Other than full and open  competition:  part numbered
  item. products offered clause applies  solicited various increments
  from:  50 to 699 PR qty:  114 EA delivery  schedule:  114 EA
  within 240 days, balance rate:  60 EA every 30 days  thereafter.
   Standard size:  500 set-aside type:  unrestricted (sole  source/single
  source) (no preference) all responsible sources may submit
   offer which DESC shall consider.
CITE: (I-348 SN011864)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PRESSURE
SOL SP0930-97-Q-A112
DUE 011697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96323000441 NSN 5930-01-128-1122, CAGE 76301
  Part No  74-800207-103 CAGE 93455 Part No 6011300 nonpile-up
  contact arrangement,  3 pole, double throw, one position momentary,
  contact voltage rating in  volts 28.0 DC at sea level single
  voltage, contact load current rating  1.0 amps resistive load
  single voltage 20 -EA Del to (Call contracting  office) Del
  by 24 Oct 96.  Other than full and open competition:  part
   numbered item. products offered claue applies.  Solicited
  various  increments from:  21 to 49 PR qty:  20 EA delivery
  schedule:  100 days  standard size:  500 set-aside type:  unrestricted
  (sole source/single  source) (no preference) all responsible
  sources may submit offer which DESC  shall consider.
CITE: (I-348 SN011865)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--CONNECTOR, PLUG, ELECRTRICAL
SOL SP0900-97-T-5509
DUE 011897
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:  YPE96330000118 NSN 5935-00-991-2200, CAGE 10001
  Part No  1517259 CAGE 71468 Part No N-T40471-4 @BODY style
  8A straight shape,  quick connect @MATING END quantity 1 12
  -EA Del to Mechanicsburg PA  17055-0789 Del by 30 May 97. 
  Full and 53 EA.  Line quantity DODAAD  destinations 153SW3100
  Mechanicsburg, PA 17055-0789 delivery schedule:   entire quantity
  W/in 140 ADO.  Size standard:  500 set aside  TYPE=G=UNRESTRICTED=(sole
  source/single source)(no preference) various  increments solicited:
   from to 2549 5099 100249 00 00 00 last buy  history/contract
  restrictions:  all responsible sources may submit offer  which
  DESC shall consider.
CITE: (I-348 SN011866)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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-A053
DUE 011097
POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250.
DESC: Synopsis No. 5390-96 (MA) NSN 5999-01-165-6542, Army P/N
  1D49565-501. 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 15, known quantity of 23,
  and a maximum quantity of 30. In addition, this requirement
  will have option quantities for base year FY 97 and out years
  FY 98 and FY 99 ranging from 5 - 15 each. Destinations to be
  furnished. Delivery schedule 220 days after contract award.
  Offerors must be approved and qualified. This proposed contract
  action is for supplies or services for which the Government
  intends to solicit and negotiate with only one, or a limited
  number of sources. Suggest that small business firms or others
  interested in subcontracting opportunties in connection with
  this procurement, make contact with the firm(s) listed. The
  Government does not possess sufficient documentation to acquire
  this item from other than the qualified source--A technical
  data package which defines all engineering and quality requirements
  is not available. RFP will be issued to McDonnell Douglas Corporation,
  Defense and Electronics Systems, 5301 Bolsa Avenue, 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 5999-01-165-6542,
  Awd Date 021093, Qty 9, Unit Price $6,742.00. 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 qualification for
  future buys in accordance with MICOM Pamphlet 702-1 available
  through Internet. See Numbered Note(s): 22.
CITE: (I-348 SN011912)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 59--COVERS
SOL 1PI-B-1947-97
DUE 013097
POC Contract Specialist, CARLOCK, JOHN, (202) 508-3955
DESC: UNICOR, Federal Prison Industries, intends to enter into
  a Firm Fixed Price Indefinite Delivery/Indefinite Quantity
  Supply Type contract with a performance period of (5) five
  year after contract award date for the following item(s): 0001
  - Cover, 597008405844, Almn, DDC, Conduit outlet. UNICOR MCS
  No. CVR0377. Guaranteed Minimum Quantity is 4,000 each, Estimated
  Maximum Quantity is 24,000 each. Supplies to be furnished under
  the ensuing contract shall be ordered by issuance of individual
  delivery ordes to be delivered 45 days after receipt of order.
  Delivery is FOB Destination to UNICOR, Federal Prison Industries,
  Inc, FCI Big Spring, 1900 Simler Avenue, Big Spring, TX 79720.
  All responsible sources may submit a bid which shall be considered
  by this agency. Your request should indicate business size
  and type. Submit your request to UNICOR, Federal Prison Industries,
  Inc. Attn: (John M. Carlock) Fax number (202347-9416. Material
  Management Branch, 320 First Street, NW, Washington, DC 20534.
  Only faxed or written requests will be accepted, NO
CITE: (I-348 SN011962)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--COILSUBASSYANTSC60 DWGLATESTREV
SOL F04606-97-25279
DUE 020397
POC For copy, contact the info office indicated., For additional
   information contact Noel.0kn/Pklca/[916]643-2744
DESC: Item 0001 NSN 5950-01-122-9982ZR P/N: 777-6550-001, SILVER
   PLATED COIL PHENOLIC BLOCK HARDWARE(NUTS,BOLTS)VARIOUS ELECTRONIC
  COMPO NENTS NHA5895011156824 FSCM13499 NOUN10KWPA TO31S1-2TSC60-22
  FIG6-5INDEX23 Q PA 2 DOD-STD-1686 DOES NOT APPLY. 19EA. Applicable
  to: An/Grc-212. Destn: DIS002. Delivery: 30 JUN 97 10 ea 30
  JUN 97 9 ea The approximate issue/response date will be 03
  Jan 97. The anticipated award date will be 31 MAR 97. Written
  procedure will be used for this solicitation. To: Rockwell
  International Corp, Richardson Tx 75083-3807. To: Rockwell
  International Corp, Cedar Rapids Ia 52498-0001. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 22,23.
CITE: (I-348 SN012039)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 61--W 4 CABLE
SOL F34601-97-Q-49500
DUE 020397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Georgette Strub/Lpdpb/[405]739-4382
DESC: Item 0001 NSN 6150-01-308-8497PR P/N: 7156M44G01, Cable
  is color  coded orange electrical wiring cable with a main
  length of cable and six branches of cable extending off of
  the main cable with connectors Basic material 24 stranded,
  cond 4 electrical coated wire. Dim. Main cable length measures
  approx 3 ft to 6 ft. Branches of main cable measures from approx.
  1 1/2 ft to 3 ft. Func. of cable is to supply electrical power
  to different accessory components, supply elect governing functions
  or feedback signals. 4EA. Applicable to: F110 Eng. Destn: DTK002
  DTKC00. Delivery: 30 Sep 98 4 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 03 Jan 97. The anticipated award date will be
  28 Feb 97. Written procedure will be used for this solicitation.
  To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Note: An Ombudsman has been appointed
  to hear concerns from offerors or potential Offerors during
  the proposal development phase of this acquisition. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate contractor
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to source of the concern.
  The Ombudsman does not participate in the evaluation of proposals
  or in the source selection process. Interested parties are
  invited to call the Ombudsman at (405) 736-3273. DO NOT CALL
  THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. Request for Written Quotation will
  be issued. The anticipated award date will be 60 days after
  the issuance of this notice.
CITE: (I-348 SN012009)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: VA Medical Center, One Veterans Plaza, San Juan, P.R.
  00927-5800
SUBJECT: 65 -- HEMATOLOGY ANALYZER
SOL RFP672-130-97
DUE 013197
POC Elisa Cruz, Contracting Officer
DESC: A solicitation will be issued for brand name or equal equipment
  Sysmex Automated Hematology Analyzer Model SF-3000 with Sampler
  Unit (cap piercing) and option ID Bar Code Reader subject to
  availability of funds to include installation, start up kit,
  training support, one year warranty parts and labor, extended
  warranty and free maintenance service for ninety (90) days,
  and two each operation and service manuals. Solicitation will
  be issued on or about 15 calendar days after publication with
  closing date 30 calendar days after issue date.
CITE: (I-348 SN011933)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 66-TEST SET,SEMICONDUC - AND SIMILAR REPLACEMENT PART
SOL N0010497RNB49
DUE 021497
POC Contact Point, Rick D Rhoades, 02151.5, (717)790-3234, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, Jennifer
  B Dieter, 02151, (717)790-4446
DESC: NSN 7Z-6625-01-391-4404-TE, SPEC NR TDP VER 006, Qty 76
  EA, Delivery FOB Origin, Contract 100 Percent Small Business
  Set Aside--THIS SOLICITATION IS GOING TO BE A REQUEST FOR A
  3 YEAR INDEFINITE QUANTITY  CONTRACT WITH PROVISION FOR 2 ADDITIONAL
  OPTION YEARS. THE REQUEST ALSO WILL  BE FOR 2 DIFFERENT CONFIGURATIONS
  AND WILL BE AWARDED ON AN ALL OR NONE BASIS., See Note 9
CITE: (I-347 SN011803)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--WIND SOCK
SOL SP0440-96-Q-HZ29
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3372. 
  For copies of RFQ solicitations,  contact:  Billye phill IPS/AX409/804-279-3372.
  contracting officer:   Kreylon V Crewe/804-279-4105.
DESC: PR-NO:  YPG96233000725 NSN 6660-00-044-1914, drawing number:
    army SM-C-376007 Rev a DTD 68 Jan 29.  Drawings, interim
  procurement  descriptions and deviation lists may be examined
  or obtained from Defense  General Supply Center.  36 inch dia
  front 12 inch dia rear 149 inch LG  material nylon type I,
  class B, spec CCC-C-476 color Orange per Fed STD  595A Tech
  data package availability:  92 -EA Del to Tracy CA 95376-5000
   Del by 90 DARO97.  72 -EA Del to Mechanicsburg PA 17055-0789
  Del by 90  DARO.  Unrestricted other than full and open comp
  (10 U.S.C. 2304(C)(1))  (FAR 6.302-1) solicitation between
  $25,000 - $100,000 solicitation will  be made in writing all
  responsible sources may submit offer which DGSC shall  consider.
CITE: (I-347 SN011840)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 66 -- DETECTOR KIT
SOL DAAK01-97-Q-0072
DUE 020697
POC Robert B. Flanagan, Contract Specialist, 314-263-0682.
DESC: The Detector Kit, National Stock Number 6675-01-411-4533,
  part number GTP-323, FOB Destination to Texarkana, Tx, and
  Stockton, CA, the anticipated procurement is a One Year Type
  Contract with a total estimated quantity of 54 each. The item
  was last procured on 96 Apr 16 from the Gammon Technical Products
  Inc., 2300 Hwy 34, Manasquan, NJ 08736-2806. The unit price
  for this previous contract was $1,554.63 with a quantity of
  34 each. The estimated issued date is 07 Jan 97. This procurement
  is a totally 100 percent small business set aside. See Numbered
  Note(s): 1.
CITE: (I-348 SN011945)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany,
  GA 31704- 3019
SUBJECT: 66 -- M36, HEAD PRISM
SOL M67004-97-Q-0001
DUE 010697
POC Sandra Roberts, Purchasing Agent, Code 894, (912)439-6762
  Contracting Officer, Larry F. Pendley, Code 894, (912)439-6761.
DESC: NSN 6650-00-991-8436, P/N 8619890, Qty 100 each. Oral responses
  requested. See Numbered Note(s): 1.
CITE: (I-348 SN011957)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 66--DETECTOR
SOL F34601-97-08150
DUE 020397
POC For copy, Sam Hoisington/Lidac/[405]739-4466, For additional
   information contact Sam Hoisington/Lidac/[405]739-4466
DESC: Item 0001 NSN 6685-01-148-0471 P/N: 11239-1, DETECTOR,COOL
  OFF  DIMENSIONS,APPROX 4 INCHES IN DIMETER WITH APPROX 6 INCH
  PROB E. MATERIAL,ALUMINUM ALLOY AND VARIOUS OTHER ELECTRICAL
  COMPONENTS. FUNCTION,DE TECTS TEMPERATURE OF COOLING AIR. NHA
  ACFT. APPL ACFT B1B. 19EA. Destn: Tinker Air Force Base Ok
  73145-3028. Delivery: 30 SEP 97 19 ea The approximate issue/response
  date will be 03 Jan 97. The anticipated award date will be
  03 MAR 97. Written procedure will be used for this solicitation.
  To: Dynamic Controls Corp, South Windsor Ct 06074-3469. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Note: An Ombudsman has
  been appointed to hear concerns from offerors or potential
  Offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) numbered
  note 26.
CITE: (I-348 SN011997)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 69--Training Aids and Devices
OFFADD: Naval Air Warfare Center Training Systems Division, 12350
  Research Parkway, Orlando, FL  32826-3224
SUBJECT: 69 -- PERISCOPE TARGET MODELING FOR U.S. NAVY TRAINING
  SYSTEMS
DUE 021897
POC Contact Caretha Y. Brown-Griffin, (407)380-4013, Contracting
  Officer, Jerry Miller, (407)380-8383
DESC: The Naval Air Warfare Center Training Systems Division
  has a requirement to modify visual software database for an
  ESIG 500 image generator made by the Evans and Sutherland (E&S)
  Computer Corporation. The ESIG 500 used by the Government currently
  contains 54 targets in a visual database.  The targets are
  comprised of 600 to 700 polygons with approximately 300 polygons
  visible at any one time.  The targets are modeled with several
  different transition ranges such that at high level of detail
  approximately 250 polygons are displayed and at low level of
  detail approximately 50 polygons are displayed.  The targets
  are mainly ocean going Naval and commercial vessels modeled
  for an ocean environment.  The Government anticipates a firm
  fixed price contract resulting from a Sealed Bidding procurement
  action.  All bidders are urged to provide their Commercial
  and Government Entity (CAGE) code.  Tax identification Number
  (TIN), and Contractor Establishment Code (CEC) Number (formerly
  DUNS) with their bids.  All bids must state that the vendor
  is not currently on the Consolidated List of Debarred, Suspended
  and Ineligible Contractors or otherwise ineligible to receive
  Government contracts.  This is Not a small business set-aside.
   All responsible sources may submit a bid.  Bid Opening date
  shall be at or around 18 February 1997.  No telephone requests
  for solicitation package will be accepted.
CITE: (I-348 SN011979)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy
  Space Center, FL 32899
SUBJECT: 70--ATM SWITCHES FOR METROPOLITAN AREA NETWORK
SOL N/A
POC David Miller or Chris Kerios at 407-867-6315
DESC: Modify synopsis which appeared in the December 9, 1996
  publication. Should be revised to: Points of contact David
  Miller or Chris Keiros at 407-867-6315. 
CITE: (W-348 SN011846)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon,
  Washington, DC 20310-5200
SUBJECT: 70--ANALYZE AND DESIGN MODELING SOFTWARE
SOL DASW01-96-R-0027
DUE 022897
POC Contact:  Joseph Burrus, Contract Specialist, (703) 695-9422
DESC: The Defense Supply Service-Washington (DSSW) on behalf
  of the Air Force Studies and Analyses Agency (AFSAA) intends
  to acquire services to support software research, software
  development, software maintenance and continuing data integration.
   These services are required to produce, maintain and enhance
  a Modeling, Analyses, Simulation and Training (MASTR) data
  and study management system.  AFSAA conducts studies and analyses
  within the Air Force mission areas to provide information to
  support the Air Force Chief of Staff  and Air Force staff agencies
  with modeling and simulation initiatives that depict the potential
  effect, upon the war fighter, of the introduction of proposed,
  new or enhanced weapons systems and revised intelligence estimates.
   AFSAA is currently using the beta version, MASTR1, which incorporates
  the contributions of the following contractors under the respective
  contracts.  CACI, Inc. , F49650-94-D- 5001; ASI-Systems International,
  DASW01-94-D-0060.  The beta version, MASTR1, provides a common
  database framework and a standard set of data queries to access
  and use information from multiple external intelligence estimates
  and equipment characteristics databases.  MASTR1 has been populated
  with current intelligence and equipment characteristics corresponding
  to the major regional contingency baselines in order to support
  the anticipated and ongoing AFSAA weapon system and capabilities
  analyses.  MASTR1 is marginally acceptable because  the architecture
  and design was created in the past paradigm of centralized
  processing.  MASTR1 also has a limited graphical editor to
  manipulate and display data qualitatively.  MASTR2 will change
  the underlying design of MASTR1 by using distributed computing
  and distributed data storage/retrieval.  By designing and building
  MASTR2, using a distributed computing design, most of the processing
  will move from the host server to client machines, on remote
  or local area networks.  The majority of processing will be
  done on each individual users machine using LAN/WAN and other
  connectivity networks for access, thereby reducing the processing
  bottleneck at the main server. MASTR2 will also need to display
  and manipulate geospatial data and other overlay data using
  a graphical editor.  The apparent successful offeror will be
  required to furnish personnel  in possession of Top Secret
  clearances at time of award.  All personnel are required to
  be cleared at the Top Secret level.  This requirement is published
  as unrestricted, however the apparent successful contractor
  must include an acceptable subcontracting plan as part of the
  proposal.  The Period of Performance is expected to be for
  a Base Period and Four Option Periods, each period not to exceed
  one year.  The Base Period will be from the date of award through
  30 September 1997.  Task Orders will be issued against the
  requirements in the contract.  The Request for Proposal (RFP)
  will be issued on or about 17 January 1997 with Proposals due
  45 days hence.  All requests for this RFP shall be submitted
  in writing.  Telephone and facsimile requests for the RFP will
  not be honored.
CITE: (I-348 SN011992)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT,
  1300 E AVENUE, FORT LEE VA 23801-1800
SUBJECT: 71--METALLIC SHELVING, GROCERY FOR DELIVERY AND INSTALLATION
  AT ALL DECA COMMISSARY LOCATIONS, CONUS AND OCONUS
SOL DECA01-97-R-0014
DUE 012297
POC Contract Specialist Barbara Koury Korzyk (804) 734-8862 Contracting
  Officer: E. Favale (804) 734-8602 (Site Code DECA01)
DESC: Purchase and installation of new and replacement shelving,
  adjustable, gondola, cantilever, island type, 3 and 4 FT sections;
  half gondola, cantilever wall type with/without illuminated
  canopy, 3 and 4 FT sections, dump baskets, bakery wire shelves,
  nd panels, etc. for various commissaries located in the continental
  U.S. (CONUS) and outside the continental U.S. (OCONUS). New
  shelving will be purchased on an unrestricted basis. Replacement
  shelving is either brand name specific to Lozier Corp., Omaha,
  E or Madix Store Fixtures, Goodwater, AL, depending on the
  existing shelving at each store. Proposed contract will be
  indefinite delivery, indefinite quantity with fixed unit prices
  for a base year plus one option year. Solicitation will be
  issued on or about 15 JAN 97 with a closing date on or about
  14 FEB 97. Requests for copy of solicitation must be in writing.
  Fax requests acceptable. FAX No: (804) 734-8886.All requests
  for copy of the solicitation should include the solicitation
  # and mark to attention of Barbara Korzyk. All responsible
  sources may submit an offer which shall be considered by the
  agency.
CITE: (I-348 SN011961)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 73 -- JACK, ROOF LIFTING
SOL DAAK01-97-Q-0059
DUE 013097
POC Barbara Collie, Contract Specialist, 314-263-3167, Pamela
  S. Wienhoff, Contracting Officer, 314-263-2121.
DESC: Jack, Roof Lifting, FSC 7330, 305 each in accordance with
  US Army Soldier Systems Command (Natick 81337) Procurement
  Package 5-13-4600. FOB Destination with deliveries to New Cumberland,
  PA 17070-5001 and Texarkana, TX 75507-5000. Most recent procurement
  150 each, $141.00 per unit. 100 % Small Business-Small Purchase
  Set-Aside. All responsible sources may submit a bid which will
  be considered by the Agency. See Numbered Note: 1.
CITE: (I-348 SN011939)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 74--Office Machines, Text Processing Systems and Visible
  Record Equipment
OFFADD: Afftc/pkad Directorate Of Contracting, 5 S Wolfe Ave,
  Edwards Afb Ca 93524-1185
SUBJECT: 74--ENGINEER COPIER
SOL F04700-97-T-0166
DUE 010897
POC Donna Chesher, Contract Specialist, (805)277-3900, ext. 2216,
  John Lemacks, Contracting Officer, (805)277-3900, ext. 2253
DESC:  The Air Force Flight Test Center has a requirement for
  an engineer copier.  See synopsis published on 25 Nov 96 for
  details.  The due date for offers is changed to 8 Jan 97. 
  The minimum salient characteristics are changed as follows:
  The copier will have a two-roll paper feeder, automatic.  The
  capability to do variant enlargements and reductions, the range
  should include "A" size through "E" size prints or vice versa.
   When the copier is connected to the Local Area Network, it
  becomes a network plotter.  The copier must be capable of a
  minimum printable area 36 inches in width by up to 50 feet
  in length.  The copier must fit comfortably in a 100 sq. ft.
  room.  The copier must accept manual and 2-roll automatic feeds,
  of plain paper, transparent paper, film and vellum, in a minimum
  width of 8.5 inches and minimum length of 11 inches.  The copier
  must handle 2 rolls of 500 ft film at once.  The scanner CCD
  must give a true optical scan of 400 DPI and retain a minimum
  of 19 copies from one scan.  The scanner must accept originals
  of 8.5" x 11" with a maximum scan width of 36".   The maximum
  original length to be used with the scanner is 48 inches. 
  The scanner will have automatic background compensation and
  lighter/darker settings for exposure control.  The controller
  should be capable of plotting a 1 megabyte  D' size HPGL/2
  file in under one minute. Controller must be upgradeable to
  future developments.  The vector data format should be compatible
  with HP GL and HP GL/.2.  The plotter should plot at 400 dpi.
   The plotter should scale raster images to original size and
  automatically rotate raster and vector images and automatically
  select and plot to the best fit roll.  Plotter must plot Microstation/AutoCad
  Version XX in HPGL/2.  The purchase and installation will include
  delivery, installation, operating instructions, documentation,
  maintenance.  Acceptance will be when the machine is fully
  operational.  The contractor will coordinate with the government
  on when installation will occur.  The contractor will provide
  all materials (software, documentation and paper) and labor
  for the installation.  The contractor will ensure network plotting
  functions properly on the government's existing network topology.
   The government will provide proper infrastructure connections
  (LAN, workstations, space and electrical outlets and location).
   The contractor will provide on-site operating instructions
  that enable full and complete operation of the copier, and
  off-site consultation by telephone.  The contractor will deliver
  the most current materials/documentation for copier operations.
   Offers are due at the Air Force Flight Test Center, Directorate
  of Contracting, 5 S Wolfe Ave, Edwards AFB CA 93524, on 8 Jan
  97.  Fax to (805)258-9689.  Telephone requests to be placed
  on the mailing list will not be honored.
LINK http"//cpf.edwards.af.mil/contract/rfp.html
LINKDESC: 
EMAIL chesherd%pk@mhs.elan.af.mil
EMAILDESC: 
CITE: (W-347 SN011817)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 74--Office Machines, Text Processing Systems and Visible
  Record Equipment
OFFADD: Office of Naval Research, 800 North Quincy Street, Arlington,
  VA 22217-5660
SUBJECT: 74 -- GRAPHING CALCULATORS
SOL N00014-
POC Ms. Charlotte Luedeke, Contract Negotiator, ONR 253 (703)
  696-1973.
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,
  quotes are being requested and a written solicitation will
  not be issued. Solicitation number N00014-97- R-0003 is issued
  as a request for quotation. This solicitation document and
  incorporated provisions and clauses are those in effect through
  Federal Acquisition Circular 90-42. The Office of Naval Research
  intends to purchase 1678 Sharp graphing calculators, model
  EL-9300C, to be presented to Navy winners ar regional, district,
  and state science and engineering fairs. All items are to be
  delivered by January 6, 1997, to Shen-Paco Industries, Inc.
  (For McCarus Advertising), 1032 Wisler Road, Quicksburg, Virginia
  22847. The following provisions apply: FAR 52.203-03, Gratuities
  (APR 1984), FAR 52.203-05, Covenant Against Contingent Fees
  (APR 1984), FAR 52.203-06, Restriction on Subcontractor Sales
  to the Government (OCT 1995), FAR 52.203-07, Anti-Kickback
  Procedures (JUL 1995), FAR 52.222-26, Equal Opportunity (APR
  1984), FAR 52.225-03, Buy American Act - Supplies (JAN 1994),
  FAR 52.225-11, Restrictions on Certain Foreign Purchases (MAY
  1992), FAR 52.232-01, Payments (APR 1984), FAR 52.232-25, Prompt
  Payment (MAR 1994), FAR 52.233-01, Disputes (OCT 1995), FAR
  52.246-01, Contractor Inspection Requirements (APR 1984), FAR
  52.246-16, Responsibility for Supplies (APR 1984), FAR 52.211-15,
  Defense Priority and Allocation Requirements (SEP 1990), FAR
  52.222-03, Convict Labor (APR 1984), FAR 52.222-04, Contract
  Work Hours and Safety Standards Act - Overtime Compensation
  (JUL 1995), FAR 52.222-20, Walsh Healy Public Contracts Act
  (APR 1984), FAR 52.222-35, Affirmative Action for Special Disabled
  and Vietnam Era Veterans (APR 1984), FAR 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). Offers are due on December 27, 1996, by 12:00
  Noon, at the Office of Naval Research, 800 North Quincy Street,
  Room 720, Arlington, Virginia 22217. Requests for information
  should be directed to Charlotte Luedeke, (703) 696-1973.
CITE: (I-348 SN011924)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: Naval Surface Warfare Center, Dahlgren Division, 17320
  Dahlgren Road, Dahlgren, Virginia 22448-5100
SUBJECT: 76 -- DOD STANDARDS/SPECIFICATIONS INFORMATION SERVICES
SOL N00178-97-Q-0048
DUE 010397
POC Laurie Campbell, Purchasing Agent (540) 653-4902.
DESC: The Government intends to purchase on a sole source basis
  a one year subscription/renewal of the following items manufactured
  by Information Handling Services on CD ROM for the period of
  06 January 1997 thru 05 January 1998 - DS32A, Hot Specs 7-Day
  CD ROM Network, 1-5 users for which every seven days there
  is a CD ROM produced containing full-text raster scanned image
  sof new and revised documents of the following types - Military
  and Federal specifications and standards, Military and Federal
  qualified products lists (QPLs), qualified manufacturers lists
  (QMLs), Military handbooks, Military bulletins, MS drawings,
  AND, ANA, AN drawings, USAF and NAF standards, Desc/SMD drawings,
  Data item descriptions (DIDs), Federal information processing
  standards (FIPs), DOD standardization directories, Acquisition
  management systems and data requirements control list (AMSDL).
  In addition, bibliographic information provided for each new
  and revised document with Document number, Document title,
  Issue date, and the number of the CD ROM containing the document
  (every 60 days all hot specs documents are rolled into the
  basic DOD standardization service (1 each), ML150, DOD Std
  Svc Network, 1-5 simultaneous users which provides electronic
  access to U.S. military and federal specifications and standards
  and a wide range of related documents. It provides full text
  images of the following unclassified U.S. Standardized Documents
  - Military and Federal Specifications, Military and Federal
  Standards, Joint/Army-Navy Specifications and Standards (JANS)
  - Military and Federal Qualified Products Lists (QPLs) - Military
  Handbooks - MS Drawings - AND, ANA, AN Drawings - DESC/SMD
  Drawings - Data Item Descriptions (DIDS) - Commercial Item
  Descriptions (CIDS) - Federal Information Processing Standards
  (FIPS) (1 each); DH1, DOD Stdztn Historical Complete CD ROM,
  Stand Alone which provides the following Non-Active/Superseded/Replaced
  U.S. Military and Federal Specifications and related documents.
  These documents are mainly used when maintenance, repair, and
  modification of military equipment and hardware is necessary.
  Included in the database are: Military and Federal Specifications
  and Standards, Joint/Army-Navy Specifications and Standards,
  Military and Federal qualified products lists, military handbooks,
  MS drawings, and ANA, AN drawings, USAF standards, NAF standards,
  DESC Drawings, commercial item descriptions, data item descriptions,
  and Federal information processing standards. Full-text historical
  documents can be located by searching keywords(s), document
  number, or FSC (1 each); DS347, H4/8 Cage Code on CD ROM, (Stand
  Alone) which is a series of publications comprising the cataloging
  tools used in the Federal Catalog System (1 each); DP3A, DOD
  Stdztn Discount Standalone Index which contains detailed information
  on action and historical unclassified U.S. military and Federal
  standardization documents and related publications. It provides
  a means to review basic document content prior to going to
  the document itself. It simplifies the research associated
  with military contracts and projects by the allowing the partron
  to quickly identify the exact documents needed, automatically
  identify documents referenced in or applicable to other documents,
  review document history, identify procurement documents for
  MS drawings, and copy information to disk to create and update
  in-house specifications, reports and manuals (1 each); DS87W,
  NATO documents on CD ROM, Stand Alone. The NATO Documents Service
  provides access to full-text NATO STANAGs (Standardization
  Agreements) and AQAPs (Allied Quality Assurance Publications).
  The service enables the customer to locate documents containing
  selected keywords or phrases and automatically identify and
  view documents referenced in or applicable to any given NATO
  document. This service has applications in research, design
  engineering, maintenance, purchasing, logistics and related
  applications (1 each). The above items shall be compatible
  with the CD ROM server (running Novell NetWare version 3.12)
  and IBM compatible personal computers running MS Windows 3.1,
  and are the only ones that meet NSWC's needs. These items are
  relevant and germane to the NSWCDD's community at NSWC as a
  research tool and are required for project research and development.
  Award is to be made under Simplified Acquisition Procedures.
  All responsible sources shall provide manufacturer's specifications
  with their fax quote which shall be considered by the Naval
  Surface Warfare Center, Dahlgren Division, Dahlgren, VA 22448.
  Reference quotation number N00178-97-Q-0048. Telephone number
  is 540-653-4902. Fax number is 540-653-6812, Attn: Laurie Campbell,
  Code SD18. THE GOVERNMENT SHALL NOT ISSUE A WRITTEN QUOTE AS
  ALL ITEMS ARE IDENTIFIED IN THIS CBD NOTICE. This procurement
  will be awarded on an ALL OR NONE BASIS. All items will be
  shipped to FOB Destination to the Naval Surface Warfare Center,
  Dahlgren, VA 22448. Closing date is 03 January 1997. Anticipated
  award by 06 January 1997 with delivery for the period 06 January
  1997 thru 05 January 1998.
CITE: (I-348 SN011947)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 81--CNU 439A/E SHIPPING AND STORAGE
SOL F42630-97-R-2003
DUE 020497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Genee Ringel/Likm/[801]775-2093
DESC: Item 0001 NSN 8140-01-381-1505 P/N: 8644260-30, This item
  is a  shipping and storage container used in conjuction with
  the ADG-769/B and ADG770/B. 126ea. Applicable to: Adg 769/B
  & 770/B. Destn: Texas Instruments Sherman TX. Delivery: 31
  Jan 97 126 ea Item 0002 NSN 8140-01-176-1147 Cnu-371/E Container
  P/N: 817352-10, This item is a container CNU371/E used to house
  the guidance control unit of the laser guided bomb. 502ea.
  Applicable to: Gcu. Destn: Texas Instruments Sherman TX. Delivery:
  31 Jan 97 502 ea Item 0003 data, 1 lot Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The requirements of FAR 9.202(A)
  have been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) all
  The approximate issue/response date will be 02 Jan 97. To:
  Dayton Manufacturing, Dayton OH. To: Williamson Metal Works,
  Madison IN. To: General Engineering Service Inc, Forest Park
  Ga 30051-1303. First article test required. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty-five days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  is cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Request for copies of
  solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. This proposed
  procurement is under a 100 percent small business set aside,
  the size standard for which is 1,000 employees. An Ombudsman
  has been appointed to hear concerns from offerors or potential
  offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 1,26.
CITE: (I-348 SN012035)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--AIRCREW INTEGRATED HELMET SYSTEM HGU56/P
SOL SP0100-97-R-2003
DUE 012797
POC Contact:  DPSC-FNDD buyer-marie Brywka 215/737-5639
DESC: This is an indefinite quantity type contract; minimum quantity-3551
   EA, maximum quantity-7471 EA with an additional 17 spare part
  items also  to be procured.  Purchase description FNS/PD-96-18
  DTD Nov 1, 1996.   There are 2 term options included. this
  is a best value source selection  acquisition with the following
  factors:  past performance, manufacturing  plan, socio-economic
  plan & DLA mentoring plan. destination is DD  Mechanicsburg
  PA with deliveries starting 240 DAA & ending 570 DAA. there
   will be an expanded first article. all materials will be contractor
   furnished. this is an unrestricted acquisition with no evaluation
  for SDB.   Include NOTE 26.  All responsible sources may submit
  offer which DPSC shall  consider.
CITE: (I-348 SN011853)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 99--LOAD, REMOVE, AND DISPOSE OF EQUIPMENTS
SOL SP0410-97-B-0487
DUE 030297
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. SA RA
  W. Clary/DD271/804-279-4555 contracting officer:   St even
  D. Montgomery/804-279-4186
DESC: PR-NO:  SX152363048002 specification (NOTE 9). SIC code:
   8999  average receipts ofthe concern and its affilities for
  the proceding 3  years must not exceed 3.5 million. quantity:
   1,500,000 pounds.   Description:  contractor shall load, remove,
  and dispose of and  estimated 1,500,000 pounds of scrap vehicle
  and miscellaneous equipment  tire from the Defense Supply Center,
  Richmond, Virginia DRMO  Williamsburg, VA and DRMO St. julen's
  creek, Portsmouth, VA. delivery  schedule 90 days ARO.  All
  responsible sources may submit offer which DGSC  shall consider.
CITE: (I-347 SN011839)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 99-TQL BOOKS AND VIDEOS
SOL NP6283W7W9C89
DUE 122796
POC Contact Point, Christine A Hertkorn, 0234.07, (215)697-2580,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 0O-0000-00-000-0000-O0, Qty 3000 EA, Deliver to Naval
  Inventory Control Point - Mec Mechanicsburg PA --This solicitation
  is for the procurementof TQL books and videos for the NAVY.
   Contractors are requested to only quote those titles which
  can be delivered by  31 Jan 97.  Multiple awards will be made
  if it is in the best interest of the Government.  The titles
  and quantities are as follows: Guide to Naval Writing, 3,000;
  One Minute Manager Builds High Performance Team, 3000; The
   Sixteen Types (Reprinted from Please Understand Me), 4,000;
  Situational  Leader, 3,000; Seven Habits of Highly Effective
  People, 3,000; Naval Customs  Ceremonies, 3,000; Team Memory
  Jogger, 5,000; Flight of the Buffalo (video)  300; Paradigm
  Principle (video) 300.  EAD:10Jan97
CITE: (I-348 SN011850)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Officer in Charge, NAVFACENGCOM Contracts, 910 USS Hunley
  Avenue, Building 2015, Code FE31-SY, Naval Submarine Base,
  Kings Bay, Georgia 31547-2613
SUBJECT: 99--INDEFINITE REQUIREMENTS CONTRACT FOR AERIAL MOSQUITO
  CONTROL SERVICES, NAVAL SUBMARINE BASE, KINGS BAY, GEORGIA
SOL N62467-97-B-3162
DUE 020397
POC Contact Steve Yawn, Contract Specialist (912) 673-2001 extension
  4695/Michael Dickerson, Contracting Officer (912) 673-2001
  extension 4610. The estimated cost for services is between
  $100,000 and $250,000.  Bid opening is scheduled for 2:30 P.M.
  on February 3, 1997.
DESC: This work is for aerial treatment of mosquitos at the larvicide
  and adulticide stages on an as required basis at the Naval
  Submarine Base, Kings Bay, Georgia.  Basic contract period
  is for 12 months with option to exceed for two additional one-year
  periods.  The proposed contract listed here is a 100 percent
  small business set-aside for concerns whose average annual
  receipts of the concern and its affiliates, for the preceding
  three fiscal years, must not exceed 3.5 million dollars.  Solicitation
  scheduled to be issued on or about January 2, 1997.  Bid opening
  is scheduled for February 3, 1997.
CITE: (I-348 SN011993)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: U.S. Government Printing Office, Materials Management
  Service, Mail Stop: MMG, Room A-332, Washington, DC 20401
SUBJECT: 99--ADHESIVE, HOT MELT!
SOL 2288496
DUE 012797
POC Firms interested in obtaining a bid package may contact the
  Contracting Officer, Patricia Johnson telephone 202-512-0995
DESC: 67,200 lbs. adhesive, hot melt, for adhesive binding line.
   To be shipped in containers suitable for one year storage.
   Product HL-3075, Gaylord Bulk Bin Boxes, 1200 pellets.  NOTE:
   LIMITED NUMBER OF COPIES AVAILABLE, WILL BE ISSUE ON A FIRST
  COME, FIRST SERVE BASIS.
CITE: (I-348 SN011994)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome, NY 13441-4514
SUBJECT: A -- DATABASES FOR THE 21ST CENTURY
POC Terry L. Schooley, Contract Specialist, AC 315-330-7629.
CNT F30602-97-C-0030
AMT $19,454,105.00
LINE N/A
DTD 091296
TO PRC, Inc., 1500 PRC Drive, McLean VA 22102
LINK N/A
LINKDESC: 
EMAIL schooleyt@pintail.pk.rl.af.mil
EMAILDESC: 
CITE: (W-348 SN011897)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Space and Strategic Defense Command, ATTN:
  CSSD-CM-CK, PO Box 1500, Huntsville, AL 35807-3801/106 Wynn
  Drive, Huntsville, AL 35805-1990
SUBJECT: A -- DASG60-96-0107, INFRARED INSTRUMENTATION SYSTEM
  MISSION SUPPORT, OPERATIONS AND MAINTENANCE
POC O. Wayne Koger, Contract Specialist, CSSD-CM-CK, (205) 955-3001,
  Beverly R. Fowler, Contracting Officer, CSSD-CM-CK
CNT DASG60-95-C-0077, P00008
AMT $99,963
LINE OPTION CLINS 0009-00
DTD 120496
TO Automated Sciences Group, Inc., 1010 Wayne Avenue, Suite 700,
  Silver Spring, MD 20910-5600 (S)
CITE: (I-348 SN011943)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- LOOP HEAT PIPE FOR HIGH DENSITY SMALL SATELLITE
  THERMAL CONTROL
POC Catherine Cavey, Contract Specialist, 301-286-3721.
CNT NAS5-97024
AMT $599,734.00
LINE N/A
DTD 120496
TO Thermacore Inc., 780 Eden Road, Lancaster, PA 17601
CITE: (I-348 SN012096)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- DATA ACQUISITION CHIP
POC Catherine Cavey, Contract Specialist, 301-286-3721.
CNT NAS5-97017
AMT $597,175.00
LINE N/A
DTD 120396
TO Q-Dot Inc., 1069 Elkton Drive, Colorado Springs, CO 80907
CITE: (I-348 SN012097)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- A MONOLITHIC, ACTIVE PIXEL INGAAS INFRARED FOCAL
  PLANE ARRAY
POC Catherine Cavey, Contract Specialist, 301-286-3721.
CNT NAS5-97020
AMT $600,000.00
LINE N/A
DTD 120396
TO Sensors Unlimited Inc., 3490 Route 1, Princeton, NJ 08540
CITE: (I-348 SN012098)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- ADAPTIVE COMPRESSION NETWORK
POC Catherine Cavey, Contract Specialist, 301-286-3721.
CNT NAS5-97013
AMT $599,686.00
LINE N/A
DTD 120996
TO OPTS Inc., 8302D Whitesburg Drive, Huntsville, AL 35802
CITE: (I-348 SN012099)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- SILICON CARBIDE, LARGE APERATURE PHASE ARRAY MIRROR
POC Catherine Cavey, Contract Specialist, 301-286-3721.
CNT NAS5-97023
AMT $582,484.00
LINE N/A
DTD 120396
TO SSG Inc., 150 Bear Hill Road, Waltham, MA 02154
CITE: (I-348 SN012100)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- GAINASSB AND INASSBP INFRARED DETECTORS
POC Catherine Cavey, Contract Specialist, 301-286-3721.
CNT NAS5-97005
AMT $509,094.00
LINE N/A
DTD 120496
TO AstroPower Inc., Solar Park, Newark, DE 19716
CITE: (I-348 SN012101)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: COMMANDING OFFICER, SOUTHERN DIVISION, NAVAL FACILITIES
  ENGINEERING COMMAND, 2155 EAGLE DRIVE (29406), P. O. BOX 190010,
  NORTH CHARLESTON, SC  29419-9010
SUBJECT: C - INDEFINITE DELIVERY REQUIREMENTS (IDR) FOR A-E SERVICES
  AT NAS ATLANTA, GA; NSCS ATHENS, GA; MCLB ALBANY, GA; USMC
  BLOUNT ISLAND (CAPE CANAVERAL) FL; AND ANY AREAS UNDER THEIR
  JURISDICTION
POC N/A
CNT N62467-96-D-0811
AMT $3,500,000.00
DTD 112096
TO STEVENS & WILKINSON OF GEORGIA, INC., 100 Peachtree ST., NW,
  24th Floor, Atlanta, GA  30303
CITE: (I-347 SN011814)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Administrative Services Staff, 630
  Sansome Street, room 520, San Francisco, CA 94111
SUBJECT: F - HAZARDOUS WASTE CLEANUP INVESTIGATION
POC Contact, Contracting Officer, Leonard H. Schenhals (916)842-6131
  for Bids Contact, Cookie Washington, (415)705-2878 or Sheila
  Georges at (415)705-2829
CNT 53-91S8-7-EE02
AMT S500,000.00
LINE N/A
DTD 110496
TO Ecology and Environment, Inc., 368 Pleasant View Drive, Lancaster,
  NY 14086
CITE: (I-348 SN011929)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Administrative Services Staff, 630
  Sansome Street, room 520, San Francisco, CA 94111
SUBJECT: F - HAZARDOUS WASTE CLEANUP INVESTIGATION
POC Contact, Contracting Officer, Leonard H. Schenhals (916)842-6131
  for Bids Contact, Cookie Washington, (415)705-2878 or Sheila
  Georges at (415)705-2829
CNT 53-91S8-7-EE03
AMT S500,000.00
LINE N/A
DTD 110496
TO CDM Federal Programs Corporation, 100 Pringle Avenue, Suite
  500, Walnut Creek, CA 94596, 510-939-8404
CITE: (I-348 SN011930)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Administrative Services Staff, 630
  Sansome Street, room 520, San Francisco, CA 94111
SUBJECT: F - HAZARDOUS WASTE CLEANUP INVESTIGATION
POC Contact, Contracting Officer, Leonard H. Schenhals (916)842-6131
  for Bids Contact, Cookie Washington, (415)705-2878 or Sheila
  Georges at (415)705-2829
CNT 53-91S8-7-EE01
AMT S500,000.00
LINE N/A
DTD 110496
TO Tetra Tech, EMI, 135 Main Street, Suite 1800, San Francisco,
  CA 94105 (415)543-4880
CITE: (I-348 SN011931)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave, Suite 500, Everett, WA
SUBJECT: J -- USS CHANDLER (DD-996)
CNT N00024-94-H-8690, J.O. 977M09
AMT $24,871.00
LINE 0001
DTD 121096
TO Fraser Incorporated, P.O. Box 80905, Seattle, WA 98108-0905
CITE: (I-347 SN011818)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, Lockheed Martin
  Marietta, 86 South Cobb Drive, Marietta, Ga 30063
SUBJECT: J--REPAIR OF CHASSIS ASSEMBLY, VOICE CHASSIS
POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin
  Marietta (770) 494-6770
CNT N00383-96-G-006J, RK01
AMT $136,000.00
LINE B006
DTD 102496
TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive,
  Marietta, GA 30063
CITE: (W-348 SN011898)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, Lockheed Martin
  Marietta, 86 South Cobb Drive, Marietta, Ga 30063
SUBJECT: J--REPAIR OF CONTROL PANELS AND CIRCUIT CARDS
POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin
  Marietta (770) 494-6770
CNT N00383-96-G-006J, RK02
AMT $25,920.00
LINE B031, B016
DTD 102496
TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive,
  Marietta, GA 30063
CITE: (W-348 SN011904)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: J--KC-135 FMS REENGINING INSTALLATION
CNT FD2030-96-R-03035
AMT $10,141,959
DTD 121196
TO Boeing Defense And Space Group, Product Support Div Boeing
  Co, P  O Box 7730, Wichita Ks 67277-7730
CITE: (I-348 SN012002)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: J--ENGINEERING SERVICES
CNT F34601-96-R-54808
AMT $883,005
DTD 121296
TO Lockheed Martin Corp, Control Systems, 600 Main Street, Johnson
   City Ny 13790-1888
CITE: (I-348 SN012004)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: J--ENGINEERING SERVICES
CNT F34601-96-R-47931
AMT $92,990
DTD 121296
TO Fortner Engineering & Mfg Co Inc, 918 Thompson Ave, Glendale
  Ca  91201-2012
CITE: (I-348 SN012005)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: L -- MANAGEMENT SUPPORT SERVICES FOR JAVELIN
POC (PCF) Queen Miller, Contract Specialist, AMSMI-AC-CFHA, (205)
  842- 7409, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA,
  (205) 876-7321.
CNT DAAH01-94-C-S215/P00023
AMT $397,643.06
LINE N/A
DTD 112696
TO United International Engineering Inc 2201 Bueno Vista Drive,
  S E, Suite 207, Albuquerque, NM, 87106
CITE: (I-348 SN011958)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DEPARTMENT OF THE ARMY, MEMPHIS DISTRICT, CORPS OF ENGINEERS,
  167 N MAIN ST RM B202 ATTN: CELMM-CT, MEMPHIS TN 38103-1894
SUBJECT: R--INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT
  FOR SURVEY ENGINEERING, MAPPING, AND RELATED SERVICES WITHIN
  THE BOUNDARIES OR ASSIGNMENTS OF THE MEMPHIS DISTRICT
POC N/A (Site Code DACW66)
CNT DACW66-97-D-0009
AMT $1,500,000
DTD 111496
TO KENNETH BALK & ASSOCIATES INC, 1066 EXECUTIVE PARKWAY, ST
  LOUIS, MO 63141
CITE: (I-348 SN011960)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: R--REPAIR/REMANUFACTURE OF MOTION PICTURE
CNT F42630-96-R-2075
AMT $158,459
DTD 121196
TO Photo-Sonics Inc, 820 S Mariposa St, Burbank Ca 91506-3196
CITE: (I-348 SN012022)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: R--PROGRAM AND TECHNICAL SUPPORT SERVICES
POC Contact Mary Jo Nemec, Contracting Officer at (401) 841-2442
  X296. Fax number (401) 841-4820.
CNT N66604-97-D-0851
AMT $3,733,243
DTD 122596
TO Systems Resource Management, Inc., 1272 West Main Rd., Green
  Building II, Middletown, RI 02842
CITE: (I-348 SN012045)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua
  Salada, Yuma, Az85364
SUBJECT: S--COLD STORAGE OF REVERSE OSMOSIS MEMBRANES
POC Maria Duarte, Contract Specialist 520-343-8135, Edmund Archuleta,
  Contracting Officer 520-343-8137
CNT 1425-97-CS-34-07160
AMT $197,700.00
LINE 1-3
DTD 121196
TO Five Star Consolidation Services, Inc. 2801 Merced St., San
  Leandro, CA 94577
CITE: (W-348 SN012087)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua
  Salada, Yuma, Az85364
SUBJECT: S--COLD STORAGE OF REVERSE OSMOSIS MEMBRANES
POC Maria Duarte, Contract Specialist 520-343-8135, Edmund Archuleta,
  Contracting Officer 520-343-8137
CNT 1425-97-CS-34-07160
AMT $197,700.00
LINE 1-3
DTD 121196
TO Five Star Consolidation Services, Inc. 2801 Merced St., San
  Leandro, CA 94577
CITE: (W-348 SN012088)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--DOL FULL COLOR DUPLICATING/COPYING
CNT Program B154-S
AMT $85,910.00
DTD 120196
TO American Printing, 22863 Bryant Ct., Suite 101, Sterling,
  VA 20166
CITE: (M-348 SN012054)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C166-S
AMT $26,020.00
DTD 120196
TO McDonald & Eudy Printers, 4509 Beech Road, Temple Hills, MD
  20748
CITE: (M-348 SN012055)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--BOOKS & PHAMPHLETS
CNT Program C722-S
AMT $610,490.00
DTD 120196
TO Goodway Graphics of VA, 6628 Electronic Drive, Springfield,
  VA 22151
CITE: (M-348 SN012058)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--MICROFICHE
CNT Program B788-S
AMT $124,839.00
DTD 120196
TO Wilken Systems, 7112 Willow Avenue, Takoma Park, MD 20912
CITE: (M-348 SN012059)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program B40-S
AMT $59,503.00
DTD 120196
TO Gray Graphics Inc., 8607 Central Avenue, Capitol Heights,
  MD 20743
CITE: (M-348 SN012062)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--BOOK & PAMPHLET PRINTING
CNT Program B64-S
AMT $377,924.00
DTD 120196
TO Potomac Printing Inc., 84 S. Early Street, Alexandria, VA
  22304
CITE: (M-348 SN012063)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program B85-S
AMT $244,178.00
DTD 120196
TO United Book Press, 1807 Whitehead Road, Baltimore, MD 21207
CITE: (M-348 SN012064)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--FORMS
CNT Program C139-S
AMT $191,837.00
DTD 120196
TO The Regal Press, 129 Guild Street, Norwood, MA 02062
CITE: (M-348 SN012065)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C310-S
AMT $34,086.00
DTD 120196
TO Potomac Printing Inc., 84 S. Early Street, Alexandria, VA
  22304
CITE: (M-348 SN012068)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program B643-S
AMT $111,220.00
DTD 120196
TO Potomac Printing Inc., 84 S. Early Street, Alexandria, VA
  22304
CITE: (M-348 SN012069)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program B825-S
AMT $105,208.00
DTD 090196
TO Wang Federal Inc., 7900 Westpark Drive, McLean, VA 22102
CITE: (M-348 SN012072)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C8-S
AMT $320,320.00
DTD 120196
TO Custom Printing Co., 1005 Commercial Drive, Owensville MO
  65066
CITE: (M-348 SN012073)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--BOOK PRINTING
CNT Program C87-S
AMT $26,175.00
DTD 120196
TO Gray Graphics, 8607 Central Avenue, Capitol Heights, MD 20743
CITE: (M-348 SN012074)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--BOOK PRINTING
CNT Program B611-S
AMT $176,333.00
DTD 120196
TO Niagara Printing Corp., 8742 Buffalo Avenue, Niagara Falls,
  NY 14304
CITE: (M-348 SN012075)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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 407-041
AMT $80,300.00
DTD 120496
TO Webco Printing Co., 1508 Chandler Road, Omaha, NE 68147
CITE: (M-348 SN012076)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Term Contracts Division,
  Printing Procurement Department, Stop: PPC, Room A843, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C384-S
AMT $68,171.00
DTD 121296
TO Specialized Printed Forms, Inc., 352 Center Street, Caledonia,
  NY 14423
CITE: (M-348 SN012077)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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 416-863
AMT $74,000.00
DTD 121296
TO Strine Printing Company, Inc., I-83 Industrial Park/P.O. Box
  149, York PA 17405
CITE: (M-348 SN012078)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Term Contracts Division,
  Printing Procurement Department, Stop: PPC, Room A843, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C261-S
AMT $156,338.00
DTD 121196
TO Direct Marketing Associates, 4545 Annapolis Road, Baltimore,
  MD 21227
CITE: (M-348 SN012079)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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 420-822
AMT $75,960.00
DTD 121096
TO Mail-Well Corporation, 23 Inverness Way East, Ste. 160, Englewood,
  CO 80112
CITE: (M-348 SN012080)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Fleet and Industrial Supply Center, Contracting Dept.,
  110 Yorktown Ave., Box 97, Naval Air Station Jacksonville,
  FL 32212-0097
SUBJECT: U -- SHIPBOARD FIREFIGHTING CLASSES
POC N/A
CNT Contract Award N68836-97-C-0007
AMT $77,885.50
DTD 120596
TO Delgado Community College-Fire School, 13200 Old Gentilly
  Rd., New Orleans, LA 70129
CITE: (I-348 SN012060)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Commander, Military Sealift Command, Sealift Program
  Management Office, Code PM52P, Bldg 210, Washington Navy Yard,
   Washington, DC 20398-5541
SUBJECT: V OCEAN TRANSPORTATION SERVICES
POC Contact Cynthia Frye, 202-685-5813, Contracting Officer,
  Bradley Taylor
CNT N62387-96-C-1209/N62387-96-R-1209
AMT $12,700.000.00
DTD 092096
TO Seacor Marine International, c/o Keith Chartering, 47 Arch
  Street, Greenwich, Connecticut 06830
CITE: (I-347 SN011806)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Commander, Military Sealift Command, Sealift Program
  Management Office, Code PM52P, Bldg 210, Washington Navy Yard,
   Washington, DC 20398-5541
SUBJECT: V OCEAN TRANSPORTATION SERVICES
POC Contact Cynthia Frye, 202-685-5813, Contracting Officer,
  Bradley Taylor
CNT N62387-96-C-1209/N62387-96-R-1209
AMT $12,700.000.00
DTD 092096
TO Seacor Marine International, c/o Keith Chartering, 47 Arch
  Street, Greenwich, Connecticut 06830
CITE: (I-347 SN011807)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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 -- MISSISSIPPI RIVER, BATON ROUGE TO THE GULF OF MEXICO,
  SOUTHWEST PASS AND CUBIT'S GAP, LEASED HOPPER DREDGE NO. 3-97,
  PLAQUEMINES PARISH, LA
CNT DACW29-97-C-0015
AMT $2,338,340.00
LINE Items 0001 and 0002
DTD 121196
TO NATCO Limited Partnership; 2122 York Rd.; Oak Brook, IL 60521
CITE: (I-348 SN011905)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: VA Medical Center, Attn: Contracting (93), P.O. Box 1034,
  Portland, OR 97207
SUBJECT: Y -- CANCER RESEARCH ADDITION
POC Edward Bustamante, 503-273-5190
CNT V648C-336
AMT $17,949,000
LINE N/A
DTD 121096
TO Hoffman Construction Co. of Oregon, P.O. Box 1300, Portland,
  Oregon 97207
CITE: (I-348 SN011919)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Postal Service, Denver Facilities Service Office,
  8055 E Tufts Avenue, Suite 400, Denver, CO 80237-2881
SUBJECT: Y -- STOREFRONT BUILDOUT, VILLA LINDA MALL, SANTA FE,
  NEW MEXICO
POC Donna Johnson, Contract Administration, 303-220-6538; Bob
  Heichelbech, Project Manager, 303-220-6574.
CNT 072976-97-B-1020
AMT $400,000.00
LINE N/A
DTD 121096
TO Telstar Construction Co., Incorporated, 8601 Washington NE,
  Suite A, Albuquerque, New Mexico 87113-1685
CITE: (I-348 SN011955)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX
  3755, SEATTLE WA 98124-3755
SUBJECT: Z--REMOVE/DISPOSE CONCRETE UNDERGROUND UTIL & MISC WORK,
  WYCKOFF OPERABLE UNIT, BAINBRIDGE ISLAND, WA
POC Contracting Officer Janet L. Olson (206) 764-6696 (Site Code
  DACA67)
CNT DACW67-97-C-0010
AMT $315,903
DTD 120596
TO Remtech Inc., 9109 W Electric Avenue, Spokane, WA 99224
CITE: (I-348 SN011968)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: U.S. Army TACOM-ARDEC, AMSTA-AR-PCW-D, Bldg10, Picatinny
  Arsenal, New Jersey 07806-5000
SUBJECT: 10 -- ANTI-REFLECTION DEVICES (ARD)
POC Janice Finkelstein e-mail=jfinkel, Contract Specialist, 201-724-7510,
  Catherine E. John-Angle, Contracting Officer, 201-724-3214.
CNT DAAE30-97-C-0035
AMT $41,240.00
LINE N/A
DTD 112696
TO Tenebraex Corporation, One Kendall Sq., Bldg. 100, Cambridge,
  MA 02139
CITE: (I-347 SN011746)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 13-AIR STABILIZER, MK32-1
POC Contact Point, A. L. Artz, 0242.2, (717)790-3353, Fax, (717)790-2284,
  Twx, Not-avail, Contracting Officer, J. Sincavage, 024x, (717)790-2147
CNT N0010497CKA08, Sol Nr N00104-96-R-K035, NIIN 013903588
AMT $1,718,511
DTD 111396
TO Paranetics Technologies Inc , South El Monte ,CA 91733-000
CITE: (I-347 SN011794)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--CHARGE, SHAPED --1377013185643ES
CNT F42630-96-R-60292
AMT $345,000
DTD 120696
TO Ensign-Bickford Co, 640 Hopmeadow St, Simsbury Ct 06070-2420
CITE: (I-348 SN012020)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--ACTUATOR KIT DEPLOYMENT --1377012999862ES
CNT F42630-96-R-2071
AMT $172,344
DTD 121096
TO Scot Inc, 2525 Curtiss Street, Downers Grove Il 60515-0705
CITE: (I-348 SN012021)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--MODE SELECTOR --1377012374417ES
CNT F42630-96-R-70290
AMT $176,400
DTD 121196
TO Scot Inc, 2525 Curtiss Street, Downers Grove Il 60515-0705
CITE: (I-348 SN012023)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--BOLT RELEASE --1377010855974ES
CNT F42630-97-M-0057
AMT $59,403
DTD 121296
TO Oea Aerospace Inc, Hwy 12 & Explosive Tech Road, P O Box Kk,
   Fairfield Ca 94533-0659
CITE: (I-348 SN012025)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--GAS TO SMDC INITIATOR --1377014368364ES
CNT F42630-97-M-0120
AMT $59,184
DTD 121096
TO Teledyne Mccormick Selph, 3601 Union Road, P O Box 6, Hollister
   Ca 95024 0006
CITE: (I-348 SN012027)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--PARTS KIT, CUTTER --1377002615361ES
CNT F42630-97-M-0160
AMT $29,140
DTD 121296
TO Cartridge Actuated Divices Inc, 123 Clinton Road, Fairfield
  Nj  07006-6601
CITE: (I-348 SN012028)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--CAM FOLLOWER, SLEEVE
SOL SP0460-97-Q-B025
CNT F34601-94-G-0034-TY73
AMT $28,656.00
LINE 0001
DTD 121296
TO L and S machine Co Inc 2019 Southwest Blvd P.O.Box 12264 Wichita
   KS 67277
CITE: (I-347 SN011820)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--CANOPY, MOVABLE
SOL SP0411-97-Q-E004
CNT SP0411-97-M-E790
AMT $95,292.00
LINE 0001AA THROUGH 0001A
DTD 121296
TO Pilkington aerospace Inc 12122 Western Ave Garden Grove CA
  92841
CITE: (I-347 SN011823)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--STATIC LINE, MAIN
SOL SP0460-97-X-2095
CNT SP0460-97-M-2374
AMT $25,553.12
LINE 0001 THROUGH 0002
DTD 121296
TO Para-flite Inc 5800 Magnolia Ave Pennsauken NJ 08109-1309
CITE: (I-347 SN011822)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--KIT, CUSHION, VENTILATED
SOL SP0460-96-Q-CE88
CNT SP0460-97-M-2406
AMT $45,682.00
LINE 0001
DTD 121296
TO Simula Government Products Inc DBA SGP Inc 10016 S 51ST St
   Phoenix AZ 85044-5203
CITE: (I-347 SN011825)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--HOUSING, CONTROL
CNT N00383-95-G-M120-UBDB
AMT $90,490.74
LINE 0001
DTD 121196
TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300
  W  Warner Rd Tempe AZ 85285-2200
CITE: (I-348 SN011855)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--BODY, HYDRAULIC ACTUATOR.
SOL SP0740-96-R-2012
CNT F09603-95-G-0029-UB05
AMT $85,250.00
LINE 0001
DTD 121396
TO Kaiser Aerospace and Electronics Corp Kaiser Fluid Technologies
   Div 530 Sugar Creek Rd E P O Box 5270 Charlotte NC 28225
CITE: (I-348 SN011874)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--BACKING PLATE --1630010099486
CNT F09603-91-G-0023QP6H
AMT $95,793
DTD 120596
TO Aircraft Braking Systems Corp, 1204 Massillon Road, Akron
  Oh  44306-4186
CITE: (I-348 SN012012)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--PISTON SUB ASSY --1630010525340
CNT F09603-91-G-0023QP6Z
AMT $110,270
DTD 120596
TO Aircraft Braking Systems Corp, 1204 Massillon Road, Akron
  Oh  44306-4186
CITE: (I-348 SN012013)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--PARTS KIT --1620013843625
CNT F34601-94-G-0029QP20
AMT $82,056
DTD 121196
TO Kitco Inc, 1625 N Mountain Springs Parkway, P O Box 900, 
  Springville Ut 84663-0900
CITE: (I-348 SN012014)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--WHEEL, MLG --1630013173319
CNT F42630-96-R-68998
AMT $454,815
DTD 120596
TO Marc Avenue Corporation, 75 Marc Avenue, Cuyahoga Falls Oh
   44223-2627
CITE: (I-348 SN012015)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--LINK --1620003394338
CNT F42630-96-M-1453
AMT $38,665
DTD 121196
TO B F Goodrich, Landing Gear Div, 8000 Marble Avenue, Cleveland
  Oh  44105-2054
CITE: (I-348 SN012016)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--AXLE NUT --1620011765210
CNT F42630-96-M-1467
AMT $43,570
DTD 111996
TO C M Manufacturing Incorporated, 690 Avon Belden Road, Avon
  Lake  Oh 44012-
CITE: (I-348 SN012017)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--INSERT AY,LUBE --1620011782672
CNT F42630-96-M-1485
AMT $30,810
DTD 121196
TO C M Manufacturing Incorporated, 690 Avon Belden Road, Avon
  Lake  Oh 44012-
CITE: (I-348 SN012018)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--SEAL, PISTON DUST --1650001024364LE
CNT F42630-96-R-2030
AMT $87,055
DTD 120596
TO Sonfarrel Inc, 3000-3010 La Jolla St, Anaheim Ca 92806-1310
CITE: (I-348 SN012019)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--PARTS KIT, BRAKE VALVE --1630000756540
CNT F42630-97-M-0028
AMT $39,425
DTD 121196
TO Kitco Inc, 1625 N Mountain Springs Parkway, P O Box 900, 
  Springville Ut 84663-0900
CITE: (I-348 SN012024)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--CYLINDER ASSEMBLY, NLG, T-37 ACFT --1620005134599
CNT F42630-97-M-0182
AMT $66,527
DTD 120596
TO Heroux Inc, 755 Thurber Street, Longueuil, Quebec Canada J4h-3n2
CITE: (I-348 SN012030)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--TORQUE BUTTON, BRAKE --1630013337589
CNT F42630-97-M-0186
AMT $64,082
DTD 121096
TO The B F Goodrich Co, Aircraft Wheel & Brake Operations, Waco
   Street Po Box 340, Troy Oh 45373-0340
CITE: (I-348 SN012031)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--TORQUE TUBE ASSY --1630013384465
CNT F42630-97-M-0189
AMT $53,002
DTD 121096
TO The B F Goodrich Co, Aircraft Wheel & Brake Operations, Waco
   Street Po Box 340, Troy Oh 45373-0340
CITE: (I-348 SN012032)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 17--ROLLER ASSEMBLY
SOL SP0760-96-R-3211
CNT SP0760-97-C-4041
AMT $159,174.00
LINE 0001
DTD 121396
TO Derbyshire Machine and Tool Co 5100 Belfield Ave Philadelphia
  PA  19144-1788
CITE: (I-348 SN011876)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 20--ROLLER ASSEMBLY, STABILIZER
SOL SP0451-96-R-0316
CNT SP0490-97-C-0143
AMT $50,400.00
LINE 0001
DTD 121296
TO Navpar Inc 11029 State Rt 128 Bldg c-1 Harrison OH 45030-9728
CITE: (I-347 SN011827)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: COMMANDER, USA WHITE SANDS MISSILE RANGE, STEWS-DOC,
  WSMR NEW MEXICO 88002-5201
SUBJECT: 23--GENERAL PURPOSE INSTRUMENTATION TRAILERS
POC Contracting Officer Chris L. Brusuelas (505) 678-4323 (Site
  Code DAAD07)
CNT DAAD07-96-D-0120
AMT $396,774
LINE CLINS 0001 and 0002
DTD 110596
TO PROCESS CONTROL TECHNOLOGIES, 1035 DIESEL DRIVE, EL PASO,
  TX 79907-3102
CITE: (I-348 SN011965)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 25--ROADWHEELS PH I
CNT DAAE0796DA0020006
AMT $1,417,152
DTD 120596
TO B and C Corp, 366 E Fairview Ave Barberton, OH44203
CITE: (I-347 SN011768)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 25--PROCESS PACK
CNT DAAE0794CA014P00016
AMT $55,639
DTD 120996
TO Lockheed Martin Defense System, 100 Plastics Ave Pittsfield,
   MA012010000
CITE: (I-347 SN011769)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--ARMOR PLATE, CENTER BACK-UP. ARMOR STEEL.
SOL 96TML9-32-P-0700
CNT SP0750-97-M-9238
AMT $33,647.50
LINE 0001 THROUGH 0006
DTD 121396
TO Jsb Co Inc 8510 quail crest Dr Missouri City TX 77489
CITE: (I-348 SN011875)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--ARM ASSEMBLY, PIVOT, TRACK SUSPENSION (ARM,
SOL SP0750-96-R-0127
CNT SP0750-97-C-2918
AMT $194,996.00
LINE 0001 THROUGH 0002
DTD 121396
TO Onodi tool and engineering Co 19150 Meginnity Ave Melvindale
  MI  48122-1934
CITE: (I-348 SN011879)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--BLADE, STAGE 10 APPLICABLE TO THE J79 --2840007987925PL
CNT F34601-96-Q-53474
AMT $154,106
DTD 121296
TO Aero Support Inc, 44 Hudson St, New York Ny 10013-3370
CITE: (I-348 SN012000)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--LINER STG 4; P/N 9992M74G05; 675 EA --2840011470468JF
CNT F34601-96-R-49976
AMT $72,900
DTD 121296
TO Palmer Mfg Co Inc, P O Box K, Malden Ma 02148-0911
CITE: (I-348 SN012001)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--VANE SECTOR, STAGE 2 APPL TO THE F110 --2840011911936PR
CNT F34601-97-R-0003
AMT $80,497
DTD 121196
TO Norsk Jetmotor, Kirkegardsvin.45, N-3601 Kongsberg, Norway
  -
CITE: (I-348 SN012003)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--ROD; P/N 470034; 115 EA --2840000184071RV
CNT F34601-96-Q-53482
AMT $27,485
DTD 121296
TO Sierra Tech, 850 East 5th Street, Oxnard Ca 93030-7313
CITE: (I-348 SN012006)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--LINER, RELIEF VALVE
SOL SP0480-97-Q-J583
CNT F09603-95-G-0033-TY04
AMT $25,849.80
LINE 0001AA THROUGH 0001A
DTD 121296
TO Lucas Western Inc Lucas Aerospace Power Transmission 211 Seward
   Ave P.O.Box 457 Utica NY 13503
CITE: (I-347 SN011821)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--RADIATOR, ENGINE COOLANT.
SOL SP0750-95-Q-5796
CNT SP0750-97-M-3129
AMT $48,950.00
LINE 0001
DTD 121396
TO Comptech Corp 15946 Derwood Rd Rockville MD 20855
CITE: (I-348 SN011872)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--CONNECTING LINK, RIGID
SOL SP0740-96-R-0933
CNT SP0740-97-C-0002
AMT $130,620.00
LINE 0001
DTD 121396
TO Northrop Grumman Corp Military Aircraft Systems Div Pico Rivera
   site 8900 E Washington Blvd Pico Rivera CA 90660-3783
CITE: (I-348 SN011882)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--CONNECTING LINK, RIGID. ALUMINUM ALLOY, ANODIZED
SOL SP0740-97-Q-0139
CNT F34601-92-G-0024-UBL4
AMT $25,461.00
LINE 0001
DTD 121396
TO Boeing Co, The Defense and Space Group PO Box 3999 7755 E.
   Marginal Way Seattle WA.  98124-2499
CITE: (I-348 SN011883)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 31--OBH BUSHING --3130001122601LE
CNT F42630-97-M-0165
AMT $53,943
DTD 120996
TO Pro Technical Products Inc, 1220 Rock Street, Rockford Il
  61101
CITE: (I-348 SN012029)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 34--DISCHARGE MACHINE, CHARMILLES TECH., ROBOFIL F1310F
   SWITZERLAND.
SOL SP0490-96-R-2269
CNT SP0490-97-C-6010
AMT $208,500.00
LINE 0001 THROUGH 0007
DTD 121096
TO Manufacturing methods Inc 185 wind chime sourt, Suite Raleigh
  NC  27615
CITE: (I-347 SN011831)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--LIFT TRIM KIT.
SOL SP0770-96-Q-YE15
CNT SP0770-97-M-GB29
AMT $27,540.00
LINE 0001 THROUGH 0002
DTD 121396
TO Chesapeake Associated Enterprises Inc P O Box 555 Bel air
  MD  21014
CITE: (I-348 SN011877)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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. 5.497
SOL SP0760-96-Q-Z322
CNT SP0700-96-G-0005-0010
AMT $29,574.00
LINE 0001 THROUGH 0002
DTD 121396
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-348 SN011878)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PUMP UNIT, RECIPROCATING.
SOL SP0760-97-Q-0047
CNT SP0760-97-M-5854
AMT $54,280.00
LINE 0001 THROUGH 0002
DTD 121396
TO Smith Koch Inc Walter H. Eagan Co Inc Div 886 tryens Rd Aston
  PA  19014
CITE: (I-348 SN011884)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: 43 -- PUMPS AND COMPRESSORS
POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist,
  Robert S. Kay, Contracting Officer
CNT N00604-97-C-0010
AMT $86,962
LINE 0001
DTD 120496
TO Engineered Systems, P.O. Box 865, Kailua HI 96734
CITE: (I-348 SN011928)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE, METALLIC.
SOL SP0760-97-Q-0015
CNT SP0760-97-M-3939
AMT $44,306.04
LINE 0001 THROUGH 0002
DTD 121396
TO A Z E Supply Co Inc 18 rockhill Rd bala cynwyd PA 19004
CITE: (I-348 SN011873)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--MANIFOLD ASSEMBLY, HYDRAULIC.
SOL SP0750-96-Q-C835
CNT SP0750-97-M-9246
AMT $42,150.00
LINE 0001 THROUGH 0002
DTD 121396
TO Ultimate systems Inc 31302 Stephenson Hwy Madison heights
  MI  48071-1620
CITE: (I-348 SN011880)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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, AIR DUCT. 8 IN. ID, 180 IN. LG, WITH 3 IN.
SOL SP0750-96-Q-3013
CNT SP0750-97-M-7069
AMT $35,058.24
LINE 0001
DTD 121396
TO C and S Industrial Supply Inc RT 1 box 75 Cuthbert GA 31740
CITE: (I-348 SN011881)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 51--JACK, SCREW, HAND
SOL SP0490-97-Q-V065
CNT SP0490-97-M-AE31
AMT $64,975.98
LINE 0001 THROUGH 0002
DTD 121296
TO Saginaw products Corp 68 Williamson St Saginaw MI 48601-3246
CITE: (I-347 SN011830)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 52--Measuring Tools
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 52--SPARE PART APPLICABLE TO THE TF33 ENGINE --5220004117408RV
CNT FD2030-96-3-2479
AMT $30,996
DTD 121296
TO Compair Inc, 1285 Rollins Rd, Burlingame Ca 94010-2416
CITE: (I-348 SN012007)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--BUSHING --5310012042179LE
CNT F42630-97-M-0105
AMT $36,375
DTD 120696
TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor
   Street, South Bend In 46628-1373
CITE: (I-348 SN012026)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 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--RECEIVER SUBASSEMBLY
CNT F09603-94-G-0013-UB34
AMT $37,431.00
LINE 0001AA THROUGH 0001A
DTD 121296
TO Texas Instruments Inc Defense Systems and Electronics Group
  2501  W University P.O.Box 801 M/S 8064## mc kinney TX 75070-0801
CITE: (I-348 SN011854)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 02522R, 2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: 58--MAINTENENCE,  REPAIR,  AND REBUILDING OF EQUIPMENT
POC Linda Riley,  Contract Specialist,  Code 02522R,  (703)602-7900
CNT N00024-97-G-5211
AMT $000.00
DTD 102896
TO Electronetics Corporation,  525 Aero Drive, Buffalo,  NY 
  14225
CITE: (I-348 SN012042)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59-ELECTRONIC COMPONEN
POC Contact Point, Connie D Shively, 02112.9, (717)790-1513,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James
  A Komaromy, 02112, (717)790-2854
CNT N0010497PDB93, Sol Nr N00104-97-Q-DA64, NIIN 013108001
AMT $28,064
DTD 122196
TO Litton Systems Inc , Woodland Hills ,CA 91367-6621
CITE: (I-347 SN011795)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply
  Center, Elizabeth City, NC  27909-5001
SUBJECT: 59--ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
POC Contact Linda Hutzler, Contracting Officer, (919) 335-6143
CNT DTCG38-97-P-100078
AMT $30,629.00
DTD 121297
TO Mark Electronics Inc, 2848 Mt Carmel Ave, Glenside PA  19038
CITE: (I-347 SN011809)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59-CIRCUIT CARD ASSEMB
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 N0010497PLB52, Sol Nr N00104-96-T-3529, NIIN 011953189
AMT $34,924
DTD 122296
TO Raytheon Co , Sudbury ,MA 01776-3375
CITE: (I-348 SN011906)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Commandant (G-ACS-3B), U.S. Coast Guard Headquarters,
  2100 Second Street,  SW., Washington, DC  20593-0001
SUBJECT: 61--PHOTOVOLTAIC CHARGE CONTROLLERS
POC Point of Contact - Contact: Bonita R. DeWitt, Ph: (202) 267-2526/Contracting
   Officer: Darren L. Brown, Ph: *202) 267-2506
CNT DTCG23-97-C-T43001
AMT $62,781.80
LINE 0001-0003
DTD 120696
TO Process Automation Company, 282 Trino Way, Pacific Palisades,
  CA  90272
CITE: (I-347 SN011775)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--BATTERY ASSEMBLY
SOL SP0430-96-R-2628
CNT SP0430-97-C-5076
AMT $215,380.00
LINE 0001 THROUGH 0002
DTD 121296
TO Lockheed Martin Tactical Systems Inc Lockheed Martin Tactical
   Defense Systems Eagan 3333 pilot Knob Rd P.O.Box 64525## Saint
  Paul MN  55121
CITE: (I-347 SN011826)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-96-Q-VS17
CNT N00383-96-G-005D-TY51
AMT $26,293.72
LINE 0001AA THROUGH 0001A
DTD 121296
TO Parker-Hannifin Corp Aerospace Group Customer Support Military
   Div 16666 Von Karman Ave Irvine CA 92714-4917
CITE: (I-347 SN011828)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NISE East, PO Box 190022, 4600 Marriott Drive, North
        Charleston, SC 29419-9022
SUBJECT: 61--FOAM-FLEX AND SUPER-FLEX CABLING AND CONNECTORS
POC Nancy Gartner, Code 1113NG, (803)743-4720
CNT N65236-97-D-3017/N65236-96-R-0238
AMT $325,830
LINE 0001-0011
DTD 121196
TO Optical Fiber Network, Inc. (S), 429 31st Avenue Court NE,
        Hickory, NC 28601
EMAILADD: gartnern@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-348 SN011852)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 61--POWER SUPPLY; P/N 34052410-005; 5 EA --6130013605517NT
CNT FD2030-96-3-5395
AMT $32,000
DTD 121296
TO Honeywell Inc, Military Avionics Div, 13350 Us Hwy 19 North,
   Clearwater Fl 34624-7290
CITE: (I-348 SN011996)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 63--Alarm and Signal, and Security Detection Systems
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 63--SENSOR, OPAQUE PARTICLE
SOL SP0430-96-Q-FN88
CNT F09603-94-G-0062-TYD6
AMT $51,465.80
LINE 0001 THROUGH 0002
DTD 121296
TO Kidde Technologies Inc Walter Kidde Aerospace Div 4200 Airport
  Dr  NW Wilson NC 27893-9643
CITE: (I-347 SN011829)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 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-MICROHMMETER
POC Contact Point, B. V. Weidner, 02151.8, (717)790-7313, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, J. B. Deiter,
  02151, (717)790-4446
CNT N0010497DN005, Sol Nr N00104-95-R-L264, NIIN 013508774
AMT $1
DTD 112796
TO Ppm Inc , Cleveland ,OH 44122-5914
CITE: (I-347 SN011796)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 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-MULTIMETER
POC Contact Point, Rich Rhoades, 02151.5, (717)790-3234, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, T. E. Trump,
  021x, (717)790-2736
CNT N0010497DN006, Sol Nr N00104-95-R-L001, NIIN 013122930
AMT $1
DTD 112796
TO Fluke Corp , Everett ,WA 98203-0000
CITE: (I-347 SN011797)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--BULLS EYE ASSEMBLY
SOL SP0440-96-Q-JZ66
CNT N00383-96-G-001D-TY57
AMT $79,763.34
LINE 0001
DTD 121296
TO Alliedsignal Inc government electronic systems 43 Williams
  Ave  Teterboro NJ 07608-1173
CITE: (I-347 SN011824)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 68--POTASSIUM HYDROXIDE SOLUTION
SOL SP0450-96-R-2159
CNT SP0450-97-D-0087
AMT $92,645.00
LINE 0001
DTD 121896
TO 1456 state camp Rd P O Box 385 vanceboro NC 28586-0385
CITE: (I-347 SN011836)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: DIRECTORATE OF CONTRACTING, DRAWER 70120, FORT BRAGG
  NC 28307-0120
SUBJECT: 68--LIQUIFIED PROPANE (LP) GAS
POC Contracting Officer Ella M. Chapman (910) 396-4362 X237 (Site
  Code DAKF40)
CNT DAKF40-97-D-0005
AMT $79,422
DTD 120396
TO N C Propane Gas Company, 3210 Raeford Road, Post Office Box
  53095, Fayetteville, NC 28304
CITE: (I-348 SN011959)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 99-DROGUE RELEASE MECHANISM
POC Contact Point, T. S. Bower, 0242.1, (717)790-6464, Fax, (717)790-2284,
  Twx, Not-avail
CNT N0010497CKA17, Sol Nr N00104-96-R-K093
AMT $223,716
DTD 112696
TO Universal Propulsion Co Inc , Phoenix ,AZ 85061-1140
CITE: (I-347 SN011798)

[Commerce Business Daily: Posted December 12, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 99-COMPASS, GYRO
POC Contact Point, D. R. Messner, 0244.3, (717)790-5856, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, J. Sincavage,
  024x, (717)790-2147
CNT N0010497CT002, Sol Nr N00104-96-R-TT32, NIIN LLTRP5319
AMT $389,875
DTD 111596
TO Flightline Electronics, Inc. , Fishers ,NY 14453-0750
CITE: (I-347 SN011799)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 99-CIRCUIT CARD
POC Contact Point, Mark P Kendall, 02132.4, (717)790-6474, Fax,
  (717)790-2284, Twx, Not-avail
CNT N0010497PLB54, Sol Nr N00104-97-Q-LA97, NIIN LLH787251
AMT $37,305
DTD 122296
TO Get Engineering , El Cajon ,CA 92021-0000
CITE: (I-348 SN011907)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: SPECIAL NOTICES
SUBJECT: 9TH ANNUAL JPL HIGH-TECH CONFERENCE IN SOUTHERN CALIFORNIA
  ON MARCH 4-5, 1997
DESC: The Jet Propulsion Laboratory/California Institute of Technology
  (JPL/CIT), operating under a prime contract with the National
  Aeronautics and Space Administration (NASA), hosts its 9th
  Annual High-Tech Small Business Development Procurement Conference
  at The Wyndham Hotel-Los Angeles Int'l Airport located at 6225
  W. Century Blvd., Los Angeles, CA.  The two-day conference
  (March 4 and 5) focuses on federal and corporate contracting/subcontracting
  opportunities for small, minority, and women-owned businesses
  in the high-tech industry.  A Marketplace for exhibitors and
  several how-to workshops are featured.  Approximately 100 or
  more procuring organizations are expected to attend.  The $90
  registration fee includes program materials, two lunches, and
  two networking receptions.  For hotel information or how to
  obtain a registration form contact the registration desk at
  (818) 354-7532 or send your request via E-mail to: mary.helen.ruiz@jpl.nasa.gov.
   Further details will be posted to the JPL Homepage in the
  near future. 
EMAIL mary.helen.ruiz@jpl.nasa.gov
EMAILDESC: 
CITE: (W-348 SN011989)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: SPECIAL NOTICES
SUBJECT: J--SURVIVABILITY AND DAMAGE CONTROL EQUIPMENT
DESC: SHIPBOARD HUMAN SUPPORT SYSTEMS TECHNOLOGY  The Naval Sea
  Systems s Command (NAVSEA) Affordability Through Commonality
  (ATC) Project Hull Support Group is investigating new concepts
  for shipboard hull support systems that will result in ship
  life cycle cost savings.  Savings may be incurred through modularity,
  equipment and interface standardization/commonality on a fleet
  wide basis, commercialization, improved/efficient assembly
  of equipment/systems, and replaceable components/subassemblies
  to ease maintenance. In particular, the DAMAGE CONTROL (DC)
  area desires to identify technologies that can reduce condition
  one DC manning requirements to less than 50% of today's manning
  requirements.  Specifically, The Navy is seeking innovative
  equipment that will result in reduced cost and improved capabilities
  in the four areas listed below: Operational Requirement for
  Emergency Lighting The U.S. Navy requires rugged, portable
  sources of emergency lighting.  This temporary system will
  be stowed in Damage Control Lockers and used as needed to illuminate
  damaged sections of a ship undergoing emergency repair. 115
  Volt / 15 amp electrical outlets will be available to power
  the lighting system.  The lighting system will be required
  to illuminate 120' of passageway and an 8' high 400 ft2 compartment,
  in such a manner that repair parties can safely conduct damage
  control operations. All components of the lighting system must
  be non-toxic. Operational Requirement for Emergency Communications:
  The U.S. Navy requires rugged, small, lightweight, inexpensive
  communication receivers and transmitter/receivers.  The purpose
  of the devices will be to enhance the communications between
  Damage Control On Scene leaders and members of their damage
  control repair party.  It is required that the On Scene leader
  will have the receiver/transmitter and that each member of
  their damage control repair party will have a receiver. The
  receiver should be small enough to be worn while wearing a
  standard Navy Firefighting helmet.  The Navy will also consider
  the use of a receiver / `acknowledge tone transmitter' to be
  used by members of the repair party.  The device would have
  the added benefit of providing the On Scene Leader with an
  acknowledgment that a member of his party received his transmission.
   This receiver / `acknowledge tone transmitter' is subject
  to the same requirements of size, weight, and robustness. Operational
  Requirement for Pipe Repair and Hull Repair: The U.S. Navy
  requires rugged, fast acting, easily applied methods of repairing
  pipe and hull damage. Proposed pipe repair products should
  be capable of repairing ruptured pipes from 1" through 12"
  in diameter. Proposed hull repair products should be capable
  of repairing a 24" x 24" hole, at depths of up to 32' of water.
   For both pipe and hull repair products great emphasis will
  be placed on the ability of the product to be applied with
  a minimum of personnel, and in a short amount of time. Operational
  Requirement for Shoring Operations: The U.S. Navy requires
  products that will improve the efficiency of shoring operations
  to support weakened structural bulkheads. Currently the Navy
  uses both wood shoring and adjustable steel shoring.  Proposed
  products should offer improvements in the area of lighter weight,
  more adjustability, and quicker set up times. Proposed products
  should be able to support up to 12,000 lbs in direct compression.
  Parties interested in submitting information should do so by
  31 January 1997 to:  John J. McMullen and Associates, Century
  Building Suite 715, 2341 Jefferson Davis Highway, Arlington,
  VA 22202, ATTN:  Mr. Bob Humphrey.  Phone: (703) 418-1669 (V),
  (703)-418-4269 (F).  Email: BHumphrey@JJMA.COM Typical information
  might include drawings, equipment, lists, specifications, or
  brochures.  Respondents should indicate whether or not they
  would consider attending a future industry brief. This announcement
  is a request for information only and is not a request for
  proposal (RFP) or announcement of solicitation. Response to
  this announcement is on a voluntary basis; the Navy neither
  intends to award a contract on the basis of this request nor
  to otherwise pay for information provided.
CITE: (I-348 SN011990)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 17, 1996]

PART: SPECIAL NOTICES
SUBJECT: DEFENSE CONVERSION ASSISTANCE PROGRAM
DESC: Three courses offered by George Mason University Northern
  Virginia Small Business Development Center to help defense-related
  small business shift products and/or services from DoD contracting
  to the commericial marketplace. Competitive Analysis for the
  Small Business Jan 9, 23 and Feb 6 Build Commercial Sales
  Organization (2 classes)Jan 14 & 28 and Feb 24 & Mar 11 Putting
  it All Together Jan 16, Feb 10 & 24 For more information please
  call (703) 277-7759 or (703) 277-7700    
LINK http://www.sbdc.org/dcap.html
LINKDESC: 
EMAIL sbdc@patriot.net
EMAILDESC: 
CITE: (W-348 SN012085)